Loading...
HomeMy WebLinkAboutHDR, Inc - Road 36 Lift Station Upgrades Contract and Amendments 1-4 (16006)    CONTRACT DOCUMENTS      ROAD 36 LIFT STATION  UPGRADES    PROJECT CERTIFICATION The technical material and data contained in this report was prepared by HDR, Inc., under the supervision of the below listed individuals. Those responsible staff members who are registered professional engineers are licensed in the State of Washington.                CONTRACT NO. 16006      TOC TABLE OF CONTENTS  ROAD 36 LIFT STATION UPGRADES  CONTRACT NO. 16006  INVITATION FOR BIDS .................................................................................................................................... AD‐1  INFORMATION FOR BIDDERS:  Standard Specifications ........................................................................................................................... IB‐1  Qualification of Bidders  .......................................................................................................................... IB‐1  Explanation of Contract Documents and Work Site ................................................................................ IB‐1  Qualification of Bidders ........................................................................................................................... IB‐1  Water ....................................................................................................................................................... IB‐1  Right Of Way ............................................................................................................................................ IB‐2  Submission of Bid Proposal ..................................................................................................................... IB‐2  Schedule of Events  .................................................................................................................................. IB‐3  Award of Contract ................................................................................................................................... IB‐3  Prevailing Wage Requirements ............................................................................................................... IB‐4  Bid Opening Procedures .......................................................................................................................... IB‐4  PROPOSAL:  Bid Proposal .............................................................................................................................................. P‐1  Subcontract Disclosure ........................................................................................................................... SD‐1  Bid Bond ................................................................................................................................................. BB‐1  Non‐Collusion Declaration .................................................................................................................... NC‐1  Prevailing Wage Rate Reference ......................................................................................................... PWR‐1  CONTRACT REGULATIONS:  Contract ................................................................................................................................................. CO‐1  Performance Bond .................................................................................................................................. PB‐1  Payment Bond ...................................................................................................................................... PAB‐1  SPECIAL PROVISIONS  City of Pasco Special Provisions .............................................................................................................. SP‐1  CSI TECHNICAL SPECIFICATIONS (SPECIAL PROVISIONS) ............................ Under Separate Cover  Division 01  General Requirements  Division 02  Existing Conditions  Division 03  Concrete  Division 05  Materials  Division 08  Openings  Division 09  Finishes  Division 10  Specialties  Division 26  Electrical  Division 31  Earthwork  Division 33  Utilities   Division 40  Process Interconnections  Division 43  Process Gas and Liquid Handling, Purification, and Storage Equipment  CONSTRUCTION DRAWINGS ....................................................................... Under Separate Cover     Information for Bidders   Standard Specifications ........................................................................................................................... IB‐1    Qualification of Bidders  .......................................................................................................................... IB‐1    Explanation of Contract Documents and Work Site ................................................................................ IB‐1    Qualification of Bidders ........................................................................................................................... IB‐1    Water ....................................................................................................................................................... IB‐1    Submission of Bid Proposal ..................................................................................................................... IB‐2    Schedule of Events  .................................................................................................................................. IB‐3    Award of Contract ................................................................................................................................... IB‐3    Prevailing Wage Requirements ............................................................................................................... IB‐4    Bid Opening Procedures .......................................................................................................................... IB‐4           IB 1 of 4 INFORMATION FOR BIDDERS STANDARD SPECIFICATIONS The Standard Specifications for the municipal Public Works Construction, as prepared by the Washington Department of Transportation 2020 Standard Specifications for Road, Bridge, and Municipal Construction hereinafter referred to as “Standard Specifications,” hereby references are made a part of this contract as amended by the WSDOT and the APWA general special provisions as indicated and supplemented by the “Special Provisions.” Copies of the Standard Specifications are available for review and inspection at the office of the Engineer. Copies of the Standard Specifications may be purchased from: Washington State Department of Transportation (WSDOT) Engineering Publications Post Office Box 47408 Olympia, WA. 98504-7408 Any reference to the 20XX Standard Specifications for Road, Bridge and Municipal Construction shall read 2020 Standard Specifications for Road, Bridge and Municipal Construction. EXPLANATION OF CONTRACT DOCUMENTS AND WORK SITE Bidders should carefully examine the Contract Documents and work site to fully acquaint themselves with all the conditions and matters, which can in any way affect the work or the cost thereof. Any explanation regarding the meaning or interpretation of the Contract Documents must be requested in writing, with sufficient allowance of time for receipt of reply before the time of the bid opening. Any such explanations or interpretations shall be made in the form of addenda to the documents and shall be furnished to all bidders, who shall submit all addenda with their bids. Oral explanations and interpretations made prior to the bid opening shall not be binding. QUALIFICATION OF BIDDERS All bidders must be qualified in accordance with Pasco Municipal Code Chapter (PMC) 14.15 ‘Qualification for Public Works Construction’ and who have downloaded the Bid Documents off of QuestCDN.com. The City reserves the right to reject any bid of such bidder who is not eligible to perform services as governed by PMC 14.15 or who has not downloaded the Bid Documents from QuestCDN.com. WATER If City water is used for any work related to this project, a Fire Hydrant Meter and Gate Valve will be furnished by the City of Pasco to be used specifically for this project. The Contractor shall be charged an $800 return deposit plus a $50 non- refundable handling and processing fee for the meter and valve. The City will charge the Contractor for any water used in the construction of the project. Any water used for this project shall be considered incidental to construction and will be paid per WSDOT Standard Specification 2-07.5. The Contractor shall not operate the hydrant as a gate valve, nor IB 2 of 4 shall the Contractor be allowed to operate any other City owned valve. The Contractor shall provide the necessary back flow prevention device when connecting to the water service. The Fire Hydrant Meter requirements and the Fire Hydrant Meter Application are available at the Customer Service Window and the Engineering Department. Fire Hydrant Meters shall be read daily and submitted to the City weekly. There shall be no specific measurement and payment for the use of water. All payments necessary to meet the requirements of this provision shall be considered incidental to the work and included in the Contract price. SUBMISSION OF BID PROPOSAL The City of Pasco (herein called the City and/or Owner) invites Bidders (herein called the Contractor) to submit bids on the proposal forms (Sec. 1-02.13) (bid package) to be provided to those Bidders pre-qualified in accordance with PMC 14.15 (Sec. 1-02.1). In an effort to provide proper social distancing to Contractors and City Staff, the City of Pasco has opted to conduct the bidding of this project through an online bidding process. The bidding will be done through QuestCDN’s Online Bidding Platform. Bids shall be submitted electronically via the secure network/platform on QuestCDN.com. QuestCDN.com can be contacted at 952-233-1632 or info@questCDN.com for additional information and assistance on this bidding process and further fee explanation(s). Bids will be opened in accordance with the section herein titled Bid Opening Procedure for Covid-19 Protective Measures. The proposal forms to be completed for the bid package include: The Proposal (Sec. 1-02.6), the Bid Security (surety bond), the Non-Collusion Declaration (Sec. 1-02.8(1)), the Subcontractor Disclosure (Sec. 1-02.6), and Acknowledgement of any Addenda (Sec. 1-02.6). All blank spaces for bid prices shall be completed either in ink or be type written and shall contain the appropriate amounts in figures (Sec. 1-02.6). A scanned copy of these completed proposal forms shall be uploaded to QuestCDN as part of the Bid. Within 48 hours of the bid being due, an original copy of the Bid Security (surety bond) shall be mailed in a sealed envelope to the office of the City Clerk, City Hall 1st Floor, 525 North 3rd Avenue, Pasco, Washington, 99301, addressed to the Mayor and City Council. The sealed envelope shall clearly indicate the company name, and project (e.g. ROAD 36 LIFT STATION UPGRADES, CONTRACT NO. 16006) for which they are intended. Bid Security shall be in the form of a certified check, cashier’s check, bid bond, or money order made payable to the ‘City of Pasco’ in the amount of equal to at least five IB 3 of 4 percent (5%) of the total amount of the bid. Security deposited by an unsuccessful bidder will be returned as soon as practicable after the bid opening. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof (Sec. 1-02.10). Any bid received after the time and date specified shall not be considered (Sec. 1-02.9). No bidder may withdraw a bid within sixty (60) days after the actual date of the opening thereof (Sec. 1-03.2). Bids will be accepted from Contractors who are eligible to perform services as governed by PMC 14.15 and who obtained original bid documents from either QuestCDN.com SCHEDULE OF EVENTS Once the lowest responsible bidder has been determined and the City Council has authorized award of the Contract, the City will mail or otherwise transmit to the Contractor the necessary Contract Documents for execution. The Contractor will have a maximum of ten (10) calendar days from the date of award in which to complete and return the Contract Documents along with the Performance Bond and Certificate of Insurance (Sec. 1-03.3). Once all the contract documents have been returned, a Pre- Construction Conference will be held and the Notice to Proceed will be issued (Sec. 1- 08.4). AWARD OF CONTRACT The award of the contract is contingent upon approval by the Pasco City Council. It is the intent of the City to award a contract to the lowest responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents and does not exceed the funds available. The City reserves the right to (Sec 1-03.1):  Waive any informality in bids received when such waiver is in the best interest of the City.  Accept Alternates in any order or combination, unless otherwise specifically provided in the bidding documents, and to determine the low bidder on the basis of the sum of the Base Bid and the Alternates accepted.  Reject any and all bids.  Republish the invitation for bids. PREVAILING WAGE REQUIREMENTS Because this is a Public Works contract, the Contractor and all sub-contractors must follow the State’s Prevailing Wage requirements. The Contractor must submit the Intent and Affidavit forms, approved by the Department of Labor and Industries. Intent forms must be filed prior to the start of work, if possible. Affidavits are filed after completion of the work. The City may not make any payments where the Contractor and all sub- contractors have not submitted the approved Intent form; nor may not release retainage until the Contractor and all sub-contractors have submitted the approved Affidavit forms. The City requests that certified payroll for the Contractor and all sub-contractors be provided on a weekly basis. IB 4 of 4 BID OPENING PROCEDURE FOR COVID-19 PROTECTIVE MEASURES Whereas, in accordance with Resolution No. 3950, on March 23, 2020, City Hall and other certain City of Pasco public facilities are temporarily closed. These orders will remain in effect for the duration of Proclamation No. 20-25, requiring the aforementioned temporary closure ordered by the Office of the Governor, as amended, unless extended or terminated by separate written order. Now therefore, the Bid Opening for this project will adhere to certain limitations and provisions in accordance with the closure of Pasco City Hall. As a safety precaution during the temporary closure, Bidders will not be granted access into City Hall to attend the Bid Opening. However, the Bid Opening will remain open to the public, and has been modified to take place at Wednesday, October 28, 2020 via public webinar. All remote attendees will be given an opportunity to ask questions towards the end of the webinar session. To participate in the public Bid Opening, please join the public webinar meeting from your computer, tablet or smartphone using the information below: eBid-Opening: Road 36 Lift Station Upgrades Wed, Oct 28, 2020 2:00 PM - 3:00 PM (PDT) Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/849479029 You can also dial in using your phone. United States: +1 (646) 749-3122 Access Code: 849-479-029 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/849479029     Proposal   Bid Proposal .............................................................................................................................................. P‐1    Subcontract Disclosure ........................................................................................................................... SD‐1    Bid Bond ................................................................................................................................................. BB‐1    Non‐Collusion Declaration .................................................................................................................... NC‐1    Prevailing Wage Rate Reference ......................................................................................................... PWR‐1  BID PROPOSAL Road 36 Lift Station Upgrades Contract No. 16006 HONORABLE MAYOR AND CITY COUNCIL City Hall Pasco, Washington 99301 Council Members: The undersigned declares that they have carefully examined the sites at: Pasco Road 36 Lift Station, and extends from the Road 36 Lift Station to Manhole # 5062 south of the intersection of Road 36 and Tusayan Road. And has carefully examined specifications, plans, laws, and ordinances covering: All work associated with the improvements at the Road 36 Lift Station and new connecting sewer force main. In accordance with the terms, provisions, and requirements of the foregoing, the following prices are tendered as an offer to furnish the equipment, materials, appurtenances and guarantees, where required, and to perform the work in place and in good working order. BID SCHEDULE: Road 36 Lift Station Upgrades Unit prices for all items, all extensions, and total amount of bid must be shown. ALL ENTRIES SHALL BE IN INK OR TYPED TO VALIDATE BID. SP = Special Provision SS = Standard Specification ITEM QUANTITY UNIT Pay Item Description Unit Price Total Price 1 1 LS 1 Mobilization and Demobilization (6% Max) 2 1 LS 2 SPCC Plan 3 1 LS 3 Project Temporary Traffic Control 4 1 LS 4 Record Drawings $ 1,500 5 1 LS 5 Demolition 6 1 LS 6 Dust Control 7 1385 LF 7 Trench Safety 8 1370 LF 8 8-inch Ductile Iron Pipe 9 45 LF 9 6-inch Ductile Iron Pipe 10 8 LF 10 4-inch Ductile Iron Pipe 11 4 LF 11 4-inch SST Pipe 12 1 EA 12 8-inch Gate Valves 13 1 EA 13 6-inch Gate Valves 14 1 EA 14 2-inch Air Release Valves with Inlet Shut- Off Valve 15 1 EA 15 36-inch by 60-inch Access Hatch 16 2 EA 16 Submersible Pumps 17 1 LS 17 Electrical & I&C 18 1 LS 18 New 15-Inch Thick Concrete Base 19 616 SF 19 Repair Concrete Slab 20 6 EA 20 Dig and Verify 21 1 LS 21 Testing and Startup 22 1 LS 22 Bypass Pumping 23 1 EA 23 New Diesel Generator 24 27 SY 24 Trench Pavement Restoration 25 1 LS 25 Landscape Restoration 26 1 EA 26 Hot Box SUBTOTAL TAX (8.6%) GRAND TOTAL BID PROPOSAL Road 36 Lift Station Upgrades Contract No. 16006 The Proposal Form, Bid Bond, Noncollusion Declaration, Subcontract Disclosure and Acknowledgement of all Addenda shall be submitted as a complete integral bid package. The undersigned hereby agrees that the Capital Improvements Program (CIP) Manager for the City of Pasco shall determine the actual amount of quantities and materials to be paid under the Contract for which this Proposal is made and that all material furnished and all work performed shall be strictly in accordance with the plans and specifications. The undersigned agrees that if awarded the contract, he will commence work on the date indicated on the written Notice to proceed and that all work should be completed within 130 working days. The undersigned further agrees to pay as liquidated damage for each consecutive working day thereafter as provided in the current Standard Specification for road, bridge, and Municipal Construction Section 1-08.9. The undersigned Bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date for this Project, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. Accompanying this Proposal is a certified check, cashier's check or bid bond, payable to the City of Pasco being an amount not less than 5% of the total bid based upon the estimate of quantities at the above prices according to the conditions of the Information for Bidders. If this proposal is accepted by the City of Pasco, and the undersigned shall fail to execute a satisfactory contract and bonds, as stated in the Instructions For Bidders hereto attached, within ten (10) calendar days from the date of notice of award, then the City may, at its option, determine that the undersigned has abandoned the contract and thereupon this proposal shall be null and void and the certified check or bid bond accompanying this proposal shall be forfeited to and become the property of the City of Pasco. Otherwise, the certified check, cashier's check or bid bond accompanying this proposal shall be returned to the undersigned. Receipt is hereby acknowledged of addendum(s) No.(s) __________, __________ , _________ , and _________. DATED AT: THIS _______ DAY OF___________________, 20___ . SIGNED: __________________________________ TITLE: PRINTED NAME: NAME OF COMPANY: STATE CONTRACTOR’S LISCENCE NO.: ADDRESS: TELEPHONE: SD-1 SUBCONTRACT DISCLOSURE    All Subcontractors must be qualified in accordance with Pasco Municipal Code 14.15, at the time of bid  submittal.  Bidder  acknowledges  that  work  performed  by  a  non‐qualified  subcontractor  will  not  be  accepted by the City of Pasco.    We, the undersigned, intend to employ the following subcontractors, in order to fully perform the work  outlined  in  these  specifications,  as  required  by  RCW  39.30.060.  Further,  we  acknowledge  that  qualification of subcontractors must be in place no later than when subcontractors are required to  perform any work on the project.    We intend to employ the firm(s) of:          NAME  ADDRESS    UBI #    List Item Number      1)____________________________________________________________________________   (Electrical)    2)____________________________________________________________________________    (Plumbing)    3)____________________________________________________________________________   (HVAC)    4)____________________________________________________________________________               (Structural Steel Installation)    5)____________________________________________________________________________               (Rebar Installation)    6)____________________________________________________________________________      7)____________________________________________________________________________    and  represent  and  warrant  that  the  work  will  be  performed  by  said  subcontractors  in  a  good  and  workmanlike manner and under our direct supervision.  We further represent and warrant that the work  to be performed by them constitutes approximately                 percent of the total dollar value of said  contract.    Description of work to be performed by Prime Contractor:            FIRM:      NAME:      ADDRESS:           TELEPHONE:      EMAIL:           _   BB-1 BID BOND    KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,     _________________________________________________ as Principal, and   ________________  ___________________________________ as Surety, are hereby held and firmly bound unto the  City of Pasco as OWNER in the penal sum of    ________________ ______________ for   the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves,  successors and assigns.    Signed, this    day of     , 20  .    The conditions of the above obligation is such that whereas the Principal has submitted to the  City of Pasco a certain BID, attached hereto and hereby made a part hereof to enter into a  contract in writing, for the    _______________________________________________________________________________ _______________________________________________________________________________ ____________________________________________________________________________    NOW THEREFORE,    (a)  If said BID shall be rejected, or    (b)  If  said  BID  shall  be  accepted  and  the  principal  shall  execute  and  deliver  a  contract  in  the  Form  of  Contract  attached  hereto  (properly  completed  in  accordance with said BID) and shall furnish a BOND for his faithful performance  of  said  contract,  and  for  the  payment  of  all  persons  performing  work  or  furnishing materials in connections therewith, and shall in all other respects  perform the agreement created by the acceptance of said BID.    Then, this obligation shall be void, otherwise the same shall remain in force and effect; it being  expressly understood and agreed that the liability of the Surety for any and all claims hereunder  shall, in no event, exceed the penal amount of this obligation as herein stated.    The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety  and its BOND shall be in no way impaired or affected by any extensions of the time within which  the  OWNER  may  accept  such  BID;  and  said  Surety  does  hereby  waive  notice  of  any  such  extension.    IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,  and such of them as are corporations have caused their corporate seals to be hereto affixed and  these presents to be signed by their proper officers, the day and year first set forth above.         Principal    Surety        By:        IMPORTANT:  Surety companies executing BONDS must appear on the Treasury Department's  most current list (Circular 570 as amended) and be authorized to transact business in the State  of Washington.     NC‐1  NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this Declaration. SIGNATURE DATE PWR‐1  PREVAILING WAGE RATE REFERENCE The State of Washington prevailing wage rates applicable for this public works project, which is located in Franklin County, may be found at the following website address of the Department of Labor & Industries: https://secure.lni.wa.gov/wagelookup/ Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is August 3, 2020, and subsequent corrections published on September 2, 2020. A copy of the applicable prevailing wage rates are also available for viewing at the office of the Public Works Director, located at 525 North 3rd, Pasco, Washington. Upon request, the City will mail a hard copy of the applicable prevailing wages for this project. Please forward your request in writing to the address above, or by calling (509) 545-3444.   Contract Regulations   Contract ................................................................................................................................................. CO‐1    Performance Bond .................................................................................................................................. PB‐1    Payment Bond ...................................................................................................................................... PAB‐1       CO-1 CONTRACT  ROAD 36 LIFT STATION UPGRADES  CONTRACT NO. 16006     STATE OF WASHINGTON  )    )   ss  COUNTY OF FRANKLIN  )    This  agreement  and  contract  made  and  entered  into  in  triplicate  this  ________  day  of  _________________,  2020,  by  and  between  the  City  of  Pasco,  a  municipal  corporation,  hereinafter called the City and             hereinafter called the Contractor.    WITNESSETH:    That  whereas,  the  City  has  caused  to  be  prepared  certain  plans and  specifications  for  improvements  in  and  for  the  City  of  Pasco  and  the  Contractor  did  on  the  ______  day  of  _______________, 2020 file with the Office of the City Clerk of the City of Pasco, Washington, a  Proposal to furnish all equipment, labor, materials and appurtenances and to pay for the same,  and agreed to accept for and in full consideration of the sums fully stated and set forth in said  Proposal as full compensation for the completed work.    WHEREAS, the said plans, specifications and proposal fully and accurately described the terms  and conditions upon which the contractor proposes to furnish said equipment, labor, tools,  materials  and  appurtenances  and  perform  work,  together  with  the  manner  and  time  of  furnishing the same.    It  is  therefore  agreed,  first  that  a  copy  of  said  specifications,  plans  and  proposal,  filed  as  aforesaid on the _____ day of ____________________, 2020 be attached hereto and the same  are hereby made the items and conditions of this agreement by and between the City and  Contractor in all matters and things therein set forth and described; and further that the City  and the Contractor accept and agree to the terms and conditions of said plans, specifications  and proposal as filed as completely as if said terms and conditions and plans are herein set out  in full.    In witness whereof the parties hereto have caused this agreement to be executed the day and  year herein above written this               day of                                             , 2020.    CITY OF PASCO    BY:                          Dave Zabell, City Manager    Contractor Signature    ATTEST:             Debra C. Barham, City Clerk    By: Printed Name    Approved as to form:         City Attorney  PB‐1  PERFORMANCE BOND  BOND TO THE CITY OF PASCO    KNOW ALL MEN BY THESE PRESENTS:    That we, the undersigned,       as principal, and            a corporation  organized and existing under the laws of the State of Washington, as a surety corporation, and  qualified under the laws of the State of Washington to become surety upon bonds of contractors  with Municipal Corporations, as surety, are jointly and severally held and firmly bound to the  City of Pasco in the penal sum of       for the payment of  which sum on demand we bind ourselves and our successors, heirs, administrators or personal  representatives as the case may be.    This obligation is entered into a pursuance of the statutes of the State of Washington, and  ordinances of the City of Pasco.    Dated at                        , Washington, this                  day of                            , 2020.    Nevertheless, the conditions of the above obligation are such that:    WHEREAS, pursuant to action taken by the City Council of the City on ______________, 2020,  the Mayor and City Clerk of the City of Pasco have let or are about  to  let  to  the  said  ___________________________,  the  above  bounden  principal,  a  certain  contract,  the  same  contract being numbered 16006 and providing for   ROAD 36 LIFT STATION UPGRADES   (which  contract is referred to herein and is made a part hereof as though attached hereto.)    WHEREAS, the said principal has accepted, or is about to accept the said contract, and undertake  to perform the work wherein provided for in the manner and within the time set forth.    NOW, THEREFORE, if the said ________________________________ 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 the time as may be granted under the contract, and shall pay all laborers,  mechanics, subcontractors, and material men, and all persons who shall supply said principal or  subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify  and hold said City of Pasco harmless from any loss or damage occasioned to any person or  property  by  reason  of  any  carelessness  or  negligence  on  the  part  of  said  principal,  or  any  subcontractor in the performance of said work, and shall indemnify and hold the City of Pasco  harmless from any damage or expense by reason or failure of performance as specified in said  contract or from defects appearing or developing in the material or workmanship provided or  performed under said contract after its acceptance thereof by the City of Pasco, then and in that  event this obligations shall be void; but otherwise it shall be and remain in full force and effect.    Approved as to Form:              Surety       Contractor PAB‐1  PAYMENT BOND TO THE CITY OF PASCO Bond No. _________ The City of Pasco, Washington, City has awarded to (Principal), a contract for the construction of the project designated as ROAD 36 LIFT STATION UPGRADES Contract No. 16006 in Pasco, Washington (Contract), and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington (RCW). The principal, and (Surety), a corporation organized under the laws of the State of and licensed to do business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City, in the sum of US Dollars, ($ ) Total Contract Amount, subject to the provisions herein. This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW Titles 39.08, and 39.12 including all workers, laborers, mechanics, subcontractors, and material suppliers for the carrying on of such work, and all taxes incurred on said Contract under Title 50 and 51 RCW an all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, except as provided herein, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL SURETY Principal Signature Date Surety Signature Date Printed Name Printed Name Title Title Name, address, and telephone of local office/agent of Surety Company is: Approved as to form: ___ Signature Title Date   Special Provisions   City of Pasco Special Provisions .............................................................................................................. SP‐1         CITY OF PASCO AMENDMENTS TO THE STANDARD SPECIFICATIONS July 1, 2015 Pasco Municipal Code 14.10.010 The Standard Specifications for Road, Bridge, and Municipal Construction published by Washington State Department of Transportation shall govern all construction, modification, extension or improvement affecting directly or indirectly any City utility or street infrastructure elements. Said improvements include, but are not limited to, streets, sidewalks, structures, sewer lines, water lines, storm drainage lines, irrigation lines, or appurtenances thereto, either by public contract or by private development, within the City. The Standard Specifications are adopted as modified by the City of Pasco Amendments to the Standard Specifications and the City of Pasco Standard Drawings, approved and signed by the City Engineer, except as may be directed by the City Engineer. The City Clerk shall keep three copies of the Standard Specifications and Amendments on file at all times as required by state law. (Ord. 3969, 2010; Ord. 1367 Sec. 1, 1969; Code 1970 § 14.08.010.) The Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation hereinafter referred to as “Standard Specifications,” hereby references are made a part of said specifications as amended before January 20, 2019, by the Washington State Department of Transportation, the City of Pasco Standard Amendments, and the APWA general special provisions as indicated and supplemented by the “Special Provisions.” Copies of the Standard Specifications are available for review and inspection at the office of the Engineer. Copies of the Standard Specifications may be purchased from: Washington State Department of Transportation (WSDOT) Engineering Publications Post Office Box 47408 Olympia, WA. 98504-7408 Copies of the City of Pasco Standard Amendments may be acquired at: http://pasco-wa.gov/index.aspx?NID=409 AMENDMENTS: Introduction: The following Amendments to the Standard Specifications supersede any conflicting provisions of the Standard Specification. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to any particular project. Modifications and Clarifications to the General Requirements of the Standard Specification: 1-02.8 Noncollusion Declaration (November 4, 1997 COP GSP) Supplement Section 1-02.8 with the following: A Non-collusion Declaration (Certificate) is required. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Supplement Section 1-02.9 with the following: Bid bonds shall be submitted on the form supplied by the Contracting Agency. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.2 Award of Contract (January 1, 2010 COP GSP) Revise Section 1-03.2 to read: Normally, Contract Award or Bid rejection will occur within 60 calendar days after Bid opening. If the lowest responsible Bidder and the Contracting Agency agree, this deadline may be extended. If they cannot agree on an extension by the 60- calendar day deadline, the Contracting Agency reserves the right to Award the Contract to the next lowest responsible Bidder or reject all Bids. The Contracting Agency will notify the successful Bidder of the Contract Award in writing. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 3, 2014 COP GSP) Revise the second paragraph of Section 1-04.2 to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. CSI Technical Specifications, 4. Approved Construction Plans, 5. City of Pasco Amendments to the Standard Specifications, 6. Amendments to the Standard Specifications, 7. Standard Specifications, 8. Contracting Agency’s Standard Plans or Details (if any), and 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.7 Differing Site Conditions (Changed Conditions) (January 1, 2010 COP GSP) Supplement Section 1-04.7 with the following: The Contractor may perform test pits to investigate subsurface conditions during the bidding phase with approval from the Engineer. 1-05 CONTROL OF WORK 1-05.4 Conformity with Plans, Stakes, Deviation (January 1, 2012 COP GSP) Supplement Section 1-05.4 with the following: The Contractor shall provide a surveyor, licensed to practice in the State of Washington, for all project surveying. The Engineer will provide any survey control and benchmarks used in the creation of the construction drawings. Unless otherwise provided for in the bid proposal, all costs for project surveying shall be included in the cost of other bid items. The stationing marked in the field for construction staking shall match the stationing on the construction drawings. “Blue Top” stakes shall be provided for subgrade and top course, on the roadway center line, at a minimum of 50-foot stations on tangent sections and 25-foot stations on horizontal curves, vertical curves, and through intersections. “Blue Top” stakes shall also be provided at the quarter crowns, matching the centerline spacing, for all cross sections 40 feet and wider. When concrete curb and gutter exists or is installed with the project, “Blue Top” stake elevations shall be referenced to the curb elevations and may vary slightly from the construction drawings to achieve the required crushed surfacing thicknesses and roadway cross slopes. The Engineer reserves the right to check or have checked all project surveying. If the surveying is determined to be incorrect, the Contractor shall bear all costs associated with checking the surveying. If the grades are found to be correct, the Contractor will be compensated for costs and lost time in accordance with Section 1-04.4. 1-05.6 Inspections of Work and Materials (January 1, 2010 COP GSP) Supplement Section 1-05.6 with the following: The Engineer or his representative may not be on the job site full-time. The Contractor shall follow the approved construction plans and specifications, schedule, and request inspections and testing at the appropriate times as required herein. The Engineer will make an effort to provide inspections on short notice, but if unable to, the requirements for proper notice shall apply. The project schedule prepared by the Contractor and approved by the Engineer shall also be used as a guide for the Contractor to schedule inspections. The Contractor shall provide 48 hours of response time to a request for inspections and 48 hours for testing, but in no case shall there be more than 72 hours notice. The request shall state the date and approximate time the inspection or test is requested. If the Contractor has requested two (2) inspections or tests and is not prepared for said inspection or test, the Contractor shall pay the costs for any additional improperly scheduled requests. At the beginning of the project, or each applicable construction activity, the Contractor shall meet with the Engineer and establish a minimum 100 feet of product, in the field, which meets the specifications. This work includes: survey staking and control, pavement cuts, utility trenches, trench bedding, pipe installation, backfill, patches, curb and gutter alignment, grade and finish, sidewalk finish, paving finish, and any other activities determined by the Engineer to be important to the project. No major amount of work shall proceed until this is established. This does not waive the Contractor’s requirements in the specifications for quality control or materials used. Inspections and testing are mandatory for acceptance of backfilling any utility trenches; placing base course and top course for streets; paving: placing sidewalks, curbs and gutters, sewer and water line installation. 1-05.7 Removal of Defective and Unauthorized Work (January 1, 2012 COP GSP) Supplement Section 1-05.7 with the following: For new roadway/street construction and overlay projects, HMA work rejected shall require the replacement of the entire road or street width from block to block or as approved in writing from the Engineer. For trench patching, HMA work rejected shall require the replacement of the entire patch width from block to block or as approved in writing from the Engineer. 1-05.11 Final Inspection Delete Section 1-05.11 and replace it with the following: 1-05.11 Final Inspections and Operational Testing 1-05.11(1) Substantial Completion Date (January 1, 2012 COP GSP) The Contracting Agency has the right to use any and/or all work prior to Substantial Completion. Utility castings shall be raised to final grade and final patching shall be completed prior to issuance of Substantial Completion. When the Contractor considers the work substantially complete, the Contractor shall notify the Engineer in writing, requesting the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work to be completed in order to reach physical completion. Upon receipt of the Contractor’s request, the Engineer will schedule an inspection of the work. The Engineer may also establish the Substantial Completion Date unilaterally. After this inspection, the Engineer will notify the Contractor in writing concurring in or denying Substantial Completion. Upon receipt, the Contractor shall provide the Engineer with a revised schedule and pursue without unauthorized delay the work necessary to reach substantial completion. The process shall be repeated until the Engineer establishes the Substantial Completion Date. Once the substantial completion date has been established, the Contractor shall work without delay to reach physical completion. Any defective work found after Substantial Completion and prior to Final Acceptance shall be considered contract work. 1-05.12 Final Acceptance (January 1, 2012 COP GSP) Supplement Section 1-05.12 with: The City shall issue a statement of Final Acceptance at project completion. Work performed by City forces, when a contractor fails to conform to the requirements of 1-05.11, in which reimbursement to the City has not been made, will be withheld from the final payment. A 60-day appeal period will begin the day after final acceptance. The retainage shall be released after the appeal period and in accordance with Washington State R.C.W.’s. (See 1-09.9(1) Retainage) Add the following new section: 1-05.16 Water and Power (October 3, 2014 COP GSP) If City water is used for any work related to this project, a Fire Hydrant Meter and Gate Valve will be furnished by the City of Pasco to be used specifically for this project. The Contractor shall be charged an $800 return deposit plus a $50 non- refundable handling and processing fee for the meter and valve. The City will charge the Contractor for any water used in the construction of the project. Any water used for this project shall be considered incidental to construction and will be paid per WSDOT Standard Specification 2-07.5. The Contractor shall not operate the hydrant as a gate valve, nor shall the Contractor be allowed to operate any other City owned valve. The Contractor shall provide the necessary back flow prevention device when connecting to the water service. The Fire Hydrant Meter requirements and the Fire Hydrant Meter Application are available at the Customer Service Window and the Engineering Department 1-06 CONTROL OF MATERIAL 1-06.2(1) Samples and Tests for Acceptance (January 1, 2012 COP GSP) Supplement Section 1-06.2(1) with the following: The Engineer may designate a third party testing agency to perform sampling and testing. The Engineer shall be notified 48-hours in advance of all testing. If work is rejected due to test failure, the Contractor shall remove and replace the rejected work. If the work fails testing again, all costs for further testing shall be borne by the Contractor. 1-06.2(2) Statistical Evaluations of Materials for Acceptance (November 4, 1997 COP GSP) Delete Section 1-06.2(2) 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.9 Wages 1-07.9(1) General (November 11, 1997 COP GSP) Supplement the eighth paragraph of Section 1-07.9(1) with the following: The Contractor shall pay all required fees established in WAC 296-127-045 and consider said fees incidental to the project. 1-07.17 Utilities and Similar Facilities (January 1, 2012 COP GSP) Supplement Section 1-07.17 with the following: Only City personnel shall operate water system valves. Where the location of the work is in proximity to overhead wires and power lines, the Contractor shall coordinate all work with the utility and shall provide for such measures as may be necessary for the protection of workmen. Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. In addition to the requirements of RCW 19.122, the Contractor shall use surface features and other evidence in determining the approximate utility location prior to excavation. The Contractor shall hand dig to expose known utilities. 1-07.23 (1) Construction Under Traffic (January 1, 2010 COP GSP) Delete the second paragraph of Section 1-07.23(1) in its entirety, and replace it with the following: To disrupt traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open and in good, clean, safe condition at all times. Deficiencies caused by the Contractor’s operations shall be repaired at the Contractor’s expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor’s operations. 1-08 PROSECUTION AND PROGRESS 1-08.4 Notice to Proceed and Prosecution of Work (January 1, 2010 COP GSP) Supplement Section 1-08.4 with the following: The Notice to Proceed shall specify the first day of the contract. 1-08.5 Time for Completion (January 1, 2012 COP GSP) Revise the third paragraph of Section 1-08.5 to read: Contract time shall begin on the day indicated in the written notice to proceed. The contractor must obtain written authorization from the engineer to start work on the project at an earlier date. If permission is granted, then Contract time shall begin on the first working day when onsite Work begins. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. (January 1, 2012 COP GSP) Revise the fifth paragraph of Section 1-08.5 to read: The Engineer will give the Contractor written notice of the Physical Completion Date for all Work the Contract requires. That date shall constitute the Physical Completion Date of the Contract, but shall not imply the City Council’s acceptance of the Work or the Contract. 1-09.9 Payments (April 10, 2006 COP GSP) Supplement this section with the following: If mutually agreed upon, the City may prepare the Progress Payment Estimate. The Contractor shall submit Request for payments on forms approved by the Engineer, monthly for payment. The Engineer shall, upon receipt of progress payment request, review for accuracy. The Engineer shall correct any inaccurate entries and return progress payment request to the Contractor for concurrence and re-submittal. If mutually agreed upon, by the Engineer and Contractor, the City may prepare the Progress Payment. The Contractor, Engineer, and Director of Public Works or Designee, shall sign the progress payment in order for the payment to be valid. The City will make payment within thirty calendar days from the date of the valid progress payment. The cut off period for work covered in a progress period will be within the last ten days of the month, usually by the 25th. 1-09.13 Claims Resolution (April 4, 2006 COP GSP) Revise Section 1-09.13 as follows: 1-09.13(2) Nonbinding Alternative Disputes Resolution (ADR) Delete Section 1-09.13(2) in its entirety. 1-09.13(3) Claims $250,000 or Less Delete Section 1-09.13(3) in its entirety. 1-09.13(3)A Administration of Arbitration Delete Section 1-09.13(3)A in its entirety. 1-09.13(3)B Procedures to Pursue Arbitration Delete Section 1-09.13(3)B in its entirety. 1-09.13(4) Claims in Excess of $250,000 Delete Section 1-09.13(4) in its entirety. City of Pasco Road 36 Lift Station Improvements Technical Specifications Issue for Bid May 2020 HDR Project No. 10076241 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid SEALS AND SIGNATURES 00 01 07 - 1 00 01 07 SEALS AND SIGNATURES Owner Name: City of Pasco Project Name: Road 36 Lift Station Improvements Engineer: HDR Erik Asay Simmons, PE License No. 54661 The seal and signature to the left applies to the following Specifications divisions and sections of this project manual: · Division 1. · Division 2. · Division 3. · Division 8. · Division 9. · Division 31. · Division 33. · Division 40. · Division 43. Grady James Weisz, PE License No. 48918 The seal and signature to the left applies to the following Specifications divisions and sections of this project manual: · Division 26. · Division 40. Engineer’s seal and signature does not apply to the documents that comprise City of Pasco Front End, Bidding and Contracting Requirements. It is a violation of applicable laws and regulations governing professional licensing and registration for any person, unless acting under the direction of the licensed and registered design professional(s) indicated above, to alter in any way the Specifications in this project manual. END OF SEALS AND SIGNATURES 5/22/2020 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid SEALS AND SIGNATURES 00 01 07 - 2 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TABLE OF CONTENTS 00 01 10 - 1 TABLE OF CONTENTS DIVISION 01 — GENERAL REQUIREMENTS 01 11 00 - SUMMARY OF WORK 01 11 20 - JOB CONDITIONS 01 21 22 - MEASUREMENTS OF PAYMENT 01 25 13 - PRODUCT SUBSTITUTIONS 01 26 13 - REQUESTS FOR INFORMATION 01 30 00 - SPECIAL CONDITIONS 01 31 19 - PROJECT MEETINGS 01 32 16 - CONSTRUCTION SCHEDULE 01 33 00 - SUBMITTALS 01 33 04 - OPERATION AND MAINTENANCE MANUALS 01 35 05 - ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01 61 03 - EQUIPMENT: BASIC REQUIREMENTS 01 65 50 - PRODUCT DELIVERY, STORAGE, AND HANDLING 01 73 20 - OPENINGS AND PENETRATIONS IN CONSTRUCTION 01 73 29 - CUTTING AND PATCHING 01 74 00 - CLEANING 01 75 00 - SYSTEM STARTUP DIVISION 02 — EXISTING CONDITIONS 02 41 00 - DEMOLITION DIVISION 03 — CONCRETE 03 09 00 – CONCRETE 03 15 19 – ANCHORAGE TO CONCRETE DIVISION 05 — METALS 05 50 00 – METAL FABRICATIONS DIVISION 08 — OPENINGS 08 31 00 - ACCESS DOORS DIVISION 09 — FINISHES 09 96 00 - HIGH PERFORMANCE INDUSTRIAL COATINGS DIVISION 10 — SPECIALTIES 10 14 00 - IDENTIFICATION DEVICES DIVISION 26 — ELECTRICAL 26 05 00 - ELECTRICAL -BASIC REQUIREMENTS 26 05 19 - WIRE AND CABLE - 600 VOLT AND BELOW 26 05 26 - GROUNDING AND BONDING 26 05 33 - RACEWAY AND BOXES 26 05 43 - ELECTRICAL - EXTERIOR UNDERGROUND 26 08 13 - ACCEPTANCE TESTING 26 09 16 - CONTROL EQUIPMENT ACCESSORIES 26 22 13 - DRY-TYPE TRANSFORMERS 26 24 16 - PANELBOARDS 26 24 19 - MOTOR CONTROL EQUIPMENT 26 28 00 - OVERCURRENT AND SHORT CITCUIT PROTECTION DEVICES 26 32 15 - ENGINE GENERATOR - NATURAL GAS 26 36 00 - TRANSFER SWITCHES 26 43 13 - LOW VOLTAGE SURGE PROTECTION DEVICES 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TABLE OF CONTENTS 00 01 10 - 2 DIVISION 31 — EARTHWORK 31 10 00 - SITE CLEARING 31 23 33 - TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 31 25 00 - SOIL EROSION AND SEDIMENT CONTROL DIVISION 33 — UTILITIES 33 75 00 - TEMPORARY BYPASS PUMPING DIVISION 40 — PROCESS INTERCONNECTIONS 40 05 00 - PIPE AND PIPE FITTINGS: BASIC REQUIREMENTS 40 05 19 - PIPE: DUCTILE 40 05 23 - PIPE: STAINLESS STEEL 40 05 51 - VALVES: BASIC REQUIREMENTS 40 05 61 - GATE VALVES 40 05 52 – MISCELLANEOUS VALVES 40 05 63 – BALL VALVES 40 62 16 - COMPUTER NETWORK AND HUMAN INTERFACE (HMI) HARDWARE 40 63 43 - PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 67 00 - CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 72 00 - LEVEL INSTRUMENTATIONS 40 90 00 - INSTRUMENTATION FOR PROCESS CONTROL - BASIC REQUIREMENTS 40 90 05 - CONTROL LOOP DESCRIPTIONS DIVISION 43 — PROCESS GAS AND LIQUID HANDLING, PURIFICATION, AND STORAGE EQUIPMENT 43 21 00 - PUMPING EQUIPMENT: BASIC REQUIREMENTS 43 25 13 - PUMPING EQUIPMENT: SUBMERSIBLE END-SUCTION SEWAGE PUMPS DIVISION 01 GENERAL REQUIREMENTS THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUMMARY OF WORK 01 11 00 - 1 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Location and Description of Work. 2. Contracts for this Project. 3. Work by Owner. 4. Sequence and Progress of Work. 5. Contractor’s Use of Site. 6. Easements and Rights-of-Way. 7. Utility Owners. 8. Fences. 1.2 LOCATION AND DESCRIPTION OF WORK A. The Work is located at the City of Pasco Road 36 Lift Station, and extends from the Road 36 Lift Station to Manhole # 5062 south of the intersection of Road 36 and Tusayan Road. B. The Work to be performed under this Contract includes constructing the Work broadly described below, in accordance with the Contract Documents, with all related appurtenances. Work shown on the Drawings, or indicated in the Specifications, or indicated elsewhere in the Contract Documents is part of the Work, regardless of whether indicated below. The Work includes, but is not limited to, the following: 1. Providing erosion control measures during construction and demolition activities. 2. Providing traffic control during construction and demolition activities 3. Construction of a new 8 inch diameter ductile iron pipe force main that will connect the existing lift station to the existing manhole # 5062 in Road 36. This includes but is not limited to the following: a. Trenching and backfilling. b. Installation of 8 inch pipe. c. Connecting to existing manhole. d. Installation of two new isolation valves. 4. Restoration of concrete sidewalk, curb and gutter, asphalt pavement by the lift station. 5. Removal of all existing equipment from lift station. 6. Providing bypass pumping for existing lift station. 7. Demolition and removal of existing piping in the lift station. 8. Removal of existing precast concrete slab with access hatches over lift station wet well. 9. Installing the new pumps, electrical equipment, and associated appetences. 10. Installing new precast concrete slab with new access hatches. 11. Cleaning, testing, and startup activities associated with the new pumps and force main. C. Contracting Method: The Project will be constructed under a single prime construction contract. 1.3 CONTRACTS FOR THIS PROJECT A. Non-Professional Services Contracted by Owner: Owner will retain services of the following entities to perform the services indicated relative to the Project. Contractor shall coordinate and schedule the Work with, and cooperate with, the entities performing the following services for Owner. 1. Code-Required Testing and Special Inspections: a. Owner has, or will, retain the services of a qualified testing laboratory to perform material testing services for concrete, rebar, and compaction. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUMMARY OF WORK 01 11 00 - 2 b. Additional code and permit required tests and special inspections will be employed and paid for by the Contractor. 2. SCADA Configuration and Integration Services: a. Owner has, or will, retain the services of Townsend Controls and Electric LLC to perform SCADA configuration services and other information technology services relative to the Work. 1.4 WORK BY OWNER A. Owner will perform the following in connection with the Work: 1. Operate all existing valves, pumps, equipment, and appurtenances that will affect Owner’s operations, unless otherwise specified or indicated. 1.5 SEQUENCE AND PROGRESS OF WORK A. The Work will be performed at an active lift station that delivers wastewater to the City of Pasco’s Wastewater Treatment Plant. This lift stations must operate 24 hours per day, every day. Interruptions to its operations resulting from construction activities must be coordinated with the City and bypass pumping shall be provided to maintain service. Sequencing of the major elements of the Work is a critical aspect for minimizing unanticipated interruptions. B. Access by City personnel to the lift stations shall be maintained at all times throughout the construction duration. C. The following is a general approach for the sequencing of major elements of the Work and is intended to be a guide to the Contractor in the development of the Construction Progress Schedule so as to minimize the impacts to lift station operations. It is not intended to be all inclusive of all construction activities that will have impacts to lift station operations. 1. Sequencing: a. Install the new 8 inch diameter force main in Road 36. b. Install new pumps and electrical equipment at the Road 36 Lift Station 1.6 CONTRACTOR’S USE OF SITE A. Contractors will have full use of the Site for storage and operations of workers related to the Project. B. Limits on Contractor’s use of the Site are: 1. Do not use the Site for operations other than those required for the Project. C. Owner will occupy the Site jointly with Contractor during construction for performance of Owner’s typical operations. Coordinate with Owner in all construction operations to minimize conflicts between Contractor and Owner’s employees and others under Owner’s control. 1.7 EASEMENTS AND RIGHTS-OF-WAY A. Easements and Rights-of-Way - General: 1. Easements and rights-of-way required for the permanent improvements included in the Work will be provided by Owner. 2. Confine construction operations within Owner’s property, public rights-of-way, easements obtained by Owner, and limits shown, and property for which Contractor has made arrangements directly with property owner(s). 3. Use care in placing construction tools, machinery and equipment, excavated materials, and materials and equipment to be incorporated into the Work to avoid damaging property and interfering with traffic. 4. Do not enter private property outside the construction limits without permission from the owner of the property. 1.8 UTILITY OWNERS A. Utilities known to Engineer who may have facilities (Underground Facilities or otherwise) in the vicinity of the Work are as follows: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUMMARY OF WORK 01 11 00 - 3 1. Cascade Natural Gas Arnie Garza Email: Arnie.Garza@cngc.com 2. Franklin PUD Aaron Gonzales Phone: (509) 546-5953 1.9 FENCES A. All fences affected by the Work shall be maintained by the Contractor until completion of the Work. Fences disturbed by the Work shall be restored by Contractor to their original or better condition and to their original location unless otherwise indicated. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION - (NOT USED) END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUMMARY OF WORK 01 11 00 - 4 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid JOB CONDITIONS 01 11 20 - 1 SECTION 01 11 20 JOB CONDITIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Job conditions. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 1.2 PROJECT CONDITIONS A. Prior to installation of material, equipment and other work, verify with subcontractors, material or equipment manufacturers, and installers that the substrate or surface to which those materials attach is acceptable for installation of those materials or equipment. (Substrate is defined as building surfaces to which materials or equipment is attached to i.e., floors, walls, ceilings, etc.). B. Correct unacceptable substrate until acceptable for installation of equipment or materials. C. Maintaining the Road 36 lift station operations: 1. The Road 36 lift station shall remain in operation for the installation of the new 8-inch Forcemain. Coordinate with the Owner for all elements of the Work that may or will impact: a. Access to the existing wetwell for operations staff and other maintenance vehicles and equipment routinely used in the operation and maintenance of this lift station. b. Operation of the Road 36 lift station, such as curtailments or interruptions of electrical power. c. Construction activities that will require any curtailment or interruptions to the Road 36 lift station operations shall be identified on the Construction Progress Schedule and the estimated duration of such interruptions identified. Provide to the Owner updates on planned operations interruptions not less than 10 calendar days in advance and gain approval from the Owner prior to implementing activities associated with the planned interruption. 2. The Road 36 lift station shall be shut down for the installation of the new pumps and electrical equipment. See specification section 33 75 00 – Temporary Bypass Pumping for the temporary bypass pumping requirements. D. Protection of existing buildings, utilities, and access adjacent to construction operations and excavations: 1. Locate and identify existing utilities prior to the start of work and make provision for the protection of existing utilities and structures. 2. Contractor will replace any existing property, utilities, or structures impacted or damaged by construction to equal or better than existing conditions. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION - (NOT USED) END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid JOB CONDITIONS 01 11 20 - 2 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MEASUREMENT AND PAYMENT (UNIT PRICE CONTRACTS) 01 22 00 - 1 SECTION 01 22 00 MEASUREMENT AND PAYMENT (UNIT PRICE CONTRACTS) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Defines how work items are measured and paid for on Unit Price Contracts. These items include unit price, lump sum price, and allowance payment items. 2. Receive payment for work after it is installed. Payment for material on hand can only be paid for if allowed by the Agreement, the General and/or Special Conditions. 3. Partial payment may be requested for items partially installed when agreed to by the Owner. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front end Documents. 2. Division 01 - General Requirements. 1.2 UNIT PRICE ITEMS A. Quantity and measurement estimates stated in the Bid Form are estimates for bidding purposes only. Actual payments shall be based on actual quantities installed, in-place, as measured and/or verified by the Engineer. B. Unless otherwise stated in the Contract Documents, the bid unit prices shall be in effect throughout the contract duration. When the variance between the estimated quantities and the actual installed quantities is more than 25 PCT, the Contractor or the Owner may negotiate a change to the Unit Price. That change will be made in accordance with the Change Order process as defined in the Contract Documents. C. Except as defined above, make no claim, nor receive any compensation, for anticipated profits, loss of profit, damages, or any extra payment due to any difference between the amounts of work actually completed, or materials or equipment furnished, and the estimated quantities. D. The Owner shall only pay for quantities that exceed the estimated quantities so long as the total payments to the Contractor do not exceed the Contract Price. If the added quantities will result in payments that exceed the Contract Price, a Change Order shall be approved by the Owner before payment can be made for the added quantities. E. Assist Engineer by providing necessary equipment, workers, and survey personnel as required to measure quantities. F. Unless stated in the Contract Documents, measured quantities shall be rounded to the nearest whole integer. G. Measurement: 1. Measurement for progress payment shall be made by, or approved by, the Owner based on the actual quantities installed. The actual quantities installed shall only be adjusted for corrections to previous calculations, incomplete elements or components if agreed to in advance and in writing by the Owner. 2. Unless otherwise provided for in the Contract Documents, unit price items shall be all inclusive of all related work, direct and indirect costs, to provide a complete and functional item. 3. The final measurement shall be based on actual installed quantities, jointly measured and agreed to by the Contractor and the Owner. Quantities shall only be adjusted (increased or decreased) based on a final calculation of quantities verified by the Owner and Contractor. H. Payment: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MEASUREMENT AND PAYMENT (UNIT PRICE CONTRACTS) 01 22 00 - 2 1. Progress payments shall be in accordance with the Contract Documents based on estimated quantities installed paid at the bid unit price. 2. The final payment shall be based on actual quantities, fully installed, tested and placed into service, paid at the bid unit price. 1.3 LUMP SUM ITEMS A. Progress payments for Lump Sum items in the Bid Schedule shall be based on the breakdown prepared by the Contractor and approved by the Engineer and Owner before acceptance of the Application for Payment for the Lump Sum item. B. Lump Sum payment shall be for the entire item as specified and as indicated in the Contract Documents. Payment for all bid items indicated as Lump Sums shall include the cost of all labor, materials, equipment and incidentals necessary to furnish, install, clean, test, and place each bid item into operation; including permitting, general conditions, overhead and profit. 1.4 APPLICATION FOR PAYMENT A. Provide a Summary Sheets and breakdown sheets equivalent to those of EJCDC document C- 620, Contractor's Application for Payment forms. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION 3.1 BID ITEM NO. 1 – MOBILIZATION AND DEMOBILIZATION (6% MAX) A. Measurement: 1. Mobilization and Demobilization shall be measured by the Item No. 1 on the bid form. B. Payment: 1. Payment for Mobilization / Demobilization shall include but not be limited to costs for: a. Mobilizing equipment and personnel onto the job site b. Bid bonds c. Preparing site for construction d. Obtaining the necessary permits and licenses e. Site maintenance during construction f. Site security and access control g. Safety 2. Necessary support facilities a. Demobilizing equipment and personnel off of the job site 3. Payment shall be lump sum. a. 70% of the price bid after Contractor has submitted schedule and has mobilized equipment, materials and labor to the project site(s). b. 30% of the bid price after Contractor has received substantial completion by the Engineer and demobilized all equipment, material and labor from the project site(s). 3.2 BID ITEM NO. 2 – SPCC PLAN A. Measurement: 1. The SPCC Plan shall be measured by the Item No. 2 on the bid form. B. Payment: 1. Payment for the SPCC Plan shall include full compensation for all labor, equipment, and materials and overhead costs associated with the preparation of the SPCC Plan and any coordination and preparation needed prior to implementation. 2. Payment shall be lump sum. 3.3 BID ITEM NO. 3 – PROJECT TEMPORARY TRAFFIC CONTROL A. Measurement: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MEASUREMENT AND PAYMENT (UNIT PRICE CONTRACTS) 01 22 00 - 3 1. Project Temporary Traffic Control shall be measured by the Item No. 3 on the bid form. B. Payment: 1. Payment for the bid item for “Project Temporary Traffic Control” will be made in accordance with Design and Construction Standards and Specification for Public Works Improvements and as herein specified. All costs for labor, equipment and materials as required to furnish, install, maintain and remove all required temporary traffic control signs and notices, shall be included in the subject sum bid item. 2. Payment shall be lump sum. 3.4 BID ITEM NO. 4 – RECORD DRAWINGS A. Measurement: 1. Record drawings shall be measured by the Item No. 4 on the bid form and shall have a minimum bid of $1,500. B. Payment: 1. Payment for record drawings shall be lump sum and will be made on a prorated monthly basis for work completed as specified herein up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set. 3.5 BID ITEM NO. 5 – DEMOLITION A. Measurement: 1. The Demolition shall be measured by the Item No. 5 on the bid form. B. Payment: 1. Payment for demolition shall include full compensation for all labor, equipment, and materials required to complete the demolition including haul for items illustrated on the Contract Plans and as specified herein. These items include but are not limited to: a. Remove Existing Valves b. Remove Existing Pipe c. Saw Cutting d. Remove Existing Concrete Slab e. Remove Existing Pavement f. Remove Concrete Base g. Remove Existing 5 KVA Transformer h. Remove Existing Control Panel i. Remove Existing Generator j. Items to be salvaged to the City are identified in Specification Section 02 41 00. 2. Payment shall be lump sum. 3.6 BID ITEM NO. 6 – DUST CONTROL A. Measurement 1. Dust control shall be measured by the Item No. 6 on the bid form. B. Payment 1. Payment for dust control shall include the complete cost to furnish, install, and remove all dust control relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: a. Temporary dust control system b. Misting system c. All pipes associated with the dust control system d. Water truck e. Labor to operate the dust control system 2. Payment shall be lump sum. 3.7 BID ITEM NO. 7 – TRENCH SAFETY A. Measurement 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MEASUREMENT AND PAYMENT (UNIT PRICE CONTRACTS) 01 22 00 - 4 1. Trench Safety shall be measured by the Item No. 7 on the bid form. B. Payment 1. Payment for the trench safety system shall include full compensation for all labor, equipment, and materials required to furnish and install a trench safety systrem such as trench boxes. 2. Payment shall be per lineal foot 3.8 BID ITEM NO. 8 – 8 INCH DUCTILE IRON PIPE A. Measurement: 1. Piping shall be measured by the Item No. 8 on the bid form. B. Payment: 1. Payment for the piping shall be full compensation for all labor, equipment, materials, and all other incidentals required to furnish and install the 8-inch Class 50 Ductile Iron Pipe. This includes all labor, tools, materials and installation costs associated with the item. This item includes but is not limited to the following: a. Trench excavation b. Pipe bedding c. Backfill and compaction of soils d. 8-inch Class 50 DIP and associated fittings e. Mechanical joint restraint f. Concrete thrust blocks 2. Payment shall be per lineal foot. 3.9 BID ITEM NO. 9 – 6 INCH DUCTILE IRON PIPE A. Measurement: 1. Piping shall be measured by the Item No. 9 on the bid form. B. Payment: 1. Payment for the piping shall be full compensation for all labor, equipment, materials, and all other incidentals required to furnish and install the 6-inch Class 50 Ductile Iron Pipe. This includes all labor, tools, materials and installation costs associated with the item. This item includes but is not limited to the following: a. 6-inch Class 50 DIP and associated fittings b. Trench excavation c. Pipe bedding d. Backfill and compaction of soils e. Pipe supports f. 2” Tap g. Mechanical joint restraint h. Concrete collar 2. Payment shall be per lineal foot. 3.10 BID ITEM NO. 10 – 4 INCH DUCTILE IRON PIPE A. Measurement: 1. Piping shall be measured by the Item No. 10 on the bid form. B. Payment 1. Payment for the piping shall be full compensation for all labor, equipment, materials, and all other incidentals required to furnish and install the 4-inch Class 50 Ductile Iron Pipe. This includes all labor, tools, materials and installation costs associated with the item. This item includes but is not limited to the following: a. 4-inch Class 50 DIP and associated fittings 2. Payment shall be per lineal foot. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MEASUREMENT AND PAYMENT (UNIT PRICE CONTRACTS) 01 22 00 - 5 3.11 BID ITEM NO. 11 – 4 INCH SST PIPE A. Measurement: 1. Piping shall be measured by the Item No. 11 on the bid form. B. Payment 1. Payment for the piping shall be full compensation for all labor, equipment, materials, and all other incidentals required to furnish and install the 4-inch SST Pipe. This includes all labor, tools, materials and installation costs associated with the item. This item includes but is not limited to the following: a. 4-inch SST Pipe and associated fittings 2. Payment shall be per lineal foot. 3.12 BID ITEM NO. 12 – 8-INCH GATE VALVES A. Measurement: 1. 8-inch gate valves shall be measured by the Item No. 12 on the bid form. B. Payment: 1. Payment for 8-inch gate valves shall include full compensation for all labor, equipment, and materials required to furnish and install the 8-inch gate valves as shown on the Plans and detailed in the Contract Specifications. 2. Payment shall be per each. 3.13 BID ITEM NO. 13 – 6-INCH GATE VALVES A. Measurement: 1. 6-inch gate valves shall be measured by the Item No. 13 on the bid form. B. Payment: 1. Payment for 6-inch gate valves shall include full compensation for all labor, equipment, and materials required to furnish and install the 6-inch gate valves as shown on the Plans and detailed in the Contract Specifications. 2. Payment shall be per each. 3.14 BID ITEM NO. 14 – 2-INCH AIR RELEASE VALVE WITH INLET SHUTOFF VALVE A. Measurement: 1. 2-inch Air Release Valves shall be measured by the Item No. 14 on the bid form. B. Payment: 1. Payment for the 2-inch Air Release Valve with inlet shutoff valve shall include full compensation for all labor, equipment, materials, and installation costs required to furnish and install the 2-inch Air Release Valve as shown on the Plans and detailed in the Contract Specifications. This item includes but is not limited to the following: a. 2-inch Air Release Valve b. Isolation Valve c. ½” Schedule 40 Steel Pipe d. All other items necessary for a complete and functioning air release valve. 2. Payment shall be per each. 3.15 BID ITEM NO. 15 – 36-INCH BY 60-INCH ACCESS HATCH A. Measurement: 1. 36-inch by 60-inch access hatch shall be measured by the Item No. 15 on the bid form. B. Payment: 1. Payment for 36-inch by 60-inch access hatch shall include full compensation for all labor, equipment, and materials required to furnish and install the 36-inch by 60-inch access hatch as shown on the Plans and detailed in the Contract Specifications. 2. Payment shall be per each. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MEASUREMENT AND PAYMENT (UNIT PRICE CONTRACTS) 01 22 00 - 6 3.16 BID ITEM NO. 16 – SUBMERSIBLE PUMPS A. Measurement: 1. Submersible pump shall be measured by the Item No. 16 on the bid form. B. Payment: 1. Payment for the two (2) submersible pumps shall include full compensation for all labor, equipment, and materials required to furnish and install the submersible pumps as shown on the Plans and detailed in the Contract Specifications. 2. Payment shall be per each. 3.17 BID ITEM NO. 17 – ELECTRICAL AND I&C A. Measurement: 1. Electrical and I&C shall be measured by the Item No. 17 on the bid form. B. Payment: 1. Payment for electrical and I&C shall be full compensation for all labor, equipment, material, and all other incidentals required to install the electrical and I&C equipment in accordance with the Plans and as specified herein. Work includes but is not limited to: a. Telemetry control panel. b. Instrumentation equipment. c. Power equipment. d. Pump control panel. e. Conduit and wiring. f. Programing and system integration. g. Concrete equipment pad. h. All other items necessary for a complete and functioning electrical and I&C system. 2. Payment shall be lump sum. 3.18 BID ITEM NO. 18 – NEW 15-INCH THICK CONCRETE BASE A. Measurement: 1. New 15-inch thick concrete base shall be measured by the Item No. 18 on the bid form. B. Payment: 1. Payment for new 15-inch thick concrete base shall include full compensation for all labor, equipment, and materials required to furnish and install the new 15-inch thick concrete base as shown on the Plans and detailed in the Contract Specifications. 2. Payment shall be per lump sum. 3.19 BID ITEM NO. 19 – REPAIR CONCRETE SLAB A. Measurement: 1. The repair of concrete slab shall be measured by the Item No. 19 on the bid form. B. Payment: 1. Payment for the repair of concrete slab shall include full compensation for all labor, equipment, and materials required to repair the concrete slab as shown on the Plans and detailed in the Contract Specifications. 2. Payment shall be per square foot. 3.20 BID ITEM NO. 20 – DIG AND VERIFY A. Measurement: 1. Digging and verifying shall be measured by the Item No. 20 on the bid form. B. Payment: 1. Payment for digging and verifying shall include full compensation for all labor, equipment, and materials required for digging and verifying locations of existing utilities as detailed in the Contract Specifications. 2. Payment shall be per each. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MEASUREMENT AND PAYMENT (UNIT PRICE CONTRACTS) 01 22 00 - 7 3.21 BID ITEM NO. 21 – TESTING AND STARTUP A. Measurement: 1. Testing and startup shall be measured by the Item No. 21 on the bid form. 2. Payment: a. Payment for testing and startup shall be full compensation for all labor, equipment, material and all other incidentals necessary for testing and startup of the project as shown on the Plans and detailed in the contract specifications. b. Payment shall be lump sum. 3. Payment shall be lump sum. 3.22 BID ITEM NO. 22 – BYPASS PUMPING A. Measurement: 1. Bypass pumping shall be measured by the Item No. 22 on the bid form. 2. Payment for the bypass pumping shall be full compensation for all labor, equipment, materials, and all other incidentals required to operate the bypass pumping equipment. This includes all labor, tools, materials and installation costs associated with the item. This item includes but is not limited to the following: a. Operation as specified in these documents 3. Bypass pumping is only intended for when the Road 36 lift station needs to be taken offline to install the new pumps in the wetwell and upgrade the electrical system as shown on the drawings. 4. Payment shall be lump sum. 3.23 BID ITEM NO. 23 – NEW DIESEL GENERATOR A. Measurement: 1. New diesel generator shall be measured by the Item No. 23 on the bid form. B. Payment: 1. Payment for new diesel generator shall include full compensation for all labor, equipment, and materials required to furnish and install new diesel generator as shown on the Plans and detailed in the Contract Specifications. This item includes but is not limited to the following: a. Diesel generator. b. Concrete equipment pad. 2. Payment shall be per each. 3.24 BID ITEM NO. 24 – TRENCH PAVEMENT RESTORATION A. Measurement: 1. Trench pavement restoration shall be measured by the Item No. 24 on the bid form. B. Payment: 1. Payment for trench pavement restoration shall include full compensation for all labor, equipment, and materials required to re-cut the pavement edges prior to patching, grade and remove or supply and place top course rock and restore the pavement as herein specified. 2. Payment shall be per square yard. 3.25 BID ITEM NO. 25 – LANDSCAPE RESTORATION A. Measurement: 1. Landscape restoration shall be measured by the Item No. 25 on the bid form. B. Payment: 1. Payment for landscape restoration shall include full compensation for all labor, equipment, and materials required to restore landscaping to its original condition. Work includes but is not limited to: a. Providing all plants, shrubs, ground cover, hydro seeding, and temporary plant staking. b. Stripping of existing top soil and stockpiling placement of existing top soil. c. Repairing damage to the existing irrigation piping and sprinklers. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MEASUREMENT AND PAYMENT (UNIT PRICE CONTRACTS) 01 22 00 - 8 d. All other miscellaneous items necessary to restore the landscaping to the original condition. 3.26 BID ITEM NO. 26 – HOT BOX A. Measurement: 1. Hotbox shall be measured by the Item No. 26 on the bid form. B. Payment: 1. Payment for the Hotbox shall include full compensation for all labor, equipment, and materials required to furnish and install the new Hot Box as shown on the Plans. 2. Payment shall be per each. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT SUBSTITUTIONS 01 25 13 - 1 SECTION 01 25 13 PRODUCT SUBSTITUTIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to one or more of the following: a. Name of manufacturer. b. Name of vendor. c. Trade name. d. Catalog number. 2. Substitutions are not "or-equals." 3. This Specification Section does not address substitutions for major equipment. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. C. Request for Substitution - General: 1. Base all bids on materials, equipment, and procedures specified. 2. Certain types of equipment and kinds of material are described in specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by Engineer. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the Owner. 1.2 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, Contractor represents they: 1. Have investigated proposed product, and have determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended. 2. Will provide same guarantee for substitute item as for product specified. 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects. 4. Waives all claims for additional costs related to substitution which subsequently arise. 1.3 DEFINITIONS A. Product: Manufactured material or equipment. 1.4 PROCEDURE FOR REQUESTING SUBSTITUTION DURING BIDDING PERIOD A. The Contract for the Work, as awarded, shall be on the basis of adhering to specifications in the Contract Documents for Bid Items such as labor, materials, equipment, and/or procedures. Proposal by the Bidder for an “or-equal”, and/or “substitute”, to those items shall be approved by the Engineer and Owner prior to the submittal of Bids and identified by an Addendum. Unless a written request for approval has been submitted by the Bidder, and has been received by the Owner, no proposed item of material, equipment, and/or alternative procedure will be 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT SUBSTITUTIONS 01 25 13 - 2 considered by the Engineer and Owner as an “or-equal”, and/or “substitute” during the bidding period. All written requests of approval shall be submitted within 10 working days of the issuance of the Advertisement of Invitations to bid. B. All prices that Bidder sets forth in its Bid will be based on the presumption that the Contractor will furnish the materials and equipment specified or described in the Bidding Documents, and will perform the Work in accordance with procedures indicated in the Bidding Documents, as supplemented by Addenda, if any. Assumptions regarding the possibility of post-bid approvals of “or-equal” or substitution requests are made at Bidder’s sole risk.. 1.5 PROCEDURE FOR REQUESTING SUBSTITUTION AFTER AWARD OF CONTRACT A. Substitution will only be considered under the conditions stated herein. B. Written request through Contractor only. C. Transmittal Mechanics: 1. Follow the transmittal mechanics prescribed for Shop Drawings in Specification Section 01 33 00. a. Product substitution will be treated in a manner similar to "deviations," as described in Specification Section 01 33 00. b. List the letter describing the deviation and justifications on the transmittal form in the space provided under the column with the heading DESCRIPTION. 1) Include in the transmittal letter, either directly or as a clearly marked attachment, the items listed in Paragraph D below. D. Transmittal Contents: 1. Product identification: a. Manufacturer's name. b. Telephone number and representative contact name. c. Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents. 2. Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents. 3. Itemized comparison of original and proposed product addressing product characteristics including but not necessarily limited to: a. Size. b. Composition or materials of construction. c. Weight. d. Electrical or mechanical requirements. 4. Product experience: a. Location of past projects utilizing product. b. Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product. c. Available field data and reports associated with proposed product. 5. Data relating to changes in construction schedule. 6. Data relating to changes in cost. 7. Samples: a. At request of Engineer. b. Full size if requested by Engineer. c. Held until substantial completion. d. Engineer not responsible for loss or damage to samples. 1.6 CONTRACTOR’S RESPONSIBILITIES A. “Or Equals”. 1. Contractor’s Request; Governing Criteria: Whenever an item of equipment or material is specified or described in the Contract Documents by using the names of one or more proprietary items or specific Suppliers, the Contract Price has been based upon Contractor furnishing such item as specified. The specification or description of such an item is 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT SUBSTITUTIONS 01 25 13 - 3 intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or equal” item is permitted, Contractor may request that Owner authorize the use of other items of equipment or material, or items from other proposed Suppliers, under the circumstances described below. a. If Owner in its sole discretion determines that an item of equipment or material proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, Owner will deem it an “or equal” item. For the purposes of this paragraph, a proposed item of equipment or material will be considered functionally equal to an item so named if: 1) in the exercise of reasonable judgment Owner determines that the proposed item: a) is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; b) will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; c) has a proven record of performance and availability of responsive service; and d) is not objectionable to Owner. 2) Contractor certifies that, if the proposed item is approved and incorporated into the Work: a) there will be no increase in cost to the Owner or increase in Contract Times; and b) the item will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Contractor’s Expense: Contractor shall provide all data in support of any proposed “or equal” item at Contractor’s expense. 3. Owner’s Evaluation and Determination: Owner shall be allowed a reasonable time to evaluate each “or-equal” request. Owner may require Contractor to furnish additional data about the proposed “or-equal” item. Owner shall be the sole judge of acceptability. No “or- equal” item will be ordered, furnished, installed, or utilized until Owner’s review is complete and Owner determines that the proposed item is an “or-equal,” which will be evidenced by an approved Shop Drawing or other written communication. Owner will advise Contractor in writing of any negative determination. 4. Effect of Owner’s Determination: Neither approval nor rejection of an “or-equal” request will result in any change in Contract Price. The Owner’s rejection of an “or-equal” request will be final and binding, and may not be reversed through an appeal under any provision of the Contract. 5. Treatment as a Substitution Request: If Owner determines that an item of equipment or material proposed by Contractor does not qualify as an “or-equal” item, Contractor may request that Owner consider the item a proposed substitute pursuant to Paragraph 1.6.B. B. Substitutes 1. Contractor’s Request; Governing Criteria: Unless the specification or description of an item of equipment or material required to be furnished under the Contract Documents contains or is followed by words reading that no substitution is permitted, Contractor may request that Owner authorize the use of other items of equipment or material under the circumstances described below. To the extent possible such requests must be made before commencement of related construction at the Site. a. Contractor shall submit sufficient information as provided below to allow Owner to determine if the item of material or equipment proposed is functionally equivalent to that named and an acceptable substitute thereof. Owner will not accept requests for review of proposed substitute items of equipment or material from anyone other than Contractor. b. The requirements for review by Owner will be as set forth in Paragraph 1.6.B.2 and as Owner may decide is appropriate under the circumstances. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT SUBSTITUTIONS 01 25 13 - 4 c. Contractor shall make written application to Owner for review of a proposed substitute item of equipment or material that Contractor seeks to furnish or use. The application: 1) will certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to the item specified; and c) be suited to the same use as the item specified. 2) will state: a) the extent, if any, to which the use of the proposed substitute item will necessitate a change in Contract Times; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item; and c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. 3) will identify: a) all variations of the proposed substitute item from the item specified; and b) available engineering, sales, maintenance, repair, and replacement services. 4) will contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including but not limited to changes in Contract Price, shared savings, costs of redesign, and claims of other contractors affected by any resulting change. 2. Owner’s Evaluation and Determination: Owner shall be allowed a reasonable time to evaluate each substitute request. Owner may require Contractor to furnish additional data about the proposed substitute item. Owner shall be the sole judge of acceptability. No substitute will be ordered, furnished, installed, or utilized until Owner’s review is complete and Owner determines that the proposed item is an acceptable substitute. Owner’s determination will be evidenced by a Field Order or a proposed Change Order accounting for the substitution itself and all related impacts, including changes in Contract Price or Contract Times. Owner will advise Contractor in writing of any negative determination. 3. Special Guarantee: Owner may require Contractor to furnish at Contractor’s expense a special performance guarantee or other surety with respect to any substitute. 4. Reimbursement of Owner’s Cost: Owner will record Owner’s costs in evaluating a substitute proposed or submitted by Contractor. Whether or not Owner approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. 5. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute at Contractor’s expense. 6. Effect of Owner’s Determination: If Owner approves the substitution request, Contractor shall execute the proposed Change Order and proceed with the substitution. The Owner’s denial of a substitution request will be final and binding, and may not be reversed through an appeal under any provision of the Contract. Contractor may challenge the scope of reimbursement costs imposed under Paragraph 1.6.B.4, by timely submittal of a Change Proposal. 1.7 APPROVAL OR REJECTION A. Written approval or rejection of substitution given by the Engineer. B. Engineer reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. C. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT SUBSTITUTIONS 01 25 13 - 5 D. Substitution will be rejected if: 1. Submittal is not through the Contractor with his stamp of approval. 2. Request is not made in accordance with this Specification Section. 3. In the Engineer's opinion, acceptance will require substantial revision of the original design. 4. In the Engineer's opinion, substitution will not perform adequately the function consistent with the design intent. E. Reimburse Owner for the cost of Engineer's evaluation whether or not substitution is approved. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION - (NOT USED) END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT SUBSTITUTIONS 01 25 13 - 6 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT SUBSTITUTIONS 01 25 13 - 7 EXHIBIT A Substitution Request Form (One Item per each Form) Project: Date: Substitution Requestor: Contractor: Specification Section No: Paragraph No. (i.e. 2.1.A.1.c): Specified Item: Proposed Substitution: Provide Product Data Sheets, Manufacturer’s written installation instructions, drawings, diagrams, or any other information as an attached to this Form that will demonstrate the proposed substitution is an Approved Equal. In the lines provided state differences between proposed substitutions and specified item. Differences include but are not limited to interrelationship with other items; materials, equipment, function, utility, life cycle costs, applied finished, appearances, and quality. ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ In the lines provided demonstrate how the proposed substitution is compatible with or modifies other systems, parts, equipment or components of the Project and Work under the Contract : ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ In the lines provided, describe what effect the proposed substitution has on dimensions indicated on the Drawings and previously reviewed Shop Drawings? ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ In the lines provided, describe what effect the proposed substitution has on the Construction Schedule and Contract Time. ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ In the lines provided, describe what effect the proposed substitution has on the Contract Price. This includes all direct, indirect, impact and delay costs. ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ Manufacturer’s guarantees of the proposed and specified items are: ☐ Same ☐ Different (explain on attachment) The undersigned state that the function, utility, life cycle costs, applied finishes, appearance and quality of the proposed substitution are equal or superior to those of the specified item. For use by Project Representative: ______________________________________________ ☐ Accepted ☐ Accepted as Noted (Contractor’s Signature) ☐ Not Accepted ☐ Received Too Late ______________________________________________ (Contractor’s Firm) __________________ ______________________________________________ (Date) (Firms Address) __________________ ______________________________________________ (Telephone) Comments: Copyright 2014 HDR Engineering, Inc. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT SUBSTITUTIONS 01 25 13 - 8 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid REQUESTS FOR INFORMATION (RFI) 01 26 13 - 1 SECTION 01 26 13 REQUESTS FOR INFORMATION (RFI) PART 1 - GENERAL 1.1 SUMMARY A. This Section defines the process for handling Requests for Information (RFI). B. RFIs are intended to provide clarifications and interpretations of the Contract Documents and maintain progress of Work. C. RFIs are not intended for general communication, requesting substitutions, requesting proposed changes, resolution of nonconforming work, or coordination between contractors. 1.2 REQUIREMENTS OF THE CONTRACT DOCUMENTS: A. During the performance of the Work and until final payment, Contractor shall submit to the Owner all matters in question concerning the requirements of the Contract Documents (sometimes referred to as requests for information or interpretation-RFIs), or relating to the acceptability of the Work under the Contract Documents, as soon as possible after such matters arise. 1. Owner will be the initial interpreter of the requirements of the Contract Documents, and judge of the acceptability of the Work thereunder. B. Owner will, with reasonable promptness, render a written clarification, interpretation, or decision on the issue submitted, or initiate an amendment or supplement to the Contract Documents. 1. Owner's written clarification, interpretation, or decision will be final and binding on Contractor, unless it appeals by submitting a Change Proposal, and on Owner, unless it appeals by filing a Claim. C. If a submitted matter in question concerns terms and conditions of the Contract Documents that do not involve (1) the performance or acceptability of the Work under the Contract Documents, (2) the design (as set forth in the Drawings, Specifications, or otherwise), or (3) other engineering or technical matters, then Owner will promptly give written notice to Contractor that Owner is unable to provide a decision or interpretation. 1.3 RFI SUBMITTAL PROCEDURE A. All RFIs shall be submitted on the form included with this Section, or on mutually agreeable forms. B. When needed, the RFI shall include backup information to clarify the request. 1. Backup information can include verified field measurements, quantities, dimensions, photos showing existing conditions, and any other information that will assist the Engineer or Owner in reviewing and responding to the RFI. C. Within ten (10) working days of receipt of RFI, Engineer will return a response to the RFI, request additional information, or will provide a schedule of when a response will be issued. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SPECIFICATION SECTION) PART 3 - EXECUTION 3.1 REQUESTS FOR INFORMATION A. Review of Contract Documents and Field Conditions: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid REQUESTS FOR INFORMATION (RFI) 01 26 13 - 2 1. Before starting each portion of Work, carefully study and compare drawings, specifications and other contract documents, coordination drawings, shop drawings, prior correspondence or documentation relative to that portion of Work, and any other information furnished by Engineer and Owner. 2. Evaluate field conditions and take field measurements related to that portion of Work. 3. Any inconsistencies discovered in the above review of the contract documents and field conditions should be submitted to the Engineer in an RFI. B. Contractor’s Responsibilities: 1. When interpretation, clarification or explanation of portion of Construction Documents is needed by Contractor or its Subcontractor, Vendor or Supplier, the request shall be processed through the Contractor. a. Review the RFI for completeness, quality, proper referencing drawings, specification or other contract documents. b. When submitting RFI's generated from subcontractors, suppliers, and others, make every attempt to validate, resolve or respond to RFI by thoroughly researching and reviewing Contract Documents and field conditions before transmitting to the Engineer. c. If the RFI is not clear, concise, complete and easily understood, do not submit the RFI to Engineer for response. 2. Follow these procedures in developing an RFI: a. List relevant Contract Documents when seeking information being requested. 1) Reference all applicable Contract Drawings by sheet number. 2) Specifications by section and paragraph number 3) Reference any other relevant documents. b. Clearly state any additional information needed so request can be fully understood, including sketches, photos or other reference material. c. Suggest any reasonable solutions and recommendations which will aid in determining a solution or response. d. Any critical RFI’s requiring a rapid response shall clearly indicate such with an explanation as to why RFI is critical. e. Priority for responses shall be indicated when multiple RFI’s are submitted within short period of time. 3. A response to RFI shall not be considered a notice to proceed with a change that may revise the Contract Sum or Contract Time, unless authorized by Owner in writing. 4. If response to RFI is determined incomplete, it shall be resubmitted with reason response is unacceptable and any necessary additional information within five (5) days of time of receipt of response to RFI. C. RFI Submittal Format: 1. Request for information shall be submitted to Owner on RFI form provided at end of this section, or form provided by Owner in electronic format, or in similar format acceptable to Owner. 2. RFI form shall be electronically completed and emailed to Owner's designated representative in electronic format. Attachments shall be in electronic text or PDF file format. Photo attachments may be in JPG format. D. RFI Submittal Numbering: 1. RFI’s shall be assigned unique numbers in sequential order (1, 2, 3, 4, etc.). 2. A resubmitted RFI or a previously answered RFI requiring revising or further clarification shall be submitted using original RFI number proceeded by ".1 IN to indicate revision one of RFI (i.e.: RFI No. 34.1 for revision 1 to RFI No. 34). E. Invalid RFI 1. Engineer may return RFI without response for following reasons: a. Request is unclear or incomplete. b. Request was answered in a previous RFI. c. Requested information is readily available in the Construction Documents. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid REQUESTS FOR INFORMATION (RFI) 01 26 13 - 3 d. Request is related to construction means, methods or techniques. e. Request is related to health or safety measures. f. Request is due to Contractor’s lack of adequate coordination. g. Issue relates to coordination between Subcontractors. h. Request is a "Substitution Request." i. Request is a "Contractor Proposed Change." j. Request is due to non-conformance. 2. Should the invalid RFIs continue to be provided, the Owner may deduct the cost of the Engineer’s time to process, review and return the RFI’s. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid REQUESTS FOR INFORMATION (RFI) 01 26 13 - 4 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid REQUESTS FOR INFORMATION (RFI) 01 26 13 - 5 EXHIBIT A Request for Information Form Contractor's RFI No. Engineer's RFI No. Contract: Contractor: Owner: Owner's Contract No. Engineer HDR Engineering, Inc. Engineer's Contract No. THIS REQUEST BY: cc to: (Name of the Contractor's Representative) REFERENCE: DIVISION _____ SECTION __________ PLAN SHEET NO. __________________ ATTACHMENTS INTERPRETATION BY: Date: , 20 (Name of the Engineer's Representative) ATTACHMENTS The General Conditions (GCs) specify that once the Engineer provides a response to a Contractor's RFI, that determination shall be final and binding on the Contractor unless the Contractor delivers to the Owner written notice of a change in the work within a certain period of time of receipt of that determination. See the GCs for further clarification. cc to: ______________________________________ ___________________________________________ 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid REQUESTS FOR INFORMATION (RFI) 01 26 13 - 6 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SPECIAL CONDITIONS 01 30 00 - 1 SECTION 01 30 00 SPECIAL CONDITIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Conference b. Security cameras. c. Temporary sanitary facilities d. Project photographic documentation e. Adjacent properties and facilities. f. Historical and Archaeological. B. Related Specification Sections include but are not necessary limited to: 1. City of Pasco Front End Documents. 2. Division 01 – General Requirements. 1.2 QUALITY ASSURANCE A. Regulatory Requirements: 1. References in the Contract Documents to local code(s) means the following: a. National Electric Code in effect at the location of the Project. b. NFPA 101 – Life Safety Code. 1.3 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: a. Project Signage: Location, materials, mounting hardware or mounting method, layout, and colors of required Project signage. B. Informational Submittals: Submit the following: 1. Project Photographic Documentation: a. Preconstruction photographic documentation. b. Progress photographic documentation, submitted at the frequency indicate in this Specifications section. 1.4 PRECONSTRUCTION CONFERENCE A. See Specification Section 01 31 19 – Project Meetings. 1.5 TEMPORARY SANITARY FACILITIES A. Provide temporary sanitary facilities for use of construction workers during construction, remodeling or demolition activities. B. Do not use existing toilet facilities in occupied areas or new toilet facilities in construction area without Owner’s written consent. C. Provide facilities complying with local, State and Federal sanitary laws and regulations. D. Follow facility provider's minimum maintenance frequency or service more frequently to keep in clean and sanitary condition. E. Provide adequate supplies of toilet paper, cleaning supplies, and other required items. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SPECIAL CONDITIONS 01 30 00 - 2 1.6 PROJECT PHOTOGRAPHIC DOCUMENTATION A. At least once each month, through the duration of the project, provide progress pictures as directed by Owner. 1. Pictures shall be digital and provided on disk with thumbnail index. 2. Provide number of photographs as follows: a. 20 ground level color photos per month. b. Date all photographs. 1.7 ADJACENT PROPERTIES AND FACILITIES A. Contractor shall be obtain and pay for any and all waivers or alternate arrangements necessary for transporting materials and equipment to the Site. A. Access, Traffic Control, and Parking: 1. Maintain conditions of access road to site such that access is not hindered as the result of construction related deterioration. 2. Do not permit driving across or transporting materials or equipment across areas outside the construction limits shown on the Drawings. 3. Provide a traffic control plan or plans showing a method of handling traffic required for their method of performing the work. All flaggers are to be shown on the traffic control plan except for emergency situations. The Contractor’s traffic control plan(s) shall be in accordance with the established standards for plan development as shown in the Manual on Uniform Traffic Control Devices (MUTCD). The Contractor’s traffic control plan(s) shall be submitted to the Owner for approval at least 14 calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor is solely responsible for providing copies of the approved Traffic Control Plans to the Owner’s Traffic Control Supervisor. 4. Obtain written approval from the Owner and the jurisdiction before scheduling to fully or partially close any street. 5. To accommodate emergency vehicle rerouting, notify in writing all local fire and law enforcement authorities and other affected agencies not less than 72 hours prior to construction operations which deviate or delay traffic from the existing traffic patterns. a. Police b. Fire Department c. Benton Franklin Transit d. United States Postal Service e. Pasco School District f. Basin Disposal Service 6. The Owner will grant to the Contractor all traffic right-of-way and road crossing permits from the appropriate jurisdiction to accomplish the work. 7. Provide traffic control devices and personnel necessary to ensure a safe interface of construction traffic with business traffic to and from adjacent sites. 8. Provide access routes for emergency vehicles at all times. 9. Provide daily sweeping of hard-surface roadways to remove soils tracked onto roadway. 10. Provide on-site parking for all staff to limit interference with adjacent properties and businesses. 1.8 HISTORICAL AND ARCHAEOLOGICAL A. If during the course of construction, evidence of deposits of historical or archeological interest is found, cease operations affecting the find and shall notify Owner. 1. No further disturbance of the deposits shall ensue until the Contractor has been notified by Owner that Contractor may proceed. 2. Owner will issue a notice to proceed after appropriate authorities have surveyed the find and made a determination to Owner. 3. Compensation to the Contractor, if any, for lost time or changes in construction resulting from the find, shall be determined in accordance with changed or extra work provisions of the Contract Documents. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SPECIAL CONDITIONS 01 30 00 - 3 4. The site has been previously investigated and has no known history of historical or archaeological finds. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SPECIAL CONDITIONS 01 30 00 - 4 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROJECT MEETINGS 01 31 19 - 1 SECTION 01 31 19 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Preconstruction, progress and other project meetings. B. Related Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 1.2 PRECONSTRUCTION MEETING A. The Owner will schedule a meeting of the Engineer, Contractor, Contractor’s Subcontractors, and their respective representatives after the contract is awarded, but before any work is performed, 1. The purpose of the meeting will be to clarify construction contract administration procedures, to establish lines of authority and communication and identify duties and responsibilities of the parties. B. The Owner will schedule the pre-construction conference after receipt of the Contractor’s draft proposed schedule. C. The agenda for the meeting shall cover at least the following items: 1. Use of site and special concerns regarding adjacent properties. 2. Organization of the Contractor's forces and personnel, including all subcontractors, and materials suppliers. 3. Channels and procedures for communication. 4. Contractor’s construction schedule, including sequence of critical work. 5. Contract documents, including distribution of required copies and revisions. 6. Processing of shop drawings and other data. 7. Processing of Requests for Information (RFI), Construction Change Directives (CCD) and Change Orders and distribution of related forms. 8. Rules and regulations applicable to the performance of the work, such as quality control, testing and startup. 9. Contractor’s site safety and security protocols. 10. Procedures for quality control, housekeeping and related matters. D. The Owner will compile meeting minutes from the transcribed record of the meeting and electronically distribute copies to all participants. E. Pre-construction conference submittals: 1. The names and telephone numbers of Contractor’s Superintendent and Office Manager. 2. List of personnel authorized to sign change orders and receive progress payments. 3. The name, address and telephone numbers of two or more persons employed by the Contractor who can be reached at any time of the day or night to handle emergency matters. 4. A list of all subcontractors that will work on the project, a description of work they will perform, and a contact list for each subcontractor with phone numbers and address. 5. A list of materials suppliers and products over $10,000. 6. A draft proposed Construction Schedule. 7. Material Safety Data Sheets for all hazardous chemical products to be used by the Contractor on this project. 8. Temporary Erosion and Sediment Controls Plan. 9. Traffic Control Plan. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROJECT MEETINGS 01 31 19 - 2 1.3 PROGRESS MEETINGS A. Weekly progress meetings will be held a location determined by the Owner, unless otherwise arranged. B. Attendees will include the Owner, Engineer, Contractor, subcontractors, and suppliers’ representatives as may be needed, other Contractors working at the site, and other interested or affected parties. C. Preliminary Agenda: Be prepared to discuss in detail the topics indicated below. Revised agenda, if any, will be furnished to Contractor prior to associated progress meeting(s). Progress meeting agenda may be modified by Owner during the Project as necessary. 1. Review, comment, and amendment (if necessary) of minutes of previous progress meeting. 2. Review of progress since the previous progress meeting. 3. Planned progress through next progress meeting. 4. Review of Progress Schedule: a. Review of the Contract Times; Contractor’s ability to comply with Contract Times. b. Identification of critical path activities. c. Schedules for fabrication and delivery of materials and equipment. d. Corrective measures, if necessary, including recovery schedule(s). 5. Submittals: a. Review status of critical Submittals. b. Review revisions to Schedule of Submittals. 6. Contract Modifications: a. Requests for interpretation. b. Written clarifications. c. Field Orders. d. Proposal Requests. e. Change Proposals. f. Work Change Directives. g. Change Orders. h. Claims. 7. Applications for progress payments: a. Status and deadline for submittal. b. Stored materials and equipment; observation by Owner or RPR; documents required. c. Set-offs to which Owner is entitled (as applicable). d. Other matters related to progress payments. 8. Problems, conflicts, and observations. 9. Quality standards, testing, and inspections. 10. Coordination between Project participants. 11. Site management issues, including vehicular access and parking, traffic control, security, status of temporary controls and temporary utilities, site maintenance and cleaning, and other Site matters. 12. Safety and protection. 13. Permits. 14. Construction photographic documentation. 15. Record documents status. 16. Completion matters (as appropriate): a. Status of checkout, startup, field quality control activities. b. Status of training of facility O&M personnel and O&M manuals. c. Partial utilization; inspection for Substantial Completion. d. Punch list status (as applicable). e. Other closeout matters (if any). 17. Other business. D. Bring a three-week look ahead schedule to each meeting, including the following items: 1. Work completed last week. 2. Work anticipated for the next two weeks ("Look Ahead"). 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROJECT MEETINGS 01 31 19 - 3 3. Subcontractors on site the prior week. 4. Subcontractors scheduled on site for the next two weeks. 5. Contract document deficiencies or questions noted during prior week. 6. Anything that could impede the progress of the work or affect the critical path on the project schedule. 7. Corrective measures and procedures planned to regain planned schedule, cost or quality assurance, if necessary. 8. Report of any accidents, and any site safety issues that need to be addressed. E. Other Agenda items to be discussed: 1. Review and revise as necessary and approve minutes of previous meetings. 2. Status of submittals of equipment and shop drawings. 3. Identify problems that impede planned progress. 4. Other current business. F. Revision of Minutes: 1. Unless published minutes are challenged in writing prior to the next regularly scheduled progress meeting, they will be accepted as properly stating the activities and decisions of the meeting. 2. Persons challenging published minutes shall reproduce and distribute copies of the challenge to all indicated recipients of the particular set of minutes. 3. Challenge to minutes shall be settled as priority item of "old business" at the next regularly scheduled meeting. G. Minutes of Meeting: 1. The Owner will compile minutes of each project meeting and will furnish electronic copies to the Contractor. 1.4 OTHER MEETINGS A. Other meetings will be required to facilitate progress of the Work. These include, but are not limited to the following: 1. Facility Startup Planning and Coordination Meeting. See Section 01 75 00. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION - (NOT USED) END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROJECT MEETINGS 01 31 19 - 4 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONSTRUCTION PROGRESS SCHEDULE 01 32 17 - 1 SECTION 01 32 17 CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Specific requirements for the preparation, submittal, updating, and status reporting of the construction Progress Schedule. B. Related Specification Sections include, but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. C. Review of the Critical Path Method (CPM) Schedule: 1. In so far as the Contractor is solely responsible for its means and methods and the CPM schedule represents in part its means and methods, the review of the CPM schedules (preliminary, baseline, updates, revisions, etc.) is for compliance with the requirements as defined in the contract documents. 2. The review of the CPM schedule is not intended to be complete or exhaustive or check every activity and its relation to the work. 3. The Owner will provide comments on the CPM schedule compliance with those contract requirements and anomalies that might appear to the Owner. 4. If the Contractor fails to include contract requirements (e.g. specified cure times, commissioning periods) in the CPM schedule, or the Owner fails to notify the Contractor of anomalies the Contractor is not relieved of the contract requirements. 5. Acceptance of the CPM schedule does not imply that the Owner has approved or accepted the Contractor’s means and methods or sequence for performing the work to construct the project. 6. If the Contractor has questions or concerns about comments, the Contractor and Owner shall meet to resolve those issues prior to issuance of future updates or revisions. 1.2 DEFINITIONS A. The following definitions shall apply to this Specification Section: 1. Execution Of The Contract: The date the contract is signed by the last party, either the Owner or the Contractor. 2. Working Days: Monday through Friday between the hours of 8 am and 5 pm except holidays as directed by the Owner. 3. Baseline Schedule: The initial detailed Progress Schedule prepared by the Contractor defining its plan for constructing the Project in accordance with the Contract Documents. 4. Schedule Update: The initially accepted Baseline Schedule, or subsequently approved Revised Baseline Schedules, updated each month to reflect actual start and finish dates of each schedule activity and the remaining duration of activities that began during the period. 5. Current Schedule: The current schedule is either the Baseline Schedule or Revised Baseline Schedule including and incorporating Schedule Updates. 6. Revised Baseline Schedule: The initially accepted Baseline Schedule revised to reflect approved contract change orders and modifications. 7. Recovery Schedule: a. A schedule indicating the Contractor’s plan for recovering lost time. b. A recovery schedule will be requested when the Contractor is forecasting at least 10 working days or more delays in meeting a contract milestone or the contract completion date. 8. Short Interval Schedule: a. Schedule prepared by the Contractor reflecting the work planned for the coming weeks. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONSTRUCTION PROGRESS SCHEDULE 01 32 17 - 2 b. This is also known as a Look-Ahead Schedule. 1.3 SUBMITTALS A. Baseline Schedule: 1. Submittal and review: a. Submit within 30 days after Execution of the Contract or the effective date of the contract, whichever is earlier. b. The Owner will review and provide comments to the Contractor within 20 working days after receipt of the schedule. c. After receiving comments, the Contractor and Owner shall meet to review the comments within five working days. d. After the meeting, the Contractor will modify the schedule as agreed and resubmit the baseline schedule within 5 working days. e. After the Owner confirms that the Contractor has made the changes as agreed, the schedule will become the baseline schedule. 2. Submittal package: a. CPM time-scaled network diagram: 1) A printed logic diagram and PDF that include the following information: a) Unique activity number/identifier; numeric, alpha or combination of numeric/alpha. b) Activity description. c) Activity duration. d) Early start and early finish for each activity. e) Late start and late finish for each activity. f) Total float (TF) for each activity. g) Predecessor activities. h) Successor activities. i) Cost/budget to complete the work in the activity. j) Resources needed to complete the activity. k) Bar showing the early start and completion dates of each activity. 2) The activities will be sorted by area, trades, and subcontractors as agreed on with the Owner. 3) Print the CPM time-scaled network diagram on minimum sheet size of 11 IN x 17 IN. B. Schedule Updates: 1. Submittal and Review: a. Provide a Schedule Update on the 4th of each month after the Baseline Schedule is completed. b. The Owner shall provide comments to the Contractor on the Schedule Update. c. Incorporate the Owner comments into the next Schedule Update. 2. CPM time-scaled network diagram as described for the Baseline Schedule: a. Do not change the description of an activity number. 1) Any activity added to the schedule shall have a new unique activity number and description. 2) If activities are deleted, the deleted activity number(s) will not be used again. C. Recovery Schedule: 1. When the activities on the critical path or the completion milestones appear to be 15 working days beyond the contract time, the Owner may request and provide a Recovery Schedule demonstrating how the Contractor will recover the lost time so that the Work will be completed within the Contract Time. 2. Provide the Recovery schedule within 10 working days after requested by the Owner. 3. Activities will be added or the durations modified to reflect the changes to the work. 4. The Owner will review and provide comments to the Contractor on the Recovery Schedule within five working days. 5. Incorporate the Owner comments into the Recovery Schedule. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONSTRUCTION PROGRESS SCHEDULE 01 32 17 - 3 6. After acceptance by the Owner, the Recovery Schedule use for future Schedule Updates. 7. CPM time-scaled network diagram as described for the Baseline Schedule: a. Do not change the description of an activity number. 1) Any activity added to the schedule shall have a new activity number and description. 2) If activities are deleted, the deleted activity number(s) will not be used again. 8. Provide a narrative with an explanation of the changes in logic and/or activity durations. D. Short Interval Schedule: 1. Provide a three-week/ four-week schedule each week during the Contract Time. This schedule can be reviewed at each progress meeting. a. Provide an accurate representation of the work performed the previous week and work planned for the current week and subsequent two weeks. 2. Provide in a tabular format with bars or other graphic representing work duration. a. Reference activity ID numbers on the Baseline, Revised Baseline, or Updated Schedule, which ever is being currently used. b. Note by color, highlight or underscore all activities on the critical path. 3. Identify inspection hold points including special inspections needed before the Contractor can move forward with the work. 4. Identify the day materials provided by the Owner or others needed on site. 5. Identify utility tie-ins and traffic changes including road and/or lane closures. 1.4 GENERAL REQUIREMENTS A. Prepare and submit construction progress schedules as specified herein. 1. Develop and maintain Baseline, Updates and Recovery schedules using Microsoft Project or equal as approved by the Owner. 2. Include the following information: a. Construction start dates (Award date, Notice(s) to Proceed date). b. Procurement activities. c. Preparation of key submittals for materials and equipment. d. Owners review and approval of key submittals. e. Material and equipment fabrication lead times. f. Material and equipment deliveries for Contractor, Owner and third parties. g. Water curing of concrete after placement for all structures. h. Shutdowns. i. Utility tie-ins. j. Traffic changes and closures. k. Inspections and hold points. l. Start-up of equipment. m. Testing of equipment and systems. n. Training o. Commissioning. p. Contract milestones: 1) Intermediate milestones. 2) Substantial Completion Date. 3) Physical Completion Date. 3. The following CPM schedule outputs will be rejected without further review: a. Schedules indicating the start of the critical path at a date point or activity beyond the date of Notice to Proceed, or schedules indicating a discontinuous critical path from Notice to Proceed to Contract completion. b. Schedules defining critical activities as those on a path or paths having some minimum value of float. c. Schedules with multiple critical paths. d. Schedules indicating a completion date beyond the contractual completion date. B. The number of activities shall be sufficient to assure adequate planning of the project, to permit monitoring and evaluation of progress, and to do an analysis of time impacts. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONSTRUCTION PROGRESS SCHEDULE 01 32 17 - 4 1. Work activities shall not exceed durations of 10 days or two weeks. a. Procurement and fabrication activity durations may exceed 10 days or two weeks. 2. Schedule activities shall include the following: a. A clear and legible description. b. At least one predecessor and one successor activity, except for project start and finish milestones. C. Early Completion Schedule: 1. Contractor may show early completion time on any schedule provided that the requirements of the contract are met. 2. Contractor may increase early completion time by improving production, reallocating resources to be more efficient, performing sequential activities concurrently or by completing activities earlier than planned. 3. Any time between the Contractor’s early completion and the Contract Time will be considered float. D. Plan working durations to incorporate the effects of normal weather impacts. E. Float: 1. The project owns the float, therefore neither the Owner nor the Contractor has exclusive use of the float; the float can used by either party. 2. Once float is used, liability for delay of the project completion date rests with the party actually causing delay to the project completion date. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION - (NOT USED) END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 1 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mechanics and administration of the submittal process for: a. Shop Drawings. b. Samples. c. Informational submittals. 2. General content requirements for Shop Drawings. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Construction Progress Schedule submittal requirements are specified in Specification Section 01 32 16. 4. Operations and Maintenance Manual submittal requirements are specified in Specification Section 01 33 04. 5. Technical Specification Sections identifying required submittals. 1.2 DEFINITIONS A. Action Submittals: 1. Action Submittals require an explicit, written approval or other appropriate action by Engineer before Contractor may release the associated item(s) for raw materials procurement, fabrication, production, and shipment. 2. Unless otherwise indicated in the Contract Documents, Action Submittals include the following: a. Shop Drawings. b. Product data. c. Samples. d. Testing plans for quality control activities required by the Contract Documents. e. Delegated Designs: Design drawings, design specifications, calculations, reports, and other instruments of service sealed and signed by design professional retained by Contractor, Subcontractor, or Supplier for a portion of the completed Work as part of the completed Project. Engineer’s approval or other appropriate action on such delegated design Submittals will be only for the limited purposes set forth in the General Conditions. B. Informational Submittals: 1. Informational Submittals are Submittals, other than Action Submittals, required by the Contract Documents. Explicit response from Engineer is not required when such Submittal is acceptable and Engineer’s acceptance thereof will be indicated in the Engineer’s Submittals log. When Informational Submittal does not indicate full compliance with the Contract Documents, Engineer will indicate the non-compliance in a written response to Contractor. 2. Representative types of informational submittal items include but are not limited to: a. Installed equipment and systems performance test reports. b. Manufacturer's installation certification letters. c. Instrumentation and control commissioning reports. d. Warranties. e. Service agreements. f. Construction photographs. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 2 g. Survey data. h. Work plans. i. Shop Drawings, product data, Samples, and testing plans, submitted as a requirement of for delegated designs, bearing the Submittal approval stamp of associated design professional retained by Contractor, Subcontractor, or Supplier. 3. For-Information-Only submittals upon which the Engineer is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 1.3 SUBMITTAL SCHEDULE A. Schedule of Shop Drawings: 1. Submitted and approved within [20] days of receipt of Notice to Proceed. 2. Account for multiple transmittals under any specification section where partial submittals will be transmitted. B. Shop Drawings: Submittal and approval prior to [30] PCT completion of project. C. Informational Submittals: 1. Reports and installation certifications submitted within [seven] days of conducting testing, installation, or examination. 2. Submittals showing compliance with required qualifications submitted [20] days prior to any work beginning using the subject qualifications. D. The submittal schedule shall include the following columns as a minimum: Submittal Section Submittal Description Planned Submittal Date Submittal Need Date Actual Submittal Date Actual Return Date Disposition 1.4 PREPARATION OF SUBMITTALS A. General: 1. All submittals and all pages of all copies of a submittal shall be completely legible. 2. Submittals which, in the Engineer’s sole opinion, are illegible will be returned without review. 3. Minimize extraneous information for equipment and products not relevant to the submittal. 4. Contractors or vendors written comments on the submittal drawings shall be in green B. Shop Drawings, Product Data, and Samples: 1. Scope of any submittal and letter of transmittal: a. Limited to one Specification Section. b. Submittals with more than one Specification section included will be rejected. c. Do not submit under any Specification Section entitled (in part) "Basic Requirements" unless the product or material submitted is specified, in total, in a "Basic Requirements" Specification Section. 2. Numbering letter of transmittal: a. Include as prefix the Specification Section number followed by a series number, "-xx", beginning with "01" and increasing sequentially with each additional transmittal for that Specification Section. b. If more than one submittal under any Specification Section, assign consecutive series numbers to subsequent transmittal letters. 3. Describing transmittal contents: a. Provide listing of each component or item in submittal capable of receiving an independent review action. b. Identify for each item: 1) Manufacturer and Manufacturer's Drawing or data number. 2) Contract Document tag number(s). 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 3 3) Unique page numbers for each page of each separate item. c. When submitting "or-equal" items that are not the products of named manufacturers, include the words "or-equal" in the item description. 4. Contractor certification of review and approval: a. Contractor's review and approval certification stamp shall be applied either to the letter of transmittal or a separate sheet preceding each independent item in the submittal. 1) Stamp may be either a wet ink stamp or electronically embedded. 2) Clearly identify the person who reviewed the submittal and the date it was reviewed. 3) Shop Drawing submittal stamp shall read "(Contractor's Name) has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval as stipulated in the General Conditions." 5. Resubmittals: a. Number with original Specification Section and series number with a suffix letter starting with "A" on a (new) duplicate transmittal form. b. Do not increase the scope of any prior transmittal. c. Provide cover letter indicating how each "B", "C", or "D" Action from previous submittal was addressed and where the correction is found in the resubmittal. d. Account for all components of prior transmittal. 1) If items in prior transmittal received "A" or "B" Action code, list them and indicate "A" or "B" as appropriate. a) Do not include submittal information for items listed with prior "A" or "B" Action in resubmittal. 2) Indicate "Outstanding-To Be Resubmitted At a Later Date" for any prior "C" or "D" Action item not included in resubmittal. a) Obtain Engineer's approval to exclude items. 6. For 8-1/2 x 11 IN, 8-1/2 x 14 IN, and 11 x 17 IN size sheets, provide five copies of each submittal for Engineer plus the number required by the Contractor. a. The number of copies required by the Contractor will be defined at the Preconstruction Conference, but shall not exceed three. b. All other size sheets: 1) Submit one reproducible transparency or high resolution print and one additional print of each Drawing until approval is obtained. 2) Utilize mailing tube; do not fold. 3) The Engineer will mark and return the reproducible to the Contractor for reproduction and distribution. 7. Do not use red color for marks on transmittals. a. Duplicate all marks on all copies transmitted, and ensure marks are photocopy reproducible. b. Engineer will use red marks or enclose marks in a cloud. 8. Transmittal contents: a. Coordinate and identify Shop Drawing contents so that all items can be easily verified by the Engineer. b. Provide submittal information or marks defining specific equipment or materials utilized on the Project. 1) Generalized product information, not clearly defining specific equipment or materials to be provided, will be rejected. c. Identify equipment or material project use, tag number, Drawing detail reference, weight, and other Project specific information. d. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. e. Do not modify the manufacturer's documentation or data except as specified herein. f. Submit items such as equipment brochures, cuts of fixtures, product data sheets or catalog sheets not exceeding 11 x 17 IN pages. 1) Indicate exact item or model and all options proposed by arrow and leader. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 4 g. When a Shop Drawing submittal is called for in any Specification Section, include as appropriate, scaled details, sizes, dimensions, performance characteristics, capacities, test data, anchoring details, installation instructions, storage and handling instructions, color charts, layout Drawings, rough-in diagrams, wiring diagrams, controls, weights and other pertinent data in addition to information specifically stipulated in the Specification Section. 1) Arrange data and performance information in format similar to that provided in Contract Documents. 2) Provide, at minimum, the detail specified in the Contract Documents. h. If proposed equipment or materials deviate from the Contract Drawings or Specifications in any way, clearly note the deviation and justify the said deviation in detail in a separate letter immediately following transmittal sheet. Any deviation from plans or specifications not depicted in the submittal or included but not clearly noted by the Contractor may not have been reviewed. Review by the Engineer shall not serve to relieve the Contractor of the contractual responsibility for any error or deviation from contract requirements. 9. Samples: a. Identification: 1) Identify sample as to transmittal number, manufacturer, item, use, type, project designation, tag number, Specification Section or Drawing detail reference, color, range, texture, finish and other pertinent data. 2) If identifying information cannot be marked directly on sample without defacing or adversely altering samples, provide a durable tag with identifying information securely attached to the sample. b. Include application specific brochures, and installation instructions. c. Provide Contractor's review and approval certification stamp or Contractor's Submittal Certification form as indication of Contractor's checking and verification of dimensions and coordination with interrelated work. d. Resubmit revised samples of rejected items. C. Informational Submittals: 1. Prepare in the format and detail specified in Specification requiring the informational submittal. 1.5 TRANSMITTAL OF SUBMITTALS A. Shop Drawings and Samples: 1. Transmit all submittals to: City of Pasco Public Works 525 North Third Avenue Pasco, WA, 99301 Neal A Schertz, Civil Engineer 2. Utilize two copies of attached Exhibit A to transmit all Shop Drawings and samples. 3. All submittals must be from Contractor. a. Submittals will not be received from or returned to subcontractors. B. Informational Submittals: 1. Transmit under Contractor's standard letter of transmittal or letterhead. 2. Submit in triplicate or as specified in individual Specification Section. 3. Transmit to: City of Pasco Public Works 525 North Third Avenue Pasco, WA, 99301 Attn: Neal A Schertz, Civil Engineer 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 5 C. Electronic Transmission of Submittals: 1. Transmittals may be made electronically. a. Use transmission method approved by Owner. b. Protocols and processes will be determined at the Pre-Construction Conference. 2. Provide documents in Adobe Acrobat Portable Document Format (PDF), latest version. 3. Do not password protect or lock the PDF document. 4. Drawings or other graphics must be converted to PDF file format from the original drawing file format and made part of the PDF document. a. Scanning of drawings is to be used only where actual file conversion is not possible and drawings must be scanned at a resolution of 300 DPI or greater. b. Required signatures may be applied prior to scanning for transmittal. 5. Electronic drawings shall be formatted to be at full-scale (or half-scale when printed to 11x17). a. Do not reduce drawings by more than 50 PCT in size. b. Reduced drawings shall be clearly marked with the reduced size value (e.g. "HALF- SIZE") and shall scale accurately at that size. 6. Rotate sheets that are normally viewed in landscape mode so that when the PDF file is opened the sheet is in the appropriate position for viewing. 7. Create bookmarks in the bookmarks panel for the cover, the Table of Contents, and each major section of the document. 8. Using Adobe Acrobat Standard or Adobe Acrobat Professional, set the PDF document properties, initial view as follows: a. Select File PropertiesInitial View. b. Select the Navigation tab: Bookmarks Panel and Page. c. Select the Page layout: Single Page. d. Select the Magnification: Fit Page. e. Select Open to page: 1. f. Set the file to open to the cover page with bookmarks to the left, and the first bookmark linked to the cover page. 9. Set the PDF file "Fast Web View" option to open the first several pages of the document while the rest of the document continues to load. a. To do this: 1) Select EditPreferences DocumentsSave Settings. 2) Check the Save As optimizes for Fast Web View box. 10. File naming conventions: a. File names shall use the convention (XXXXXX-YY-Z.PDF) where XXXXXX is the Specification Section number, YY is the Shop Drawing Root number and Z is an ID number used to designate the associated volume. 11. Labeling: a. As a minimum, include the following labeling on all electronic media: 1) Project Name. 2) Equipment Name and Project Tag Number. 3) Project Specification Section. 4) Manufacturer Name. 5) Vendor Name. 12. Binding: a. Include labeled electronic media in a protective case. 1) Bind protective case in three-ring binder, inserted at the front of the Final paper copy submittal. 2) Protective case(s) to have means for securing electronic media to prevent loss (e.g., zip case, flap and strap, or equivalent). 1.6 ENGINEER'S REVIEW ACTION A. Shop Drawings and Samples: 1. Items within transmittals will be reviewed for overall design intent and will receive one of the following actions: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 6 a. A - FURNISH AS SUBMITTED. b. B - FURNISH AS NOTED (BY ENGINEER). c. C - REVISE AND RESUBMIT. d. D - REJECTED. e. E - ENGINEER'S REVIEW NOT REQUIRED. 2. Submittals received will be initially reviewed to ascertain inclusion of Contractor's approval stamp. a. Submittals not stamped by the Contractor or stamped with a stamp containing language other than that specified herein will not be reviewed for technical content and will be returned rejected. 3. In relying on the representation on the Contractor’s review and approval stamp, Owner and Engineer reserve the right to review and process poorly organized and poorly described submittals as follows: a. Submittals transmitted with a description identifying a single item and found to contain multiple independent items: 1) Review and approval will be limited to the single item described on the transmittal letter. 2) Other items identified in the submittal will: a) Not be logged as received by the Engineer. b) Be removed from the submittal package and returned without review and comment to the Contractor for coordination, description and stamping. c) Be submitted by the Contractor as a new series number, not as a re-submittal number. b. Engineer, at Engineer’s discretion, may revise the transmittal letter item list and descriptions, and conduct review. 1) Unless Contractor notifies Engineer in writing that the Engineer’s revision of the transmittal letter item list and descriptions was in error, Contractor’s review and approval stamp will be deemed to have applied to the entire contents of the submittal package. 4. Submittals returned with Action "A" or "B" are considered ready for fabrication and installation. a. If for any reason a submittal that has an "A" or "B" Action is resubmitted, it must be accompanied by a letter defining the changes that have been made and the reason for the resubmittal. b. Destroy or conspicuously mark "SUPERSEDED" all documents having previously received "A" or "B" Action that are superseded by a resubmittal. 5. Submittals with Action "A" or "B" combined with Action "C" (Revise and Resubmit) or "D" (Rejected) will be individually analyzed giving consideration as follows: a. The portion of the submittal given "C" or "D" will not be distributed (unless previously agreed to otherwise at the Preconstruction Conference). 1) One copy or the one transparency of the "C" or "D" Drawings will be marked up and returned to the Contractor. a) Correct and resubmit items so marked. b. Items marked "A" or "B" will be fully distributed. c. If a portion of the items or system proposed are acceptable, however, the major part of the individual Drawings or documents are incomplete or require revision, the entire submittal may be given "C" or "D" Action. 1) This is at the sole discretion of the Engineer. 2) In this case, some Drawings may contain relatively few or no comments or the statement, "Resubmit to maintain a complete package." 3) Distribution to the Owner and field will not be made (unless previously agreed to otherwise). 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 7 6. Failure to include any specific information specified under the submittal paragraphs of the Specifications will result in the submittal being returned to the Contractor with "C" or "D" Action. 7. Calculations required in individual Specification Sections will be received for information purposes only, as evidence calculations have been stamped by the professional as defined in the specifications and for limited purpose of checking conformance with given performance and design criteria. The Engineer is not responsible for checking the accuracy of the calculations and the calculations will be returned stamped "E. Engineer's Review Not Required" to acknowledge receipt. 8. Furnish required submittals with sufficient information and accuracy to obtain required approval of an item with no more than [three] submittals. Engineer will record Engineer’s time for reviewing a fourth or subsequent submittal of a Shop Drawings, sample, or other item requiring approval, and Contractor shall be responsible for Engineer’s charges to Owner for such time. Owner may impose a set-off against payments due to Contractor to secure reimbursement for such charges. 9. Transmittals of submittals which the Engineer considers as "Not Required" submittal information, which is supplemental to but not essential to prior submitted information, or items of information in a transmittal which have been reviewed and received "A" or "B" action in a prior submittal, will be returned with action "E. Engineer's Review Not Required." 10. Samples may be retained for comparison purposes. a. Remove samples when directed. b. Include in bid all costs of furnishing and removing samples. 11. Approved samples submitted or constructed, constitute criteria for judging completed work. a. Finished work or items not equal to samples will be rejected. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION - (NOT USED) END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 8 EXHIBIT A Shop Drawing Transmittal No. ________-____ (Spec Section) (Series) Project Name: Date Received: Project Owner: Checked By: Contractor: HDR Engineering, Inc. Log Page: Address: Address: HDR No.: Spec Section: Drawing/Detail No.: Attn: Attn: 1st. Sub ReSub. Date Transmitted: Previous Transmittal Date: Item No. No. Copie s Description Manufacturer Mfr/Vendor Dwg or Data No. Action Taken* Remarks: * The Action designated above is in accordance with the following legend: A - Furnish as Submitted B - Furnish as Noted C - Revise and Submit 1. Not enough information for review. 2. No reproducibles submitted. 3. Copies illegible. 4. Not enough copies submitted. 5. Wrong sequence number. 6. Wrong resubmittal number. 7. Wrong spec. section. 8. Wrong form used. 9. See comments. D - Rejected E - Engineer's review not required 1. Submittal not required. 2. Supplemental Information. Submittal retained for informational purposes only. 3. Information reviewed and approved on prior submittal. 4. See comments. Engineer’s review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Any deviation from plans or specifications not depicted in the submittal or included but not clearly noted by the Contractor may not have been reviewed. Review by the Engineer shall not serve to relieve the Contractor of the contractual responsibility for any error or deviation from contract requirements. Comments: By Date Distribution: Contractor File Field Owner Other Copyright 1991-2013 HDR Engineering, Inc. - Revised July 2014 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 9 EXHIBIT AA Contractor's Submittal Certification Shop Drawing Transmittal No.: Contract/Project Name: Company Name: has 1. reviewed and coordinated this Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; 3. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto.  This Submittal does not contain any variations from the requirements of the Contract Documents.  This Submittal does contain variations from the requirements of the Contract Documents. A separate description of said variations and a justification for them is provided in an attachment hereto identified as: "Shop Drawing Transmittal No. __________________________Variation and Justification Documentation" Insert picture file or electronic signature of Authorized Representative Authorized Representative Date Copyright 1991-2013 HDR Engineering, Inc. - Revised Oct 2011 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SUBMITTALS 01 33 00 - 10 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 1 SECTION 01 33 04 OPERATION AND MAINTENANCE MANUALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administration of the submittal process for Operation and Maintenance Manuals. 2. Content requirements for Operation and Maintenance Manuals. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. General submittal requirements are specified in Specification Section 01 33 00 - Submittals. 4. Technical Specification Sections identifying required Operation and Maintenance Manual submittals. 1.2 DEFINITIONS A. Equipment Operation and Maintenance Manuals: 1. Contain the technical information required for proper installation, operation and maintenance of process, electrical and mechanical equipment and systems. B. Building Materials and Finishes Operation and Maintenance Manuals: 1. Contain the information required for proper installation and maintenance of building materials and finishes. 1.3 SUBMITTALS A. List of all the Operation and Maintenance Manuals required by the Contract as identified in the Technical Specification Sections. These may be referred to as "Operation and Maintenance Data" submittals. B. Operation and Maintenance Manuals: 1. Draft and final electronic copies. 2. Final paper copies: One (1). 1.4 SUBMITTAL SCHEDULE A. List of Required Operation and Maintenance Manuals: 1. Submit list with Specification Section number and title within 90 days after Notice to Proceed. B. Draft Operation and Maintenance Manuals: 1. Submit approvable draft manuals in electronic format (PDF) within 30 days following approval of the respective Shop Drawing. a. Include placeholders or fly sheet pages where information is not final or is missing from the draft manual. 2. All Draft Operation and Maintenance Manuals shall be received by no later than 50 PCT project completion. C. Final Operation and Maintenance Manuals: 1. Final approval of Operation and Maintenance Manuals in electronic format (PDF) must be obtained 45 days prior to equipment start-up. 2. Provide paper copies and CD-ROMs of approved final Operation and Maintenance Manuals in electronic format (PDF), a minimum of 30 days prior to equipment start-up. 3. Issue addenda to Final Approved Operation and Maintenance Manual to include: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 2 a. Equipment data that requires collection after start-up, for example but not limited to HVAC balancing reports, electrical switchgear, automatic transfer switch and circuit breaker settings. b. Equipment field testing data. c. Equipment start-up reports. 1.5 PREPARATION OF SUBMITTALS A. General: 1. All pages of the Operation and Maintenance Manual submittal shall be legible. a. Submittals which, in the Engineer’s sole opinion, are illegible will be rejected without review. 2. Identify each equipment item in a manner consistent with names and identification numbers used in the Contract Documents, not the manufacturer’s catalog numbers. 3. Neatly type any data not furnished in printed form. 4. Operation and Maintenance Manuals are provided for Owner's use, to be reproduced and distributed as training and reference materials within Owner's organization. a. This requirement is: 1) Applicable to both paper copy and electronic files. 2) Applicable to materials containing copyright notice as well as those with no copyright notice. 5. Notify supplier and/or manufacturer of the intended use of Operations and Maintenance Manuals provided under the Contract. B. Operation and Maintenance Manual Format and Delivery: 1. Draft electronic submittals: a. Provide manual in Adobe Acrobat Portable Document Format (PDF), latest version. b. Create one (1) PDF file for each equipment Operation and Maintenance Manual. c. Do not password protect or lock the PDF document. d. Scanned images of paper documents are not acceptable. Create the Operation and Maintenance Manual PDF file from the original source document. e. Drawings or other graphics must be converted to PDF file format from the original drawing file format and made part of the PDF document. f. Scanning of drawings is to be used only where actual file conversion is not possible and drawings must be scanned at a resolution of 300 DPI or greater. g. Rotate sheets that are normally viewed in landscape mode so that when the PDF file is opened the sheet is in the appropriate position for viewing. h. Create bookmarks in the bookmarks panel for the Operation and Maintenance Manual cover, the Table of Contents and each major section of the Table of Contents. i. Using Adobe Acrobat Standard or Adobe Acrobat Professional, set the PDF document properties, initial view as follows: 1) Select File PropertiesInitial View. 2) Select the Navigation tab: Bookmarks Panel and Page. 3) Select the Page layout: Single Page Continuous. 4) Select the Magnification: Fit Page. 5) Select Open to page: 1. 6) Set the file to open to the cover page of the manual with bookmarks to the left, and the first bookmark linked to the cover page. 7) Window Options: Check the "Resize window to initial page" box. j. Set the PDF file "Fast Web View" option to open the first several pages of the document while the rest of the document continues to load. 1) To do this: a) Select EditPreferences DocumentsSave Settings. b) Check the "Save As optimizes for Fast Web View" box. k. PDF file naming convention: 1) Use the Specification Section number, the manufacturer’s name and the equipment description, separated by underscores. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 3 2) Example: 46 51 21_Sanitaire_Coarse_Bubble_Diffusers.pdf. 3) Do not put spaces in the file name. 2. Final electronic submittals: a. Submit two copies in PDF file format on two USB flash drives or on two CD-ROM discs (one copy per electronic media), each secured in a protective case. b. Labeling: 1) Provide the following printed labeling on all electronic media: a) Project name. b) Specification Section. c) Equipment names and summary of tag(s) covered. d) Manufacturer name. e) Date (month, year). c. Binding: 1) Include labeled electronic media in a protective case. a) Bind protective case in three-ring binder, inserted at the front of the Final paper copy submittal. b) Protective case(s) to have means for securing electronic media to prevent loss (e.g., zip case, flap and strap, or equivalent). 3. Final paper copy submittals: a. Quantity: Provide two copies. b. Paper: 8.5 x 11 IN or 11 x 17 IN bright white, 20 LB paper with standard three-hole punching. c. 3-Ring Binder: 1) Provide D-ring binder with clear vinyl sleeves (i.e. view binder) on front and spine. 2) Insert binder title sheet with the following information under the front and spine sleeves: a) Project name. b) Specification Section. c) Equipment names and summary of tag(s) covered. d) Manufacturer name. e) Date (month, year). 3) Provide plastic sheet lifters prior to first page and following last page. d. Drawings: 1) Provide all drawings at 11 x 17 IN size, triple folded and three-hole punched for insertion into manual. 2) Where reduction is not practical to ensure readability, fold larger drawings separately and place in three-hole punched vinyl envelopes inserted into the binder. 3) Identify vinyl envelopes with drawing numbers. e. Use plastic coated dividers to tab each section of each manual in accordance with the Table of Contents. C. Equipment Operation and Maintenance Manual Content: 1. Provide a cover page as the first page of each manual with the following information: a. Manufacturer(s) Name and Contact Information. b. Vendor’s Name and Contact Information. c. Date (month, year). d. Project Owner and Project Name. e. Specification Section. f. Project Equipment Tag Numbers. g. Model Numbers. h. Engineer’s Name. i. Contractor’s Name. 2. Provide a Table of Contents for each manual. 3. Provide Equipment Record sheets as follows: a. Printed copies of the Equipment Record (Exhibits B1, B2 and B3), as the first tab following the Table of Contents. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 4 1) For Instrumentation and Control equipment, International Society of Automation (ISA) Data Sheets will be acceptable in lieu of the Equipment Record sheets. b. Exhibits B1-B3 are available as Fillable PDF Form documents from the Engineer. c. Each section of the Equipment Record must be completed in detail; simply referencing the related equipment Operation and Maintenance Manual sections for nameplate, maintenance, spare parts or lubricant information is not acceptable. d. For equipment involving separate components (for example, a motor and gearbox), a fully completed Equipment Record is required for each component. e. Submittals that do not include the Equipment Record(s) will be rejected without further content review. 4. Provide a printed copy of the Manufacturer’s Field Services report as required by Specification Section 01 75 00 following the Equipment Record sheets. 5. Provide the following detailed information, as applicable: a. Use equipment tag numbers from the Contract Documents to identify equipment and system components. b. Equipment function, normal and limiting operating characteristics. c. Instructions for assembly, disassembly, installation, alignment, adjustment, and inspection. d. Operating instructions for start-up, normal operation, control, shutdown, and emergency conditions. e. Maintenance instructions, including lubrication instructions if applicable f. Troubleshooting guide. g. Mark each sheet to clearly identify specific products and component parts and data applicable to the installation for the Project; delete or cross out information that does not specifically apply to the Project. h. Parts lists: 1) A parts list and identification number of each component part of the equipment. 2) Exploded view or plan and section views of the equipment with a detailed parts callout matching the parts list. 3) A list of recommended spare parts. 4) List of spare parts provided as specified in the associated Specification Section. 5) A list of any special storage precautions which may be required for all spare parts. i. General arrangement, cross-section, and assembly drawings. j. Electrical diagrams, including elementary diagrams, wiring diagrams, connection diagrams, and interconnection diagrams. k. Factory and field test data and performance curves (if applicable). l. As-constructed fabrication or layout drawings and wiring diagrams. m. Copy of the equipment manufacturer’s warranty meeting the requirements of the Contract. n. Copy of any service contracts provided for the specific piece of equipment as part of the Contract. 6. Additional information as required in the associated equipment or system Specification Section. 7. Include in Submittal the final, configured control setpoints and similar configurable parameters provided in the equipment. D. Building Materials and Finishes Operation and Maintenance Manual Content: 1. Provide a cover page as the first page of each manual with the following information: a. Manufacturer(s) Name and Contact Information. b. Vendor’s Name and Contact Information. c. Date (month, year). d. Project Owner and Project Name. e. Specification Section. f. Model Numbers. g. Engineer’s Name. h. Contractor’s Name. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 5 2. Provide a Table of Contents for each manual. 3. Building products, applied materials and finishes: a. Include product data, with catalog number, size, composition and color and texture designations. b. Provide information for ordering custom manufactured products. 4. Necessary precautions: a. Include product MSDS for each approved product. b. Include any precautionary application and storage guidelines. 5. Instructions for care and maintenance: a. Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods and recommended schedule for cleaning and maintenance. 6. Moisture protection and weather exposed products: a. Include product data listing, applicable reference standards, chemical composition, and details of installation. b. Provide recommendations for inspections, maintenance and repair. 7. Additional requirements as specified in individual product specifications. E. National Fire Protection Association 70 (National Electrical Code) Documentation: 1. Assemble documented calculations of Arc-Fault Current, Equipment Available Fault Current and Short Circuit Current Rating (SCCR) provided as part of equipment submittals into one O&M manual volume. 1.6 TRANSMITTAL OF SUBMITTALS A. Operation and Maintenance Manuals. 1. Transmit all submittals to: a. The address specified in Specification Section 01 33 00 - SUBMITTALS. 2. Transmittal form: Use Operation and Maintenance Manual Transmittal, Exhibit A. 3. Transmittal numbering: a. Number each submittal with the Specification Section number followed by a series number beginning with "-01" and increasing sequentially with each additional transmittal, followed by "-OM" (for example: 43 23 14-01-OM). 4. Submit draft and final Operation and Maintenance Manual in electronic format (PDF) to Engineer, until manual is approved. 1.7 ENGINEER'S REVIEW ACTION A. Draft Electronic (PDF) Submittals: 1. Engineer will review and indicate one of the following review actions: a. A - ACCEPTABLE b. B - FURNISH AS NOTED c. C - REVISE AND RESUBMIT d. D - REJECTED 2. Submittals marked as Acceptable or Furnish As Noted will be retained; however, the transmittal form will be returned with a request for the final paper and electronic documents to be submitted. 3. Copies of submittals marked as Revise and Resubmit or Rejected will be returned with the transmittal form marked to indicate deficient areas. 4. Resubmit until approved. B. Final Paper Copy Submittals: 1. Engineer will review and indicate one of the following review actions: a. A - ACCEPTABLE b. D - REJECTED 2. Submittals marked as Acceptable will be retained with the transmittal form returned as noted. 3. Submittals marked as Rejected will be returned with the transmittal form marked to indicate deficient areas. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 6 4. Resubmit until approved. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION - (NOT USED) END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 7 EXHIBIT A Operation and Maintenance Manual Transmittal _________-_____ - OM (Spec Section) (Series) . Project Name: Date Received: Project Owner: Checked By: Contractor: Owner: Log Page: Address: Attn: Address: Attn: HDR No.: 1st. Sub. ReSub. Date Transmitted: Previous Transmittal Date: No. Copies Description of Item Manufacturer Dwg. or Data No. Action Taken* Remarks: To: From: HDR Engineering, Inc. Date: * The Action designated above is in accordance with the following legend: A - Acceptable, provide one (1) additional paper copy and two (2) electronic copies on CD-ROM for final review. B - Furnish as Noted C - Revise and Resubmit This Operation and Maintenance Manual Submittal is deficient in the following area: 1. Equipment Records. 2. Functional description. 3. Assembly, disassembly, installation, alignment, adjustment & checkout instructions. 4. Operating instructions. 5. Lubrication & maintenance instructions. 6. Troubleshooting guide. 7. Parts list and ordering instructions. 8. Organization (binder, binder titles, index & tabbing). 9. Wiring diagrams & schematics specific to installation. 10. Outline, cross section & assembly diagrams. 11. Test data & performance curves. 12. Tag or equipment identification numbers. 13. Inclusion of all components & subcomponents. 14. Other - see comments. D - Rejected Comments: By Date Distribution: Contractor File Field Owner Other (Jun 1990; Revised Oct 2001, Revised Nov 2007, Revised 2013) Copyright 1991-2014 HDR Engineering, Inc. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 8 EXHIBIT B1 Equipment Record Equipment Data and Spare Parts Summary Project Name Specification Section: Equipment Name Year Installed: Project Equipment Tag No(s). Equipment Manufacturer Project/ Order No. Address Phone Fax Web Site E-mail Local Vendor/Service Center Address Phone Fax Web Site E-mail MECHANICAL NAMEPLATE DATA Equip. Serial No. Make Model No. ID No. Frame No. HP RPM Cap. Size TDH Imp. Sz. CFM PSI Other: ELECTRICAL NAMEPLATE DATA Equip. Serial No. Make Model No. ID No. Frame No. HP V. Amp. HZ PH RPM SF Duty Code Ins. Cl. Type NEMA C Amb. Temp. Rise Rating Other: SPARE PARTS PROVIDED PER CONTRACT Part No. Part Name Quantity RECOMMENDED SPARE PARTS Part No. Part Name Quantity (Jun 1990; Revised Oct 2001, Revised Nov 2007, Revised 2013) Copyright 1991-2014 HDR Engineering, Inc. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 9 EXHIBIT B2 Equipment Record Recommended Maintenance Summary Equipment Description Project Equip. Tag No(s). RECOMMENDED BREAK-IN MAINTENANCE (FIRST OIL CHANGES, ETC.) INITIAL COMPLETION * FOLLOWING START-UP D W M Q S A RT Hours RECOMMENDED PREVENTIVE MAINTENANCE PM TASK INTERVAL * D W M Q S A RT Hours * D = Daily W = Weekly M = Monthly Q = Quarterly S = Semiannual A = Annual Hours = Run Time Interval (Jun 1990; Revised Oct 2001, Revised Nov 2007, Revised 2013) Copyright 1991-2014 HDR Engineering, Inc. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OPERATION AND MAINTENANCE MANUALS 01 33 04 - 10 EXHIBIT B3 Equipment Record Lubrication Summary Equipment Description Project Equip. Tag No(s). Lubricant Point Lubricant Type Manufacturer Product AGMA # SAE # ISO 1 2 3 4 5 Lubricant Point Lubricant Type Manufacturer Product AGMA # SAE # ISO 1 2 3 4 5 Lubricant Point Lubricant Type Manufacturer Product AGMA # SAE # ISO 1 2 3 4 5 Lubricant Point Lubricant Type Manufacturer Product AGMA # SAE # ISO 1 2 3 4 5 Lubricant Point Lubricant Type Manufacturer Product AGMA # SAE # ISO 1 2 3 4 5 Lubricant Point Lubricant Type Manufacturer Product AGMA # SAE # ISO 1 2 3 4 5 (Jun 1990; Revised Oct 2001, Revised Nov 2007, Revised 2013) Copyright 1991-2014 HDR Engineering, Inc. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01 35 05 - 1 SECTION 01 35 05 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimizing the pollution of air, water, or land; control of noise, the disposal of solid waste materials, and protection of deposits of historical or archaeological interest. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 1.2 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Prior to the start of any construction activities submit: a. A detailed proposal of all methods of control and preventive measures to be utilized for environmental protection. b. A drawing of the work area, haul routes, storage areas, access routes and current land conditions including trees and vegetation. c. A copy of the approved pollution prevention plan. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION 3.1 INSTALLATION A. Employ and utilize environmental protection methods, obtain all necessary permits, and fully observe all local, state, and federal regulations. B. Land Protection: 1. Except for any work or storage area and access routes specifically assigned for the use of the Contractor, the land areas outside the limits of construction shall be preserved in their present condition. a. Confine construction activities to areas defined for work within the Contract Documents. 2. Manage and control all borrow areas, work or storage areas, access routes and embankments to prevent sediment from entering nearby water or land adjacent to the work site. 3. Restore all disturbed areas including borrow and haul areas and establish permanent type of locally adaptable vegetative cover. 4. Unless earthwork is immediately paved or surfaced, protect all side slopes and backslopes immediately upon completion of final grading. 5. Plan and execute earthwork in a manner to minimize duration of exposure of unprotected soils. 6. Except for areas designated by the Contract Documents to be cleared and grubbed, do not deface, injure or destroy trees and vegetation, nor remove, cut, or disturb them without approval of the Engineer. a. Any damage caused by the Contractor's equipment or operations shall be restored as nearly as possible to its original condition at no additional cost to the Owner. C. Solid Waste Disposal: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01 35 05 - 2 1. Collect solid waste on a daily basis. 2. Provide disposal of degradable solid waste to an approved solid waste disposal site. 3. Provide disposal of nondegradable solid waste to an approved solid waste disposal site or in an alternate manner approved by Engineer and regulatory agencies. 4. No building materials wastes or unused building materials shall be buried, dumped, or disposed of on the site. D. Fuel and Chemical Handling: 1. Store and dispose of chemical wastes in a manner approved by regulatory agencies. 2. Take special measures to prevent chemicals, fuels, oils, greases, herbicides, and insecticides from entering drainage ways. 3. Do not allow water used in onsite material processing, concrete curing, cleanup, and other waste waters to enter a drainage way(s) or stream. 4. Provide containment around fueling and chemical storage areas to ensure that spills in these areas do not reach waters of the state. E. Control of Dust: 1. The control of dust shall mean that no construction activity shall take place without applying all such reasonable measures as may be required to prevent particulate matter from becoming airborne so that it remains visible beyond the limits of construction. a. Reasonable measures may include paving, frequent road cleaning, planting vegetative groundcover, application of water or application of chemical dust suppressants. b. The use of chemical agents such as calcium chloride must be approved by the State of Washington DOT. 2. Utilize methods and practices of construction to eliminate dust in full observance of agency regulations. 3. The Owner will determine the effectiveness of the dust control program and may request the Contractor to provide additional measures, at no additional cost to Owner. F. Burning: 1. Do not burn material on the site. 2. If the Contractor elects to dispose of waste materials by burning, make arrangements for an off-site burning area and conform to all agency regulations. G. Control of Noise: 1. Control noise by fitting equipment with appropriate mufflers. 2. Contractor shall comply with maximum permissible environmental noise levels as set forth in section 9.130 of the Pasco Municipal Code. H. Completion of Work: 1. Upon completion of work, leave area in a clean, natural looking condition. 2. Ensure all signs of temporary construction and activities incidental to construction of required permanent work are removed. I. Historical Protection: 1. If during the course of construction, evidence of deposits of historical or archaeological interests is found, cease work affecting find and notify Engineer. a. Do not disturb deposits until written notice from Engineer is given to proceed. 2. The Contractor will be compensated for lost time or changes in construction to avoid the find based upon normal change order procedures. J. Explosives 1. No explosives to be used onsite. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 1 SECTION 01 61 03 EQUIPMENT - BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements of this Specification Section apply to all equipment provided on the Project including those found in other Divisions even if not specifically referenced in individual "Equipment" Articles of those Specification Sections. B. Related Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Bearing Manufacturers Association (ABMA). 2. American Gear Manufacturers Association (AGMA). 3. ASTM International (ASTM): a. E1934, Standard Guide for Examining Electrical and Mechanical Equipment with Infrared Thermography. b. F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 4. Hydraulic Institute (HI): a. 9.6.4, Rotodynamic Pumps for Vibration Measurements and Allowable Values. 5. International Electrotechnical Commission (IEC). 6. Institute of Electrical and Electronics Engineers, Inc. (IEEE). 7. International Organization for Standardization (ISO): a. 1940, Mechanical Vibration - Balance Quality Requirements for Rotors in a Constant (Rigid) State - Part 1: Specification and Verification of Balance Tolerances. b. 21940-11, Mechanical Vibration - Rotor Balancing - Part 11: Procedures and Tolerances for Rotors with Rigid Behavior. 8. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). b. ICS 6, Enclosures for Industrial Control and System. c. MG 1, Motors and Generators. 9. InterNational Electrical Testing Association (NETA): a. ATS, Acceptance Testing Specification for Electrical Power Distribution Equipment and Systems. 10. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC): 11. National Institute for Certification in Engineering Technologies (NICET). 12. National Institute of Standards and Technology (NIST). 13. Occupational Safety and Health Administration (OSHA): a. 29 CFR 1910, Occupational Safety and Health Standards, referred to herein as OSHA Standards. 14. Underwriters Laboratories, Inc. (UL). a. 508, Standard for Safety Industrial Control Equipment. b. 508A, Standard for Safety Industrial Control Panels. c. 698A, Standard for Industrial Control Panels Relating to Hazardous (Classified) Locations. 15. Vibration Institute. B. Vibration Testing Program: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 2 1. Testing firm: a. An independent firm performing, as the sole or principal part of its business for a minimum of 10 years, the inspection, testing, calibration, and adjusting of systems. b. Must have an established monitoring and testing equipment calibration program with accuracy traceable in an unbroken chain, according to NIST. 2. Field personnel: a. Minimum of three years field experience covering all phases of field vibration testing and data gathering. b. Qualified Vibration Category II certification from the Vibration Institute. 3. Analysis personnel: a. Minimum five years combined field testing and data analysis experience. b. Qualified Vibration Category III certification from the Vibration Institute. C. Infrared Thermography Testing Program: 1. Testing firm: a. An independent firm performing, as the sole or principal part of its business for a minimum of 10 years, the inspection, testing, calibration, and adjusting of systems. b. Must have an established monitoring and testing equipment calibration program with accuracy traceable in an unbroken chain, according to NIST. 2. Field personnel: a. Minimum of one year field experience covering all phases of field thermography testing and data gathering. b. Supervisor certified by NETA or NICET. 3. Analysis personnel: a. Minimum three years combined field testing and data analysis experience. b. Supervisor certified by NETA or NICET. D. Electrical Equipment and Connections Testing Program: 1. Testing firm: a. An independent firm performing, as the sole or principal part of its business for a minimum of 10 years, the inspection, testing, calibration , and adjusting of systems. b. Must have an established monitoring and testing equipment calibration program with accuracy traceable in an unbroken chain, according to NIST. 2. Field personnel: a. Minimum of one year field experience covering all phases of electrical equipment inspection, testing, and calibration. b. Relay test technician having previous experience with testing and calibration of relays of the same manufacturer and type used on project and proficient in setting and testing the types of protection elements used. c. Supervisor certified by NETA or NICET. 3. Analysis personnel: a. Minimum three years combined field testing and data analysis experience. b. Supervisor certified by NETA or NICET. E. Miscellaneous: 1. A single manufacturer of a "product" shall be selected and utilized uniformly throughout Project even if: a. More than one manufacturer is listed for a given "product" in Specifications. b. No manufacturer is listed. 2. Equipment, electrical assemblies, related electrical wiring, instrumentation, controls, and system components shall fully comply with specific NEC requirements related to area classification and to NEMA 250 and NEMA ICS 6 designations. 1.3 DEFINITIONS A. Product: Manufactured materials and equipment. B. Major Equipment Supports - Supports for Equipment: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 3 1. Located on or suspended from elevated slabs with supported equipment weighing 2000 LBS or greater, or; 2. Located on or suspended from roofs with supported equipment weighing 500 LBS or greater, or; 3. Located on slab-on-grade or earth with supported equipment weighing 5000 LBS or more. C. Equipment: 1. One or more assemblies capable of performing a complete function. 2. Mechanical, electrical, instrumentation or other devices requiring an electrical, pneumatic, electronic or hydraulic connection. 3. Not limited to items specifically referenced in "Equipment" articles within individual Specifications. D. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. General for all equipment: a. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. b. Data sheets that include manufacturer's name and complete product model number. 1) Clearly identify all optional accessories that are included. c. Acknowledgement that products submitted comply with the requirements of the standards referenced. d. Manufacturer's delivery, storage, handling, and installation instructions. e. Equipment identification utilizing numbering system and name utilized in Drawings. f. Equipment installation details: 1) Location of anchorage. 2) Type, size, and materials of construction of anchorage. 3) Anchorage setting templates. 4) Manufacturer's installation instructions. g. Equipment area classification rating. h. Shipping and operating weight. i. Equipment physical characteristics: 1) Dimensions (both horizontal and vertical). 2) Materials of construction and construction details. j. Equipment factory primer and paint data. k. Manufacturer's recommended spare parts list. l. Equipment lining and coatings. m. Equipment utility requirements include air, natural gas, electricity, and water. n. Ladders and platforms provided with equipment: 1) Certification that all components comply fully with OSHA requirements. 2) Full details of construction/fabrication. 3) Scaled plan and sections showing relationship to equipment. 2. Mechanical and process equipment: a. Operating characteristics: 1) Technical information including applicable performance curves showing specified equipment capacity, rangeability, and efficiencies. 2) Brake horsepower requirements. 3) Copies of equipment data plates. b. Piping and duct connection size, type and location. c. Equipment bearing life certification. d. Equipment foundation data: 1) Equipment center of gravity. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 4 2) Criteria for designing vibration, special or unbalanced forces resulting from equipment operation. 3. Electric motor: a. Motor manufacturer and model number. b. Complete motor nameplate data. c. Weight. d. NEMA design type. e. Enclosure type. f. Frame size. g. Winding insulation class and temperature rise. h. Starts per hour. i. Performance data: 1) Guaranteed minimum efficiencies at 100 PCT, 75 PCT, and 50 PCT of full load. 2) Guaranteed minimum power factor at 100 PCT, 75 PCT, and 50 PCT of full load. 3) Locked rotor and full load current at rated terminal voltage and minimum permissible or specified terminal voltage. 4) Starting, full load, and breakdown torque at rated terminal voltage and minimum permissible or specified terminal voltage. j. Bearing data and lubrication system. k. Thermal protection system including recommended alarm and trip settings for winding and bearing RTD’s. l. Fabrication and/or layout drawings: 1) Dimensioned outlined drawing. 2) Connection diagrams including accessories (strip heaters, thermal protection, etc.). m. Certifications: 1) When utilized with a reduced voltage starter, certify that motor and driven equipment are compatible. n. Electrical gear: 1) Unless specified in a narrow-scope Specification Section, provide the following: a) Equipment ratings: Voltage, continuous current, kVa, watts, short circuit with stand, etc., as applicable. 2) Control panels: a) Panel construction. b) Point-to-point ladder diagrams. c) Scaled panel face and subpanel layout. d) Technical product data on panel components. e) Panel and subpanel dimensions and weights. f) Panel access openings. g) Nameplate schedule. h) Panel anchorage. i) Short Circuit Current Rating (SCCR) nameplate marking per NFPA 70. Include any required calculations. 4. Systems schematics and data: a. Provide system schematics where required in system specifications. 1) Acknowledge all system components being supplied as part of the system. 2) Utilize equipment, instrument and valving tag numbers defined in the Contract Documents for all components. 3) Provide technical data for each system component showing compliance with the Contract Document requirements. 4) For piping components, identify all utility connections, vents and drains which will be included as part of the system. 5. For factory painted equipment, provide paint submittals in accordance with Section 09 96 00. 6. Qualifications for: a. Vibration testing firm and personnel. b. Infrared thermography testing firm and personnel. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 5 c. Electrical equipment and connections testing firm and personnel. 7. Equipment Monitoring and Testing plans, in accordance with PART 3 of this Specification Section: a. Vibration testing. b. Thermography testing. c. Electrical equipment and connection testing. B. Factory Test Reports: 1. Natural frequency bump test reports where required for rotating equipment. a. Minimum characteristics of impact hammer. 1) Frequency Range 1 kHz. 2) Range (5v output) 5,000 LBF (22,200 N). 3) Hammer Sensitivity (7pprox.) 1 mV/lbf (0.23 mV/N). 4) Resonant Frequency 12 kHz 2. Motor, equipment and final assembled equipment including motor. a. Determine natural frequency of assembled motor prior to shipping to OEM or job site. 1) Individual motor fastened to an “infinitely rigid” mass at the same bolt circle as the final assembled equipment. b. Determine natural frequency of the pump. 1) Pump fastened to an “infinitely rigid” mass at the same bolt circle as the final assembled equipment. c. Determine natural frequency of the pump/motor assembly. 1) Pump/motor assembly fastened to an “infinitely rigid” mass at the same bolt circle as the final field assembled equipment. d. For this use, the "infinitely rigid" mass shall be at least 10 times the weight of the equipment being tested. 3. Submit natural frequency report(s) for approval prior to shipment. 4. Equipment performance tests. a. As listed in individual equipment specifications. C. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. D. Informational Submittals: 1. Notification, at least one week in advance, that testing will be conducted at factory. 2. Certification from equipment manufacturer that all manufacturer-supplied control panels that interface in any way with other controls or panels have been submitted to and coordinated with the supplier/installer of those interfacing systems. 3. Submit sample Manufacturer's Field Service Report (MFSR). Report shall use manufacturer’s standard report or use the form in the Exhibits and have at least the following information: a. Certification that equipment has been installed properly, has been initially started up, has been calibrated and/or adjusted as required, and is ready for operation. b. Certification for major equipment supports that equipment foundation design loads shown on the Drawings or specified have been compared to actual loads exhibited by equipment provided for this Project and that said design loadings are equal to or greater than the loads produced by the equipment provided. c. Motor test reports. d. Field noise testing reports if such testing is specified. e. Preliminary field quality control testing format to be used as a basis for final field quality control reporting. f. Provide three bound final written reports documenting natural frequency testing, vibration monitoring and testing for specified equipment. 1) Include the acceptance criteria of all equipment tested. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 6 2) Provide individual tabbed sections for information associated with each piece of tested equipment. g. Certification prior to Project closeout that electrical panel drawings for manufacturer- supplied control panels truly represent panel wiring including any field-made modifications. h. Testing and monitoring reports in accordance with PART 3 of this Specification Section. 4. Submit completed Manufacturer's Field Service Report (MFSR) for each piece of equipment supplied. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Motors: a. Baldor. b. General Electric. c. Hyundai Heavy Industries. d. Marathon Electric. e. Rockwell - Reliance. f. Siemens. g. TECO-Westinghouse. h. Toshiba U.S. i. U.S. Motors, Nidec Motor Corporation. j. WEG. B. Submit request for substitution in accordance with Section 01 25 13. 2.2 MANUFACTURED UNITS A. Electric Motors: 1. Where used in conjunction with adjustable speed AC or DC drives, provide motors that are fully compatible with the speed controllers. 2. Design for frequent starting duty equivalent to duty service required by driven equipment. 3. Design for full voltage starting. 4. Design bearing life based upon actual operating load conditions imposed by driven equipment. 5. Size for altitude of Project. 6. Furnish with stainless steel nameplates which include all data required by NEC Article 430. 7. Use of manufacturer's standard motor will be permitted on integrally constructed motor driven equipment specified by model number in which a redesign of the complete unit would be required in order to provide a motor with features specified. 8. AC electric motors less than 1/3 HP: a. Single phase, 60 Hz, designed for the supply voltage shown on the Drawings. b. Permanently lubricated sealed bearings conforming to ABMA standards. c. Built-in manual reset thermal protector or integrally mounted manual motor starter with thermal overload element with stainless steel enclosure. 9. AC electric motors 1/3 to 1 HP: a. Single or 3 PH, 60 Hz, designed for the supply voltage shown on the Drawings. b. Permanently lubricated sealed bearings conforming to ABMA standards. 1) For single phase motors, provide built-in manual reset thermal protector or integrally mounted manual motor starter with thermal overload element. 10. AC electric motors 1-1/2 to 10 HP: a. Single or 3 PH, 60 Hz, designed for the supply voltage shown on the Drawings. b. Permanently lubricated sealed bearings conforming to ABMA standards. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 7 c. For vertical motors provide 15 year, average-life thrust bearings conforming to ABMA standards. 11. AC electric motors greater than 10 HP: a. Single or 3 PH, 60 Hz, designed for the supply voltage shown on the Drawings. b. Oil or grease lubricated antifriction bearings conforming to ABMA standards. 1) Design bearing life for 90 PCT survival rating at 50,000 HRS of operation for motors up to and including 100 HP. 2) For motors greater than 100 HP, design bearing life for 90 PCT survival rating at 100,000 HRS of operation. c. For vertical motors provide 15 year, average-life thrust bearings conforming to ABMA standards. d. Thermal protection: 1) For motors 50 HP and above controlled from a variable frequency drive and for all other motors 100 HP and above, provide integral thermal detectors with normally closed contacts that will open on overtemperature or resistance type temperature detector (RTD) complete with monitor and alarm panel having a normally closed contact that will open on overtemperature. a) Two thermal sensing devices per phase in each phase hot-spot location. b) Monitor and alarm panel: (1) For constant speed motors, install panel in and energize from the motor starter equipment. (2) For variable speed motors, install panel in and energize from the variable speed drive equipment. 12. Severe duty motor to have the following minimum features: a. All cast iron construction. b. Gasketed conduit box. c. Epoxy finish for corrosion protection. d. Hydroscopic varnish on windings for corrosion protection. e. Drain plug and breather. B. NEMA Design Squirrel Cage Induction Motors: 1. Provide motors designed and applied in compliance with NEMA and IEEE for the specific duty imposed by the driven equipment. 2. Motors to meet NEMA MG 1 (NEMA Premium) efficiencies. 3. Do not provide motors having a locked rotor kVA per HP exceeding the NEMA standard for the assigned NEMA code letter. a. Have the following minimum turndown ratio without the use of additional cooling, such as a blower, to provide continuous supply of cooling air over the motor. 1) Variable torque: 10:1. 2) Constant torque: 6:1. 4. Design motor insulation in accordance with NEMA standards for Class F insulation with Class B temperature rise above a 40 DEGC ambient. 5. Design motors for continuous duty. 6. Size motors having a 1.0 service factor so that nameplate HP is a minimum of 15 PCT greater than the maximum HP requirements of the driven equipment over its entire operating range. a. As an alternative, furnish motors with a 1.15 service factor and size so that nameplate HP is at least equal to the maximum HP requirements of the driven equipment over its entire operating range. 7. Motor enclosure and winding insulation application: a. The following shall apply unless modified by specific Specification Sections: MOTOR LOCATION MOTOR ENCLOSURE / WINDING INSULATION Class I, Division 1 Areas Explosion Proof, Approved for Class I Division 1 Locations NOTE: Provide TENV motors in the smaller horsepower ratings where TEFC is not available. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 8 8. Provide oversize conduit box complete with clamp type grounding terminals inside the conduit box. 9. Balance motors to ISO G2.5 level. a. Submit prior to shipping to OEM or job site. C. Submersible Motors: Refer to individual narrow-scope Specification Sections for submersible motor requirements. D. V-Belt Drive: 1. Provide each V-belt drive with sliding base or other suitable tension adjustment. 2. Provide V-belt drives with a service factor of at least 1.6 at maximum speed. 3. Provide staticproof belts. E. Vibration Isolators: 1. Provide all equipment subject to vibration with restrained spring type vibration isolators or pads according to the manufacturer's written recommendation. 2.3 COMPONENTS A. Gear Drives and Drive Components: 1. Size drive equipment capable of supporting full load including losses in speed reducers and power transmission. 2. Provide nominal input horsepower rating of each gear or speed reducer at least equal to nameplate horsepower of drive motor. 3. Design drive units for 24 HR continuous service, constructed so oil leakage around shafts is precluded. 4. Utilize gears, gear lubrication systems, gear drives, speed reducers, speed increasers and flexible couplings meeting applicable standards of AGMA. 5. Gear reducers: a. Provide gear reducer totally enclosed and oil lubricated. b. Utilize antifriction bearings throughout. c. Provide worm gear reducers having a service factor of at least 1.20. d. Furnish other helical, spiral bevel, and combination bevel-helical gear reducers with a service factor of at least 1.50. 2.4 ACCESSORIES A. Guards: 1. Provide each piece of equipment having exposed moving parts with full length, easily removable guards, meeting OSHA requirements. 2. Interior applications: a. Construct from expanded galvanized steel rolled to conform to shaft or coupling surface. b. Utilize non-flattened type 16 GA galvanized steel with nominal 1/2 IN spacing. c. Connect to equipment frame with hot-dip galvanized bolts and wing nuts. 3. Exterior applications: a. Construct from 16 GA stainless steel or aluminum. b. Construct to preclude entrance of rain, snow, or moisture. c. Roll to conform to shaft or coupling surface. d. Connect to equipment frame with stainless steel bolts and wing nuts. B. Anchorage: 1. Cast-in-place anchorage: a. Provide ASTM F593, Type 316 stainless steel anchorage for all equipment. b. Configuration and number of anchor bolts shall be per manufacturer's recommendations. c. Provide two nuts for each bolt. d. Threaded rods same as cast-in-place. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 9 C. Data Plate: 1. Attach a stainless steel data plate to each piece of rotary or reciprocating equipment. 2. Permanently stamp information on data plate including manufacturer's name, equipment operating parameters, serial number and speed. D. Lifting Eye Bolts or Lugs: 1. Provide on all equipment 50 LBS or greater. 2. Provide on other equipment or products as specified in the narrow-scope Specification Sections. 2.5 FABRICATION A. Design, fabricate, and assemble equipment in accordance with modern engineering and shop practices. B. Manufacture individual parts to standard sizes and gages so that repair parts, furnished at any time, can be installed in field. C. Furnish like parts of duplicate units to be interchangeable. D. Ensure that equipment has not been in service at any time prior to delivery, except as required by tests. E. Furnish equipment which requires periodic internal inspection or adjustment with access panels which will not require disassembly of guards, dismantling of piping or equipment or similar major efforts. 1. Quick opening but sound, securable access ports or windows shall be provided for inspection of chains, belts, or similar items. F. Provide common, lipped base plate mounting for equipment and equipment motor where said mounting is a manufacturer's standard option. 1. Provide drain connection for 3/4 IN PVC tubing. G. Machine the mounting feet of rotating equipment. H. Fabricate equipment which will be subject to Corrosive Environment in such a way as to avoid back to back placement of surfaces that cannot be properly prepared and painted. 1. When such back to back fabrication cannot be avoided, provide continuous welds to seal such surfaces from contact with corrosive environment. 2. Where continuous welds are not practical, after painting seal the back to back surfaces from the environment in accordance with Section 07 92 00. I. Natural frequency/critical Speed: 1. All rotating parts accurately machined and in as near perfect rotational balance as practicable. 2. Excessive vibration is sufficient cause for equipment rejection. 3. Ratio of all rotative speeds to natural frequency/critical speed of a unit or components: Greater than 1.2. J. Control Panels Engineered and Provided with the Equipment by the Manufacturer: 1. Manufacturer’s standard design for components and control logic unless specific requirements are specified in the specific equipment Specification Section. 2. NEMA or IEC rated components are acceptable, whichever is used in the manufacturer’s standard engineered design, unless specific requirements are required in the specific equipment Specification Section. 3. Affix entire assembly with a UL 508A or UL 698A label "Listed Enclosed Industrial Control Panel" prior to delivery. a. Control panels without an affixed UL 508A or UL 698A label shall be rejected. 4. Provide equipment or control panels with Short Circuit Current Rating (SCCR) labeling as required by NFPA 70 and other applicable codes. a. Determine the SCCR rating by one of the following methods: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 10 1) Method 1: SCCR rating meets or exceeds the available fault current of the source equipment when indicated on the Drawings. 2) Method 2: SCCR rating meets or exceeds the source equipment’s Amp Interrupting Current (AIC) rating as indicated on the Drawings. 3) Method 3: SCCR rating meets or exceeds the calculated available short circuit current at the control panel. b. The source equipment is the switchboard, panelboard, motor control center or similar equipment where the control panel circuit originates. c. For Method 3, provide calculations justifying the SCCR rating. Utilize source equipment available fault current or AIC rating as indicated on the Drawings. 2.6 SHOP OR FACTORY PAINT FINISHES A. Electrical Equipment: 1. Provide factory-applied paint coating system(s) for all electrical equipment components except those specified in Section 09 96 00 to receive field painting. a. Field painted equipment: See Section 09 96 00 for factory applied primer/field paint compatibility requirements. B. Field paint other equipment in accordance with Section 09 96 00. 1. See Section 09 96 00 for factory applied primer/field paint compatibility requirements. 2.7 SOURCE QUALITY CONTROL A. Motor Tests: 1. Test motors in accordance with NEMA and IEEE standards. 2. Provide routine test for all motors. 3. The Owner reserves the right to select and have tested, either routine or complete, any motor included in the project. a. The Owner will pay all costs, including shipping and handling, for all motors successfully passing the tests. b. Pay all costs, including shipping and handling, for all motors failing the tests. c. If two successive motors of the same manufacturer fail testing, the Owner has the right to reject all motors from that manufacturer. B. Balance: 1. Unless specified otherwise, for all equipment 10 HP or greater, all rotating elements in motors, pumps, blowers, and centrifugal compressors shall be fully assembled, including coupling hubs, before being statically and dynamically balanced. Balance all rotating elements to the following criteria, per ISO 21940-11: = 6.015 /2 Where: Uper = Permissible residual unbalance for each correction plane in ounce- inches (OZ-IN). See ISO 21940-11 for acceptable values. G = ISO Balance Quality Grade Number, per ISO 21940-11 W = Rotor weight in pounds N = Maximum continuous operating RPM a. Where specified, balancing reports, demonstrating compliance with this requirement, shall be submitted as product data. PART 3 - EXECUTION 3.1 INSTALLATION A. Install equipment as shown on Drawings and in accordance with manufacturer's directions. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 11 B. Utilize templates for anchorage placement for slab-mounted equipment. C. For equipment having drainage requirements such as seal water, provide 3/4 IN PVC or clear plastic tubing from equipment base to nearest floor or equipment drain. 1. Route clear of major traffic areas and as approved by Engineer. D. DO NOT construct foundations until major equipment supports are approved. E. Extend all non-accessible grease fittings using stainless steel tubing to a location which allows easy access of fittings from closest operating floor level. F. Equipment Base: 1. Construct level in both directions. 2. Take particular care at anchor bolt locations so these areas are flat and level. G. Machine Base: 1. Mount machine base of rotating equipment on equipment base. a. Level in both directions, using a machinist level, according to machined surfaces on base. 2. Level machine base on equipment base and align couplings between driver and driven unit using stainless steel blocks and shims. a. Blocks and shims milled flat and coplanar of both faces. b. Maximum of 3 shims under each foot. c. Size blocks and shims to provide solid support at each mounting bolt location. 1) Provide area size of blocks and shims approximately 1-1/2 times area support surface at each mounting bolt point. d. Provide blocks and shims at each mounting bolt. 1) Furnish blocks and shims that are square shape with "U" cut out to allow blocks and shims to be centered on mounting bolts. e. After all leveling and alignment has been completed and before grouting, tighten mounting bolts to proper torque value. H. Rotating equipment Couplings: 1. Align in the annular and parallel positions. a. For equipment rotating at 1200 RPM or less, align both annular and parallel within 0.001 IN tolerance for couplings 4 IN size and smaller. b. Couplings larger than 4 IN size: Increase tolerance 0.0005 IN per inches of coupling diameter, i.e., allow 6 IN coupling 0.002 IN tolerance, and allow a 10 IN coupling 0.004 IN tolerance. c. For equipment rotating at speeds greater than 1200 RPM allow both annular and parallel positions within a tolerance rate of 0.00025 IN per inch coupling diameter. 2. If equipment is delivered as a mounted unit from factory, verify factory alignment on site after installation and realigned if necessary. 3. Check surfaces for runout before attempting to trim or align units. I. Grouting: 1. After machine base has been shimmed, leveled onto equipment base, couplings aligned and mounting bolts tightened to correct torque value, place a dam or formwork around base to contain grouting between equipment base and equipment support pad. a. Extend dam or formwork to cover leveling shims and blocks. b. Do not use nuts below the machine base to level the unit. 2. Saturate top of roughened concrete subbase with water before grouting. a. Add grout until entire space under machine base is filled to the top of the base underside. b. Puddle grout by working a stiff wire through the grout and vent holes to work grout in place and release any entrained air in the grout or base cavity. 3. When the grout has sufficiently hardened, remove dam or formwork and finish the exposed grout surface to fine, smooth surface. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 12 a. Cover exposed grout surfaces with wet burlap and keep covering sufficiently wet to prevent too rapid evaporation of water from the grout. b. When the grout has fully hardened (after a minimum of seven days) tighten all anchor bolts to engage equipment base to grout, shims, and equipment support pad. c. Recheck driver-driven unit for proper alignment. 3.2 INSTALLATION CHECKS A. For all equipment specifically required in detailed specifications, secure services of experienced, competent, and authorized representative(s) of equipment manufacturer to visit site of work and inspect, check, adjust and approve equipment installation. 1. In each case, representative(s) shall be present during placement and start-up of equipment and as often as necessary to resolve any operational issues which may arise. B. Secure from equipment manufacturer's representative(s) a written report certifying that equipment: 1. Has been properly installed and lubricated. 2. Is in accurate alignment. 3. Is free from any undue stress imposed by connecting piping or anchor bolts. 4. Has been operated under full load conditions and that it operated satisfactorily. a. Secure and deliver a field written report to Owner immediately prior to leaving jobsite. C. No separate payment shall be made for installation checks. 1. All or any time expended during installation check does not qualify as Operation and Maintenance training or instruction time when specified. 3.3 IDENTIFICATION OF EQUIPMENT AND HAZARD WARNING SIGNS A. Identify equipment and install hazard warning signs in accordance with Section 10 14 00. 3.4 FIELD PAINTING AND PROTECTIVE COATINGS A. For required field painting and protective coatings, comply with Section 09 96 00, High Performance Industrial Coatings. 3.5 WIRING CONNECTIONS AND TERMINATION A. Clean wires before installing lugs and connectors. B. Coat connection with oxidation eliminating compound for aluminum wire. C. Terminate motor circuit conductors with copper lugs bolted to motor leads. D. Tape stripped ends of conductors and associated connectors with electrical tape. 1. Wrapping thickness shall be 150 PCT of the conductor insulation thickness. E. Connections to carry full ampacity of conductors without temperature rise. F. Terminate spare conductors with electrical tape. 3.6 FIELD QUALITY CONTROL A. General: 1. Furnish equipment manufacturer’s field quality control services and testing as specified in the individual equipment Specification Sections. 2. Execute pre-demonstration requirements in accordance with Section 01 75 00. 3. Perform and report on all tests required by the equipment manufacturer’s Operation and Maintenance Manual. 4. Provide testing of electrical equipment and connections in accordance with the Electrical specifications. 5. Equip testing and analysis personnel with all appropriate project related reference material required to perform tests, analyze results, and provide documentation including, but not limited to: a. Contract Drawings and Specifications. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 13 b. Related construction change documentation. c. Approved Shop Drawings. d. Approved Operation and Maintenance Manuals. e. Other pertinent information as required. B. Equipment Monitoring and Testing Plans: 1. Approved in accordance with Shop Drawing submittal schedule. 2. Included as a minimum: a. Qualifications of firm, field personnel, and analysis personnel doing the Work. b. List and description of testing and analysis equipment to be utilized. c. List of all equipment to be testing, including: 1) Name and tag numbers identified in the Contract Documents. 2) Manufacturer’s serial numbers. 3) Other pertinent manufacturer identification, C. Instruments Used in Equipment and Connections Quality Control Testing: 1. Minimum calibration frequency: a. Field analog instruments: Not more than 6 months. b. Field digital instruments: Not more than 12 months. c. Laboratory instruments: Not more than 12 months. d. If instrument manufacturer’s calibration requirements are more stringent, those requirements shall govern. 2. Carry current calibration status and labels on all testing instruments. 3. See individual testing programs for additional instrumentation compliance requirements. D. Testing and Monitoring Program Documentation: 1. Provide reports with tabbed sections for each piece of equipment tested. 2. Include all testing results associated with each piece of equipment under that equipment’s tabbed section. a. Include legible copies of all forms used to record field test information. 3. Prior to start of testing, submit one copy of preliminary report format for Engineer review and comment a. Include data gathering and sample test report forms that will be utilized. 4. In the final report, include as a minimum, the following information for all equipment tested: a. Equipment identification, including: 1) Name and tag numbers identified in the Contract Documents. 2) Manufacturer’s serial numbers. 3) Other pertinent manufacturer identification, b. Date and time of each test. c. Ambient conditions including temperature, humidity, and precipitation. d. Visual inspection report. e. Description of test and referenced standards, if any, followed while conducting tests. f. Results of initial and all retesting. g. Acceptance criteria. h. "As found" and "as left" conditions. i. Corrective action, if required, taken to meet acceptance. j. Verification of corrective action signed by the Contractor, equipment supplier, and Owner’s representative. k. Instrument calibration dates of all instruments used in testing. 5. Provide three (3) bound final reports prior to Project final completion. E. Electrical Equipment and Connections Testing Program: 1. Perform testing on Electrical equipment and connections in accordance with the Electrical specification requirements. 2. Testing of motors: a. After installation and prior to energizing the motor, perform inspections and tests per NETA ATS 7.15 for all motors 25 HP or above. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 14 b. Ensure motor has been lubricated. c. Bump motor to check for correct rotation. 3. Repair or replace equipment shown to be out of range of the acceptable tolerance until the equipment meets or exceeds acceptability standards. F. Other Testing: 1. Perform tests and inspections not specifically listed but required to assure equipment is safe to energize and operate. 2. Subbase that supports the equipment base and that is made in the form of a cast iron or steel structure that has supporting beams, legs, and cross members that are cast, welded, or bolted shall be tested for a natural frequency of vibration after equipment is mounted. a. The ratio of the natural frequency of the structure to the frequency of the disturbing force shall not be between 0.5 and 1.5. G. Infrared Thermography Testing Program: 1. Perform infrared thermography testing for equipment specified in other Divisions during the Equipment Demonstration Period. a. Perform on all rotating and reciprocating equipment having drivers 25 HP or greater. b. Perform on electrical equipment and connections: See Section 26 08 13. 2. Additional requirements for infrared thermography monitoring and testing equipment: a. Temperature range: -10 to 350 DEGC. b. Accuracy: ±2 PCT or 2 DEGC, whichever is greater. c. Repeatability: ±1 PCT or 1 DEGC, whichever is greater. d. Temperature indication resolution: 0.1 DEGC. e. Minimum focus distance: 0.3 meters. f. Output in color palettes: JPEG, BMP, or other digital format compatible with Windows. 3. Acceptability of electrical connections and components based on temperature comparison between components and ambient air temperatures not greater than 10 DEGC per ASTM E1934. 4. Acceptability of motors and equipment bearings based on temperature rise not greater than 5 DEGC above the equipment and/or bearing manufacturers published criteria. 5. Repair or replace equipment shown to be out of range of the acceptable tolerance until the equipment meets or exceeds acceptability standards. H. Equipment Vibration Monitoring and Testing Program: 1. Perform vibration monitoring and testing for equipment specified in other Divisions during the Equipment Demonstration Period. 2. Provide vibration testing on all rotating and reciprocating equipment having driver 25 HP and greater. 3. Additional requirements for vibration monitoring and testing equipment at 25 DEGC: a. Requirements for analyzer. 1) Frequency range: 10 Hz to 20 kHz. 2) Frequency Accuracy: 0.02 PCT. 3) Non-integrated spectral amplitude accuracy: 5 PCT, 3 Hz to 65kHz. 4) Single integrated spectral amplitude accuracy: 5 PCT 10 Hz to 20kHz. 5) Supports measurements of acceleration, velocity, displacement, envelope demodulation for bearing defect detection. 6) Capable of two-place computer balancing. b. Requirements for vibration sensor at 25 DEGC: 1) Sensitivity: ±5 PCT = 100 mV/g. 2) Acceleration range: ±50 g. 3) Amplitude nonlinearity: ±1 PCT. 4) Frequency response: ±10 Hz to 7 kHz (±3 dB). 5) Permanently attach vibration test and monitoring mounting pads to mechanical equipment at location recommended by the equipment manufacturer or as recommended by the testing firm. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 15 4. Acceptability of equipment conditions, except pumps, based on ISO 1940-1 Balance Quality Grade G2.5 criteria. 5. Acceptability of pumping equipment to be based on current ANSI/HI criteria: a. ANSI/HI 11.6-2012 for Submersible Pumps in a Wet-pit or Dry-pit configuration. b. ANSI/HI 9.6.4-2009 for all other centrifugal pumps. 6. Repair or replace equipment shown to be out of range of the acceptable tolerance until the equipment meets or exceeds acceptability standards. 7. Utilize an Engineer approved testing agency to perform vibration monitoring and testing on equipment. 8. Permanently attach vibration test and monitoring mounting pads to the equipment at locations recommended by the equipment manufacturer or as recommended by the vibration testing agency. 9. Utilize mounting pads suitable for permanent installation and for incorporation into a predictable maintenance program. 10. Diagnosis to include, but is not limited to the following: a. Unbalance. b. Misalignment. c. Bent shaft. d. Journal bearing related problems. e. Rolling contract bearing problems. f. Mechanical looseness. g. Resonance. h. Foundation flexibility. i. Electrically induced problems. j. Pump problems. k. Fan problems. l. Coupling problems. m. Drive belt problems. n. Gear problems. o. Centrifugal compressor problems. p. Natural frequency of the installed equipment. 11. Provide machinery condition diagnosis based on an acceptable machinery vibration severity guide or machinery fault guide analysis provided by the testing agency, ISO 1940 Balance Quality Grade 6.3 as a minimum. 12. Tolerances for pumping equipment shall be per HI published standards. 13. Repair or replace equipment shown to be out of range of the specified tolerance until the equipment meets the specified normal operation range required in the machinery fault guide analysis. 14. Document testing with written report. a. Report to include initial testing results, acceptance criteria, corrective action taken to meet acceptance, verification of corrective action and acceptance report and baseline. b. Natural frequency of installed equipment utilizing an impact hammer. c. Report to include graphical plots of vibration signature for each test point at a scale which illustrates all vibration levels greater than 0.025 ips RMS. 3.7 DEMONSTRATION A. Demonstrate equipment in accordance with Section 01 75 00. 3.8 ABBREVIATION TABLE A. As indicated on the Drawings. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 16 EXHIBIT A MANUFACTURER FIELD SERVICE REPORT This field service report is generic in nature. An electronic copy of this form will be furnished upon request from the Engineer. This report is to reflect that all requirements of the Operations and Maintenance Manual and the individual equipment specification requirements have been performed for the installation and operation and also to provide a baseline for amperage draw for each phase, vibration readings, rotation, alignment and all other applicable tests required to insure that the equipment has been installed properly. A MFSR will be required for each individual piece of equipment requiring a MFSR. Definitions of Reports: Initial service report: Required for construction preparations. Equipment delivered to site is in good condition and conforms to specification requirements. Anchor bolts, hardware and ancillary items (piping, flanges, conduits, fuel/power supply) are compatible with equipment. Interim service report: Required for equipment installation onto base or foundation. Piping connections, electrical and control connections or structural attachment are complete. For equipment stored on site over four weeks, interim service report will document that manufacturer’s long-term storage procedures have been incorporated and equipment has not been damaged, nor coatings deteriorated. Final service report is to be completed when equipment can be started, electrical amperage and voltage draw measured, cold and hot alignments performed, vibration testing and monitoring performed and the equipment is found to be in compliance with Manufacturer’s operating parameters and the requirements of the individual equipment specifications. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 17 PROJECT: __________________________________________________________________________ Report Status: Initial Service Report completed and submitted on _______________________ Interim Service Report completed and submitted on ______________________ Final Service Report completed and submitted on ________________________ Commencement of Warranty ________________________________________ I Description A. Equipment Name and Identification: ______________________________ ____________________________________________________________ B. Serial Number: _______________________________________________ C. Specification Section Number: __________________________________ D. Manufacturer: ________________________________________________ E. Representative: _______________________________________________ F. Type of Service: Initial _____ Interim _____ Final _____ II General Review A. The above referenced equipment/material/supplies have been inspected, checked, and adjusted. Yes _____ No _____ Summary: _________________________________________________________________ __________________________________________________________________________ B. The above referenced equipment/material/supplies were placed upon properly prepared or suitable substrate. N/A _____ Yes _____ No _____ Summary: _________________________________________________________________ __________________________________________________________________________ C. The above referenced equipment/material/supplies are free from any undue stress imposed by any connected piping, anchor bolts or any other load. N/A _____ Yes _____ No _____ Summary: _________________________________________________________________ __________________________________________________________________________ 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 18 D. The above referenced equipment/material/supplies have operated under design conditions. N/A _____ Yes _____ No _____ Summary: _________________________________________________________________ __________________________________________________________________________ E. The above referenced equipment/material/supplies have been installed in accordance with the manufacturer's recommendations and the Procurement Documents, require no corrective work, and are hereby approved. Yes _____ No _____ Summary: _________________________________________________________________ __________________________________________________________________________ F. The above referenced equipment/material/supplies are acceptable to the manufacturer as installed providing the following corrective action(s) are performed: 1. ______________________________________________________________________ 2. ______________________________________________________________________ 3. ______________________________________________________________________ 4. ______________________________________________________________________ 5. ______________________________________________________________________ III Inspection Checklist Item Acceptable (Yes/No) Readings/Comments Bearings (1) Belts (tension reading) Lubrication Levels Vibration (1) (2) (MILS/SEC) Infrared Thermography (1) (2) Starting AMPS Full Load AMPS Volts Rotation Jacket Temperature (DEGF) Seal Water Flow Rate (GPH or GPM) Seal Water Pressure (PSI) O-rings/Packing Alignment (1) Anchor Bolts Grout 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 19 Item Acceptable (Yes/No) Readings/Comments Substrate Approval Sound level (4 FT from unit) (1) (dB) Other (1) Inspection or testing reports must be attached. (2) Provide vibration testing and monitoring procedures for Engineer’s review and approval prior to testing. IV O&M Manuals A. The O&M manual as presented contains all information required for proper operation, maintenance, and instruction of this system. N/A _____ Yes _____ No _____ Summary: _________________________________________________________________ __________________________________________________________________________ V Preventive Maintenance A. The preventive maintenance summary outlined in the O&M manual is acceptable for operation of the system throughout the warranty period. N/A _____ Yes _____ No _____ Summary: _________________________________________________________________ __________________________________________________________________________ VI Operator Training/Classroom Instruction A. Training and instruction have been performed in accordance with the requirements of the Procurement Documents. N/A _____ Yes _____ No _____ B. Final Training/Classroom Instruction Completed on: _______________________________ Summary: _________________________________________________________________ __________________________________________________________________________ VII Remarks ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid EQUIPMENT – BASIC REQUIREMENTS 01 61 03 - 20 VIII Certification I hereby certify, that I, ___________________________, am a duly authorized representative of the manufacturer, that I am empowered by the manufacturer to inspect, approve, and operate his equipment, and that I am authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational, except as modified herein. I also certify that all information contained herein is true and accurate. By: ____________________________________________________________ (Authorized Representative) For: ___________________________________________________________ Date: __________________________________________________________ IX Acknowledgments By: ____________________________________________________________ For: ___________________________________________________________ (Contractor) Date: __________________________________________________________ By: ____________________________________________________________ For: ___________________________________________________________ (Engineer) Date: __________________________________________________________ 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT DELIVERY, STORAGE, AND HANDLING 01 65 50 - 1 SECTION 01 65 50 PRODUCT DELIVERY, STORAGE, AND HANDLING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery. 2. Packaging of products for delivery. 3. Protection of products against damage from: a. Handling. b. Exposure to elements or harsh environments. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. C. Payment: 1. No payment will be made to Contractor for equipment or materials not properly stored and insured or without approved Shop Drawings. a. Previous payments for items will be deducted from subsequent progress estimate(s) if proper storage procedures are not observed. 1.2 DELIVERY A. Scheduling: Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. B. Packaging: Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. C. Identification: Clearly and fully mark and identify as to manufacturer, item, and installation location. D. Protection and Handling: Provide manufacturer's instructions for storage and handling. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION 3.1 PROTECTION, STORAGE AND HANDLING A. Manufacturer's Instruction: 1. Protect all products or equipment in accordance with manufacturer's written directions. a. Store products or equipment in location to avoid physical damage to items while in storage. b. Handle products or equipment in accordance with manufacturer's recommendations and instructions. 2. Protect equipment from exposure to elements and keep thoroughly dry. 3. When space heaters are provided in equipment, connect and operate heaters during storage until equipment is placed in service. 3.2 FIELD QUALITY CONTROL A. Inspect Deliveries: 1. Inspect all products or equipment delivered to the site prior to unloading. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PRODUCT DELIVERY, STORAGE, AND HANDLING 01 65 50 - 2 a. Reject all products or equipment that are damaged, used, or in any other way unsatisfactory for use on Project. B. Monitor Storage Area: Monitor storage area to ensure suitable temperature and moisture conditions are maintained as required by manufacturer or as appropriate for particular items. END OF SECTION 10076241 City of Pasco May 2019 Road 36 Lift Station Issue for Bid CUTTING AND PATCHING 01 73 29 - 1 SECTION 01 73 29 CUTTING AND PATCHING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for cutting and patching Work. B. Scope: 1. Contractor shall perform cutting and coring, and rough and finish patching of holes and openings in existing construction. 2. Provide cutting, coring, fitting, and patching, including attendant excavation and fill, required to complete the Work, and to: a. remove and replace defective Work; b. remove samples of installed Work as specified or required for testing; c. remove construction required to perform required alterations or additions to existing construction; d. uncover the Work for Engineer’s observation of covered Work, testing, or inspection by testing entities, or observation by authorities having jurisdiction; e. connect to completed Work not performed in proper sequence; f. remove or relocate existing utilities and piping that obstruct the Work in locations where connections are to be made; g. make connections or alterations to existing or new facilities. C. Related Requirements: 1. City of Pasco Front End Documents. 2. Division 01 – General Requirements. 1.2 SUBMITTALS A. Action Submittals: Submit the following: 1. Cutting and Patching Request: a. Submit written request to Engineer, well in advance of executing cutting or alteration that affects one or more of the following: 1) Design function or intent of Project. 2) Work of Owner or other contractors retained by Owner. 3) Structural capacity or integrity of an element of the Project, building, or structure. 4) Integrity or effectiveness of weather-exposed or moisture-resistant elements or systems. 5) Efficiency, operational life, maintenance, or safety of operational elements. 6) Visual qualities of elements that will be exposed to view after completion of the Work. b. Request shall include: 1) Identification of Project and Contract designation. 2) Description of affected Work of Contractor and work of others (if any) retained by Owner. 3) Necessity for cutting. 4) Effect on work or operations of Owner and other contractors (if any) retained by Owner, and on structural and weatherproof integrity of Project, building, or structure. 5) Description of proposed Work, indicating: scope of cutting and patching; trades that will execute the cutting and patching Work; materials and equipment to be used; extent of refinishing; schedule of operations; alternatives (if any) to cutting and patching, and net effect on aesthetics following completion of finishing Work. 10076241 City of Pasco May 2019 Road 36 Lift Station Issue for Bid CUTTING AND PATCHING 01 73 29 - 2 6) Indication of entity responsible for cost of cutting and patching, when applicable. 7) Written permission of other prime contractors (if any) whose work will or may be affected. 2. Recommendation Regarding Cutting and Patching: a. Should conditions of work or schedule indicate a change of materials or specified methods, furnish Submit written recommendation to Engineer including: 1) Conditions indicating change. 2) Recommendations for alternative materials or alternatives to specified methods. 3) Material manufacturer’s printed recommendations for the proposed product and recommendations of manufacturer’s technical representative for the specific application(s). The latter shall be on technical representative’s letterhead and shall explicitly indicate the Project and specific cutting and patching application(s) to which the recommendation(s) apply. 4) Items required with request for approval of substitute, in accordance with the substitution request requirements of the Contract Documents. 3. Product Data: a. Submit manufacturer’s published data for the protective compound to be applied to core-drilled surfaces and cut concrete surfaces. b. When not required under other Specifications sections, submit manufacturer’s published data on materials to be used for finishing around the cut or patched area(s), together with indication of the location(s) where each is proposed for use. c. Furnish Submittals for patching materials under the associated Specifications section. Submittal to include letter of recommendation from product manufacturer’s technical representative indicating on technical representative’s letterhead, explicitly indicating: 1) Project name and facility name; 2) specific cutting and patching application(s) to which the recommendations apply; 3) that product manufacturer’s technical representative has personally observed and is familiar with conditions in the work area(s) of the subject cutting and patching; 4) materials that are the subject of the Submittal are appropriate for the condition(s) of the proposed patch and will remain durable in the patch’s final exposure upon Substantial Completion; and. 5) patching material manufacturer’s technical representative’s recommendations for surface preparation, installation of patching material(s), and curing. B. Informational Submittals: Submit the following: 1. Written Notification of Cutting and Patching: a. Furnish as a Submittal written indication designating the day and time that the construction associated with cutting and patching will be uncovered to allow for observation. Do not begin cutting or patching operations until submittal is accepted by Engineer. PART 2 - PRODUCTS 2.1 MATERIALS A. Materials – General: 1. Provide materials that comply with the Contract Documents. 2. If not shown or indicated in the Contract Documents, use materials identical to existing materials affected by cutting and patching Work. 3. For exposed surfaces, use materials that visually match existing adjacent surfaces to fullest extent possible. If identical materials are unavailable or cannot be used, provide materials whose installed performance will equal or surpass that of existing materials. 4. Replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, using materials that do not void required or existing warranties. B. Compound Applied to Core-Drilled Surfaces and Cut Concrete Surfaces: 10076241 City of Pasco May 2019 Road 36 Lift Station Issue for Bid CUTTING AND PATCHING 01 73 29 - 3 1. After core-drilling or sawcutting (as applicable) and before installing the utility or equipment through the penetration, coat exposed concrete and exposed steel with solvent- free, two-component, protective, epoxy resin coating. 2. Color shall approximate the finish color of the existing surface to be coated. 3. Product and Manufacturer: Subject to compliance with the Contract Documents, the following products and manufacturers are acceptable: a. Sikagard 62, by Sika Corporation. b. Or equal. C. Grout Materials: 1. Comply with Section 03 09 00 - Concrete. D. Epoxy Bonding Adhesive: 1. Provide two-component, moister-insensitive adhesive manufactured for the purpose of bonding fresh concrete to hardened concrete. 2. Comply with Section 03 09 00 - Concrete. 3. Product and Manufacturer: Subject to compliance with the Contract Documents, the following products and manufacturers are acceptable: a. Euco No.452 MV by Euclid Chemical Co. b. Sikadur 32, Hi-Mod by Sika Corporation. c. Or equal. E. Epoxy Patch Material: 1. Engage the manufacturer’s representative to observe and recommend a suitable patching material of the actual construction conditions. 2. Subject to compliance with the Contract Documents, the following products and manufacturers are acceptable: a. Depth of patch greater than 3/4 IN: 1) Five Star MP Epoxy Patch. 2) Or equal. b. Depth of patch between 1/8 IN and 3/4 IN: 1) Five Star Fluid Epoxy. 2) Or equal PART 3 - EXECUTION 3.1 EXAMINATION A. Examination and Assessment – General: 1. Examine surfaces to be cut or patched, and conditions under which cutting or patching will be performed before starting cutting or patching Work. 2. Report unsatisfactory or questionable conditions to Engineer in writing. 3. Do not proceed with cutting or patching Work until unsatisfactory conditions are corrected. 3.2 PREPARATION A. Provide temporary support required to maintain structural integrity of facilities, to protect adjacent work from damage during cutting, and to support the element(s) to be cut. B. Protection of Existing Construction during Cutting and Patching: 1. Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project and facility that will be exposed during cutting and patching operations. 2. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 3. Do not cut existing pipe, conduit, ductwork, or other utilities serving facilities scheduled to be removed or relocated until provisions have been made to bypass them. 10076241 City of Pasco May 2019 Road 36 Lift Station Issue for Bid CUTTING AND PATCHING 01 73 29 - 4 3.3 CUTTING AND PATCHING – GENERAL A. Perform cutting and coring in such manner that limits extent of patching required. B. Structural Elements: 1. Do not cut or patch structural elements in manner that would change the element’s structural load-carrying capacity as load deflection ratio. C. Operating Elements: 1. Do not cut or patch operating elements in manner that would reduce their capacity to perform as intended. 2. Do not cut or patch operating elements or related components in manner that would increase maintenance requirements or decrease operational life or safety. D. Replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, using methods that do not void required or existing warranties. E. Provide adequate temporary covering over openings (whether cut or core-drilled) where not in use. Avoid creating tripping hazards for openings provided in floors and slabs. 3.4 CUTTING A. Cutting – General: 1. Cut existing construction using methods least-likely to damage elements retained and adjoining construction and that provide proper surfaces to receive subsequent installation or repair. 2. In general, use hand tools or small power tools suitable for sawing or grinding. When possible, avoid using hammering and avoid chopping. Carefully chip out concrete where necessary and as indicated in the Contract Documents. 3. Cut holes and slots as small as possible, neatly to the size required, and with minimum disturbance of adjacent surfaces. 4. Prior to starting cutting, provide adequate bracing of area to be cut. 5. To avoid marring existing finished surfaces, cut or drill from exposed or finished side into concealed side. 6. Use equipment of adequate size to remove the cut panel or “coupon”. B. Cutting – Concrete and Masonry: 1. Cut through concrete and masonry using concrete wall saw with diamond saw blades. 2. On both sides of the element being cut, provide for control of slurry generated during sawing. 3. Concrete Cutting: a. Make openings by sawing through existing concrete. Core drill with 6 IN DIA core at the corners of openings to avoid overcutting at corners. b. When the cut-out concrete or “coupon” cannot be removed in one piece, or where concrete is too thick for saw to penetrate fully, break out concrete after initial saw cuts. c. Where saw cutting is not possible: 1) Make openings by drilling holes around perimeter of required opening and subsequently carefully chip out concrete. 2) Holes shall be sufficient in quantity to prevent damage to remaining concrete. 4. Sizing and Repair of Cut Concrete Surfaces: a. Where reinforcing steel is cut, remove existing reinforcing back to 1.5 IN below finished surface of concrete. Provide bonding adhesive on surfaces of resulting hole and fill resulting hole with non-shrink grout. b. Oversize required openings in existing concrete by one inch on all sides and build back to required opening size by providing epoxy grout bonded to existing concrete. c. Where oversizing the cut opening by one inch is not possible, cut the opening to the required dimensions. After cutting concrete and before installing subsequent construction on or through the opening, coat exposed concrete and steel with protective coating material indicated in Paragraph 2.1.B of this Specifications Section. Apply protective coating in accordance with manufacturer’s instructions. 10076241 City of Pasco May 2019 Road 36 Lift Station Issue for Bid CUTTING AND PATCHING 01 73 29 - 5 d. Where indicated, finish remaining surfaces as indicated in Section 03 09 00 - Concrete. 3.5 PATCHING A. Patching – General: 1. Patch large openings to be filled with concrete in accordance with the Contract Documents. Before installing new concrete, apply bonding adhesive [indicated in Paragraph 2.1.C of this Specifications section] in accordance with manufacture’s recommendations. 2. Where large openings to be filled with concrete are indicated on the Drawings as requiring reinforcing steel, provide reinforcing steel as shown and indicated in the Contract Documents. Where openings in existing reinforced concrete are larger than 2 FT in diameter or 2 FT by 2 FT and the Drawings or elsewhere in the Contract Documents do not expressly require reinforcing steel for the opening, submit a request for interpretation to Engineer and obtain Engineer’s response before proceeding. 3. Where concrete infill or grout repair materials are not used, patch using epoxy patch material indicated in Paragraph 2.1.D of this section unless otherwise indicated on Drawings. 4. Patch construction by filling, repairing, refinishing, closing-up, and similar operations following performance of other Work. 5. Patch with durable seams that are as inconspicuous as possible. Provide materials and comply with installation requirements indicated in the Contract Documents and the published installation instructions of the material’s manufacturer. 6. Patch to provide airtight and watertight connections to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. 7. Where feasible, test patched areas to demonstrate integrity of installation. B. Restoration: 1. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in manner that eliminates evidence of patching and refinishing. 2. For continuous surfaces, refinish to nearest intersection. 3. For an assembly, refinish the entire unit that was patched. 4. Patch, repair, or rehang existing ceilings as necessary to provide an even-plane surface of uniform appearance. 3.6 CLEANING A. Cleaning and Restoration: 1. Perform cleaning promptly after associated cutting, coring, and patching. 2. Clean areas and spaces where cutting, coring, or patching were performed. 3. Clean piping, conduit, and similar constructions before applying paint or other finishing materials. 4. Restore damaged coverings of pipe and other utilities to original condition. END OF SECTION 10076241 City of Pasco May 2019 Road 36 Lift Station Issue for Bid CUTTING AND PATCHING 01 73 29 - 6 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift station Issue for Bid CLEANING 01 74 00 - 1 SECTION 01 74 00 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for keeping the Site free of accumulations of waste materials during construction (“progress cleaning”). 2. Cleaning for Substantial Completion and prior to final inspection (collectively, “closeout cleaning”). B. Scope: 1. Contractor shall perform cleaning during the Project, including progress cleaning, as condition precedent to Substantial Completion, upon completion of the Work, and as required by the General Conditions, as may be modified by the Supplementary Conditions, this Specifications section, and elsewhere in the Contract Documents. 2. Maintain in a clean manner the Site, the Work, and areas adjacent to or affected by the Work. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Fire Protection Association (NFPA): a. 241, Safeguarding Construction, Alteration, and Demolition Operations. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION 3.1 PROGRESS CLEANING A. Progress Cleaning – General: 1. Clean the Site, work areas, and other areas occupied by Contractor not less than weekly. Dispose of waste materials in accordance with the General Conditions, as may be modified by the Supplementary Conditions, and the following: a. Comply with NFPA 241 for removing combustible waste materials and debris. b. Do not hold non-combustible materials at the Site more than three days if the ambient air temperature is expected to rise above 80 DEGF. When ambient air temperature is less than 80 DEGF, dispose of non-combustible materials within seven days of their generation. c. Provide suitable containers for storage of waste materials and debris. Avoid generation of odors and creation of nuisances. d. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately. B. Progress Cleaning – Site: 1. Keep outdoor, dust-generating areas wetted down or otherwise control dust emissions. 2. Not less than weekly, brush-sweep roadways and paved areas at the Site and adjacent areas used by construction vehicles or otherwise affected by construction activities. 3. Comply with dust control requirements of Section 01 35 05 - Environmental Protection and Special Controls. C. Progress Cleaning – Work Areas: 1. Clean areas where the Work is in progress to maintain an extent of cleanliness necessary for proper execution of the Work and safety of personnel. 10076241 City of Pasco May 2020 Road 36 Lift station Issue for Bid CLEANING 01 74 00 - 2 2. Remove liquid spills promptly. Where spills may have harmful effects on health, safety, protection of facilities, or the environment, immediately report spills to Owner, Engineer, and authorities having jurisdiction, in accordance with the Contract Documents and Laws and Regulations. 3. Where dust would impair proper execution of or quality of the Work, broom-clean or vacuum entire work area, as necessary. 4. Concealed Spaces: Remove waste material and debris from concealed spaces before enclosing the space. D. Progress Cleaning – Installed Work: 1. Keep installed Work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of installed materials and equipment, using only cleaning agents and methods specifically recommended by material or equipment Supplier. 2. If Supplier does not recommend specific cleaning agents or methods, use cleaning agents and methods that are not hazardous to health and property and that will not damage or mar exposed surfaces. E. Progress Cleaning – Exposed Surfaces: 1. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration until Substantial Completion. F. Progress Cleaning – Cutting and Patching: 1. Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, trailings and cuttings, and similar materials. 2. Thoroughly clean piping, ductwork, conduits, and similar features before applying patching material, paint, or other finishing materials. 3. Restore damaged insulation and coverings on piping, cutwork, and similar items to its pre- construction condition. G. Cleaning of Hydraulic Structures: 1. Do not perform field quality control activities such as testing tanks, channels, and other hydraulic structures for leakage or disinfecting (where applicable), and do not apply for inspection for Substantial Completion for hydraulic structures, until the associated hydraulic structures are clean and free of all waste materials, and ready for intended use. H. Waste Disposal: 1. Properly dispose of waste materials (including surplus materials, debris, rubbish, and other waste) off the Site. 2. Do not burn or bury waste materials at the Site. 3. Remove waste material and rubbish from excavations before backfilling. 4. Do not discharge volatile or hazardous substances, such as mineral spirits, oil, or paint thinner, into storm sewers, gutters, sanitary sewers, or other location in the environment. Dispose of such materials in accordance with Laws and Regulations. 5. Do not discharge wastes to surface waters, drainage routes, or groundwater. 6. Contractor is solely responsible for complying with Laws and Regulations regarding storing, transporting, and disposing of waste generated by Contractor’s operations or brought to the Site by Contractor. I. During handling and installation of materials and equipment, clean and protect construction in progress and adjoining materials and equipment already in place. Apply protective covering where necessary or required for protection from damage or deterioration, until Substantial Completion. J. Clean completed construction as frequently as necessary throughout the construction period. 3.2 CLOSEOUT CLEANING A. Complete the following prior to requesting inspection for Substantial Completion: 1. Clean and remove from the Site waste material (including rubbish and debris) and other foreign and undesirable items and substances. 10076241 City of Pasco May 2020 Road 36 Lift station Issue for Bid CLEANING 01 74 00 - 3 2. Sweep broom-clean paved areas suitable for access by vehicles. 3. Remove spills and stains or petroleum, oils, solvents, other chemicals, and other foreign and undesirable deposits. 4. Hose-clean sidewalks and loading areas. 5. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. 6. Surface waterways and drainage routes (including storm sewers, gutters, and ditches) shall be open and clean. 7. Repair pavement, roads, sod, and other areas affected by construction operations and restore to specified condition; if condition is not specified, restore to preconstruction condition. 8. Clean exposed exterior and interior hard-surfaced finishes to dirt-free condition, free of spatter, grease, stains, fingerprints, films, and similar foreign and undesirable substances. 9. Clean, wax, and polish wood, vinyl, and painted floors. 10. Remove waste material and surface dust from limited-access spaces, including roofs, plenums, shafts, trenchway, equipment vaults, manholes, and similar spaces. 11. In unoccupied spaces, sweep concrete floors broom-clean. 12. Clean transparent materials, including mirrors and glazing in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials. 13. Remove non-permanent tags and labels. 14. Surface Finishes: a. Touch-up and otherwise repair and restore chipped, scratched, dented or otherwise marred surfaces to specified finish and match adjacent surfaces. b. Do not paint over “UL” or similar labels, including mechanical and electrical nameplates. 15. Wipe surfaces of mechanical and electrical equipment, and similar equipment. Remove excess lubrication, paint, and mortar droppings, and other foreign or undesirable substances. 16. Clean plumbing fixtures to sanitary condition, free of stains, including stains resulting from water exposure. 17. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. 18. Clean lighting fixtures, lamps, globes, and reflectors to function with full efficiency. Replace temporary lamps provided in permanent fixtures. Replace existing lighting fixture components that are burned out or noticeably dimmed from use during construction. Replace defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. 19. Leave the Site clean, and in neat, orderly condition, satisfactory to Owner and Engineer. B. Complete the following prior to requesting final inspection: 1. After Substantial Completion of all the Work, following completion of items of incomplete or damaged Work (“punch list Work”), clean “punch list Work areas in accordance with Paragraph 3.2.A of this Specifications Section. 2. Remove field offices, Contractor’s storage sheds, and remaining stockpiles and clean all such areas in accordance with Paragraph 3.2.B of this Specifications Section, and in accordance with Contract Documents for landscaping and restoration. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift station Issue for Bid CLEANING 01 74 00 - 4 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid SYSTEM START-UP 01 75 00 - 1 SECTION 01 75 00 SYSTEM START-UP PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures and actions, required of the Contractor, which are necessary to achieve and demonstrate Substantial Completion. 2. Requirements for Substantial Completion Submittals. 1.2 DEFINITIONS A. Project Classified System (PCS): A defined part of the Project, consisting of an arrangement of items, such as equipment, structures, components, piping, wiring, materials, or incidentals, so related or connected to form an identifiable, unified, functional, operational, safe, and independent system. B. Pre-Demonstration Period: The period of time, of unspecified duration after initial construction and installation activities during which Contractor, with assistance from manufacturer's representatives, performs in the following sequence: 1. Finishing type construction work to ensure the Project or each PCS has reached a state of Substantial Completion. 2. Equipment start-up. 3. Personnel training. C. Demonstration Period: A period of time, of specified duration, following the Pre-Demonstration Period, during which the Contractor initiates product through the Project Classified System and starts up and operates the Project Classified System, without exceeding specified downtime limitations, to prove the functional integrity of the mechanical and electrical equipment and components and the control interfaces of the respective equipment and components comprising the Project Classified System as evidence of Substantial Completion. 1.3 SUBMITTALS A. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. B. Submit in the chronological order listed below prior to the completion of the Pre-Demonstration Period. 1. Master operation and maintenance training schedule: a. Submit 30 days (minimum) prior to first training session for Owner's personnel. b. Schedule to include: 1) Target date and time for Owner witnessing of each system initial start-up. 2) Target date and time for Operation and Maintenance training for each system, both field and classroom. 3) Target date for initiation of Demonstration Period. c. Submit for review and approval by Owner. d. Include holidays observed by Owner. e. Attend a schedule planning and coordination meeting 90 calendar days prior to first anticipated training session. 1) Provide a status report and schedule-to-complete for requirements prerequisite to manufacturer's training. 2) Identify initial target dates for individual manufacturer's training sessions. f. Owner reserves the right to insist on a minimum seven (7) days' notice of rescheduled training session not conducted on master schedule target date for any reason. g. Schedule to be resubmitted until approved. 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid SYSTEM START-UP 01 75 00 - 2 2. Substantial Completion Submittal: a. File Contractor's Notice of Substantial Completion and Request for Inspection. b. Approved Operation and Maintenance manuals received by Engineer minimum 30 days prior to the scheduled training. c. Written request for Owner to witness each system pre-demonstration start-up. 1) Request to be received by Owner minimum one (1) week before scheduled training of Owner's personnel on that system. d. Equipment installation and pre-demonstration start-up certifications. e. Letter verifying completion of all pre-demonstration start-up activities including receipt of all specified items from manufacturers or suppliers as final item prior to initiation of Demonstration Period. 1.4 SEQUENCING AND SCHEDULING A. Project Classified Systems (PCS’s) are broadly summarized as follows (see Section 01 22 00): 1. PCS #1 – Road 36 Lift Station: a. Installation of new submersible pumps b. Installation of new 8-inch diameter force main c. Repair disturbed pavement/road d. Replacement of valves e. Replacement of concrete base f. New Electrical and I&C PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SPECIFICATION SECTION) PART 3 - EXECUTION 3.1 GENERAL A. Facility Start-up Divided into Two Periods: 1. Pre-Demonstration Period including: a. Completion of construction work to bring Project to a state of Substantial Completion. b. Start-up of Equipment. c. Training of Personnel. d. Completion of the filing of all required submittals. e. Filing of Contractor's Notice of Substantial Completion and Request for Inspection. 2. Demonstration Period including: a. Demonstration of functional integrity of PCS. 3.2 PRE-DEMONSTRATION PERIOD A. Completion of Construction Work: 1. Complete the work to bring the PCS to a state of substantial completion. B. Equipment Start-up: 1. Requirements for individual items of equipment are included in the Technical Specification Sections. 2. Prepare the equipment so it will operate properly and safely and be ready to demonstrate functional integrity during the Demonstration Period. 3. Perform Equipment Start-up without introducing product flow. Pumping and similar equipment requiring a fluid, using clean water supplied at Contractor's expense. Dispose of water used for Equipment Start-up. 4. Procedures include but are not necessarily limited to the following: a. Test or check and correct deficiencies of: 1) Power, control, and monitoring circuits for continuity prior to connection to power source. 2) Voltage of all circuits. 3) Phase sequence. 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid SYSTEM START-UP 01 75 00 - 3 4) Cleanliness of connecting piping systems. 5) Alignment of connected machinery. 6) Vacuum and pressure of all closed systems. 7) Lubrication. 8) Valve orientation and position status for manual operating mode. 9) Pumping equipment using clean water. 10) Instrumentation and control signal generation, transmission, reception, and response. 11) Tagging and identification systems. 12) All equipment: Proper connections, alignment, calibration and adjustment. b. Calibrate all safety equipment. c. Manually rotate or move moving parts to assure freedom of movement. d. "Bump" start electric motors to verify proper rotation. e. Perform other tests, checks, and activities required to make the equipment ready for Demonstration Period. f. Documentation: 1) Prepare a log showing each equipment item subject to this paragraph and listing what is to be accomplished during Equipment Start-up. 2) Provide a place for the Contractor to record date and person accomplishing required work. 3) Submit completed document before requesting inspection for Substantial Completion certification. C. Personnel Training: 1. See individual equipment specification sections. 2. Conduct all personnel training after completion of Equipment Start-up for the equipment for which training is being conducted. a. Personnel training on individual equipment or systems will not be considered completed unless: 1) All pre-training deliverables are received and approved before commencement of training on the individual equipment or system. 2) No system malfunctions occur during training. 3) All provisions of field and classroom training specifications are met. b. Training not in compliance with the above will be performed again in its entirety by the manufacturer at no additional cost to Owner. 3. Field and classroom training requirements: a. Hold classroom training on-site. b. Notify each manufacturer specified for on-site training that the Owner reserves the right to video record any or all training sessions. 1) Organize each training session in a format compatible with video recording. c. Training instructor qualification: Factory trained and familiar with giving both classroom and "hands-on" instructions. d. Training instructors: 1) Be at classes on time. 2) Session beginning and ending times to be coordinated with the Owner and indicated on the master schedule. 3) Normal time lengths for class periods can vary, but brief rest breaks should be scheduled and taken. e. Organize training sessions into maintenance verses operation topics and identify on schedule. f. Plan for minimum class attendance of 15 people at each session and provide sufficient classroom materials, samples, and handouts for those in attendance. g. Instructors to have a typed agenda and well prepared instructional material. 1) The use of visual aids, e.g., films, pictures, and slides is recommended for use during the classroom training programs. 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid SYSTEM START-UP 01 75 00 - 4 2) Deliver agendas to the Engineer a minimum of seven (7) days prior to the classroom training. 3) Provide equipment required for presentation of films, slides, and other visual aids. h. In the on-site training sessions, cover the information required in the Operation and Maintenance Manuals submitted according to Specification Section 01 33 04 and the following areas as applicable to PCS's. 1) Operation of equipment. 2) Lubrication of equipment. 3) Maintenance and repair of equipment. 4) Troubleshooting of equipment. 5) Preventive maintenance procedures. 6) Adjustments to equipment. 7) Inventory of spare parts. 8) Optimizing equipment performance. 9) Capabilities. 10) Operational safety. 11) Emergency situation response. 12) Takedown procedures (disassembly and assembly). i. Address above Paragraphs 1), 2), 8), 9), 10), and 11) in the operation sessions. Address above Paragraphs 3), 4), 5), 6), 7), and 12) in the maintenance sessions. j. Maintain a log of classroom training provided including: Instructors, topics, dates, time, and attendance. D. Complete the filing of all required submittals: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 3. Training material. E. Filing of Contractor's Notice of Substantial Completion and Request for Inspection of Project or PCS: 1. File the notice when the following have been completed: a. Construction work (brought to state of Substantial Completion). b. Equipment Start-up. c. Personnel Training. d. Submittal of required documents. 2. Engineer will review required submittals for completeness within 5 calendar days of Contractor's notice. If complete, Engineer will complete inspection of the Work, within 10 calendar days of Contractor's notice. 3. Engineer will inform Contractor in writing of the status of the Work reviewed, within 14 calendar days of Contractor's notice. a. Work determined not meeting state of Substantial Completion: 1) Contractor: Correct deficiencies noted or submit plan of action for correction within 5 days of Engineer's determination. 2) Engineer: Reinspect work within 5 days of Contractor's notice of correction of deficiencies. 3) Reinspection costs incurred by Engineer will be billed to Owner who will deduct them from final payment due Contractor. b. Work determined to be in state of tentative Substantial Completion: Engineer to prepare tentative "Engineer's Certificate of Substantial Completion." c. Engineer's Certificate of Substantial Completion: 1) Certificate tentatively issued subject to successful Demonstration of functional integrity. 2) Issued for Project as a whole or for one or more PCS. 3) Issued subject to completion or correction of items cited in the certificate (punch list). 4) Issued with responsibilities of Owner and Contractor cited. 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid SYSTEM START-UP 01 75 00 - 5 5) Executed by Engineer. 6) Accepted by Owner. 7) Accepted by Contractor. d. Upon successful completion of Demonstration Period, Engineer will endorse certificate attesting to the successful demonstration, and citing the hour and date of ending the successful Demonstration Period of functional integrity as the effective date of Substantial Completion. 3.3 DEMONSTRATION PERIOD A. General: 1. Demonstrate the functional integrity of the mechanical, electrical, and control interfaces of the respective equipment and components comprising the PCS as evidence of Substantial Completion. 2. Duration of Demonstration Period: 120 consecutive hours. 3. If, during the Demonstration Period, the aggregate amount of time used for repair, alteration, or unscheduled adjustments to any equipment or systems that renders the affected equipment or system inoperative exceed 10 percent of the Demonstration Period, the demonstration of functional integrity will be deemed to have failed. a. In the event of failure, a new Demonstration Period will recommence after correction of the cause of failure. b. The new Demonstration Period shall have the same requirements and duration as the Demonstration Period previously conducted. 4. Conduct the demonstration of functional integrity under full operational conditions. 5. Owner will provide operational personnel to provide process decisions affecting plant performance. a. Owner's assistance will be available only for process decisions. b. Contractor will perform all other functions including but not limited to equipment operation and maintenance until successful completion of the Demonstration Period. 6. Owner reserves the right to simulate operational variables, equipment failures, routine maintenance scenarios, etc., to verify the functional integrity of automatic and manual backup systems and alternate operating modes. 7. Time of beginning and ending any Demonstration Period shall be agreed upon by Contractor, Owner, and Engineer in advance of initiating Demonstration Period. 8. Throughout the Demonstration Period, provide knowledgeable personnel to answer Owner's questions, and to respond to any system problems or failures which may occur. 9. Provide all labor, supervision, utilities, chemicals, maintenance, equipment, vehicles or any other item necessary to operate and demonstrate all systems being demonstrated. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid SYSTEM START-UP 01 75 00 - 6 THIS PAGE IS INTENTIONALLY LEFT BLANK DIVISION 02 EXISTING CONDITIONS THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 1 SECTION 02 41 00 DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General provisions applicable to all demolition and removals. 2. Civil/site demolition and removals. 3. Architectural and structural demolition and removals. 4. Mechanical demolition and removals 5. Electrical demolition and removals. 6. Disposal of demolition debris, materials, and equipment. B. Scope: 1. Contractor shall provide all labor, materials, equipment, tools, and incidentals as shown, specified and required for demolition, removals, and disposal Work. 2. The Work under this Specifications section includes, but is not necessarily limited to: a. Demolition and removal of existing materials and equipment as shown or indicated in the Contract Documents. The Work includes demolition of concrete, attachments, appurtenances, piping, electrical and mechanical systems and equipment, pavement, and similar existing materials, equipment, and items. 3. Demolitions and removals indicated in other Specifications sections shall comply with requirements of this Specifications section. 4. Perform demolition Work within areas shown or indicated. 5. Pay all costs associated with transporting and, as applicable, disposing of materials and equipment resulting from demolition and removals Work. C. Related Requirements: 1. Section 31 10 00 - Site Clearing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Fire Protection Association (NFPA): a. 241, Safeguarding Construction, Alteration, and Demolition Operations. B. Regulatory Requirements: 1. Demolition, removals, and disposal Work shall be in accordance with 29 CFR 1926.850 through 29 CFR 1926.860 (Subpart T – Demolition), and all other Laws and Regulations. 2. Comply with requirements of authorities having jurisdiction. C. Qualifications: 1. Electrical Removals: Entity and personnel performing electrical removals shall be electrician(s) legally qualified to perform electrical construction and electrical work in the jurisdiction where the Site is located. 2. Plumbing Removals: Entity and personnel performing plumbing removals shall be plumber(s) legally qualified to perform plumbing construction and plumbing work in the jurisdiction where the Site is located. 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Review procedures under this and other Specifications sections and coordinate the Work that will be performed with or before demolition and removals. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 2 1.4 SUBMITTALS A. Informational Submittals: Submit the following: 1. Procedure Submittals: a. Demolition and Removal Plan: Not less than ten days prior to starting demolition Work, submit acceptable plan for demolition and removal Work, including: 1) Plan for coordinating shut-offs, capping, temporary services, and continuing utility services. 2) Other proposed procedures as applicable. 3) Equipment proposed for use in demolition operations. 4) Recycling/disposal facility(ies) proposed, including facility owner, facility name, location, and processes. Include copy of appropriate permits and licenses, and compliance status. 5) Planned demolition operating sequences. 6) Detailed schedule of demolition Work in accordance with the Schedule accepted by Engineer. 2. Notification of Intended Demolition Start: Submit in accordance with Paragraph 3.1.A of this Specifications Section. 3. Field Quality Control Test Results: a. Results of megger-testing of existing motors to remain Owner’s property. 4. Qualifications Statements: a. Name and qualifications of entity performing electrical removals, including copy of licenses required by authorities having jurisdiction. b. Name and qualifications of entity performing plumbing removals, 1.5 SITE CONDITIONS A. Owner makes no representation of condition or structural integrity of area(s) to be demolished or where removals are required by the Contract Documents. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION 3.1 PREPARATION A. Notification: 1. Not less than 48 HRS prior to commencing demolition or removal, advise Engineer in writing of planned start of demolition Work. Do not start removals without permission of Engineer. 2. Where demolition or removals has potential to affect adjacent properties, occupants, streets, or other public thoroughfare, transportation facilities, and utilities, furnish required notices to owners and occupants of properties, buildings, and structures that may be affected by the demolition of removal. 3. In accordance with Laws and Regulations, furnish to authorities having jurisdiction, including emergency services as necessary, appropriate notices of planned demolition and removals. 4. Submit to Engineer copies of notices furnished to adjacent property owners, occupants, and authorities having jurisdiction. B. Protection of Adjacent Areas and Facilities: 1. Perform demolition and removal Work in manner that prevents damage and injury to property, structures, occupants, the public, and facilities. Do not interfere with use of, and free and safe access to and from, structures and properties unless allowed by the Contract Documents otherwise allowed in writing by Owner. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 3 2. Closing or obstructing of roads, drives, sidewalks, and passageways adjacent to the Work is not allowed unless indicated otherwise in the Contract Documents. Conduct the Work with minimum interference to vehicular and pedestrian traffic. 3. Provide temporary partitions between demolition work areas and (a) areas that will be occupied during demolition and removals, and (b) areas accessible to the public or visitors. Temporary partitions shall be sturdy, braced plywood in good condition, of dimensions sufficient to adequately screen demolition work from view of occupants, public, and visitors. Maintain temporary partitions in place until demolition and removals work in the subject area is complete or until other Work requires removal of temporary partitions. 4. Provide appropriate temporary barriers, lighting, sidewalk sheds, and other necessary protection. 5. Repair damage to facilities that are to remain which such damages results from Contractor’s operations. C. Existing Utilities: In addition to requirements of the General Conditions, Supplementary Conditions, and Division 01 Specifications, perform the following: 1. Should unforeseen, unknown, or incorrectly shown or indicated Underground Facilities be encountered, Contractor responsibilities shall be in accordance with the General Conditions as may be modified by the Supplementary Conditions. Cooperate with utility owners in keeping adjacent services and facilities in operation. 2. Sanitary Sewerage: Before proceeding with demolition, locate and cap all sewer lines and service laterals discharging from the building or structure being demolished. 3. Storm Water Sewerage: Existing storm water system shall remain in place until demolition of existing building or structure is complete. Upon completing demolition, cut and cap storm sewerage at locations shown on the Drawings. Remove existing storm water piping and related structures between points of cutting, and backfill, restore to grade, and stabilize the area over the removed facilities in accordance with the Contract Documents. 4. Water Piping and Related Facilities: Before proceeding with demolition, locate and cap all potable and non-potable waterlines and service laterals serving the building or structure being demolished. Ensure compliance with Laws and Regulations regarding water quality. 5. Other Utilities: Before proceeding with demolition, locate and cap as required all other utilities, such as fuel and gas; compressed air; heating, ventilating, and air conditioning; electric; and communications; and service laterals serving the building or structure being demolished. 6. Shutdown of utility services shall be coordinated by Contractor, assisted by Owner as required relative to contacting utility owners. D. Remediation: 1. If unanticipated Hazardous Environmental Condition is believed to be encountered during demolition and removals, comply with requirements of the General Conditions, as may be modified by the Supplementary Conditions. 3.2 DEMOLITION - GENERAL A. Locate construction equipment used for demolition Work and remove demolished materials and equipment to avoid imposing excessive loading on supporting and adjacent walls, floors, framing, facilities, and Underground Facilities. B. Pollution Controls: 1. Use water sprinkling, temporary enclosures, and other suitable methods to limit emissions of dust and dirt to lowest practical level. Comply with Section 01 35 05 - Environmental Protection and Special Controls, and Laws and Regulations. 2. Do not use water when water may create hazardous or objectionable conditions such as icing, flooding, or pollution. 3. Clean adjacent structures, facilities, properties, and improvements of dust, dirt, and debris caused by demolition Work, in accordance with the General Conditions and Section 01 74 00 - Cleaning. C. Explosives: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 4 1. Explosives are not allowed at the Site. Do not use explosives for demolition and removal Work. D. Comply with Section 01 73 29 - Cutting and Patching and NFPA 241. E. Building or Structure Demolition and Removals: 1. Unless otherwise approved by Engineer, proceed with demolition from top of building or structure to the ground. Complete demolition Work above each floor or tier before disturbing supporting members of lower levels. 2. Demolish concrete and masonry in small sections. 3. Remove structural framing members and lower to ground using hoists, cranes, or other suitable methods. Do not throw or drop to the ground. 4. Break up and remove foundations, mats, and slabs-on-grade unless otherwise shown or indicated as remaining in place. 5. Temporary Bracing and Supports: a. Provide temporary bracing and supports sufficient to maintain safety, stability, and resist all loads to which the structure may be subject during demolition and removals, until entirety is permanently removed or permanently stabilized. b. Temporary bracing and supports shall be sufficient for associated dead load, live load, transient loading, and dynamic loads such as wind, seismic, and other loads to which the temporary bracing or support may be subject. c. Where appropriate, retain a professional structural engineer, duly licensed and registered in the same jurisdiction as the Site, to design temporary bracing and supports. F. Salvage and Ownership: 1. Materials and equipment to remain Owner’s property shall be: a. Carefully removed and appropriately handled by Contractor to avoid damage and invalidation of warranties in effect. Brace motors attached to flexible mountings until reinstallation or delivery to Owner’s storage location. Fully remedy to pre-construction condition or replace items damaged during removal or handling by Contractor. b. Removed as functional units, together with all appurtenances required for operation. c. Cleaned, listed, and tagged for storage. d. Protected from damage. e. Delivered to designated storage location at the Site or other site indicated in the Contract Documents, at place designated by Engineer or Owner. 2. Items to be and delivered to Owner are as indicated in Table 02 41 00-A. Table 02 41 00-A – Items to be Salvaged Equipment Name/ Designation Equipment Location Deliver to Owner's Location Control Panel Road 36 Lift Station inside fiberglass cover 1015 S. Grey Ave, Pasco WA 99301 5 KVA Transformer Road 36 Lift Station inside fiberglass cover 1015 S. Grey Ave, Pasco WA 99301 Float CPLG. Mounting Road 36 Lift Station inside fiberglass cover 1015 S. Grey Ave, Pasco WA 99301 30” x 54” Aluminum Access Hatch Road 36 Lift Station over wetwell 1015 S. Grey Ave, Pasco WA 99301 (2) Submersible Pumps Road 36 Lift Station inside wetwell 1015 S. Grey Ave, Pasco WA 99301 (1) Generator Road 36 Lift Station 1015 S. Grey Ave, Pasco WA 99301 3. Preparation of Owner’s existing equipment for storage: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 5 a. Where appropriate, identify each component with markings or tags to indicate its position in the assembly and the assembly of which it is part. b. Place small parts in appropriate, durable boxes and clearly mark contents on the outside of box or container. c. Remove oil from oil-lubricated bearings and gear boxes and replace with storage oil. d. Grease grease-lubricated bearings. e. Replace breather plugs with solid plugs. f. Megger-test motor windings: Attach report of the test results to the associated motor and submit copy to Engineer. g. Attach unit to suitable crate bottom. h. Enclose unit in polyethylene film and seal all seams and the film to the base of the unit with tape. i. Construct crate of wood slats around top and sides of unit. j. Attach permanent instruction tag to outside of crate stating “This unit has been prepared for storage. Replace oil, vent plugs, and lubricant in accordance with manufacturer's instructions before start-up.” G. Finishing of Surfaces Exposed by Removals: Unless otherwise shown or indicated in the Contract Documents, surfaces of walls, floors, ceilings, and other areas exposed by removals, and that will remain as finished surfaces, shall be repaired and re-finished with materials that match existing adjacent surface, or as otherwise approved by Engineer. 3.3 STRUCTURAL REMOVALS A. Remove structures to lines and grades shown or indicated, unless otherwise directed by Engineer. Where limits are not shown or indicated, limits shall be four inches outside item to be installed. Removals beyond limits shown or indicated shall be at Contractor’s risk and expense and such excess removals shall be reconstructed to satisfaction of Engineer without additional cost to Owner. B. Recycling and Reuse of Demolition Materials: 1. All concrete, brick, tile, masonry, roofing materials, reinforcing steel, structural metals, miscellaneous metals, plaster, wire mesh, and other items contained in or upon building or structure to be demolished shall be removed, transported, and disposed of away from the Site, unless otherwise approved by Engineer. 2. Do not use demolished materials as fill or backfill adjacent to structures, in pipeline trenches, or as subbase under structures or pavement. C. After removing concrete and masonry walls or portions thereof, mats, slabs, and similar construction that ties in to the Work or to existing construction, neatly repair the junction point to leave exposed only finished edges and finished surfaces. D. Where parts of existing structures are to remain in service following demolition, remove the portions shown or indicated for removal, repair damage, and leave the building or structure in proper condition for the intended use. 1. Remove concrete and masonry to the lines shown or indicated by sawing, drilling, chipping, and other suitable methods. Leave the resulting surfaces true and even, with sharp, straight corners that will result in neat joints with new construction and be satisfactory for the purpose intended. 2. Do not damage reinforcing bars beyond the area of concrete and masonry removal. Do not saw-cut beyond the area to be removed. 3. Reinforcing bars that are exposed at surfaces of removed concrete and masonry that will not be covered with new concrete or masonry shall be removed to 1.5 IN below the final surface. Repair the resulting hole, with repair mortar for concrete and grout for masonry, to be flush with the surface. 4. Where existing reinforcing bars are shown or indicated to extend into new construction, remove existing concrete so that reinforcing bars are clean and undamaged. E. Removal of Anchorages and Protruding Metals: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 6 1. Where equipment or material anchored to concrete or masonry are removed and anchors are not to be re-used, and where existing metals (and to be removed) protrude from concrete, remove the anchors and other metal to not less than 1.5 IN beneath surface of concrete or masonry member. Repair the resulting hole, using repair mortar for concrete and grout for masonry, to be flush with the surface. 2. Alternately, when the anchor is stainless steel, the anchor may be cut flush with the surface of the concrete or masonry, when so approved by Engineer. F. Jambs, sills and heads of windows, passageways, doors, or other openings (as applicable) cut-in to the Work or to existing construction shall be dressed with masonry, concrete, or metal to provide smooth, finished appearance. G. Where anchoring materials, including bolts, nuts, hangers, welds, and reinforcing steel, are required to attach the Work to existing construction, provide such materials under this Specifications section, unless specified elsewhere in the Contract Documents. 3.4 MECHANICAL REMOVALS A. Mechanical demolition and removal Work includes dismantling and removing existing: 1. Piping systems and ductwork systems. 2. Mechanical equipment and appurtenances. 3. Mechanical elements of instrumentation and control systems, such as sensors and transmitters and similar items. 4. Mechanical removals include cutting and capping as required, except that cutting of existing piping and ductwork to make connections is included under Section 01 73 29 - Cutting and Patching; Specifications sections in which requirements for coordination with Owner’s operations are indicated; and applicable Specifications of Division 21 - Fire Suppression, Division 22 - Plumbing, Division 23 - Heating, Ventilating, and Air Conditioning, Division 40 - Process Interconnections, and others as applicable. 5. Mechanical removals as required herein apply to systems exposed to view, hidden from view, and Underground Facilities. Mechanical removals may require work in spaces that may be classified confined spaces. B. Life-Safety Systems: 1. Retain existing life-safety systems, including but not limited to fire suppression systems, in place for as long as possible prior to performing associated demolition and removals. 2. Where demolishing buildings or structures equipped with life-safety systems, remove or deactivate life-safety systems only in the area where active demolition operations are in progress. C. Demolition and Removals of Piping, Ductwork, and Similar Items: 1. Scope: a. Safety purge piping and tanks (as applicable) of chemicals, fuel, solids, liquids, and gases (as applicable) and make safe for removal and capping. Discharge contents of existing piping appropriately while avoiding damaging property; restricting access to or use of property; and cresting unsafe, unsanitary, nuisances, and noisome conditions. b. To the extent shown or indicated, remove existing piping conveying water (potable and non-potable), waste and vent, fuel (liquids and gases), heating fluids (such as water- glycol solutions), chemicals, solids and slurries, sludge, wastewater, other fluids, and processes gases, and other piping. c. Remove piping to the nearest structurally sound (or “solid”) piping support, and provide caps on ends of remaining piping. d. Where piping to be demolished passes through existing walls to remain, cut off and cap pipe on each side of the wall. 2. Caps, Closures, Blind Flanges, and Plugs – General (All Piping and Ducts): a. Provide closure pieces, such as blind flanges and caps, where shown or required to complete the Work. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 7 b. Where used in this Specifications section, the term “cap” means the appropriate type closure for the piping or ductwork being closed, including caps, blind flanges, and other closures. c. Caps shall be compatible with the piping or ductwork on which the cap is installed, fluid-tight and gastight, and appropriate for the fluid or gas conveyed in the pipe or duct. d. Unless otherwise shown or indicated, caps shall be mechanically fastened, fused, or welded to pipe or duct. Plug piping with means other than specified in this Specifications section only when expressly so shown or indicated in the Contractor Documents or when allowed by Engineer. 3. Underground Facilities: a. When Underground Facilities are altered or removed, properly cut and cap piping left in place, unless otherwise shown or indicated. 4. Waste and Vent Piping; Ductwork: a. Remove waste and vent piping, and ductwork to extent shown and cap as required. b. Where demolished vent piping, stacks, and ductwork passes through existing roofing, patch the roof with the same or similar materials as existing, and fully compatible with ensign materials. Completed patch shall be watertight and comply with roofing manufacturer’s recommendations. 5. Potable Water Piping; Plumbing; Fire Suppression Piping and Systems; Heating Piping: a. Modifications to potable water piping, fire suppression systems, other plumbing piping, and heating system piping shall comply with Laws and Regulations. b. All portions of potable water systems that have been modified or opened shall be hydrostatically tested and disinfected in accordance with the Contract Documents, and Laws and Regulations. Hydrostatically test other, normally-pressurized, plumbing and fire suppression piping and heating piping systems. D. Equipment Demolition and Removals: 1. To the extent shown or indicated and as required for the Work, remove existing mechanical equipment, including (but not limited to): a. Facility equipment, such as food service equipment, laundry equipment, dumbwaiters, and similar facility items. b. Conveying equipment such as elevators, escalators, and similar general-use conveying systems. c. Fire suppression and plumbing equipment. d. Heating, ventilating, and air conditioning equipment. e. Standby power generators. f. Security systems equipment. g. Transportation-related equipment. h. Flow control gates and valves. i. Hoisting equipment. j. Bulk materials conveying equipment. k. Process heating and cooling equipment. l. Blowers, compressors, air filters, air dryers, and similar equipment. m. Pumps. n. Tanks. o. Process equipment, including purification equipment, pollution control and solid waste equipment, and treatment process equipment. p. Turbines. q. Appurtenances (including motors, drive systems, controls, cooling water and seal water systems) as shown, indicated, and required for completion of the Work. 2. Where required, disassemble equipment to avoid imposing excessive loading on supporting walls, floors, framing, facilities, and Underground Facilities. Disassemble equipment as required for access through and egress from building or structure. Disassembly and removal shall comply with Laws and Regulations. Provide required means to remove equipment from building or structure. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 8 3. Remove control panels, operator stations, and instruments associated with equipment being removed, unless shown or indicated otherwise. 4. Tanks and Equipment Containing Process Material: a. Purge contents in accordance with Paragraph 3.5.A of this Specifications Section and other requirements of the Contract Documents, as applicable. b. When removing generators, remove associated fuel storage tanks unless otherwise indicated to remain. c. Where contents of tank or equipment item may pose a potential hazard, such as hydrocarbon fuels or chemicals, properly dispose of contents in accordance with Laws and Regulations and the Contract Documents. d. Where tank or equipment contains wastewater or liquid sludge, and the Site is a wastewater treatment facility, transport and dispose of stored contents onsite at location acceptable to Owner and facility manager (if other than Owner) unless otherwise indicated in the Contract Documents. If Site is other than a wastewater treatment facility, dispose of contents appropriately in accordance with Laws and Regulations. e. Where tank or equipment contains solid or slurry-type material, remove, handle, and transport the contents and appropriately dispose of the materials offsite in accordance with Laws and Regulations, unless otherwise indicated in the Contract Documents. 5. Remove equipment supports as applicable, anchorages, base, grout, and piping. Remove anchorage systems in accordance with the “Structural Removals” Article in this Specifications section. 6. Remove small-diameter piping back to header unless otherwise indicated. 7. Remove access platforms, ladders, and stairs related to equipment being removed, unless otherwise shown or indicated. 8. Instrumentation and Control Systems Removal: a. Remove instrumentation and controls equipment in accordance with this Specifications section’s requirements for mechanical removals and electrical removals. 9. Reuse and Sale of Removed Equipment: a. Entities indicated below may be interested in acquiring removed equipment: 1) D.H. Griffin Companies Used Equipment Sales division, Greensboro, North Carolina. 2) EcReCon, Inc., Penn’s Grove, New Jersey. 3) Federal Equipment Company, Cleveland, Ohio. 4) Phoenix Equipment Corporation, Red Bank, New Jersey. b. Comply with this Specifications section’s “Disposal of Demolition Debris” Article for restrictions on sales of removed items. 3.5 ELECTRICAL REMOVALS A. Electrical demolition Work includes removing existing: 1. Disconnecting cabling from motors, electrical sources, control panels, control stations, instrumentation and control items, and similar devices and equipment. 2. Conduits, raceways, cable trays, hangers and supports, cabling, and related items. 3. Switches, panelboards, control stations, and similar items. 4. Transformers, distribution switchboards, control panels, motors, starters, variable speed controllers, and similar items. 5. Lighting fixtures and related items. 6. Utility poles, site lighting standards, and overhead cabling. 7. Appurtenances and miscellaneous electrical equipment, as shown, specified, or required. B. Electrical Removals – General: 1. Comply with Laws and Regulations, including the National Electric Code. 2. Lock Out and Tagging: a. Contractor shall lock out and tag circuit breakers and switches operated by Ownerand shall verify that affected cabling are de-energized to ground potential before commencing electrical removals Work. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 9 b. Upon completion of electrical removals Work, remove the locks and tags and promptly advise Resident Project Representative (RPR) or Engineer and [Owner] [facility manager] that existing facilities are available for use. 3. Remove existing electrical equipment, fixtures, and systems to avoid damaging systems to remain, to keep existing systems in operation, and to maintain integrity of grounding systems. 4. Disconnect and remove motors, control panels, and other electrical gear where shown or indicated. 5. Store removed motors, microprocessors and electronics, and other electrical gear to be reused in accordance with its manufacturer’s recommendations and requirements of the Contract Documents. C. Motor Control Centers and Switchgear: 1. Remove or modify motor control centers and switchgear as shown or indicated. 2. Modified openings shall be cut square and dressed smooth to dimensions required for installation of equipment. D. Removal of Cabling, Conduits, Raceways and Similar Items: 1. Verify the function of each cable before disconnecting and removing. 2. Remove cabling, conduits, hangers and supports, and similar items back to the power source or control panel, unless otherwise shown or indicated. 3. Remove cabling, conduits, and similar items where shown or indicated for removal. Abandoned conduits concealed in floor, ceiling slabs, or in walls shall be cut flush with the slab or wall (as applicable) at point of entrance, suitably capped, and the area repaired in a flush, smooth manner acceptable to Engineer. 4. Disassemble and remove exposed conduits, junction boxes, other electrical appurtenances, and their supports. 5. Repair all areas of the Work to prevent rusting on exposed surfaces. 6. Underground Electric: a. Conduits in Underground Facilities not scheduled for reuse shall be suitably capped watertight where each enters building or structure to remain. b. Where shown or indicated, remove direct-burial cabling. Openings in buildings for entrance of direct-burial cabling shall be patched with repair mortar or other material approved by Engineer for such purpose, and made watertight. E. Electrical Service Entrances and Outdoor, Overhead Electrical Utilities: 1. Existing poles and overhead cabling shall be removed or abandoned as shown and specified. 2. Completely remove from the Site poles not owned by electric utility, including site lighting standards and appurtenances, shown or indicated for removal. 3. Existing substation(s) and poles owned by electric utility will be removed by the electric utility. 4. Make necessary arrangements with electric utility owner for removal of utility owner’s transformers and metering equipment after new electrical system has been installed and energized. F. Lighting fixtures, wall switches, receptacles, starters, and other miscellaneous electrical equipment, not designated as remaining as Owner’s property, shall be removed and properly disposed off-Site as required in accordance with Laws and Regulations. 3.6 DEMOLITION OF SITE IMPROVEMENTS A. Pavement: 1. Demolition of asphalt or concrete pavement as applicable, shall terminate at cut edges. Edges shall be linear and have a vertical cut face. 2. To cut pavement use machinery or tools that provides a smooth-cut edge, appropriate for the required. Where cut edges are not smooth, repair the cut edge to remain to provide a smooth, even appearance. B. Fencing: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DEMOLITION 02 41 00 - 10 1. Remove to the limits shown or indicated on the Drawings. 2. Completely remove below-grade posts and concrete. C. Landscaping: 1. Comply with Section 31 11 00 - Site Clearing. D. Other Site Improvements: When the Contract Documents require removal of other site improvements not addressed above, copy with Contract requirements for removal of buildings or structures. 3.7 DISPOSAL OF DEMOLITION DEBRIS A. Disposal – General: 1. Promptly remove from the Site all debris, waste, rubbish, material, and equipment resulting from demolition and removal operations. Promptly upon completion of demolition and removal operations, remove from the Site construction equipment used in demolition Work. 2. Do not sell at the Site demolition materials or removed equipment. If materials, equipment or debris will be sold by Contractor, remove the items from the Site and perform the sale or transaction elsewhere, in accordance with Laws and Regulations. 3. Cleaning and Removal of Debris: Comply with the General Conditions, Supplementary Conditions, and Section 01 74 00 - Cleaning. B. Transportation and Disposal: 1. Non-Hazardous Materials, Equipment, and Debris: Properly transport and dispose of non- hazardous demolition materials, equipment, and debris at appropriate landfill or other suitable location, in accordance with Laws and Regulations. Non-hazardous material does not contain Constituents of Concern such as (but not limited to) asbestos, PCBs, petroleum, hazardous waste, radioactive material, or other material designated as hazardous in Laws or Regulations. 2. Hazardous Materials, Equipment, and Debris: When handling and disposal of items containing Constituents of Concern is included in the Work, properly transport and dispose of such items in accordance with the Contract Documents and Laws and Regulations. C. Submit to Engineer information required in this Specification Section on proposed facility(ies) where demolition materials, equipment, and debris will be recycled. Upon request, Engineer or Owner, shall be allowed to visit recycling facility(ies) to verify adequacy and compliance status. During such visits, recycling facility operator shall cooperate and assist Engineer and Owner. END OF SECTION DIVI SION 03 CONCRETE THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 1 SECTION 03 09 00 CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast-in-place concrete and grout. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. 117, Specification for Tolerances for Concrete Construction and Materials. b. 211.1, Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete. c. 212.3R, Chemical Admixtures for Concrete. d. 304R, Guide for Measuring, Mixing, Transporting, and Placing Concrete. e. 304.2R, Placing Concrete by Pumping Methods. f. 305.1, Hot Weather Concreting. g. 306.1, Cold Weather Concreting. h. 318, Building Code Requirements for Structural Concrete. i. 347, Guide to Formwork for Concrete. j. CT-13, Concrete Terminology. 2. ASTM International (ASTM): a. A82, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. b. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. c. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. d. A1064, Standard Specification for Steel Wire and Welded Wire Replacement, Plain and Deformed, for Concrete. e. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. f. C33, Standard Specification for Concrete Aggregates. g. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. h. C94/C94M, Standard Specification for Ready-Mixed Concrete. i. C138, Standard Method of Test for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete. j. C143, Standard Test Method for Slump of Hydraulic Cement Concrete. k. C150, Standard Specification for Portland Cement. l. C172, Standard Practice for Sampling Freshly Mixed Concrete. m. C173, Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. n. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. o. C260, Standard Specification for Air-Entraining Admixtures for Concrete. p. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. q. C494, Standard Specification for Chemical Admixtures for Concrete. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 2 r. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. s. C1293, Standard Test Method for Determination of Length Change of Concrete Due to Alkali-Silica Reaction. t. C1315, Standard Specification for Liquid Membrane-Forming Compounds Having Special Properties for Curing and Sealing Concrete. u. D882, Standard Test Method for Tensile Properties of Thin Plastic Sheeting. v. D994, Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). w. D1056, Standard Specification for Flexible Cellular Materials-Sponge or Expanded Rubber. x. D1709, Standard Test Methods for Impact Resistance of Plastic Film by the Free- Falling Dart Method. y. D1751, Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). z. E96, Standard Test Methods for Water Vapor Transmission of Materials. aa. E329, Standard Specification for Agencies Engaged in Construction Inspection and/or Testing. 3. Corps of Engineers (COE): a. CRD-C621, Standard Specification for Packaged, Dry, Hydraulic-Cement Grout (Nonshrink). 4. National Ready Mixed Concrete Association (NRMCA). 5. National Sanitation Foundation (NSF): a. 61, Drinking Water System Components - Health Effects. B. Quality Control: 1. Concrete testing agency: a. Contractor to employ and pay for services of a testing laboratory to: 1) Perform materials evaluation. 2) Design concrete mixes. b. Concrete testing agency to meet requirements of ASTM E329. 2. Do not begin concrete production until proposed concrete mix design has been approved by Engineer. a. Approval of concrete mix design by Engineer does not relieve Contractor of his responsibility to provide concrete that meets the requirements of this Specification. 3. Adjust concrete mix designs when material characteristics, job conditions, weather, strength test results or other circumstances warrant. a. Do not use revised concrete mixes until submitted to and approved by Engineer. 4. Perform structural calculations as required to prove that all portions of the structure in combination with remaining forming and shoring system has sufficient strength to safely support its own weight plus the loads placed thereon. C. Qualifications: 1. Ready mixed concrete batch plant certified by NRMCA. 2. Formwork, shoring and reshoring for slabs and beams except where cast on ground to be designed by a professional engineer currently registered in the state where the Project is located. 1.3 DEFINITIONS A. Per ACI CT-13 except as modified herein: 1. Concrete fill: Non-structural concrete. 2. Concrete Testing Agency: Testing agency employed to perform materials evaluation, design of concrete mixes or testing of concrete placed during construction. 3. Exposed concrete: Exposed to view after construction is complete. 4. Indicated: Indicated by Contract Documents. 5. Nonexposed concrete: Not exposed to view after construction is complete. 6. Required: Required by Contract Documents. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 3 7. Specified strength: Specified compressive strength at 28 days. 8. Submitted: Submitted to Engineer. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Concrete mix designs proposed for use. a. Concrete mix design submittal to include the following information: 1) Sieve analysis and source of fine and coarse aggregates. 2) Test for aggregate organic impurities. 3) Test for deleterious aggregate per ASTM C1293. 4) Proportioning of all materials. 5) Type of cement with mill certificate for cement. 6) Type of fly ash with certificate of conformance to specification requirements. 7) Slump. 8) Air content. 9) Brand, type, ASTM designation, and quantity of each admixture proposed for use. 10) 28-day cylinder compressive test results of trial mixes per ACI 318 and as indicated herein. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Manufacturers and types: 1) Joint fillers. 2) Curing agents. 3) Chemical sealer. 4) Bonding and patching mortar. 5) Construction joint bonding adhesive. 6) Nonshrink grout with cure/seal compound. 4. Reinforcing steel: a. Show grade, sizes, number, configuration, spacing, location and all fabrication and placement details. b. In sufficient detail to permit installation of reinforcing without having to make reference to Contract Drawings. c. Obtain approval of Shop Drawings by Engineer before fabrication. d. Mill certificates. 5. Scaled (minimum 1/8 IN per foot) drawings showing proposed locations of construction joints, control joints, expansion joints (as applicable) and joint dimensions. 6. Strength test results of in place concrete including slump, air content and concrete temperature. 7. Certifications: a. Certification of standard deviation value in psi for ready mix plant supplying the concrete. b. Certification that the material and sources submitted in the mix design will be used in the concrete for this project. 8. Test reports: a. Cement mill reports for all cement to be supplied. 1.5 DELIVERY, STORAGE, AND HANDLING A. Storage of Material: 1. Cement and pozzolan: a. Store in moistureproof, weathertight enclosures. b. Do not use if caked or lumpy. 2. Aggregate: a. Store to prevent segregation and contamination with other sizes or foreign materials. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 4 b. Obtain samples for testing from aggregates at point of batching. c. Do not use frozen or partially frozen aggregates. d. Do not use bottom 6 IN of stockpiles in contact with ground. e. Allow sand to drain until moisture content is uniform prior to use. 3. Admixtures: a. Protect from contamination, evaporation, freezing, or damage. b. Maintain within temperature range recommended by manufacturer. c. Completely mix solutions and suspensions prior to use. 4. Reinforcing steel: Support and store all rebars above ground. B. Delivery: 1. Concrete: a. Prepare a delivery ticket for each load for ready-mixed concrete. b. Truck operator shall hand ticket to Owner's Representative at the time of delivery. c. Ticket to show: 1) Mix identification mark. 2) Quantity delivered. 3) Amount of each material in batch. 4) Outdoor temp in the shade. 5) Time at which cement was added. 6) Numerical sequence of the delivery. 7) Amount of water added. 2. Reinforcing steel: a. Ship to jobsite with attached plastic or metal tags with permanent mark numbers. b. Mark numbers to match Shop Drawing mark number. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following products and manufacturers are acceptable: 1. Nonshrink, nonmetallic grout: a. Sika "SikaGrout 212." b. Euclid Chemial "NS Grout." c. BASF Admixtures, Inc. "Masterflow 713." 2. Expansion joint fillers: a. Permaglaze Co. b. Rubatex Corp. c. Williams Products, Inc. 3. Form coating: a. Richmond "Rich Cote." b. Industrial Lubricants "Nox-Crete Form Coating." c. Euclid Chemical "Kurez DR VOX." 4. Cementitious concrete coating: a. Aquafin International. b. BASF Building Systems. c. Euclid Chemical Company. 5. Chemical sealer: a. L&M Construction Chemicals, Inc. b. Euclid Chemical Company. c. Dayton Superior. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 MATERIALS A. Portland Cement: Conform to ASTM C150 Type I/II. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 5 B. Fly Ash: 1. ASTM C618, Class F or Class C. 2. Nonstaining. a. Hardened concrete containing fly ash to be uniform light gray color. 3. Maximum loss on ignition: 6 PCT. 4. Compatible with other concrete ingredients. 5. Obtain proposed fly ash from a source approved by the State Highway Department in the state where the Project is located for use in concrete for bridges. C. Admixtures: 1. Air entraining admixtures: ASTM C260. 2. Water reducing, retarding, and accelerating admixtures: a. ASTM C494 Type A through E. b. Conform to provisions of ACI 212.3R. c. Do not use retarding or accelerating admixtures unless specifically approved in writing by Engineer and at no cost to Owner. d. Follow manufacturer's instructions. e. Use chloride free admixtures only. 3. Maximum total water soluble chloride ion content contributed from all ingredients of concrete including water, aggregates, cementitious materials and admixtures by weight percent of cement: a. 0.10 all other concrete. 4. Do not use calcium chloride. 5. Pozzolanic admixtures: ASTM C618. 6. Provide admixtures of same type, manufacturer and quantity as used in establishing required concrete proportions in the mix design. D. Water: Potable, clean, free of oils, acids and organic matter. E. Aggregates: 1. Normal weight concrete: ASTM C33, except as modified below. 2. Fine aggregate: a. Clean natural sand. b. No manufactured or artificial sand. 3. Coarse aggregate: a. Crushed rock, natural gravel, or other inert granular material. b. Maximum amount of clay or shale particles: 1 PCT. 4. Gradation of coarse aggregate: a. Lean concrete and concrete topping: Size #7. b. All other concrete: Size #57 or #67. F. Concrete Grout: 1. Nonshrink, nonmetallic grout: a. Nonmetallic, noncorrosive, nonstaining, premixed with only water to be added. b. Grout to produce a positive but controlled expansion. c. Mass expansion not to be created by gas liberation. d. Minimum compressive strength of nonshrink grout at 28 days: 6500 PSI. e. In accordance with COE CRD-C621. 2. Epoxy grout: a. 3-component epoxy resin system. 1) Two liquid epoxy components. 2) One inert aggregate filler component. b. Each component packaged separately for mixing at jobsite. G. Reinforcing Steel: 1. Reinforcing bars: ASTM A615, Grade 60. 2. Welded wire reinforcement: a. ASTM A185 or ASTM A1064. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 6 b. Minimum yield strength: 60,000 PSI. 3. Column spirals: ASTM A82 or ASTM A1064. H. Forms: 1. Prefabricated or job built. 2. Wood forms: a. 5/8 or 3/4 IN 5-ply structural plywood of concrete form grade. b. Built-in-place or prefabricated type panel. 3. Metal forms: a. Metal forms may be used except for aluminum in contact with concrete. b. Forms to be tight to prevent leakage, free of rust and straight without dents to provide members of uniform thickness. 4. Chamfer strips: Clear white pine, surface against concrete planed. I. Form Ties: 1. Commercially fabricated for use in form construction. a. Field fabricated ties are unacceptable. 2. Constructed so that ends or end fasteners can be removed without causing spalling at surfaces of the concrete. 3. 3/4 IN minimum to 1 IN maximum diameter cones on both ends. 4. Embedded portion of ties to be not less than 1-1/2 IN from face of concrete after ends have been removed. 5. Cone size: a. 3/4 IN minimum to 2 1/2 IN maximum diameter cones on both ends. b. Depth of cone not to exceed the concrete reinforcing cover. 6. Form release: Nonstaining and shall not prevent bonding of future finishes to concrete surface. J. Chairs, Runners, Bolsters, Spacers, and Hangers: 1. Stainless steel, epoxy coated, or plastic coated metal. a. Plastic coated: Rebar support tips in contact with the forms only. K. Chemical Floor Sealer: 1. Colorless low VOC water-based solution containing acrylic copolymers. a. ASTM C1315, Class B, minimum 30 PCT solids. 2. L&M Construction Chemicals Inc. Dress & Seal WB 30. L. Cementitious Concrete Coating: 1. Polymer modified Portland cement based coating for concrete and masonry. a. Waterproof. b. Resistant to both positive and negative hydrostatic pressure. c. Breathable. 2. BASF “Masterseal 581 Thoroseal”. a. Color: 1) Interior surfaces: Standard gray. 2) Exterior surfaces: Custom color to match concrete surface. 3) Texture: Fine. M. Membrane Curing Compound: 1. ASTM C309, Type 1D, Class A or B. 2. Fugitive dye shall dissipate over time and exposure. 3. Curing compound shall not prevent bonding of any future coverings, coatings or finishes. N. Expansion Joint Filler: 1. In contact with water or sewage: a. Closed cell neoprene. b. ASTM D1056, Class SC (oil resistant and medium swell) of 2 to 5 PSI compression deflection (Grade SCE41). 2. Exterior driveways, curbs and sidewalks: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 7 a. Asphalt expansion joint filler. b. ASTM D994. 3. Other use: a. Fiber expansion joint filler. b. ASTM D1751. 2.3 CONCRETE MIXES A. General: 1. All concrete to be ready mixed concrete conforming to ASTM C94/C94M. 2. Provide concrete of specified quality capable of being placed without segregation and, when cured, of developing all properties required. 3. All concrete to be normal weight concrete. 4. Provide pozzolan content for all cast-in-place construction. B. Strength: 1. Provide specified strength and type of concrete for each use in structure(s) as follows: TYPE WEIGHT SPECIFIED STRENGTH* All concrete Normal weight 4,500 PSI * Minimum 28-day compressive strength. C. Air Entrainment: 1. Provide air entrainment in all concrete resulting in a total air content percent by volume as follows: MAX AGGREGATE SIZE TOTAL AIR CONTENT PERCENT 1 IN or 3/4 IN 6 ±1-1/2 <3/4 IN 6-1/2 ±1-1/2 2. Air content to be measured in accordance with ASTM C231, ASTM C173, or ASTM C138. D. Slump - 4 IN maximum, 1 IN minimum: 1. Measured at point of discharge of the concrete into the concrete construction member. 2. 8 IN maximum after addition of superplasticizer (if used). 3. Concrete of lower than minimum slump may be used provided it can be properly placed and consolidated. 4. Pumped concrete: a. Provide additional water at batch plant to allow for slump loss due to pumping. b. Provide only enough additional water so that slump of concrete at discharge end of pump hose does not exceed maximum slump specified and the maximum specified water-cement ratio is not exceeded. 5. Slump may be adjusted in the field through the use of water reducers. a. Coordinate dosage and mixing requirements with concrete supplier. 6. Determine slump per ASTM C143. E. Selection of Proportions: 1. General: a. Proportion ingredients to: 1) Produce proper workability, durability, strength, and other required properties. 2) Prevent segregation and collection of excessive free water on surface. 2. Minimum cement contents and maximum water cement ratios for concrete to be as follows: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 8 SPECIFIED STRENGTH (PSI) MINIMUM CEMENT (LBS/CY) MAXIMUM WATER CEMENT RATIO BY WEIGHT 4,500 611 0.42 3. Fly ash: a. For cast-in-pace concrete only, a maximum of 25 PCT by weight of Portland cement content per cubic yard may be replaced with fly ash at rate of 1 LB fly ash for 1 LB of cement. b. When fly ash is used, the water to cementitious materials ratio shall not exceed the maximum value specified herein. 4. Concrete mix proportioning methods for normal weight concrete: a. Proportion mixture to provide desired characteristics using one of methods described below: 1) Method 1 (Trial Mix): a) Per ACI 318, Chapter 5, except as modified herein. b) Air content within range specified above. c) Record and report temperature of trial mixes. d) Proportion trial mixes per ACI 211.1. 2) Method 2 (Field Experience): a) Per ACI 318, Chapter 5, except as modified herein: b) Field test records must be acceptable to Engineer to use this method. c) Test records shall represent materials, proportions and conditions similar to those specified. 5. Required average strength to exceed the specified 28-day compressive strength by the amount determined or calculated in accordance with the requirements of Chapter 5 of ACI 318 using the standard deviation of the proposed concrete production facility. PART 3 - EXECUTION 3.1 FORMING AND PLACING CONCRETE A. Formwork: 1. Contractor is responsible for design and erection of formwork. 2. Construct formwork so that concrete members and structures are of correct size, shape, alignment, elevation and position. a. Allowable tolerances: As recommended in ACI 347. 3. Provide slabs and beams of minimum indicated depth when sloping foundation base slabs or elevated floor slabs to drains. a. For slabs on grade, slope top of subgrade to provide floor slabs of minimum uniform indicated depth. b. Do not place floor drains through beams. 4. Openings: a. Provide openings in formwork to accommodate work of other trades. b. Accurately place and securely support items built into forms. 5. Chamfer strips: Place 3/4 IN chamfer strips in forms to produce 3/4 IN wide beveled edges on permanently exposed corners of members. 6. Clean and adjust forms prior to concrete placement. 7. Tighten forms to prevent mortar leakage. 8. Coat form surfaces with form release agents prior to placing reinforcing bars in forms. B. Reinforcement: 1. Position, support and secure reinforcement against displacement. 2. Locate and support with chairs, runners, bolsters, spacers and hangers, as required. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 9 3. Set wire ties so ends do not touch forms and are directed into concrete, not toward exposed concrete surfaces. 4. Lap splice lengths: ACI 318 Class B top bar tension splices unless indicated otherwise on the Drawings. 5. Extend reinforcement to within 2 IN of concrete perimeter edges. a. If perimeter edge is earth formed, extend reinforcement to within 3 IN of the edge. 6. Minimum concrete protective covering for reinforcement: As shown on Drawings. 7. Do not weld reinforcing bars. 8. Welded wire reinforcement: a. Install welded wire reinforcement in maximum practical sizes. b. Splice sides and ends with a splice lap length measured between outermost cross wires of each fabric sheet not less than: 1) One spacing of cross wires plus 2 IN. 2) 1.5 x development length. 3) 6 IN. c. Development length: ACI 318 basic development length for the specified fabric yield strength. C. Construction, Expansion, and Contraction Joints: 1. Locate joints as indicated on Contract Drawings or as shown on approved Shop Drawings. a. Where construction joint spacing shown on Drawings exceeds the joint spacing indicated in Paragraph below, submit proposed construction joint location in conformance with this Specification Section. 2. Unplanned construction joints will not be allowed. 3. Locate wall vertical construction joints at 30 FT maximum. 4. Locate construction joints in floor slabs and foundation base slabs so that concrete placements are approximately square and do not exceed 2500 SQFT. 5. Locate construction joints in columns and walls: a. At the underside of beams, girders, haunches, drop panels, column capitals, and at floor panels. b. Haunches, drop panels, and column capitals are considered part of the supported floor or roof and shall be placed monolithically therewith. c. Column based need not be placed monolithically with the floor below. 6. Install construction joints perpendicular to main reinforcement with all reinforcement continued across construction joints. 7. At least 48 HRS shall elapse between placing of adjoining concrete construction. 8. Thoroughly clean and remove all laitance and loose and foreign particles from construction joints. 9. Before new concrete is placed, dampen concrete surfaces. D. Embedments: 1. Set and build in anchorage devices and other embedded items required for other work that is attached to, or supported by concrete. 2. Use setting diagrams, templates and instructions for locating and setting. E. Placing Concrete: 1. Place concrete in compliance with ACI 304R and ACI 304.2R. 2. Place in a continuous operation within planned joints or sections. 3. Begin placement when work of other trades affecting concrete is completed. 4. Place concrete by methods which prevent aggregate segregation. 5. Do not allow concrete to free fall more than 4 FT. 6. Where free fall of concrete will exceed 4 FT, place concrete by means of tremie pipe or chute. F. Consolidation: Consolidate all concrete using mechanical vibrators supplemented with hand rodding and tamping, so that concrete is worked around reinforcement and embedded items into all parts of forms. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 10 G. Protection: 1. Protect concrete from physical damage or reduced strength due to weather extremes. 2. In cold weather comply with ACI 306.1 except as modified herein. a. Do not place concrete on frozen ground or in contact with forms or reinforcing bars coated with frost, ice or snow. b. Do not place heated concrete that is warmer than 80 DEGF. c. If freezing temperatures are expected during curing, maintain the concrete temperature at or above 50 DEGF for seven days or 70 DEGF for 3 days. d. Do not allow concrete to cool suddenly. 3. In hot weather comply with ACI 305.1 except as modified herein. a. At air temperature of 90 DEGF and above, keep concrete as cool as possible during placement and curing. b. Do not allow concrete temperature to exceed 90 DEGF at placement. c. Prevent plastic shrinkage cracking due to rapid evaporation of moisture. d. Do not place concrete when the actual or anticipated evaporation rate equals or exceeds 0.2 LBS/SF/HR as determined from ACI 305.1, Figure 2.1.5. H. Curing: 1. Begin curing concrete as soon as free water has disappeared from exposed surfaces. 2. Cure concrete by use of moisture retaining cover, burlap kept continuously wet or by membrane curing compound. 3. Provide protection as required to prevent damage to concrete and to prevent moisture loss from concrete during curing period. 4. Provide curing for minimum of 14 days. 5. Form materials left in place may be considered as curing materials for surfaces in contact with the form materials except in periods of hot weather. 6. In hot weather follow curing procedures outlined in ACI 305.1. 7. In cold weather follow curing procedures outlined in ACI 306.1. 8. Curing vertical surfaces with a curing compound: a. Cover vertical surfaces with a minimum of two coats of the curing compound. b. Allow the preceding coat to completely dry prior to applying the next coat. c. Apply the first coat of curing compound immediately after form removal. d. Vertical surface at the time of receiving the first coat shall be damp with no free water on the surface. e. A vertical surface is defined as any surface steeper than 1 vertical to 4 horizontal. I. Form Removal: 1. Remove forms after concrete has hardened sufficiently to resist damage from removal operations or lack of support. 2. Where no reshoring is planned, leave forms and shoring used to support concrete until it has reached its specified 28-day compressive strength. 3.2 CONCRETE FINISHES A. Tolerances: 1. Class A: 1/8 IN in 10 FT. 2. Class B: 1/4 IN in 10 FT. B. Surfaces Exposed to View: 1. Provide a smooth finish for exposed concrete surfaces and surfaces that are: a. To be covered with a coating or covering material applied directly to concrete. b. Scheduled for grout cleaned finish. 2. Remove fins and projections, and patch voids, air pockets, and honeycomb areas with cement grout. 3. Cementitious concrete coating: a. Form facing material shall produce a smooth, hard, uniform texture. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 11 1) Use forms specified for surfaces exposed to view. b. Prepare the surface in accordance with manufactures printed installation instructions. c. Brush on coating to entire surface. 1) As a mixing liquid for the coating, use bonding agent and water mixture as recommended by the manufacture. 2) Apply two (2) coats at 2 LB/SQYD per coat. d. When second coat is set, float to a uniform texture with a sponge coat. e. Provide this finish at the following locations: 1) Walls, columns, exposed to view. C. Surfaces Not Exposed to View: 1. Patch voids, air pockets and honeycomb areas with cement grout. 2. Fill tie holes with nonshrink, nonmetallic grout. D. Slab Float Finish: 1. After concrete has been placed, consolidated, struck off, and leveled, do no further work until ready for floating. 2. Do not use water to aid in finishing. 3. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit operation. 4. During or after first floating, check planeness of entire surface with a 10 FT straightedge applied at not less than two different angles. 5. Cut down all high spots and fill all low spots during this procedure to produce a surface within Class B tolerance throughout. 6. Refloat slab immediately to a uniform sandy texture. E. Troweled Finish: 1. Float finish surface. 2. Next power trowel, and finally hand trowel. 3. Do not use water to aid in finishing. 4. Produce a smooth surface which is relatively free of defects with first hand troweling. 5. Perform additional trowelings by hand after surface has hardened sufficiently. 6. Final trowel when a ringing sound is produced as trowel is moved over surface. 7. Thoroughly consolidate surface by hand troweling. 8. Leave finished surface essentially free of trowel marks, uniform in texture and appearance and plane to a Class A tolerance. 9. On surfaces intended to support floor coverings remove any defects of sufficient magnitude that would show through floor covering by grinding. F. Broom Finish: Immediately after concrete has received a float finish as specified, give it a transverse scored texture by drawing a broom across surface. 3.3 GROUT A. Preparation: 1. Nonshrinking, nonmetallic grout: a. Clean concrete surface to receive grout. b. Saturate concrete with water for 24 HRS prior to grouting. B. Application: 1. Nonshrinking, nonmetallic grout: a. Mix in a mechanical mixer. b. Use no more water than necessary to produce flowable grout. c. Place in accordance with manufacturer's instructions. d. Completely fill all spaces and cavities below the bottom of baseplates. e. Provide forms where baseplates and bedplates do not confine grout. f. Where exposed to view, finish grout edges smooth. g. Except where a slope is indicated on Drawings, finish edges flush at the baseplate, bedplate, member, or piece of equipment. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 12 h. Protect against rapid moisture loss by covering with wet rags or polyethylene sheets. i. Wet cure grout for seven days, minimum. 3.4 FIELD QUALITY CONTROL A. Owner will employ and pay for services of a concrete testing laboratory to perform testing of concrete placed during construction. 1. Contractor to cooperate with Owner in obtaining and testing samples. B. Tests During Construction: 1. Strength test: a. For each strength test, mold and cure cylinders from each sample in accordance with ASTM C31. 1) Cylinder size: Per ASTM C31. a) 4 IN cylinders may not be used for concrete mixes with concrete aggregate size larger than 1 IN. 2) Quantity: a) 6 IN DIA by 12 IN high: Four cylinders. b) 4 IN DIA by 8 IN high: Six cylinders. b. Field cure one (1) cylinder for the seven day test. 1) Laboratory cure the remaining. c. Test cylinders in accordance with ASTM C39. 1) 6 IN DIA cylinders: a) Test two cylinders at 28 days for strength test result and the one field cured sample at seven days for information. b) Hold remaining cylinder in reserve. 2) 4 IN DIA cylinders: a) Test three cylinders at 28 days for strength test result and the one field cured cylinder at seven days for information. b) Hold remaining cylinders in reserve. d. Strength test result: 1) Average of strengths of two 6 IN DIA cylinders or three 4 IN DIA cylinders from the same sample tested at 28 days. 2) If one cylinder in a test manifests evidence of improper sampling, molding, handling, curing, or testing, discard and test reserve cylinder(s); average strength of remaining cylinders shall be considered strength test result. 3) Should all cylinders in any test show any of above defects, discard entire test. e. Frequency of tests: a) One strength test to be taken not less than once a day, nor less than once for each 60 CUYD or fraction thereof placed in any one day. b) Once for each 5000 SQFT of slab or wall surface area placed each day. c) If total volume of concrete on Project is such that frequency of testing required in above paragraph will provide less than five strength tests for each concrete mix, tests shall then be made from at least five randomly selected batches or from each batch if fewer than five batches are provided. 2. Slump test: a. Per ASTM C143. b. Determined for each strength test sample. c. Additional slump tests may be taken. 3. Air content: a. Per ASTM C231, ASTM C173, and ASTM C138. b. Determined for each strength test sample. 4. Temperature: Determined for each strength test sample. C. Evaluation of Tests: 1. Strength test results: a. Average of 28-day strength of two cylinders from each sample. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 13 1) If one cylinder manifests evidence of improper sampling, molding, handling, curing or testing, strength of remaining cylinder will be test result. 2) If both cylinders show any of above defects, test will be discarded. D. Acceptance of Concrete: 1. Strength level of each type of concrete shall be considered satisfactory if both of the following requirements are met: a. Average of all sets of three consecutive strength tests equals or exceeds the required specified 28-day compressive strength. b. No individual strength test falls below the required specified 28-day compressive strength by more than 500 PSI. 2. If tests fail to indicate satisfactory strength level, perform additional tests and/or corrective measures as directed by Engineer. a. Perform additional tests and/or corrective measures at no additional cost to Owner. E. Concrete tolerances per ACI 117. 3.5 SCHEDULES A. Form Types: 1. Surfaces exposed to view: a. Prefabricated or job-built wood forms. b. Laid out in a regular and uniform pattern with long dimensions vertical and joints aligned. c. Produce finished surfaces free from offsets, ridges, waves, and concave or convex areas. d. Construct forms sufficiently tight to prevent leakage of mortar. 2. Surfaces normally submerged or not normally exposed to view: Wood or steel forms sufficiently tight to prevent leakage of mortar. 3. Other types of forms may be used: a. For surfaces not restricted to plywood or lined forms. b. As backing for form lining. B. Grout: 1. Nonshrinking, nonmetallic grout: General use. C. Concrete: 1. Normal weight concrete: All concrete. D. Concrete Finishes: 1. Slab finishes: a. Use following finishes as applicable, unless otherwise indicated: 1) Floated finish: Surfaces intended to receive roofing, concrete topping, lean concrete, concrete fill and waterproofing. 2) Troweled finish: Interior floor slabs, exposed roof slabs and base slabs of structures, equipment bases, and column bases. 3) Broom finish: Sidewalks, docks, concrete stairs, and ramps. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONCRETE 03 09 00 - 14 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Stations Issue for Bid ANCHORAGE TO CONCRETE 03 15 19 - 1 SECTION 03 15 19 ANCHORAGE TO CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for all cast-in-place anchor bolts, anchor rods, reinforcing adhesive anchorage, and post-installed concrete anchors required for the Project but not specified elsewhere in the Contract Documents. 2. Design of all concrete anchors not indicated on the Drawings including, but not limited to, installation of anchors into concrete for the following structural and nonstructural components: a. Structural members and accessories. b. Metal, wood, and plastic fabrications. c. Mechanical and electrical equipment and components. d. All other components requiring attachment to concrete. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Concrete Institute (ACI): a. 318, Building Code Requirements for Structural Concrete and Commentary. 2. American Concrete Institute/Concrete Reinforcing Steel Institute (ACI-CRSI): a. Adhesive Anchor Installation Certification Program: Adhesive Anchor Installer. 3. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 4. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A108, Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished. c. A123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. d. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. e. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. f. A496, Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. g. A563, Standard Specification for Carbon and Alloy Steel Nuts. h. A780, Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. i. E329, Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection. j. F436, Standard Specification for Hardened Steel Washers. k. F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. l. F594, Standard Specification for Stainless Steel Nuts. m. F1554, Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength. n. F2329, Standard Specification for Zinc Coating, Hot-Dip, Requirements for Application to Carbon and Alloy Steel Bolts, Screws, Washers, Nuts, and Special Threaded Fasteners 5. ICC Evaluation Service (ICC-ES): a. AC193, Acceptance Criteria for Mechanical Anchors in Concrete Elements. 10076241 City of Pasco May 2020 Road 36 Lift Stations Issue for Bid ANCHORAGE TO CONCRETE 03 15 19 - 2 b. AC308, Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete Elements. B. Qualifications: 1. Anchor designer for Contractor-designed post-installed anchors and cast in place anchorage shall be a professional structural engineer licensed in the State that the Project is located in. 2. Installer for post-installed anchors shall be trained by the manufacturer or certified by a training program approved by the Engineer. 3. Contractor’s Testing Agency: a. Meeting requirements of ASTM E329. C. Post-installed anchors and related materials shall be listed by the following agencies: 1. ICC-ES. 2. Engineer approved equivalent. 1.3 DEFINITIONS A. Adhesive Anchors: 1. Post-installed anchors developing their strength primarily from chemical bond between the concrete and the anchor. 2. Includes anchors using acrylics, epoxy and other similar adhesives. B. Anchor Bolt: Any cast-in-place anchorage that is made of a headed (i.e. bolt) material. C. Anchor Rod: Any cast-in-place or post-installed anchorage made from unheaded, threaded, rod or deformed bar material. D. Concrete Anchor: Generic term for either an anchor bolt or an anchor rod. E. Galvanizing: Hot-dip galvanizing per ASTM A123, ASTM A153 or ASTM F2329 with minimum coating of 2.0 OZ of zinc per square foot of metal (average of specimens) unless noted otherwise or dictated by standard. F. Hardware: As defined in [ASTM A153] [ASTM F2329]. G. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. H. MPII: Manufacturer’s printed installation instructions. I. Mechanical Anchors: 1. Post-installed anchors developing their strength from attachment other than thru adhesives or chemical bond to concrete. 2. Includes expansion anchors, expansion sleeve, screw anchors, undercut anchors, specialty inserts and other similar types of anchorages. 3. Drop-in anchors and other similar anchors are not allowed. J. Post-Installed Anchor: Any adhesive or mechanical anchor installed into previously placed and adequately cured concrete. K. Testing Agency/Service Provider: An independent professional testing/inspection firm or service hired by Contractor to perform inspection services as directed, and as provided in the Contract Documents. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that submitted products meet requirements of referenced standards. 10076241 City of Pasco May 2020 Road 36 Lift Stations Issue for Bid ANCHORAGE TO CONCRETE 03 15 19 - 3 b. Manufacturer material data sheet for each anchor. 1) Clearly indicate which products on the data sheet are proposed for use on the Project. c. Manufacturer's printed installation instructions. d. Current ICC-ES report for each post-installed anchor system indicating the following: 1) Certification that anchors meet all requirements indicated in this Specification. 2) Performance data showing that anchor is approved for use in cracked concrete. 3) Seismic design categories for which anchor system has been approved. 4) Required installation procedures. 5) Special inspection requirements for installation. e. Anchorage layout drawings and details: 1) Indicate anchor diameter, embedment, length, anchor type, material and finish. 2) Drawings showing location, configuration, spacing and edge distance. f. Contractor Designed Post-Installed Anchors: 1) Show diameter and embedment depth of each anchor. 2) Indicate compliance with ACI 318, Appendix D, ACI 318, Chapter 17, ACI 350 Appendix D. 3) Design tension and shear loads used for anchor design. 4) Engineering design calculations: a) Indicate design load to each anchor. b) When the design load is not indicated on Drawings, include calculations to develop anchor forces based on Design Criteria listed herein. c) Sealed and signed by contractor’s professional [structural] engineer. d) Calculations will be submitted for information purposes only. 5) Type of post-installed anchor system used. a) Provide manufacturer's ICC-ES report for the following: (1) Mechanical anchorage per ICC-ES AC193. (2) Adhesive anchorage per ICC-ES AC308. B. Samples: 1. Representative samples of concrete anchors may be requested by Engineer. Review will be for type and finish only. Compliance with all other requirements is exclusively the responsibility of the Contractor. C. Informational Submittals: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Certification of qualifications for each installer of post-installed anchors. a. Indicate successful completion or certification for each type of approved post-installed anchor as required by the Contract Documents. 3. Certification of Contractor employed Testing Agency/Service Provider. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver products to job site in manufacturer’s or distributor’s packaging undamaged and complete with installation instructions. B. Store above ground on skids or other supports to keep items free of dirt and other foreign debris and to protect against corrosion. C. Protect and handle materials in accordance with manufacturer’s recommendations to prevent damage or deterioration. PART 2 - PRODUCTS 2.1 MATERIALS A. Cast-in-place Concrete Anchors: 1. Building, nonbuilding structures, and equipment: 10076241 City of Pasco May 2020 Road 36 Lift Stations Issue for Bid ANCHORAGE TO CONCRETE 03 15 19 - 4 a. ASTM F1554, Grade 36 or Grade 55 with weldability supplement S1 for galvanized [or non-galvanized] threaded rods. b. ASTM A307, Grade A for galvanized headed bolts. 2. All other cast-in-place concrete anchors: a. Stainless steel with matching nut and washer. b. Submerged application: ASTM F593, Type 316. c. Non-submerged application: ASTM F593, Type 304 or Type 316. B. Post-Installed Mechanical and Adhesive Concrete Anchors: 1. Stainless steel with matching nut and washer. 2. Submerged application: ASTM F593, Type 316. 3. Non-submerged application: ASTM F593, Type 304 or Type 316. C. Reinforcement: See Section 03 09 00. D. Headed Studs: ASTM A108 with a minimum yield strength of 50,000 PSI and a minimum tensile strength of 60,000 PSI. E. Deformed Bar Anchors: ASTM A496 with minimum yield strength of 70,000 PSI and a minimum tensile strength of 80,000 PSI. F. Washers: 1. ASTM F436 unless noted otherwise. 2. If stainless steel anchorage is being used for cast-in-place anchorage, furnish washers of the same material and alloy as in the accompanying anchorage. 3. Plate washers: Minimum 1/2 IN thick fabricated ASTM A36 square plates as required. 4. Follow manufacturer’s requirements for all post-installed anchorage. G. Nuts: 1. ASTM A563 for all cast-in-place anchorage. 2. If stainless steel anchorage is being used for cast-in-place anchorage, nuts shall meet ASTM F594 and be the matching material and alloy as in the accompanying anchorage. 3. Follow manufacturer’s requirements if using post-installed anchorage. H. Galvanizing Repair Paint: 1. High zinc dust content paint for regalvanizing welds and abrasions. 2. ASTM A780. 3. Zinc content: Minimum 92 PCT in dry film. 4. ZRC "ZRC Cold Galvanizing" or Clearco "High Performance Zinc Spray." I. Dissimilar Materials Protection: See Specification Section 09 96 00. 2.2 CONTRACTOR DESIGNED ANCHORAGE A. Manufacturers: 1. Post-installed anchor systems for the listed manufacturers will be considered only if a current ICC-ES evaluation report is submitted in accordance with the SUBMITTALS Article in PART 1 of this Specification Section and if the anchor system is approved by the Engineer. a. Hilti. b. Dewalt. c. Simpson Strong-Tie. 2. Submit request for substitution in accordance with Specification Section 01 25 13. B. Design the anchorage when any of the following occur: 1. Design load for concrete anchorage is shown on the Drawings. 2. When specifically required by the Contract Documents. 3. When an anchorage is required but not specified in the Drawings. 4. When anchorage is shown on Drawings other than Structural Drawings. C. Anchorage Design Loads: 1. Determine all of the design loads, including wind and seismic loads, per the building code. 10076241 City of Pasco May 2020 Road 36 Lift Stations Issue for Bid ANCHORAGE TO CONCRETE 03 15 19 - 5 a. Anchorage of equipment and non-structural components: Use the actual dead and operating loads provided by the manufacturer. D. When Contract Drawings, other than the Structural Drawings, indicate an anchor diameter or length, the Contractor design shall incorporate these as “minimums.” E. Cast-in-Place Concrete Anchors: 1. Provide the material, nominal diameter, embedment length, spacing, edge distance and design capacity to resist the calculated load based on the requirements given in the building code including ACI 318, Appendix D[, ACI 350, Appendix D]. 2. Design assuming cracked concrete. F. Post-installed Concrete Anchors: 1. Provide the manufacturer’s system name/type, nominal diameter, embedment depth, spacing, minimum edge distance, cover, and design capacity to resist the specified or calculated load based on requirements given in the building code, ACI 318, Appendix D, ACI 318, Chapter 17, ACI 350, Appendix D and current ICC-ES report, for the anchor to be used. 2. Design assuming cracked concrete. 2.3 ENGINEER DESIGNED ANCHORAGE A. When the size, length and details of anchorages are shown on Contract Structural Drawings, Contractor design of anchorage is not required unless otherwise indicated. B. Manufacturers: 1. Additional newer post-installed anchor systems for the listed manufacturers will be considered only if a current evaluation agency report is submitted in accordance with the SUBMITTALS Article in PART 1 of this Specification Section, the anchor system is certified by ICC-ES for cracked concrete conditions, and if approved by the Engineer. 2. Mechanical Anchors: a. Hilti: 1) Kwik Bolt TZ (ICC-ES ESR-1917). 3. Adhesive Concrete Anchors: a. Hilti: 1) HIT RE 500 V3 (ICC ESR-3814). 4. Concrete Screw Anchors: a. Hilti: 1) Kwik HUS-EZ Screw (ICC-ES ESR-3027). 5. Submit request for substitution in accordance with Specification Section 01 25 13. a. Substitution request to indicate the proposed anchor has the at least the same tension and shear strength as the specified anchor installed as indicated in the Contract Drawings. b. Calculations to be stamped by a Professional Engineer registered in the state that the Project is located in. PART 3 - EXECUTION 3.1 GENERAL A. Cast-in-Place Anchorage: 1. Use where anchor rods or bolts are indicated on the Drawings, unless another anchor type is approved by the Engineer. 2. Provide concrete anchorage as shown on the Drawings or as required to secure components to concrete. B. Adhesive Anchorage: 1. Use only where specifically indicated on the Drawings or when approved for use by the Engineer. 10076241 City of Pasco May 2020 Road 36 Lift Stations Issue for Bid ANCHORAGE TO CONCRETE 03 15 19 - 6 2. May be used where subjected to vibration or where buried or submerged. 3. Do not use in overhead applications or sustained tension loading conditions such as utility hangers. 4. Contact Engineer for clarification when anchors will not be installed in compliance with manufacturer's printed installation requirements. C. Mechanical Anchorage: 1. Use only where specifically indicated on the Drawings or when approved for use by the Engineer. 2. Do not use where subjected to vibration. 3. May be used in overhead applications. 4. Contact Engineer for clarification when anchors will not be installed in compliance with manufacturer's printed installation requirements. D. Do not use powder actuated fasteners and other types of bolts and fasteners not specified herein for structural applications unless approved by the Engineer or specified in Contract Documents. 3.2 PREPARATION A. Provide adequate time to allow for proper installation and inspection prior to placing concrete for cast-in-place concrete anchorage. B. Prior to installation, inspect and verify areas and conditions under which concrete anchorage is to be installed. 1. Notify Engineer of conditions detrimental to proper and timely completion of work. 2. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to the Engineer. C. Special Inspection is required in accordance with the building code for all concrete anchorage. 1. Special Inspections for concrete anchorage shall be employed and paid for by the Contractor. 2. Notify the Special Inspector that an inspection is required prior to concrete placement (or during post-installed anchorage installation). 3. See the FIELD QUALITY CONTROL Article in PART 3 of this Specification Section for additional requirements. D. Post-installed anchor manufacturer’s representative shall demonstrate and observe the proper installation procedures for the post-installed anchors at no additional expense to the Owner. 1. Follow such procedures to assure acceptable installation. 2. Adhesive anchors must be installed in concrete aged a minimum of 21 days. 3.3 INSTALLATION A. Tie cast-in-place anchorage in position to embedded reinforcing steel using wire. 1. Tack welding of anchorage is prohibited. 2. Coat the projected portion of carbon steel anchors and nut threads with a heavy coat of clean grease after concrete has cured. 3. Anchorage location tolerance shall be in accordance with AISC 303. 4. Provide steel or durable wood templates for all column and equipment anchorage. a. Templates to be placed above top of concrete and not impede proper concrete placement and consolidation. B. Unless noted or specified otherwise: 1. Connect aluminum and steel members to concrete and masonry using stainless steel cast-in- place anchorage unless shown otherwise. a. Provide dissimilar materials protection per Specification Section 09 96 00. 2. Provide washers for all anchorage. 3. Where exposed, extend threaded anchorage [a maximum of 3/4 IN and] a minimum of 1/2 IN above the top of the fully engaged nut. a. If anchorage is cut off to the required maximum height, threads must be dressed to allow nuts to be removed without damage to the nuts. 10076241 City of Pasco May 2020 Road 36 Lift Stations Issue for Bid ANCHORAGE TO CONCRETE 03 15 19 - 7 C. Do the following after nuts are snug-tightened down: 1. If using post-installed anchorage, follow MPII. 2. Upset threads of anchorage to prevent nuts from backing off. a. Provide double nut or lock nut in lieu of upset threads for items that may require removal in the future. 3. For all other cast-in-place anchorage material, tighten nuts down an additional 1/8 turn to prevent nuts from backing off. 4. If two nuts are used per concrete anchor above the base plate, tighten the top nut an additional 1/8 turn to "lock" the two nuts together. 5. If using post-installed anchorage, follow manufacturer’s installation procedures. D. Assure that embedded items are protected from damage and are not filled in with concrete. E. Secure architectural components such that it will not be aesthetically distorted nor fasteners overstressed from expansion, contraction or installation. F. Coat aluminum surfaces in contact with dissimilar materials in accordance with Specification Section 09 96 00. G. Repair damaged galvanized surfaces in accordance with ASTM A780. 1. Prepare damaged surfaces by abrasive blasting or power sanding. 2. Apply galvanizing repair paint to minimum 6 mils DFT in accordance with manufacturer's instructions and ASTM A780. H. For post-installed anchors, comply with the MPII on the hole diameter and depth required to fully develop the tensile strength of the anchor or reinforcing bar. 1. Use hammer drills to create holes. 2. Properly clean out the hole per the ICC-ES reports utilizing a non-metallic fiber bristle brush and compressed air or as otherwise required to remove all loose material from the hole prior to installing the anchor in the presence of the Special Inspector. 3.4 FIELD QUALITY CONTROL A. Special Inspection: 1. Contractor will hire an independent Testing Agency/Service Provider to perform the following inpsections and provide results to the Engineer and Contractor. a. Anchorage to Concrete 2. Duties and Authorities of Testing Agency/Service Provider: a. Any Testing Agency/Service Provider or agencies and their representatives retained by the Contractor for any reason are not authorized to revoke, alter, relax, enlarge, or release any requirement of Contract Documents, nor to reject, approve or accept any portion of the Work. b. Testing Agency/Service Provider shall inform the Contractor and Engineer regarding acceptability of or deficiencies in the work including materials furnished and work performed by Contractor that fails to fulfill requirements of the Contract Documents. c. Testing Agency to submit inspection reports to Engineer and Contractor immediately after they are performed. d. Owner retains the responsibility for ultimate rejection or approval of any portion of the Work. 3. Anchorage to Concrete Special Inspection: a. Post installed anchors as required by the building code, ICC-ES Evaluation Reports, and as specified by the Engineer. 1) Frequency: Per ICC-ES Report. b. Cast-in-place concrete anchors, including anchor size, embedment, material and location. 1) Frequency: Prior to each concrete pour. c. The Testing Agency/Service Provider shall complete a report on each area of the Project where concrete anchors are installed. 10076241 City of Pasco May 2020 Road 36 Lift Stations Issue for Bid ANCHORAGE TO CONCRETE 03 15 19 - 8 1) The report shall summarize the observations made by the inspector and shall be submitted to the Engineer. d. Contractor shall provide access for the testing agency to places where concrete anchors are being installed so that required inspection and testing can be accomplished. 4. Notify Contractor’s Testing Agency/Service Provider sufficiently in advance of operations (minimum of 24 HRS) to allow for assignment of personnel and for scheduled completion of quality inspections. a. 3.5 CLEANING A. After concrete has been placed, remove protection and clean all anchorage of all concrete, dirt, and other foreign matter. B. Provide surface acceptable to receive field applied paint coatings when specified in Specification Section 09 96 00. END OF SECTION DIVISION 05 METALS THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 1 SECTION 05 50 00 METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Custom fabricated metal items and certain manufactured units not otherwise indicated to be supplied under work of other Specification Sections. 2. Design of all temporary bracing not indicated on Drawings. 3. Design of systems and components, including but not limited to: a. Modular framing system. b. Pipe supports B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Section 03 09 00 - Concrete. 4. Section 09 96 00 - High Performance Industrial Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association (AA): a. ADM 1, Aluminum Design Manual. 2. American Association of State Highway and Transportation Officials (AASHTO): a. HB, Standard Specifications for Highway Bridges. 3. American Institute of Steel Construction (AISC): a. 325, Manual of Steel Construction. b. 360, Specifications for Structural Steel Buildings (referred to herein as AISC Specification). 4. The American Ladder Institute (ALI): a. A14.3, Ladders - Fixed - Safety Requirements. 5. American Society of Civil Engineers (ASCE): a. 7, Minimum Design Loads for Buildings and Other Structures. 6. ASTM International (ASTM): a. A6, Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling. b. A36, Standard Specification for Carbon Structural Steel. c. A47, Standard Specification for Ferritic Malleable Iron Castings. d. A48, Standard Specification for Gray Iron Castings. e. A53, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. f. A108, Standard Specification for Steel Bar, Carbon and Alloy, Cold Finished. g. A123/A123M, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. h. A153/A153M, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. i. A197, Standard Specification for Cupola Malleable Iron. j. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. k. A276, Standard Specification for Stainless Steel Bars and Shapes. l. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 2 m. A312, Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. n. A380, Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems. o. A500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. p. A501, Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing. q. A536, Standard Specification for Ductile Iron Castings. r. A554, Standard Specification for Welded Stainless Steel Mechanical Tubing. s. A572, Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel. t. A563, Standard Specification for Carbon and Alloy Steel Nuts. u. A666, Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. v. A668, Standard Specification for Steel Forgings, Carbon and Alloy, for General Industrial Use. w. A780, Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. x. A786, Standard Specification for Hot-Rolled Carbon, Low-Alloy, High-Strength Low- Alloy, and Alloy Steel Floor Plates. y. A992, Standard Specification for Steel for Structural Shapes. z. A1064, Standard Specification for Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete. aa. A1011, Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. bb. B26, Standard Specification for Aluminum-Alloy Sand Castings. cc. B209, Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. dd. B221, Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. ee. B308, Standard Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles. ff. B429, Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. gg. B632, Standard Specification for Aluminum-Alloy Rolled Tread Plate. hh. F436, Standard Specification for Hardened Steel Washers Inch and Metric Dimensions. ii. F467, Standard Specification for Nonferrous Nuts for General Use. jj. F468, Standard Specification for Nonferrous Bolts, Hex Cap Screws, and Studs for General Use. kk. F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. ll. F835, Standard Specification for Alloy Steel Socket Button and Flat Countersunk Head Cap Screws. mm. F879, Standard Specification for Stainless Steel Socket Button and Flat Countersunk Head Cap Screws. nn. F1789, Standard Terminology for F16 Mechanical Fasteners. oo. F3125, Standard Specification for High Strength Structural Bolts, Steel and Alloy Steel, Heat Treated, 120 ksi (830 MPa) and 150 ksi (1040 MPa) Minimum Tensile Strength, Inch and Metric Dimensions. 7. American Welding Society (AWS): a. A5.1/A5.1M, Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. b. D1.1, Structural Welding Code - Steel. c. D1.2, Structural Welding Code - Aluminum. d. D1.6/D1.6M, Structural Welding Code - Stainless Steel. 8. National Association of Architectural Metal Manufacturers (NAAMM): a. AMP 510, Metal Stairs Manual. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 3 b. AMP 555, Code of Standard Practice for the Architectural Metal Industry (Including Miscellaneous Iron). c. MBG 531, Metal Bar Grating Manual. 9. NACE International (NACE). 10. Nickel Development Institute (NiDI): a. Publication 11 007, Guidelines for the welded fabrication of nickel-containing stainless steels for corrosion resistant services. 11. Occupational Safety and Health Administration (OSHA): a. 29 CFR 1910, Occupational Safety and Health Standards, referred to herein as OSHA Standards. B. Qualifications: 1. Qualify welding procedures and welding operators in accordance with AWS. 2. Fabricator shall have minimum of 10 years of experience in fabrication of metal items specified. 3. Engineer for contractor-designed systems and components: Professional structural engineer licensed in the State of Washington. 1.3 DEFINITIONS A. Fasteners: As defined in ASTM F1789. B. Galvanizing: Hot-dip galvanizing per ASTM A123/A123M or ASTM A153/A153M with minimum coating of 2.0 OZ of zinc per square foot of metal (average of specimens) unless noted otherwise or dictated by standard. C. Hardware: As defined in ASTM A153/A153M. D. Installer or Applicator: 1. Installer or applicator is the person actually installing or applying the product in the field at the Project site. 2. Installer and applicator are synonymous. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Fabrication and/or layout drawings and details: a. Submit drawings for all fabrications and assemblies. 1) Include erection drawings, plans, sections, details and connection details. b. Identify materials of construction, shop coatings and third party accessories. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. B. Informational Submittals: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Certification of welders and welding processes. a. Indicate compliance with AWS. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver and handle fabrications to avoid damage. B. Store above ground on skids or other supports to keep items free of dirt and other foreign debris and to protect against corrosion. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 4 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Headed studs and deformed bar anchors: a. Nelson Stud Welding Div., TRW Inc. b. Stud Welding Products, Inc. 2. Mechanical anchor bolts: a. See Section 03 15 19. 3. Epoxy adhesive anchor bolts: a. See Section 03 15 19. 4. Concrete screw anchors: a. See Section 03 15 19. 5. Galvanizing repair paint: a. Clearco Products Co., Inc. b. ZRC Products. 6. Modular framing system: a. Unistrut Building Systems. b. B-Line Systems. c. Kindorf. d. Superstrut. 7. Ladder safety extension post: a. Bilco. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 MATERIALS A. Steel: 1. Structural: a. W-shapes and WT-shapes: ASTM A992, Grade 50. b. All other plates and rolled sections: ASTM A36. 2. Pipe: ASTM A53, Types E or S, Grade B or ASTM A501. 3. Structural tubing: a. ASTM A500, Grade B (46 KSI minimum yield). 4. Bolts, high strength: a. ASTM F3125, Grade A325. 5. Nuts, high strength: a. ASTM A563. 6. Washers (hardened): a. ASTM F436. b. Provide two (2) washers with all bolts. 7. Bolts and nuts (unfinished): a. ASTM A307, Grade A. 8. Welding electrodes: AWS D1.1, E70 Series. 9. Steel forgings: ASTM A668. B. Iron: 1. Ductile iron: ASTM A536. 2. Gray cast iron: ASTM A48 (minimum 30,000 PSI tensile strength). 3. Malleable iron: ASTM A47, ASTM A197. C. Stainless Steel: 1. Stainless steel in welded applications: Low carbon 'L' type. 2. Minimum yield strength of 30,000 PSI and minimum tensile strength of 75,000 PSI. a. Bars, shapes: ASTM A276, Type [304]. b. Tubing and pipe: ASTM A269, ASTM A312 or ASTM A554, Type 304 or 316. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 5 c. Strip, plate and flat bars: ASTM A666, Type 304 or 316. d. Bolts and nuts: ASTM F593, Type 304 or 316. 3. Minimum yield strength of 25,000 PSI and minimum tensile strength of 70,000 PSI. a. Strip, plate and flat bar for welded connections, ASTM A666, Type 304L or 316L. 4. Welding electrodes: In accordance with AWS for metal alloy being welded. D. Aluminum: 1. Alloy 6061-T6, 32,000 PSI tensile yield strength minimum. a. ASTM B221 and ASTM B308 for shapes including beams, channels, angles, tees and zees. b. Weir plates, baffles and deflector plates, ASTM B209. 2. Alloy 6063-T5 or T6, 15,000 PSI tensile yield strength minimum. a. ASTM B221 and ASTM B429 for bars, rods, wires, pipes and tubes. 3. ASTM B26 for castings. 4. ASTM F468, alloy 2024 T4 for bolts. 5. ASTM F467, alloy 2024 T4 for nuts. 6. Electrodes for welding aluminum: AWS D1.2, filler alloy 4043 or 5356. E. Washers: Same material and alloy as found in accompanying bolts and nuts. F. Embedded Anchor Bolts: 1. See Specification Section 03 15 19. G. Mechanical Anchor Bolts and Adhesive Anchor Bolts: 1. See Specification Section 03 15 19. H. Headed Studs: ASTM A108 with a minimum yield strength of 50,000 PSI and a minimum tensile strength of 60,000 PSI. I. Deformed Bar Anchors: ASTM A1064 with a minimum yield strength of 70,000 PSI and a minimum tensile strength of 80,000 PSI. J. Iron and Steel Hardware: Galvanized in accordance with ASTM A153/A153M when required to be galvanized. K. Galvanizing Repair Paint: 1. High zinc dust content paint for regalvanizing welds and abrasions. 2. ASTM A780. 3. Zinc content: Minimum 92 PCT in dry film. 4. ZRC "ZRC Cold Galvanizing" or Clearco "High Performance Zinc Spray." L. Dissimilar Materials Protection: See Specification Section 09 96 00. 2.3 MANUFACTURED UNITS A. Modular Framing System: 1. Materials: a. Steel: ASTM A1011, stainless steel, Grade 33. 1) Hot-dipped galvanized, ASTM A123 or ASTM A153. b. Aluminum: ASTM B221 or ASTM B209. c. Stainless steel: ASTM A666. d. Fiberglass: See Specification Section 06 82 00. 2. Channels and inserts: a. Steel or stainless steel: Minimum 12 GA. b. Aluminum: Minimum 0.080 IN. c. Channels to have one side with a continuous slot with in-turned lips. 1) Width: 1-5/8 IN. 2) Depth and configuration as necessary for loading conditions. 3. Fittings: Same material as system major components. 4. Fasteners: a. Nuts: Toothed groves in top of nuts to engage the in-turned lips of channel. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 6 b. Bolts: Hex-head cap screws. c. Same material as system major components. 5. End caps: a. At each exposed end of each piece mounted on walls, or guardrails, or suspended from framing 7 FT or less above the floor or platform. a) Plastic for all exposed ends 7 FT or more above floor or platform. b) Plastic or metallic for all other exposed ends. 6. Schedule: a. Interior corrosive areas: Stainless steel. b. Exterior areas: Aluminum. c. All other areas not listed above: Hot-dipped galvanized steel. 7. Provide dissimilar materials protection in accordance with Specification Section 09 96 00. 8. Repair all cut ends or otherwise damaged areas of galvanized steel in accordance with ASTM A780. 2.4 FABRICATION A. Verify field conditions and dimensions prior to fabrication. B. Form materials to shapes indicated with straight lines, true angles, and smooth curves. 1. Grind smooth all rough welds and sharp edges. a. Round all corners to approximately [1/32 - 1/16] IN nominal radius. C. Provide drilled or punched holes with smooth edges. 1. Punch or drill for field connections and for attachment of work by other trades. D. Weld Shop Connections: 1. Welds to be continuous fillet type unless indicated otherwise. 2. Full penetration butt weld at bends in stair stringers and ladder side rails. 3. Weld structural steel in accordance with AWS D1.1 using Series E70 electrodes conforming to AWS A5.1/A5.1M. 4. Weld aluminum in accordance with AWS D1.2. 5. Weld stainless steel in accordance with AWS D1.6 [and NiDI 11 007]. a. Treat all welded areas in accordance with ASTM A380. 6. All headed studs to be welded using automatically timed stud welding equipment. 7. Grind smooth welds that will be exposed. E. Passivate stainless steel items and stainless steel welds after they have been ground smooth[, where indicated on Drawings]. 1. ASTM A380. F. Conceal fastenings where practicable. G. Fabricate work in shop in as large assemblies as is practicable. H. Tolerances: 1. Rolling: a. ASTM A6. b. When material received from the mill does not satisfy ASTM A6 tolerances for camber, profile, flatness, or sweep, the Contractor is permitted to perform corrective work by the use of controlled heating and mechanical straightening, subject to the limitations of the AISC Specification. 2. Fabrication tolerance: a. Member length: 1) Both ends finished for contact bearing: 1/32 IN. 2) Framed members: a) 30 FT or less: 1/16 IN. b) Over 30 FT: 1/8 IN. b. Member straightness: 1) Compression members: 1/1000 of axial length between points laterally supported. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 7 2) Non-compression members: ASTM A6 tolerance for wide flange shapes. c. Specified member camber (except compression members): 1) 50 FT or less: -0/+1/2 IN. 2) Over 50 FT: -0/+1/2 IN (+1/8 IN per 10 FT over 50 FT). 3) Members received from mill with 75 PCT of specified camber require no further cambering. 4) Beams/trusses without specified camber shall be fabricated so after erection, camber is upward. 5) Camber shall be measured in fabrication shop in unstressed condition. d. At bolted splices, depth deviation shall be taken up by filler plates. 1) At welded joints, adjust weld profile to conform to variation in depth. 2) Slope weld surface per AWS requirements. e. Finished members shall be free from twists, bends and open joints. 1) Sharp kinks, bends and deviation from above tolerances are cause for rejection of material. 3. Finish: a. Mill, unless noted otherwise. b. Coat surfaces in contact with dissimilar materials. 1) See Specification Section 09 96 00. I. See Specification Section 09 96 00 for preparation and painting of ferrous metals and other surfaces. 2.5 SOURCE QUALITY CONTROL A. Surface Preparation: 1. Refer to Specification Section 09 96 00 for surface preparation requirements. B. Shop Applied Coating Application: 1. Refer to Specification Section 09 96 00 for coating requirements. C. Shop Inspection and Testing: 1. Contractor shall employ and pay for the services of a qualified independent testing agency to inspect and test all structural steel work for compliance with Contract Documents. 2. Contractor responsible for testing to qualify shop and field welders and as needed for Contractor's own quality control to ensure compliance with Contract Documents. 3. Independent testing agency shall have a minimum of five years performing similar work and shall be subject to Owner's approval. D. Responsibilities of Testing Agency: 1. Inspect shop and field welding in accordance with AWS Code including the following non- destructive testing: a. Visually inspect all welds. b. In addition to visual inspection, test 50 PCT of full penetration welds and 20 PCT of fillet welds with liquid dye penetrant or mag particle. c. Test 20 PCT of liquid dye penetrant tested full penetration welds with ultrasonic or radiographic testing. 2. Inspect high-strength bolting in accordance with the RCSC Specification for Structural Joints Using High-Strength Bolts, Section 9. a. Verify direct tension indicator gaps, if applicable. 3. Inspect structural steel which has been erected. 4. Inspect stud welding in accordance with AWS Code. 5. Prepare and submit inspection and test reports to Engineer. a. Assist Engineer to determine corrective measures necessary for defective work. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 8 PART 3 - EXECUTION 3.1 PREPARATION A. Provide items to be built into other construction in time to allow their installation. 1. If such items are not provided in time for installation, cut in and install. B. Prior to installation, inspect and verify condition of substrate. C. Correct surface defects or conditions which may interfere with or prevent a satisfactory installation. 1. Field welding aluminum is not permitted unless approved in writing by Engineer. 3.2 INSTALLATION A. Set metal work level, true to line, plumb. 1. Shim and grout as necessary. B. Contractor is solely responsible for safety. 1. Construction means and methods and sequencing of work is the prerogative of the Contractor. 2. Take into consideration that full structural capacity of many structural members is not realized until structural assembly is complete; e.g., until slabs, decks, and diagonal bracing or rigid connections are installed. 3. Partially complete structural members shall not be loaded without an investigation by the Contractor. 4. Until all elements of the permanent structure and lateral bracing system are complete, temporary bracing for the partially complete structure will be required. C. Adequate temporary bracing to provide safety, stability and to resist all loads to which the partially complete structure may be subjected, including construction activities and operation of equipment is the responsibility of the Contractor. 1. Plumb, align, and set structural steel members to specified tolerances. 2. Use temporary guys, braces, shoring, connections, etc., necessary to maintain the structural framing plumb and in proper alignment until permanent connections are made, the succeeding work is in place, and temporary work is no longer necessary. 3. Use temporary guys, bracing, shoring, and other work to prevent injury or damage to adjacent work or construction from stresses due to erection procedures and operation of erection equipment, construction loads, and wind. 4. Contractor shall be responsible for the design of the temporary bracing system and must consider the sequence and schedule of placement of such elements and effects of loads imposed on the structural steel members by partially or completely installed work, including work of all other trades. a. If not obvious from experience or from the Drawings, confer with the Engineer to identify those structural steel elements that must be complete before the temporary bracing system is removed. 5. Remove and dispose of all temporary work and facilities off-site. D. Examine work-in-place on which specified work is in any way dependent to ensure that conditions are satisfactory for the installation of the work. 1. Report defects in work-in-place which may influence satisfactory completion of the work. 2. Absence of such notification will be construed as acceptance of work-in-place. E. Field Measurement: 1. Take field measurements as necessary to verify or supplement dimensions indicated on the Drawings. 2. Contractor responsible for the accurate fit of the work. F. Check the elevations of all finished footings or foundations and the location and alignment of all anchor bolts before starting erection. 1. Use surveyor's level. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 9 2. Notify Engineer of any errors or deviations found by such checking. G. Framing member location tolerances after erection shall not exceed the frame tolerances listed in the FIELD QUALITY CONTROL Article in PART 3 of this Specification Section. H. Erect plumb and level; introduce temporary bracing required to support erection loads. I. Use light drifting necessary to draw holes together. 1. Drifting to match unfair holes is not allowed. J. Welding: 1. Conform to AWS D1.1 and requirements of the FABRICATION Article in PART 2 of this Specification Section. 2. When joining two sections of steel of different ASTM designations, welding techniques shall be in accordance with a qualified AWS D1.1 procedure. K. Shore existing members when unbolting of common connections is required. 1. Use new bolts for rebolting connections. L. Clean stored material of all foreign matter accumulated prior to the completion of erection. M. Bolt Field Connections: Where practicable, conceal fastenings. N. Field Welding: 1. Follow AWS procedures. 2. Grind welds smooth where field welding is required. O. Field cutting grating or checkered plate to correct fabrication errors is not acceptable. 1. Replace entire section. P. Remove all burrs and radius all sharp edges and corners of miscellaneous plates, angles, framing system elements, etc. Q. Unless noted or specified otherwise: 1. Connect steel members to steel members with 3/4 IN DIA ASTM F3125, Grade A325 high strength bolts. 2. Connect aluminum to aluminum with 3/4 IN DIA stainless bolts. 3. Connect aluminum to structural steel using 3/4 IN DIA stainless steel bolts. a. Provide dissimilar metals protection. 4. Connect aluminum and steel members to concrete and masonry using stainless steel mechanical anchor bolts or adhesive anchor bolts unless shown otherwise. a. Provide dissimilar materials protection. 5. Provide washers for all bolted connections. 6. Where exposed, bolts shall extend a maximum of 3/4 IN and a minimum of 1/2 IN above the top of installed nut. a. If bolts are cut off to required maximum height, threads must be dressed to allow nuts to be removed without damage to the bolt or the nuts. R. Install and tighten ASTM F3125, Grade A325 high-strength bolts in accordance with the AISC 325, Allowable Stress Design (ASD). 1. Provide hardened washers for all Grade A325 bolts. a. Provide the hardened washer under the element (nut or bolt head) turned in tightening. S. After bolts are tightened, upset threads of ASTM A307 bolts or anchor bolts to prevent nuts from backing off. T. Secure metal to wood with lag screws of adequate size with appropriate washers. U. Do not field splice fabricated items unless said items exceed standard shipping length or change of direction requires splicing. 1. Provide full penetration welded splices where continuity is required. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 10 V. Provide each fabricated item complete with attachment devices as indicated or required to install. W. Anchor such that work will not be distorted nor fasteners overstressed from expansion and contraction. X. Set beam and column base plates accurately on nonshrink grout as indicated on Drawings. 1. See Division 03 Specification Sections for non-shrink grout and anchorage. 2. Set and anchor each base plate to proper line and elevation. a. Use metal wedges, shims, or setting nuts for leveling and plumbing columns and beams. 1) Wedges, shims and setting nuts to be of same metal as base plate they support. 2) Tighten nuts on anchor bolts. b. Fill space between bearing surface and bottom of base plate with nonshrink grout. 1) Fill space until voids are completely filled and base plates are fully bedded on wedges, shims, and grout. c. Do not remove wedges or shims. 1) Where they protrude, cut off flush with edge of base plate. d. Fill sleeves around anchor bolts solid with non-shrink grout. Y. Tie anchor bolts in position to embedded reinforcing steel using wire. 1. Tack welding prohibited. a. Coat projecting bolt threads and nuts with heavy coat of clean grease. 2. Anchor bolt location tolerance: a. Per Section 03 15 19. Z. Accurately locate and place frames for openings before casting into floor slab so top of plate is flush with surface of finished floor. 1. Keep screw holes clean and ready to receive screws. AA. Coat aluminum surfaces in contact with dissimilar materials in accordance with Specification Section 09 96 00. BB. Repair damaged galvanized surfaces in accordance with ASTM A780. 1. Prepare damaged surfaces by abrasive blasting or power sanding. 2. Apply galvanizing repair paint to minimum 6 mils DFT in accordance with manufacturer's instructions. 3.3 FIELD QUALITY CONTROL A. Tolerances shall meet structural requirements of Specification Section 05 12 00 for erecting items of structural nature. B. Tolerances (unless otherwise noted on the Drawings): 1. Frame placement, after assembly and before welding or tightening. a. Deviation from plumb, level and alignment: 1 IN 500, maximum. b. Displacement of centerlines of columns: 1/2 IN maximum, each side of centerline location shown on Drawings. C. Contractor Pays for Field Inspection and Testing: 1. Contractor will employ and pay for services of an independent testing agency to inspect and test structural steel shop and field work for compliance with this Specification Section. 2. Contractor provides sufficient notification and access so inspection and testing can be accomplished. 3. Contractor pays for retesting of failed tests and for additional testing required when defects are discovered. 3.4 CLEANING A. After fabrication, erection, installation or application, clean all miscellaneous metal fabrication surfaces of all dirt, weld slag and other foreign matter. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 11 B. All stainless steel products in addition to Paragraph A. above: 1. Remove all heat tint, rusting, discoloration by passivation, ASTM A380, or other acceptable means as listed in NiDI 11 007 as approved by the Engineer. C. Provide surface acceptable to receive field applied paint coatings specified in Specification Section 09 96 00. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid METAL FABRICATIONS 05 50 00 - 12 THIS PAGE IS INTENTIONALLY LEFT BLANK DIVI SION 08 OPENINGS THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ACCESS DOORS 08 31 00 - 1 SECTION 08 31 00 ACCESS DOORS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. H-20 loading doors. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Specification Section 09 96 00 - High Performance Industrial Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials (AASHTO). 2. ASTM International (ASTM): a. A123/A123M, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. b. A153/A153M, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. c. A240/A240M, Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications. d. A480/A480M, Standard Specification for General Requirements for Flat-Rolled Stainless and Heat-Resisting Steel Plate, Sheet, and Strip. e. A653/A653M, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. f. A666, Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. g. B209, Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. h. B221, Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 1.3 DEFINITIONS A. Clear Opening Size: Space within the opening having no obstructions. Furnish model that will provide the minimum clear opening indicated. B. H-20 loading: As defined in AASHTO Guidelines. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ACCESS DOORS 08 31 00 - 2 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. H-20 loading doors: a. The BILCO Company. b. Dur-Red Products. c. Halliday Products. d. USF Fabrication by Eagle Manufacturing Company. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 MATERIALS A. Aluminum: 1. Sheet and Plate: ASTM B209. 2. Extruded shapes: ASTM B221. B. Steel: 1. Sheet Metal: G90 Galvanized, ASTM A653/A653M. 2. Fabrications: Hot-Dip Galvanized, ASTM A123/A123M. 3. Hardware: Hot-Dip Galvanized, ASTM A153/A153M. C. Stainless Steel: ASTM A240/A240M or A666. 2.3 MANUFACTURED UNITS A. General: 1. All access doors shall be provided by the same manufacturer when possible. 2. Coat all aluminum components in contact with concrete or masonry with manufacturer's standard bituminous coating. B. H-20 Loading Doors: 1. Frame: 1/4 IN mill finish aluminum channel with anchor tabs. a. 1-1/2 IN DIA drain coupling. 2. Cover: a. 1/4 IN mill finished diamond plate aluminum. b. Reinforce cover with aluminum stiffeners. 1) Reinforced for AASHTO H-20 wheel loading for use in off street applications. 2) Deflection: Maximum 1/150 of span. 3. Hardware: a. All hardware to be stainless steel. b. Positive hold open arm that engages automatically when door reaches full 90 degree open position. c. Slam lock and removable key handle. 4. The BILCO Company, Type "J H-20 IN or "JD H-20." a. Size(s): 3 FT – 0 IN X 5 FT – 0 IN 2.4 ACCESSORIES A. Secondary Fall Protection System: 1. Design and install system such that when in the open position, no part of the system obstructs the clear opening size listed in the SCHEDULES Article in PART 3 of this Specification Section. 2. Platform: Design grating to meet OSHA 29 CFR 1910.23 requirements for protection for floor openings. 3. Finish: a. Powder coated. b. Color: Safety Orange or Safety Yellow. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ACCESS DOORS 08 31 00 - 3 4. Hardware: a. Stainless steel Type 316. b. Tamper proof Type 316 stainless steel bolts. 5. Provide positive latch to hold grating in upright position. 6. Size: Allow 6 IN clear space on each unhinged side for visual observation. 7. Provide padlock hasp for Owner provided padlock. 8. Double leaf openings: a. Provide two individual grating platforms independent from one another. 1) Provide each platform with a padlock hasp and positive latch to hold grating in upright position. 9. Install secondary fall protection system at the factory. B. Load Rating Plates: 1. Minimum 18 GA Type 316 stainless steel, ASTM A666. 2. Engraved with maximum design live load allowed for unit on which it will be mounted. 3. Display load in English units as well as metric units. 4. Size as required for text as needed. 5. Text: a. Font: Helvetica Narrow, all caps. b. Size: 1/4 IN height. c. Depth of engraving: 3 MILS. 6. Finish: a. Text: 1) Black epoxy baked on paint. 2) Plate to have finish conductive to paint application. b. Coat entire plate with baked on clear coat on front and back side. 7. Attach to top of all floor [or vault] access doors using stainless steel screws in location determined by manufacturer. a. Provide a neoprene gasket under the plate to separate the stainless steel from the aluminum cover or frame. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. 3.2 SCHEDULES A. Vault Access Door Schedule DOOR NO. DRAWING NO. LOCATION OPENING SIZE TYPE REMARKS 001 D001 Road 36 Wetwell 36 IN x 60 IN JD H-20 a, b 1. Notes: a. Provide secondary fall protection system. b. Route piping to wetwell. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ACCESS DOORS 08 31 00 - 4 THIS PAGE IS INTENTIONALLY LEFT BLANK DIVISION 09 FINISHES THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 1 SECTION 09 96 00 HIGH PERFORMANCE INDUSTRIAL COATINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. High performance industrial coatings (HPIC). 2. Any other coating, thinner, accelerator, inhibitor, etc., specified or required as part of a complete System specified in this Specification Section. 3. Minimum surface preparation requirements. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. Division 01 - General Requirements. 2. Section 01 61 03 - Equipment - Basic Requirements. 3. Division 26 - Electrical. 4. Division 40 - Process Interconnections. 5. Section 40 05 00 - Pipe and Pipe Fittings - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. B499, Standard Test Method for Measurement of Coating Thicknesses by the Magnetic Method: Nonmagnetic Coatings on Magnetic Basis Metals. b. D3359, Standard Test Methods for Rating Adhesion by Tape Test. c. D4258, Standard Practice for Surface Cleaning Concrete for Coating. d. D4259, Standard Practice for Abrading Concrete. e. D4261, Standard Practice for Surface Cleaning Concrete Masonry Units for Coating. f. D4262, Standard Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces. g. D4263, Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method. h. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch Gages. i. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers. j. D6132, Standard Test Method for Nondestructive Measurement of Dry Film Thickness of Applied Organic Coatings Using an Ultrasonic Gage. k. D6677, Standard Test Method for Evaluating Adhesion by Knife. l. D7091, Standard Practice for Nondestructive Measurement of Dry Film Thickness of Nonmagnetic Coatings Applied to Ferrous Metals and Nonmagnetic, Nonconductive Coatings Applied to Non-Ferrous Metals. m. D7234, Standard Test Method for Pull-Off Adhesion Strength of Coatings on Concrete Using Portable Pull-Off Adhesion Testers. n. E337, Standard Test Method for Measuring Humidity with a Psychrometer (the Measurement of Wet- and Dry-Bulb Temperatures). o. F1869, Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride. p. F2170, Standard Test Method for Determining Relative Humidity in Concrete Floor Slabs Using in situ Probes. 2. Environmental Protection Agency (EPA). 3. International Concrete Repair Institute (ICRI): a. 310.2, Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, Polymer Overlays, and Concrete Repair. 4. NACE International (NACE). 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 2 5. National Association of Pipe Fabricators (NAPF): a. 500-03, Surface Preparation Standard for Ductile Iron Pipe and Fittings in Exposed Locations Receiving Special External Coatings and/or Special Internal Linings: 1) 500-03-04, Abrasive Blast Cleaning for Ductile Iron Pipe. 2) 500-03-05, Abrasive Blast Cleaning for Cast Ductile Iron Fittings. 6. NSF International (NSF). a. 61, Drinking Water System Components - Health Effects. 7. The Society for Protective Coatings (SSPC): a. PA 2, Procedure for Determining Conformance to Dry Coating Thickness Requirements. b. SP 1, Solvent Cleaning. c. SP 2, Hand Tool Cleaning. d. SP 3, Power Tool Cleaning. e. SP 16, Brush-off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non-Ferrous Metals. 8. The Society for Protective Coatings/ NACE International (SSPC/ NACE): a. SP 5/ NACE No. 1, White Metal Blast Cleaning b. SP 6/ NACE No. 3, Commercial Blast Cleaning. c. SP 7/ NACE No. 4, Brush-off Blast Cleaning. d. SP 10/ NACE No. 2, Near-White Blast Cleaning. e. SP 13/ NACE No. 6, Surface Preparation of Concrete. B. Qualifications: 1. Coating manufacturer's technical representative shall be a NACE Certified Coatings Inspector, Level 3 minimum. 2. Applicators shall have minimum of 10 years of experience in application of similar products on similar project. a. Provide references for minimum of three different projects completed in last five years with similar scope of work. b. Include name and address of project, size of project in value (coating) and contact person. 3. NACE inspector shall be NACE Certified Coatings Inspector Level 3 minimum and shall have minimum of five years of experience of conducting inspections and tests as indicated in this Specification Section. C. Miscellaneous: 1. Furnish coating through one manufacturer unless noted otherwise. D. Deviation from specified MIL thickness or product type is not allowed without written authorization of Engineer. E. Material shall not be thinned unless approved, in writing, by coating manufacturer's technical representative. 1.3 DEFINITIONS A. Applicator: 1. Applicator is the person actually installing or applying the product in the field, at the Project site, or at an approved shop facility. B. Approved Factory Finish: Finish on a product in compliance with the finish specified in the Specification Section where the product is specified or in Specification Section 01 61 03. C. Appurtenant Surface: Accessory or auxiliary surface attached to or adjacent to a surface indicated to be coated. D. Corrosive Environment: 1. Immersion in or subject to: a. Condensation, spillage or splash of a corrosive material such as water, wastewater or chemical solution. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 3 b. Exposure to corrosive caustic or acidic agent, chemicals, chemical fumes, chemical mixture, or solutions. c. For purposes of this Specification Section, corrosive environments include: 1) Exterior areas not otherwise identified as highly corrosive. 2) Piping galleries. 3) Surfaces within 2 FT of high water level. 4) Chemicals storage and feed areas. E. Exterior Atmosphere or Surface: Outdoor atmosphere or surface exposed to weather and/or direct sunlight. F. Finished Area: A room or area that is listed in or has finish called for on Room Finish Schedule or is indicated on Drawings to be coated. G. Holiday: 1. A void, crack, thin spot, foreign inclusion, or contamination in the coating that significantly lowers the dielectric strength of the coating. 2. May also be identified as a discontinuity or pinhole. H. HPIC: High performance industrial coatings. 1. Epoxies, urethanes, vinyl ester, waterborne vinyl acrylic emulsions, acrylates, silicones, alkyds, acrylic emulsions and any other coating listed as a HPIC. I. Interior Atmosphere or Surface: Indoor atmosphere or surface not exposed to weather and/or direct sunlight. J. Immersion Service: 1. Any surface immersed in water or some other liquid. 2. Surface of any pipe, valve, or any other component of the piping system subject to frequent wetting. 3. Surfaces within two feet above high water level in water bearing structures. K. Piping System: Pipe, valves, fittings and accessories. L. Surface Hidden from View: 1. Within pipe chases. 2. Between top side of ceilings and underside of floor or roof structures above. M. Vapor Space: Interior space within tankage, closed structures, or similar elements that is above the low liquid line and subject to the accumulation of fumes, vapor and/or condensation. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Applicator experience qualifications. a. No submittal information will be reviewed until Engineer has received and approved applicator qualifications. 3. Certification that High Performance Coating Systems proposed for use have been reviewed and approved by a NACE Certified Coatings Inspector employed by the coating manufacturer. a. Submittals not including this certification will be returned without review. 4. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's surface preparation instructions. c. Manufacturer's application instructions. 1) Manufacturer's standard details, including but not limited to penetrations, transitions, and terminations for: a) High-build coatings on concrete. b) Secondary containment coatings. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 4 c) Other special conditions as applicable. d. If products being used are manufactured by Company other than listed in the MATERIALS Article of this Specification Section, provide complete individual data sheet comparison of proposed products with specified products including: 1) Application procedure. 2) Coverage rates. 3) Certification that product is designed for intended use and is equal or superior to specified product. e. Contractor's written plan of action for containing airborne particles created by blasting operation and location of disposal of spent contaminated blasting media. f. Coating manufacturer's recommendation on abrasive blasting. g. Coating manufacturer's technical representative's written statement attesting that applicator has been instructed on proper preparation, mixing and application procedures for coatings specified. h. Manufacturer's recommendation for universal barrier coat. i. Manufacturer's recommendation for providing temporary or supplemental heat or dehumidification or other environmental control measures. 5. Results of discontinuity testing indicating any corrective action taken. 6. Manufacturer's statement regarding applicator instruction on product use. B. Samples: 1. Manufacturer's full line of colors for Engineer's preliminary color selection. 2. After preliminary color selection by Engineer provide two, 3 x 5 IN samples of each final color selected. C. Informational Submittals: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Approval of application equipment. 3. Applicator's daily records: a. Submit daily records at end of each week in which coating work is performed unless requested otherwise by Engineer's on-site representative. 4. Certification that coating systems requiring holiday detection testing are free of pinholes or other material defects. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver in original containers, labeled as follows: 1. Name or type number of material. 2. Manufacturer's name and item stock number. 3. Contents, by volume, of major constituents. 4. Warning labels. 5. VOC content. B. Store materials in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 DEGF. 1.6 PROJECT CONDITIONS A. Pre-application Conference: 1. Prior to commencement of surface preparation or coating application, the Contractor shall convene a pre-application conference with all affected parties, including but not limited to: the applicator, coating manufacturer's technical representative, Owner's representative, and Engineer's representative(s). 2. The meeting shall discuss all aspects of the Project including but not limited to: a. Schedule. b. Material storage and handling. c. Examination of surfaces to be coated. d. Protection of surfaces not to be coated. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 5 e. Surface preparation. f. Coating application: 1) Environmental conditions for application of coatings. 2) Temporary environmental controls. g. Field quality control requirements: 1) Manufacturer's technical representative responsibilities. 2) Contractor performed testing. a) Instrumentation requirements. b) Frequency of testing. c) Record keeping. 3) NACE inspector performed testing. B. Verify that atmosphere in area where coating is to take place is within coating manufacturer's acceptable temperature, humidity and sun exposure limits. 1. Provide temporary heating, shade and/or dehumidification as required to bring area within acceptable limits. a. Provide temporary dehumidification equipment properly sized to maintain humidity levels required by coating manufacturer. b. Provide clean heat with heat exchanger type equipment sufficient in size to maintain temperature on a 24 HR basis. 1) Vent exhaust gases to exterior environment. 2) No exhaust gases shall be allowed to vent into the space being coated or any adjacent space. 2. Do not apply coatings in snow, rain, fog or mist. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. High Performance Industrial Coatings: a. Carboline Protective Coatings. b. PPG. c. The Sherwin-Williams Company. d. Tnemec. e. AkzoNobel. B. Submit request for substitution in accordance with Specification Section 01 25 13. C. "Or-Equal" Submittals: 1. Materials by other manufacturers are acceptable provided that they are established as being compatible with and of equal quality to the coatings of the manufacturers listed. 2. Provide satisfactory documentation from the proposed "or-equal" manufacturer that proposed materials meets or exceeds the following: a. Is of the same generic resin. b. Requires comparable surface preparation. c. Has comparable application requirements. d. Meets the same VOC levels or better. e. Provides the same finish and color options. f. Is suitable for the intended service. g. Resistance to abrasion and physical damage. h. Resistance to chemical attack. i. Resistance to UV exposure. j. Ability to recoat in future. k. Dry film thickness per coat. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 6 1) Where manufacturer’s product data sheet indicates a minimum MIL thickness per coat that is greater than specified herein, MIL thickness for entire coating system shall be increased proportionately. l. Minimum and Maximum time between coats. m. Compatibility with other coatings. n. Temperature limitations in service and during application. o. Type and quality of recommended undercoats and topcoats. p. Ease of application. q. Ease of repairing damaged areas. r. Stability of colors. 3. The cost of all testing and analyzing of the proposed substitute materials shall be borne by the CONTRACTOR. 2.2 MATERIALS A. Coatings shall comply with the VOC limits of EPA. B. For unspecified materials such as thinner, provide manufacturer's recommended products. C. High Performance Industrial Coatings: COATING CODE GENERIC DESCRIPTION MANUFACTURER TNEMEC SHERWIN WILLIAMS AAE Acrylic/Acrylate Emulsion Series 180 WB Tneme-Crete Cement Plex 875 AREL Abrasion-Resistant Epoxy Lining Series 435 Perma-Glaze Duraplate 5900 CRM Cementitious Repair Mortar Series 217 MortarCrete Cemtec Silatec MSM CRU Corrosion Resistant Urethane Series 290 CRU Polylon HP DFA Dry-fall Acrylic Series 115 Uni-Bond DF DFA Dry Fall Acrylic EBF Epoxy Block Filler Series 1254 Epoxoblock WB Kem Cati Coat HS ESF Epoxy Surfacer/Filler Series 215 Surfacing Epoxy Steel Seam FT 910 EMM Epoxy Modified Cementitious Mortar Series 218 MortarClad Duraplate 2300 EF Epoxy Flooring Series 237 Power-Tread GP3746 GFRE Glass Flake Reinforced Epoxy Series 142 Sher-Glass FF HREM H2S-Resistant Epoxy Mortar Series 434 Perma-Shield H2S Duraplate 5900 Mortar HU Hybrid Urethane Series 740 UVX Acrolon Ultra MIO MIO Polyurethane Series 1 Omnithane Corothane 1 MIO MPE Multi-Purpose Epoxy Series N69 Hi-Build Epoxoline II Macropoxy 646 MTEP Moisture-Tolerant Epoxy Primer Series 201 Epoxoprime Corobond 100 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 7 COATING CODE GENERIC DESCRIPTION MANUFACTURER TNEMEC SHERWIN WILLIAMS SCE Secondary Containment Epoxy Series 237SC Chembloc Cor Cote HP SCEP Secondary Containment Epoxy Primer Series 206SC Chembloc GP3552 STEP Surface-Tolerant Epoxy Primer Series 135 Chembuild Macropoxy 646 UHSE Ultra-High Solids Epoxy (NSF 61) Series 22 Epoxoline Duraplate UHS VEP Vinyl Ester Primer Series 251SC Chembloc Corobond Vinyl Ester Primer VESC Vinyl Ester Secondary Containment Series 252SC Chembloc Cor Cote VEN FF ZRU Zinc-Rich Urethane Series 94-H20 Hydro- Zinc Corothane 1 Galvapak D. High Temperature Coatings: COATING CODE GENERIC DESCRIPTION MANUFACTURER PPG TNEMEC SHERWIN WILLIAMS HTZRP High Temperature Zinc Rich Primer Dimetcote 9 Series Series 1505 Endura-Heat ZR Zinc Clad II Plus 2.3 COATING SYSTEMS: A. The following tables indicate coating systems by material and environment, unless a specific application is indicated. Environment/ Application Surface Preparation Prime Coat Intermediate Coats Finish Coat Ferrous Metals (Structural & Miscellaneous Metals) Interior atmospheric SSPC-SP 6/ NACE No. 3 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE Interior atmospheric (corrosive environment) SSPC-SP 10/ NACE No. 2, min. 2 MIL anchor profile 2.5 to 3.5 MIL ZRU 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE Immersion - Wastewater SSPC-SP 10/ NACE No. 2 3.0 to 4.0 MIL MPE 12 to 16 MIL GFRE Immersion - Wastewater (abrasion resistant) SSPC-SP 10/ NACE No. 2 min. 3 MIL anchor profile 15 to 20 MIL AREL 15 to 20 MIL AREL Immersion - non NSF SSPC-SP 10/ NACE No. 2 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 8 Environment/ Application Surface Preparation Prime Coat Intermediate Coats Finish Coat Exterior atmospheric SSPC-SP 6/ NACE No. 3 2.5 to 3.5 MIL ZRU 3.0 to 5.0 MIL MPE 2.5 to 3.5 MIL HU Galvanized Steel Interior atmospheric SSPC-SP 16 4.0 to 6.0 MIL STEP 2.0 to 3.0 MIL MPE Immersion - non NSF SSPC-SP 16 4.0 to 6.0 MIL STEP 2.0 to 3.0 MIL MPE 2.0 to 3.0 MIL MPE Exterior atmospheric SSPC-SP 16 4.0 to 6.0 MIL STEP 2.5 to 3.5 MIL HU Field cut pipe threads SSPC-SP 3 4.0 to 6.0 MIL STEP Coat per exposure above Coat per exposure above Non Ferrous Metals, including piping Dissimilar Materials Protection SSPC-SP 2 4.5 to 5.5 MIL MPE Interior atmospheric SSPC-SP 2 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE Immersion - Wastewater SSPC-SP 16 3.0 to 4.0 MIL MPE 5.0 to 6.0 MIL MPE Immersion - Wastewater (abrasion resistant) SSPC-SP 16 40 to 45 MIL AREL Immersion - non NSF SSPC-SP 16 3.0 to 4.0 MIL MPE 5.0 to 6.0 MIL MPE Exterior atmospheric SSPC-SP 2 4.0 to 6.0 MIL MPE 2.5 to 3.5 MIL HU Ferrous Piping Interior atmospheric SSPC-SP 6/ NACE No. 3 2.5 to 3.5 MIL ZRU 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE Immersion - Wastewater SSPC-SP 10/ NACE No. 2 3.0 to 4.0 MIL MPE 12 to 16 MIL GFRE Immersion - Wastewater (abrasion resistant) SSPC-SP 10/ NACE No. 2, min 3 MIL anchor profile 15 to 20 MIL AREL 15 to 20 MIL AREL Immersion - non NSF SSPC-SP 5/ NACE No.1 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE Exterior atmospheric SSPC-SP 10/ NACE No. 2 2.5 to 3.5 MIL ZRU 3.0 to 4.0 MIL MPE 2.5 to 3.5 MIL HU Ductile Iron Piping 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 9 Environment/ Application Surface Preparation Prime Coat Intermediate Coats Finish Coat Interior atmospheric Pipe: NAPF 500-03-04 Fittings: NAPF 500-03-05 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE Immersion - Wastewater Pipe: NAPF 500-03-04 Fittings: NAPF 500-03-05 3.0 to 4.0 MIL MPE 12 to 16 MIL GFRE Immersion - Wastewater (abrasion resistant) Pipe: NAPF 500-03-04 Fittings: NAPF 500-03-05 15 to 20 MIL AREL 15 to 20 MIL AREL Immersion - non NSF Pipe: NAPF 500-03-04 Fittings: NAPF 500-03-05 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE Exterior atmospheric Pipe: NAPF 500-03-04 Fittings: NAPF 500-03-05 3.0 to 4.0 MIL MPE 3.0 to 4.0 MIL MPE 2.5 to 3.5 MIL HU Environment/ Application Surface Preparation Filler/Surfacer Prime Coat Intermediate Coat(s) Finish Coat Concrete* Walls, ceilings, and appurtenant surfaces Interior atmospheric SSPC-SP 13/ NACE No. 6 ICRI CSP 5 ESF and/or EMM as necessary to fill holes and depressions 250 to 300 SQFT/GAL MPE 250 to 300 SQFT/GAL MPE Immersion - non NSF SSPC-SP 13/ NACE No. 6 ICRI CSP 5 1/16 to 1/4 IN EMM 16 to 20 MIL UHSE Immersion - Wastewater (Abrasion Resistant) SSPC-SP 13/ NACE No. 6 ICRI CSP 5 1/16 to 1/4 IN EMM 1/8 IN HREM 15 to 25 MIL AREL Exterior atmospheric Corrosive Environment SSPC-SP 13/ NACE No. 6 ICRI CSP 5 ESF and/or EMM as necessary to fill holes and depressions 150 to 175 SQFT/GAL AAE 150 to 175 SQFT/GAL AAE 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 10 Environment/ Application Surface Preparation Filler/Surfacer Prime Coat Intermediate Coat(s) Finish Coat Exterior - Secondary Containment SSPC-SP 13/ NACE No. 6 ICRI CSP 5 ESF and/or EMM as necessary to fill holes and depressions 6.0 to 8.0 MIL MTEP 60 to 80 MIL SCEP Fiberglass mat Saturated with 8.0 to 12 MILS SCE 10 to 12 MIL SCE 20. to 3.0 MIL CRU * For repair of deteriorated existing concrete, provide additional surface preparation as specified in PREPARATION article in this Specification Section. PART 3 - EXECUTION 3.1 ITEMS TO BE COATED A. Exterior Surfaces, including but not limited to: 1. Concrete: a. Components of concrete tankage: 1) Walls, columns, beams: a) Coat from 1 FT below low water level to top of component. 2) Troughs, launders, weirs. 3) Underside of concrete walkways within 2 FT of high water level. 2. Piping, valves, fittings, hydrants and supports: a. As scheduled in Specification Section 40 05 00. 3. Pumps and motors. 4. Ferrous metal tankage. 5. Ferrous metal process equipment. a. Clarifier mechanisms. b. Equipment bridges. c. Gates and operators. 6. Structural steel: a. Columns, beams and bracing. b. Field welded connections of factory coated structural steel. 7. Miscellaneous ferrous metal surfaces: a. Items specifically noted on Drawings to be coated. 8. Miscellaneous galvanized steel surfaces: a. Pipe Bollards. b. Embed Plates. c. Loose lintels. d. Steel components of concrete lintels. e. Items specifically noted on Drawings to be coated. 9. Appurtenant surfaces attached to or adjacent to a surface indicated to be coated: a. Conduit, boxes, covers and supports. B. Interior Areas: 1. Refer to Room Finish Schedule on Drawings. a. If space is scheduled to be coated, coat all appurtenant surfaces within the space unless specifically noted otherwise. Appurtenant surfaces include but are not limited to: 1) Equipment pads. 2) Equipment supports. 3) Underside of roof or floor decks above: a) Including semi-exposed or concealed from view unless noted otherwise. 4) Conduit, boxes, covers and supports. 5) Miscellaneous ferrous metal surfaces. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 11 2. Concrete: a. Components of concrete tankage: 1) Walls, columns, beams: a) Coat from 1 FT below low water level to top of component. 2) Troughs, launders, weirs. 3) Underside of concrete walkways within 2 FT of high water level. 3. Piping, valves, fittings, hydrants and supports: a. Do not coat piping scheduled to be insulated. 4. Pumps and motors. 5. Ferrous metal tankage. 6. Ferrous metal process equipment. a. Clarifier mechanisms. b. Equipment bridges. c. Gates and operators. d. Items specifically noted on Drawings to be coated. 7. Miscellaneous galvanized steel surfaces: a. Pipe Bollards. b. Embed Plates. c. Loose lintels. d. Steel components of concrete lintels. e. Seismic angles at masonry partitions. f. Items specifically noted on Drawings to be coated. 8. Safety Striping: a. Equipment Pads: Coat vertical face and return 3 IN onto horizontal surface of pad. b. Pipe supports, columns, piers and similar vertical elements: 3 IN each face of corners, up to 48 IN above finished floor. c. As shown on Drawings. 3.2 ITEMS NOT TO BE COATED A. General: Do not coat items listed in this Article, unless noted otherwise. B. Items with Approved Factory Finish: These items may require repair of damaged coated areas or coating of welded connections. C. Electrical Equipment. D. Moving parts of mechanical and electrical units where coating would interfere with the operation of the unit. E. Code labels, equipment identification or rating plates and similar labels, tagging and identification. F. Contact surfaces of friction-type structural connections. G. Stainless Steel Surfaces, except: 1. Dissimilar metals in immersion service. 2. Piping where specifically noted to be coated. 3. Banding as required to identify piping. H. Aluminum Surfaces, except: 1. Where specifically shown in the Contract Documents. 2. Where in contact with concrete. 3. Where in contact with dissimilar metals. 4. Appurtenant surfaces as described in the ITEMS TO BE COATED article. I. Fiberglass Surfaces, except: 1. Fiberglass piping where specifically noted to be coated. 2. Piping supports where specifically noted to be coated. 3. Appurtenant surfaces as described in the ITEMS TO BE COATED article. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 12 J. Mechanical piping scheduled to be insulated. K. Interior of Pipe, Ductwork, and Conduits. 1. See Division 23 for ductwork. 2. See Division 40 for pipe linings. L. Galvanized Steel Items, unless specifically noted to be coated. M. Architectural Finishes: 1. Exterior concrete indicated to receive another finish. 2. Precast concrete surfaces, unless specifically indicated to be coated. 3. Prefinished masonry surfaces: a. Pre-colored masonry (exterior face). 1) Interior face shall be coated where scheduled. b. Burnished (ground face) concrete masonry. c. Prefaced masonry. d. Face brick. e. Glass masonry. 4. Plastic laminate. 5. Solid surface material. 6. Standing and running trim. 7. Fiberglass fabrications. 8. Anodized aluminum. 9. PVDF coated metals. 10. Factory finished doors and frames. 11. Aluminum windows, curtainwall and storefront framing systems. 12. Finish hardware. 13. Glass and glazing. 14. Ceramic, porcelain, quarry tile or natural stone. 15. Acoustical materials. 16. Building specialties. 17. Louvers. 18. Casework and countertops. 19. Pipe insulation and jacketing. 20. Standing seam metal roof, fascia, trim, soffit and accessories. 3.3 EXAMINATION A. Concrete: 1. Test pH of surface to be coated in accordance with ASTM D4262. a. If surface pH is not within coating manufacturer's required acceptable range, use methods acceptable to coating manufacturer as required to bring pH within acceptable range. b. Retest pH until acceptable results are obtained. 2. Verify that moisture content of surface to be coated is within coating manufacturer's recommended acceptable limits. a. Test surface to be coated in accordance with ASTM D4263 to determine the presence of moisture. 1) If moisture is detected, test moisture content of surface to be coated in accordance with ASTM F1869 or ASTM F2170. 2) Provide remedial measures as necessary to bring moisture content within coating manufacturer’s recommended acceptable limits. 3) Retest surface until acceptable results are obtained. B. Concrete Unit Masonry: 1. Test pH of surface to be coated in accordance with ASTM D4262. a. If surface pH is not within coating manufacturer's required acceptable range, use methods acceptable to coating manufacturer as required to bring pH within acceptable limits. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 13 b. Retest pH until acceptable results are obtained. 2. Verify that moisture content of surface to be coated is within coating manufacturer's recommended acceptable limits. a. Test surface to be coated in accordance with ASTM D4263 to determine the presence of moisture. 1) If moisture is detected, test moisture content of surface to be coated in accordance with ASTM F1869. 2) Provide remedial measures as necessary to bring moisture content within coating manufacturer’s recommended acceptable limits. 3) Retest surface until acceptable results are obtained. 3.4 PREPARATION A. General: 1. Prepare surfaces to be coated in accordance with coating manufacturer's instructions and this Specification Section unless noted otherwise in this Specification Section. a. Where discrepancy between coating manufacturer's instructions and this Specification Section exists, the more stringent surface preparation shall be provided unless approved otherwise, in writing, by the Engineer. 2. Remove all dust, grease, oil, compounds, dirt and other foreign matter which would prevent bonding of coating to surface. 3. Adhere to manufacturer's recoat time surface preparation requirements. a. Surfaces that have exceeded coating manufacturer's published recoat time and/or have exhibited surface chalking shall be prepared prior to additional coating in accordance with manufacturer's published recommendations. 1) Minimum SSPC-SP 7/ NACE No. 4 unless otherwise approved by Engineer. B. Protection: 1. Protect surrounding surfaces not to be coated. 2. Remove and protect hardware, accessories, plates, fixtures, finished work, and similar items; or provide ample in-place protection. 3. Protect code labels, equipment identification or rating plates and similar labels, tagging and identification. C. Prepare and coat before assembly all surfaces which are inaccessible after assembly. D. Ferrous Metal: 1. Prepare ductile iron pipe in accordance with pipe manufacturer's recommendations and NAPF. a. All piping, pumps, valves, fittings and any other component used in the water piping system that requires preparation for coating shall be prepared in accordance with requirements for immersion service. b. Prepare all areas requiring patch coating in accordance with recommendations of manufacturer and NAPF. c. Remove bituminous coating per piping manufacturer, coating manufacturer and NAPF recommendations. 1) The most stringent recommendations shall apply. 2. Complete fabrication, welding or burning before beginning surface preparation. a. Chip or grind off flux, spatter, slag or other laminations left from welding. b. Remove mill scale. c. Grind smooth rough welds and other sharp projections. 3. Solvent clean in accordance with SSPC-SP 1. 4. Restore surface of field welds and adjacent areas to original surface preparation. E. Galvanized Steel and Non-ferrous Metals: 1. Solvent clean in accordance with SSPC-SP 1 followed by brush-off blast clean in accordance with SSPC-SP 16 to remove zinc oxide and other foreign contaminants. a. Provide uniform 1 MIL profile surface. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 14 F. Concrete: 1. Cure for minimum of 28 days. 2. Concrete surfaces shall be cleaned in accordance with ASTM D4258. 3. Abrasive blast concrete surfaces in accordance with ASTM D4259 and SSPC-SP 13/ NACE No. 6. a. Provide profile per ICRI 301.2 as listed in MATERIALS article of this Specification Section. 4. Test pH and moisture content in accordance with EXAMINATION article in this Specification Section. G. Concrete Masonry: 1. Cure for minimum of 28 days. 2. Remove all mortar spatters and protrusions. 3. Clean concrete masonry in accordance with Specification ASTM D4261. 4. Test pH and moisture content in accordance with EXAMINATION article in this Specification Section. H. Preparation by Abrasive Blasting: 1. Schedule the abrasive blasting operation so blasted surfaces will not be wet after blasting and before coating. 2. Provide compressed air for blasting that is free of water and oil. a. Provide accessible separators and traps. 3. Protect nameplates, valve stems, rotating equipment, motors and other items that may be damaged from blasting. 4. All abrasive-blasted ferrous metal surfaces shall be inspected immediately prior to application of coatings. a. Inspection shall be performed to determine cleanliness and profile depth of blasted surfaces and to certify that surface has been prepared in accordance with these Specifications. 5. Perform additional blasting and cleaning as required to achieve surface preparation required. a. Re-blast surfaces not meeting requirements of these Specifications. b. Prior to coating, re-blast surfaces allowed to set overnight and surfaces that show rust bloom. c. Surfaces allowed to set overnight or surfaces which show rust bloom prior to coating shall be re-inspected prior to coating application. 6. Profile depth of blasted surface: Not less than 1 MIL or greater than 2 MILS unless required otherwise by coating manufacturer. 7. Ensure abrasive blasting operation does not result in embedment of abrasive particles in coating. 8. Confine blast abrasives to area being blasted. a. Provide shields of polyethylene sheeting or other such barriers to confine blast material. b. Plug pipes, holes, or openings before blasting and keep plugged until blast operation is complete and residue is removed. 9. Abrasive blasting media may be recovered, cleaned and reused providing Contractor submits, for Engineer's review, a comprehensive recovery plan outlining all procedures and equipment proposed in reclamation process. 10. Properly dispose of blasting material contaminated with debris from blasting operation. I. All Plastic Surfaces: 1. Sand using 80-100 grit sandpaper to scarify surfaces. 3.5 APPLICATION A. General: 1. Thin, mix and apply coatings by brush, roller, or spray in accordance with manufacturer's installation instructions. a. Application equipment must be inspected and approved in writing by coating manufacturer. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 15 2. Temperature and weather conditions: a. Do not coat surfaces when surface temperature is below 50 DEGF unless product has been formulated specifically for low temperature application and application is approved in writing by Engineer and coating manufacturer's technical representative. b. Avoid coating surfaces exposed to hot sun. c. Do not coat damp surfaces. d. Apply coating to concrete or masonry surfaces in descending temperatures, in accordance with coating manufacturer's application instructions. 3. Apply materials under adequate illumination. 4. Provide complete coverage to MIL thickness specified. a. Thickness specified is dry MIL thickness. 5. Evenly spread to provide full, smooth coverage. a. All coating systems are "to cover." 1) In situations of discrepancy between manufacturer's square footage coverage rates and MIL thickness, MIL thickness requirements govern. b. When color or undercoats show through, apply additional coats until coating is of uniform finish and color. c. Finished coating system shall be uniform and without voids, bugholes, holidays, laps, brush marks, roller marks, runs, sags or other imperfections. 6. If so directed by Engineer, do not apply consecutive coats until Engineer has had an opportunity to observe and approve previous coats. 7. Work each application of material into corners, crevices, joints, and other difficult to work areas. 8. Provide coating manufacturer’s recommended details at all terminations, penetrations, embedments, cracks, joints and changes in substrate direction. 9. Avoid degradation and contamination of blasted surfaces and avoid inter-coat contamination. a. Clean contaminated surfaces before applying next coat. b. Intercoat surface cleanliness shall be inspected and approved by the Engineer prior to application of each coat. 10. Smooth out runs or sags immediately, or remove and recoat entire surface. 11. Allow preceding coats to dry before recoating. a. Recoat within time limits specified by coating manufacturer. b. If recoat time limits have expired re-prepare surface in accordance with coating manufacturer's printed recommendations. 12. Allow coated surfaces to cure prior to allowing traffic or other work to proceed. 13. Coat all aluminum in contact with dissimilar materials. 14. When coating rough surfaces which cannot be backrolled sufficiently, hand brush coating to work into all recesses provided that the maximum DFT is not exceeded. 15. Backroll surfaces if coatings are spray applied. B. Employ services of coating manufacturer's technical representative to ensure that field-applied coatings are compatible with factory-applied or existing coatings. 1. Certify through material data sheets. 2. Perform test patch. a. Prepare existing coating surface to receive specified coating system. b. Apply coating to a minimum 1 SQFT area and allow to cure in accordance with manufacturer's recommendations. c. Evaluate adhesion to existing coating: 1) Concrete or Masonry substrates: ASTM D4541. 2) All other substrates: ASTM D6677 and ASTM D3359 (X-cut method). 3. If field-applied coating is found to be not compatible, require the coating manufacturer's technical representative to recommend, in writing, product to be used as barrier coat, thickness to be applied, surface preparation and method of application. a. Perform test patch as described above. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 16 4. At Contractor's option, coatings may be removed, surface re-prepared, and new coating applied using appropriate coating system listed in the MATERIALS Article, Coating Systems paragraph of this Specification Section. a. All damage to surface as result of coating removal shall be repaired to original condition or better by Contractor at no additional cost to Owner. C. Prime Coat Application: 1. Apply structural steel and miscellaneous steel prime coat in the factory. a. Finish coats shall be applied in the [field] [factory] [Shop]. b. Prime coat referred to here is prime coat as indicated in this Specification. 1) Prime coating applied in factory (shop) as part of Fabricator's standard rust inhibiting and protection coating is not acceptable as replacement for specified prime coating. c. Application of all factory-applied coatings(s) on structural steel and miscellaneous steel [and steel joist] [and steel truss] shall be continually observed and certified by NACE coatings inspector. 2. Prime all surfaces indicated to be coated. a. Apply prime coat in accordance with coating manufacturer's written instructions and as written in this Specification Section. 3. Prime ferrous metals embedded in concrete to minimum of 1 IN below exposed surfaces. 4. Apply zinc-rich primers while under continuous agitation. 5. Brush or spray bolts, welds, edges and difficult access areas with primer prior to primer application over entire surface. 6. Touch up damaged primer coats prior to applying finish coats. a. Restore primed surface equal to surface before damage. 7. All surfaces of steel lintels and steel components of concrete lintels used in wall construction shall be completely coated with both prime and finish coats prior to placing in wall. D. Finish Coat Application: 1. Apply finish coats in accordance with coating manufacturer's written instructions and in accordance with this Specification Section; manufacturer instructions take precedent over these Specifications. 2. Touch up damaged finish coats using same application method and same material specified for finish coat. a. Prepare damaged area in accordance with the PREPARATION Article of this Specification Section. 3.6 COLOR CODING A. Color code piping in accordance with the SCHEDULE Article of this Specification Section. 3.7 FIELD QUALITY CONTROL A. Application Deficiencies: 1. Surfaces showing runs, laps, brush marks, telegraphing of surface imperfections or other defects will not be accepted. 2. Surfaces showing evidence of fading, chalking, blistering, delamination or other defects due to improper surface preparation, environmental controls or application will not be accepted. a. Epoxy surfaces showing evidence of chalking or amine blush shall be prepared and recoated as follows: 1) Solvent clean surfaces in accordance with SSPC-SP1 and abrasive blast in accordance with SSPC-SP7/ NACE No. 4. 2) Recoat with intermediate and finish coats in accordance with coating system specified herein. B. Provide protection for coated surfaces. 1. Surfaces showing soiling, staining, streaking, chipping, scratches, or other defects will not be accepted. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 17 C. Contractor Performed Testing: 1. Provide ongoing testing and inspection, including but not limited to the following: a. Measurement and recording of environmental conditions as specified herein. b. Measurement and recording of substrate conditions as specified herein. c. Thickness Testing: 1) Wet film thickness during application in accordance with ASTM D4414. 2) Dry Film Thickness (DFT) in accordance with SSPC-PA 2. 3) Engineer may measure coating thickness at any time during project to assure conformance with these Specifications. d. Bond Strength: 1) [Additional bond] [Bond] strength testing will be required by the [Engineer] [Owner] where there is reason to suspect the integrity of the coating system. 2) Measure bond strength of the coating in accordance with: a) Steel substrate: ASTM D4541. b) Concrete substrate ASTM D7234. 3) The number of test sites and locations to be tested shall be determined by the Owner after application of coating. The Contractor will apply the dollies, perform the tests and repair the coating in the presence of the Owner. a) For each test that fails, two additional tests shall be performed in the adjacent area. b) Further bond tests may be performed to determine the extent of potentially deficient bonded areas at no additional cost to the Owner. 4) Repairs shall be made by applicator in strict accordance with manufacturer’s recommendations. Any coated areas that do not pass the bond strength tests shall be removed and replaced at the expense of the Contractor. D. NACE inspection: 1. [The Owner reserves the right to retain a NACE Level 3 coating inspector] [A NACE Level 3 coating inspector will be assigned by the Owner] to perform observation, inspection and testing as deemed necessary to document the quality of the Work. a. All work shall be done to the satisfaction of the Owner’s inspector. b. Any portion of the coating that does not satisfactorily pass the inspection and testing requirements shall be repaired or replaced by the Contractor at no additional cost to the Owner. c. Additional testing and/or inspection may be done at the discretion of the Owner. 1) The Contractor will provide all equipment, materials, and labor to perform the testing. 2. Inspection, testing or observation by the Owner’s inspector shall not relieve the Contractor of responsibility for surface preparation, inspection or quality control specified herein. E. Instrumentation: 1. Provide instrumentation as necessary to measure and record atmospheric and substrate conditions, including but not limited to: a. Dry Film Thickness Gauge: 1) Ultrasonic: ASTM D6132. 2) Magnetic: ASTM B499. b. Wet Film Thickness Gauge: ASTM D4414. c. Sling Psychrometer: ASTM E337. d. Surface Temperature Gauge. e. Anemometer. f. Moisture Meter. g. Adhesion test apparatus: 1) Steel: ASTM D4541. 2) Concrete: ASTM D7234. F. Maintain Daily Records: 1. Record the following information during application: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid HIGH PERFORMANCE INDUSTRIAL COATINGS 09 96 00 - 18 a. Date, starting time, end time, and all breaks taken by applicators. b. Air temperature. c. Relative humidity. d. Dew point. e. Moisture content and pH level of concrete or masonry substrates prior to coating. f. Surface temperature of substrate. g. Provisions utilized to maintain work area within manufacturer's recommended application parameters including temporary heating, ventilation, cooling, dehumidification and provisions utilized to mitigate wind-blown dust and debris from contaminating the wet coating. h. For exterior coating, also record: 1) Sky condition. 2) Wind speed and direction. i. Record environmental conditions, substrate moisture content and surface temperature information not less than once every 4 HRS during application. 1) Record hourly when temperatures are below 50 DEGF or above 100 DEGF. 2. Record the following information daily for the coating manufacturer's recommended curing period: a. Date and start time of cure period for each item or area. b. For exterior coating, also record: 1) Sky conditions. 2) Wind speed and direction. 3) Air temperature. a) Dry Bulb. b) Wet Bulb. 4) Relative humidity. 5) Dew point. 6) Surface temperatures. c. Record environmental conditions not less than once every 4 HRS. 1) Record hourly when temperatures are below 50 DEGF or above 100 DEGF. d. Provisions utilized to protect each item or area and to maintain areas within manufacturer's recommended curing parameters. 3. Format for daily record to be computer generated. G. Provide wet paint signs. 3.8 CLEANING A. Clean coating spattered surfaces. 1. Use care not to damage finished surfaces. B. Upon completion of coating, replace hardware, accessories, plates, fixtures, and similar items. C. Remove surplus materials, scaffolding, and debris. 3.9 COLOR SCHEDULE A. Pipe Bollards: 02SF Safety Yellow. END OF SECTION DIVISION 10 SPECIALTIES THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 1 SECTION 10 14 00 IDENTIFICATION DEVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Tag, tape and stenciling systems for equipment, piping, valves, pumps, ductwork and similar items. 2. Hazard and safety signs. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. A13.1, Scheme for the Identification of Piping Systems. 2. The International Society of Automation (ISA). 3. National Electrical Manufacturers Association/American National Standards Institute (NEMA/ANSI): a. Z535.1, Safety Color Code. b. Z535.2, Environmental and Facility Safety Signs. c. Z535.3, Criteria for Safety Symbols. d. Z535.4, Product Safety Signs and Labels. 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). b. 704, Standard System for the Identification of Hazards of Materials for Emergency Response. 5. Occupational Safety and Health Administration (OSHA): a. 29 CFR 1910.145, Specification for Accident Prevention Signs and Tags. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Catalog information for all identification systems. b. Acknowledgement that products submitted meet requirements of standards referenced. 3. Identification register, listing all items in PART 3 of this Specification Section to be identified, type of identification system to be used, lettering, location and color. 4. Schedule of Hazard and Safety Signage indicating text and graphics. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. W.H. Brady Co. 2. Panduit. 3. Seton. 4. National Band and Tag Co. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 2 5. Carlton Industries, Inc. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 MANUFACTURED UNITS A. Type A1 - Round Metal Tags: 1. Materials: a. Aluminum or stainless steel. b. Stainless steel shall be used in corrosive environments. 2. Size: a. Diameter: 1-1/2 IN minimum. b. Thickness: 0.035 IN (20 GA) minimum. 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend: Stamped and filled with black coloring. 4. Color: Natural. B. Type B1- Square Nonmetallic Tags: 1. Materials: Fiberglass reinforced plastic. 2. Size: a. Surface: 2 x 2 IN minimum. b. Thickness: 100 MILS. 3. Fabrication: a. 3/16 IN mounting hole with metal eyelet. b. Legend: Preprinted and permanently embedded and fade resistant. 4. Color: a. Background: Manufacturer standard or as specified. b. Lettering: Black. C. Type B2 - Nonmetallic Signs: 1. Materials: Fiberglass reinforced or durable plastic. 2. Size: a. Surface: As required by text. b. Thickness: 60 MILS minimum. 3. Fabrication: a. Rounded corners. b. Drilled holes in corners with grommets. c. Legend: Preprinted, permanently embedded and fade resistant for a 10 year minimum outdoor durability. 4. Color: a. Background: Manufacturer standard or as specified. b. Lettering: Black. 5. Standards for OSHA signs: NEMA/ANSI Z535.1, NEMA/ANSI Z535.2, NEMA/ANSI Z535.3, NEMA/ANSI Z535.4, OSHA 29 CFR 1910.145. D. Type C - Laminated Name Plates: 1. Materials: Phenolic or DR (high impact) acrylic. 2. Size: a. Surface: As required by text. b. Thickness: 1/16 IN. 3. Fabrication: a. Outdoor rated and UV resistant when installed outdoors. b. Two layers laminated. c. Legend: Engraved through top lamination into bottom lamination. d. Two drilled side holes, for screw mounting. 4. Color: Black top surface, white core, unless otherwise indicated. E. Type D - Self-Adhesive Tape Tags and Signs: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 3 1. Materials: Vinyl tape or vinyl cloth. 2. Size: a. Surface: As required by text. b. Thickness: 5 MILS minimum. 3. Fabrication: a. Indoor/Outdoor grade. b. Weather and UV resistant inks. c. Permanent adhesive. d. Legend: Preprinted. e. Wire markers to be self-laminating. 4. Color: White with black lettering or as specified. 5. Standards for OSHA signs: NEMA/ANSI Z535.1, NEMA/ANSI Z535.2, NEMA/ANSI Z535.3, NEMA/ANSI Z535.4, OSHA 29 CFR 1910.145. F. Type F - Underground Warning Tape: 1. Materials: Polyethylene. 2. Size: a. 6 IN wide (minimum). b. Thickness: 3.5 MILS. 3. Fabrication: a. Legend: Preprinted and permanently imbedded. b. Message continuous printed. c. Tensile strength: 1750 PSI. 4. Color: As specified. G. Type G - Stenciling System: 1. Materials: a. Exterior type stenciling enamel. b. Either brushing grade or pressurized spray can form and grade. 2. Size: As required. 3. Fabrication: a. Legend: As required. 4. Color: Black or white for best contrast. H. Underground Tracer Wire: 1. Materials: a. Wire: 1) 12 GA AWG. 2) Solid. b. Wire nuts: Waterproof type. c. Split bolts: Brass. 2.3 ACCESSORIES A. Fasteners: 1. Bead chain: #6 brass, aluminum or stainless steel. 2. Plastic strap: Nylon, urethane or polypropylene. 3. Screws: Self-tapping, stainless steel. 4. Adhesive, solvent activated. 2.4 MAINTENANCE MATERIALS A. Where stenciled markers are provided, clean and retain stencils after completion and include in extra stock, along with required stock of paints and applicators. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 4 PART 3 - EXECUTION 3.1 GENERAL INSTALLATION A. Install identification devices at specified locations. B. All identification devices to be printed by mechanical process, hand printing is not acceptable. C. Attach tags to equipment with sufficient surface or body area with solvent activated adhesive applied to back of each tag. D. Attach tags with 1/8 IN round or flat head screws to equipment without sufficient surface or body area, or porous surfaces. 1. Where attachment with screws should not or cannot penetrate substrate, attach with plastic strap. E. Single items of equipment enclosed in a housing or compartment to be tagged on outside of housing. 1. Several items of equipment mounted in housing to be individually tagged inside the compartment. F. Tracer Wire: 1. Attach to pipe at a maximum of 10 FT intervals with tape or tie-wraps. 2. Continuous pass from each valve box and above grade at each structure. 3. Coil enough wire at each valve box to extend wire a foot above the ground surface. 4. 1,000 FT maximum spacing between valve boxes. 5. If split bolts are used for splicing, wrap with electrical tape. 6. If wire nuts are used for splicing, knot wire at each splice point leaving 6 IN of wire for splicing. 7. Use continuous strand of wire between valve box where possible. a. Continuous length shall be no shorter than 100 FT. 3.2 SCHEDULES A. Process Systems: 1. General: a. Provide arrows and markers on piping. 1) At 20 FT maximum centers along continuous lines. 2) At changes in direction (route) or obstructions. 3) At valves, risers, "T" joints, machinery or equipment. 4) Where pipes pass through floors, walls, ceilings, cladding assemblies and like obstructions provide markers on both sides. b. Position markers on both sides of pipe with arrow markers pointing in flow direction. 1) If flow is in both directions use double headed arrow markers. c. Apply tapes and stenciling in uniform manner parallel to piping. 2. Trenches with piping: a. Tag type: Type F - Underground Warning Tape b. Location: Halfway between top of piping and finished grade. c. Letter height: 1-1/4 IN minimum. d. Natural gas or digester gas: 1) Color: Yellow with black letters. 2) Legend: a) First line: “CAUTION CAUTION CAUTION” b) Second line: “BURIED GAS LINE BELOW” e. Potable water: 1) Color: Blue with black letters. 2) Legend: a) First line: “CAUTION CAUTION CAUTION” b) Second line: “BURIED WATER LINE BELOW” f. Storm and sanitary sewer lines: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 5 1) Color: Green with black letters. 2) Legend: a) First line: “CAUTION CAUTION CAUTION” b) Second line: “BURIED SEWER LINE BELOW” g. (Nonpotable) water piping, except 3 IN and smaller irrigation pipe: 1) Color: Green with black letters. 2) Legend: a) First line: “CAUTION CAUTION CAUTION” b) Second line: “BURIED NONPOTABLE WATER LINE BELOW” h. Chemical feed piping (e.g., chlorine solution, polymer solution, caustic solution, etc.): 1) Color: Yellow with black letters. 2) Legend: a) First line: “CAUTION CAUTION CAUTION” b) Second line: “BURIED CHEMICAL LINE BELOW” i. Other piping (e.g., compressed air, irrigation, refrigerant, heating water, etc.): 1) Color: Yellow with black letters. 2) Legend: a) First line: “CAUTION CAUTION CAUTION” b) Second line: “BURIED PIPE LINE BELOW” 3. Yard valves, buried, with valve box and concrete pad: a. Tag type: Type A2 - Rectangle Metal Tags. b. Fastener: 3/16 IN x 7/8 IN plastic screw anchor with 1 IN #6 stainless steel pan head screw. c. Legend: 1) Letter height: 1/4 IN minimum. 2) Valve designation as indicated on the Drawings (e.g., “V-xxx”). 4. Valves and slide gates: a. Tag type: 1) Outdoor locations: Type B1 - Square Nonmetallic Tags. 2) Indoor noncorrosive: a) Type A1 - Round Metal Tags. b) Type B1 - Square Nonmetallic Tags. 3) Indoor corrosive: a) Stainless steel Type A1 - Round Metal Tags. b) Type B1 - Square Nonmetallic Tags. b. Fastener: 1) Type A1: Chain of the same material. 2) Type B1: Stainless steel chain. c. Color: Per ASME A13.1 corresponding to the piping system. d. Legend: 1) Letter height: 1/4 IN minimum. 2) Valve designation as indicated on the Drawings (e.g., “V-xxx”). 5. Process equipment (e.g., pumps, pump motors, blowers, air compressors, bar screens, clarifier drive mechanism, etc.): a. Tag type: 1) Type B2 - Nonmetallic Signs. 2) Type D - Self-Adhesive Tape Tags and Signs. 3) Type G - Stenciling System. b. Fastener: 1) Self. 2) Screws. 3) Adhesive. c. Legend: 1) Letter height: 1/2 IN minimum. 2) Equipment designation as indicated on the Drawings (e.g., “Primary Sludge Pump P-xxx”). 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 6 6. Piping systems: a. Tag type: 1) Outdoor locations: Type G - Stenciling System. 2) Indoor locations: a) Type D - Self-Adhesive Tape Tags and Signs. b) Type G - Stenciling System. b. Fastener: Self. c. Color: Per ASME A13.1. d. Legend: 1) Letter height: Manufacturers standard for the pipe diameter. 2) Mark piping in accordance with ASME A13.1. 3) Use piping designation as indicated on the Drawings. 4) Arrow: Single arrow. 7. Process tanks (over 1000 GAL) and basins, (e.g., chemical storage, clarifiers, trickling filters, digesters, etc.): a. Tag type: 1) Type B2 - Nonmetallic Signs. 2) Type G - Stenciling System. b. Fastener: 1) Screw. 2) Self. c. Location as directed by Owner. d. Legend: 1) Letter height: 4 IN minimum. 2) Equipment designation as indicated on the Drawings (e.g., “Clarifier CL-xxx”). 8. Tanks (less than 1000 GAL) (e.g., break tanks, chemical tanks, hydro-pneumatic tanks, air receivers, etc.): a. Tag type: 1) Type D - Self-Adhesive Tape Tags and Signs. 2) Type G - Stenciling System. b. Fastener: Self. c. Legend: 1) Letter height: 2 IN minimum. 2) Equipment designation as indicated on the Drawings (e.g., “Polymer Storage Tank Txxx”) 9. Equipment that starts automatically: a. Tag type: 1) Type B2 - Nonmetallic Signs. 2) Type D - Self-Adhesive Tape Tags and Signs. b. Fastener: 1) Type B2 - Screw or adhesive. 2) Type D - Self. c. Size: 5 IN x 7 IN d. Location: [Equipment name]. e. Legend: 1) OSHA Warning Sign. 2) Description of Warning: “THIS MACHINE STARTS AUTOMATICALLY”. B. Instrumentation Systems: 1. Instrumentation Equipment (e.g., flow control valves, primary elements, etc.): a. Tag type: 1) Outdoor locations: Type B1 - Square Nonmetallic Tags. 2) Indoor noncorrosive: a) Type A1 - Round Metal Tags. b) Type B1 - Square Nonmetallic Tags. 3) Indoor corrosive: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 7 a) Stainless steel Type A1 - Round Metal Tags. b) Type B1 - Square Nonmetallic Tags. b. Fastener: 1) Type A1: Chain of the same material. 2) Type B1: Stainless steel chain. c. Legend: 1) Letter height: 1/4 IN minimum. 2) Equipment ISA designation as indicated on the Drawings (e.g., “FIT-xxx”). 2. Enclosure for instrumentation and control equipment, (e.g., PLC control panels, etc.): a. Tag type: Type C - Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: 1/2 IN minimum. 2) Equipment name (e.g., "PLC CONTROL PANEL PCP-xxx"). 3. Components inside equipment enclosure, (e.g., PLC’s, control relays, contactors, and timers): a. Tag type: Type D - Self-Adhesive Tape Tags. b. Fastener: Self. c. Legend: 1) Letter height: 3/16 IN minimum. 2) Description or function of component (e.g., "PLC-xxx” or “CR-xxx"). 4. Through enclosure door mounted components (e.g., selector switches, controller digital displays, etc.): a. Tag type: Type C - Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: 1/4 IN minimum. 2) Component ISA tag number as indicated on the Drawings (e.g., “HS-xxx”). C. Electrical Systems: 1. Trenches with ductbanks, direct-buried conduit, or direct-buried wire and cable. a. Tag type: Type F - Underground Warning Tape. b. Letter height: 1-1/4 IN minimum. c. Location: 1) Where trench is 12 IN or more below finished grade: In trench 6 IN below finished grade. 2) Where trench is less than 12 IN below finished grade: In trench 3 IN below finished grade. d. Electrical power (e.g., low and medium voltage): 1) Color: Red with black letters. 2) Legend: a) First line: “CAUTION CAUTION CAUTION”. b) Second line: “BURIED ELECTRIC LINE BELOW”. e. Communications (e.g., telephone, instrumentation, LAN, SCADA): 1) Color: Orange with black letters. 2) Legend: a) First line: “CAUTION CAUTION CAUTION”. b) Second line: “BURIED COMMUNICATION LINE BELOW”. 2. Switchgear, switchboards and motor control centers: a. Tag type: Type C - Phenolic Name Plates. b. Fastener: Screws. c. Main equipment legend: 1) Letter height: a) First line: 1 IN minimum. b) Subsequent lines: 3/8 IN minimum. 2) First line: Equipment name (e.g., "MAIN SWITCHBOARD MSBxxx"). 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 8 3) Second line: a) Source of power (e.g., "FED FROM MCCxxx LOCATED IN ROOM xxx"). b) Include the building name or number if the source is in another building. 4) Third line: System voltage and phase (e.g., “480/277 V, 3PH”). 5) Fourth line: Date installed (e.g., “INSTALLED JULY 20xx”). d. Main and feeder device legend: 1) Letter height: 3/8 IN minimum. 2) Description of load (e.g., “MAIN DISCONNECT”, "PUMP Pxxx" or "PANELBOARD HPxxx"). 3. Panelboards and transformers: a. Tag type: Type C - Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: a) First line: 3/8 IN minimum. b) Subsequent lines: 3/16 IN minimum. 2) First line: Equipment name (e.g., "PANELBOARD LPxxx" or "TRANSFORMER Txxx"). 3) Second line (panelboards only): System voltage and phase (e.g., “208/120V, 3PH”). 4) Third line: a) Source of power (e.g., "FED FROM MCCxxx LOCATED IN ROOM xxx"). b) Include the building name or number if the source is in another building. 5) Fourth line: Date installed (e.g., “INSTALLED JULY 20xx”). 4. Transfer switches: a. Tag type: Type C - Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: a) First line: 3/8 IN minimum. b) Subsequent lines: 3/16 IN minimum. 2) First line: Equipment name (e.g., "AUTOMATIC TRANSFER SWITCH ATSxxx"). 3) Second line: Normal source of power (e.g., "NORMAL SOURCE FED FROM MCCxxx"). 4) Third line: Emergency source of power (e.g., "EMERGENCY SOURCE FED FROM SGENxxx"). 5) Fourth line: Date installed (e.g., “INSTALLED JULY 20xx”). 5. Safety switches, separately mounted circuit breakers and motor starters, VFD’s, etc.: a. Tag type: Type C - Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: 1/4 IN minimum. 2) First line: Description of load equipment is connected to (e.g., "PUMP Pxxx"). 3) Second line: a) Source of power (e.g., "FED FROM MCCxxx LOCATED IN ROOM xxx"). b) The source of power room number is only required when there are multiple electrical rooms, if the source is in another building, the building name or number shall be used. 6. Enclosure for instrumentation and control equipment, (e.g., lighting control panels, etc.): a. Tag type: Type C - Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: 1/2 IN minimum. 2) Equipment name (e.g., "LIGHTING CONTROL PANEL LCPxxx"). 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 9 7. Components inside equipment enclosures (e.g., circuit breakers, fuses, control power transformers, control relays, contactors, timers, etc.): a. Tag type: Type D - Self-Adhesive Tape Tags and Signs. b. Fastener: Self. c. Legend: 1) Letter height: 3/16 IN minimum. 2) Description or function of component (e.g., "M-xxx”, “CR-xxx” or “TR-xxx"). 8. Through enclosure door mounted equipment (e.g., selector switches, controller digital displays, etc.): a. Tag type: Type C - Phenolic Name Plates. b. Fastener: Screws. c. Legend: 1) Letter height: 1/4 IN minimum. 2) Component tag number as indicated on the Drawings or as defined by contractor (e.g., “HS-xxx”). 9. Conductors in control panels and in pull or junction boxes where multiple circuits exist. a. Tag type: Type D - Self-Adhesive Tape Tags. b. Fastener: Self. c. Tag conductor at both ends. d. Legend: 1) Letter height: 1/8 IN minimum. 2) Circuit number or wire number as scheduled on the Drawings or as furnished with the equipment. 10. Conductors in handholes and manholes. a. Tag type: Type A3 - Metal Tape Tags. b. Fastener: Nylon strap. c. Tag conductor at both ends. d. Legend: 1) Letter height: 1/8 IN minimum. 2) Circuit number or wire number as scheduled on the Drawings. 11. Grounding conductors associated with grounding electrode system in accordance with the following: a. Tag type: Type D - Self-Adhesive Tape Tags. b. Fastener: Self. c. Legend: 1) Letter height: 1/8 IN minimum. 2) Function of conductor (e.g., "MAIN BONDING JUMPER", "TO GROUND RING", "TO MAIN WATER PIPE"). 12. Flash protection for switchboards, panelboards, industrial control panels and motor control centers: a. Tag type: Type D - Self-Adhesive Tape Signs. b. Fastener: Self. c. Legend: Per NFPA 70. 13. Entrances to electrical rooms: a. Tag type: Type B2 - Nonmetallic Signs. b. Fastener: Screw or adhesive. c. Size: 5 IN x 7 IN. d. Location: Each door to room. e. Legend: 1) OSHA Danger Sign. 2) Description of Danger: “HIGH VOLTAGE, AUTHORIZED PERSONNEL ONLY”. 14. Equipment where more than one voltage source is present: a. Tag type: 1) Type B2 - Nonmetallic Signs. 2) Type D - Self-Adhesive Tape Signs. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid IDENTIFICATION DEVICES 10 14 00 - 10 b. Fastener: 1) Screw or adhesive. 2) Self. c. Size: 1-3/4 IN x 2-1/2 IN. d. Location: Exterior face of enclosure or cubical. e. Legend: 1) OSHA Danger Sign. 2) Description of Danger: “MULTIPLE VOLTAGE SOURCES”. END OF SECTION DIVISION 26 ELECTRICAL THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ELECTRICAL - BASIC REQUIREMENTS 26 05 00- 1 SECTION 26 05 00 ELECTRICAL - BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Basic requirements for electrical systems. B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Procurement and Contracting Requirements. 2. Division 01 - General Requirements. 3. Section 01 61 03 - Equipment: Basic Requirements. 4. Section 26 05 19 - Wire and Cable - 600 Volt and Below. 5. Section 26 05 33 - Raceways and Boxes. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Aluminum Association (AA): a. ADM, Aluminum Design Manual. 2. American Iron and Steel Institute (AISI): a. 325, Manual of Steel Construction. 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A123/A123M, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. c. A153/A153M, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 4. ETL Testing Laboratories (ETL). 5. Institute of Electrical and Electronics Engineers, Inc. (IEEE): a. C2, National Electrical Safety Code (NESC). 6. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 7. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 8. Underwriters Laboratories, Inc. (UL). B. Where UL test procedures have been established for the product type, use UL or ETL approved electrical equipment and provide with the UL or ETL label. 1.3 DEFINITIONS A. For the purposes of providing materials and installing electrical work the following definitions shall be used. 1. Outdoor area: Exterior locations where the equipment is normally exposed to the weather and including below grade structures, such as vaults, manholes, handholes and in-ground pump stations. 2. Highly corrosive and corrosive area: Areas identified on the Drawings where there is a varying degree of spillage or splashing of corrosive materials such as water, wastewater or chemical solutions; or chronic exposure to corrosive, caustic or acidic agents, chemicals, chemical fumes or chemical mixtures. 3. Hazardous areas: Class I, II or III areas as defined in NFPA 70. 4. Shop fabricated: Manufactured or assembled equipment for which a UL test procedure has not been established. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ELECTRICAL - BASIC REQUIREMENTS 26 05 00- 2 5. Coordinate installation of the service conduits and utility metering with the serving utility. The serving utility for this Project is Franklin PUD. Contact: Aaron Gonzalez. 6. Coordinate installation of fiber service with the serving utility. The serving utility for this Project is Franklin PUD. Contact: Brent Weatherman. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of submittal process. 2. See Specification Section 01 61 03 and individual specification sections for submittal requirements for products defined as equipment. 3. General requirements: a. Provide manufacturer's technical information on products to be used, including product descriptive bulletin. b. Include data sheets that include manufacturer's name and product model number. 1) Clearly identify all optional accessories. c. Acknowledgement that products are UL or ETL listed or are constructed utilizing UL or ETL recognized components. d. Manufacturer's delivery, storage, handling and installation instructions. e. Product installation details. f. Short Circuit Current Rating (SCCR) nameplate marking per NFPA 70, include any required calculations. g. See individual specification sections for any additional requirements. h. At end of project provide CAD files of all drawings to allow redlines to edit if necessary in future. B. Operation and Maintenance Manuals: 1. See Specification Section 01 33 04 for requirements for: a. The mechanics and administration of the submittal process. b. The content process of Operation and Maintenance Manuals. C. When a Specification Section includes products specified in another Specification Section, each Specification Section shall have the required Shop Drawing transmittal form per Specification Section 01 33 00 and all Specification Sections shall be submitted simultaneously. 1.5 DELIVERY, STORAGE, AND HANDLING A. See Specification Section 01 65 50. B. Protect nameplates on electrical equipment to prevent defacing. 1.6 AREA DESIGNATIONS A. Designation of an area will determine the NEMA rating of the electrical equipment enclosures, types of conduits and installation methods to be used in that area. 1. Outdoor areas: a. Wet. b. Also, corrosive and/or hazardous when specifically designated on the Drawings or in the Specifications. 2. Hazardous Classified Areas a. Classified per NFPA 820 with equipment and wiring methods requirements per Article 500 of NFPA 70. b. See plan drawings for geometry of hazardous areas applicable to this project. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ELECTRICAL - BASIC REQUIREMENTS 26 05 00- 3 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, refer to specific Electrical Specification Sections and specific material paragraphs below for acceptable manufacturers. B. Submit request for substitution in accordance with Specification Section 01 25 13. C. Provide all components of a similar type by one (1) manufacturer. 2.2 MATERIALS A. Electrical Equipment Support Pedestals and/or Racks: 1. Approved manufacturers: a. Modular strut: 1) Unistrut Building Systems. 2) Eaton B-Line. 3) Globe Strut. 4) Thomas & Betts Superstrut. 2. Material requirements: a. Modular strut: 1) Galvanized steel: ASTM A123/123M or ASTM A153/A153M. 2) Stainless steel: AISI Type 316. 3) PVC coated galvanized steel: ASTM A123/A123M or ASTM A153/A153M and 20 MIL PVC coating. 4) Aluminum: AA Type 6063-T6. b. Structural members (e.g., I beams, L and C channels): 1) Galvanized steel: ASTM A36 steel with galvanizing per ASTM A123/A123M. 2) Aluminum: AA Type 6061-T6 or 6063-T6. c. Mounting plates: 1) Galvanized steel: ASTM A36 steel with galvanizing per ASTM A123/A123M. 2) Aluminum: AA Type 6063-T6. d. Mounting hardware: 1) Galvanized steel. 2) Stainless steel. B. Field touch-up of galvanized surfaces. 1. Zinc-rich primer. a. One (1) coat, 3.0 mils, ZRC by ZRC Products. PART 3 - EXECUTION 3.1 INSTALLATION A. Install and wire all equipment, including pre-purchased equipment, and perform all tests necessary to assure conformance to the Drawings and Specification Sections and ensure that equipment is ready and safe for energization. B. Install equipment in accordance with the requirements of: 1. NFPA 70. 2. IEEE C2. 3. The manufacturer's instructions. C. In general, conduit routing is not shown on the Drawings. 1. The Contractor is responsible for routing all conduits including those shown on one-line and control block diagrams and home runs shown on floor plans. 2. Conduit routings and stub-up locations that are shown are approximate; exact routing to be as required for equipment furnished and field conditions. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ELECTRICAL - BASIC REQUIREMENTS 26 05 00- 4 D. When complete branch circuiting is not shown on the Drawings: 1. A homerun indicating panelboard name and circuit number will be shown and the circuit number will be shown adjacent to the additional devices (e.g., light fixture and receptacles) on the same circuit. 2. The Contractor is to furnish and install all conduit and conductors required for proper operation of the circuit. 3. The indicated home run conduit and conductor size shall be used for the entire branch circuit. 4. See Specification Section 26 05 19 for combining multiple branch circuits in a common conduit. E. Do not use equipment that exceed dimensions or reduce clearances indicated on the Drawings or as required by the NFPA 70. F. Install equipment plumb, square and true with construction features and securely fastened. G. Install electrical equipment, including pull and junction boxes, minimum of 6 IN from process, gas, air and water piping and equipment. H. Install equipment so it is readily accessible for operation and maintenance, is not blocked or concealed and does not interfere with normal operation and maintenance requirements of other equipment. I. Device Mounting Schedule: 1. Unless indicated otherwise on the Drawings, mounting heights are as indicated below: a. Safety switch (to center of operating handle): 54 IN. b. Pushbutton or selector switch control station (to center): 46 IN. c. Panelboard (to top): 72 IN. J. Avoid interference of electrical equipment operation and maintenance with structural members, building features and equipment of other trades. 1. When it is necessary to adjust the intended location of electrical equipment, unless specifically dimensioned or detailed, the Contractor may make adjustments of up to 6 IN in equipment location with the Engineer's approval. K. Provide electrical equipment support system per the following area designations: 1. Wet areas: a. Galvanized system consisting of galvanized steel channels and fittings, nuts and hardware. b. Field touch-up cut ends and scratches of galvanized components with the specified primer during the installation, before rust appears. 2. Corrosive areas: a. Aluminum system consisting of aluminum channels and fittings with stainless steel nuts and hardware. 3. Highly corrosive areas: a. PVC coated steel system consisting of PVC coated steel channels and fittings with stainless steel nuts and hardware. L. Provide all necessary anchoring devices and supports rated for the equipment load based on dimensions and weights verified from approved submittals, or as recommended by the manufacturer. 1. Do not cut, or weld to, building structural members. 2. Do not mount safety switches or other equipment to equipment enclosures, unless enclosure mounting surface is properly braced to accept mounting of external equipment. M. Provide corrosion resistant spacers to maintain 1/4 IN separation between metallic equipment and/or metallic equipment supports and mounting surface in wet areas, on below grade walls and on walls of liquid containment or processing areas such as Basins, Clarifiers, Digesters, Reservoirs, etc. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ELECTRICAL - BASIC REQUIREMENTS 26 05 00- 5 N. Do not place equipment fabricated from aluminum in direct contact with earth or concrete. O. Screen or seal all openings into equipment mounted outdoors to prevent the entrance of rodents and insects. P. Do not use materials that may cause the walls or roof of a building to discolor or rust. Q. Provide field markings and/or documentation of available short-circuit current (available fault current) and related information for equipment as required by the NFPA 70 and other applicable codes. R. Provide equipment or control panels with Short Circuit Current Rating (SCCR) labeling as required by NFPA 70 and other applicable codes. 1. Determine the SCCR rating by one of the following methods: a. Method 1: SCCR rating meets or exceeds the available fault current of the source equipment when indicated on the Drawings. b. Method 2: SCCR rating meets or exceeds the source equipment’s Amp Interrupting Current (AIC) rating as indicated on the Drawings. c. Method 3: SCCR rating meets or exceeds the calculated available short circuit current at the control panel. 2. The source equipment is the switchboard, panelboard, motor control center or similar equipment where the equipment or control panel circuit originates. 3. For Method 3, provide calculations justifying the SCCR rating. Utilize source equipment available fault current or AIC rating as indicated on the Drawings. S. The following shall be by Townsend Control and Electric LLC: 1. Design, build, test, and commission telemetry control backpanel for installation in the MCC. 2. Develop, commission, integrate, program, and test PLC and HMI, plus modify Wonderware programming. 3. Add data tags to Wonderware Historian server. 4. Add data tags to Win-911. 3.2 FIELD QUALITY CONTROL A. Verify exact rough-in location and dimensions for connection to electrified equipment, provided by others. 1. Secure Shop Drawings for equipment furnished by Owner and installed by Contractor. 2. See Specification Section 01 73 20 for openings and penetrations in structures. B. Replace equipment and systems found inoperative or defective and re-test. C. Cleaning: 1. See Specification Section 01 74 13. D. The protective coating integrity of support structures and equipment enclosures shall be maintained. 1. Repair galvanized components utilizing a zinc rich paint. 2. Repair painted components utilizing touch up paint provided by or approved by the manufacturer. 3. Repair PVC coated components utilizing a patching compound, of the same material as the coating, provided by the manufacturer of the component. 4. Repair surfaces which will be inaccessible after installation prior to installation. 5. See Specification Section 26 05 33 for requirements for conduits and associated accessories. E. Replace nameplates damaged during installation. 3.3 DEMONSTRATION A. Demonstrate equipment in accordance with Specification Section 01 75 00. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid WIRE AND CABLE - 600 VOLT AND BELOW 26 05 19 - 1 SECTION 26 05 19 WIRE AND CABLE - 600 VOLT AND BELOW PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material and installation requirements for: a. Power cable. b. Control cable. c. Instrumentation cable. d. Wire connectors. e. Insulating tape. f. Pulling lubricant. B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Procurement and Contracting Requirements. 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical: Basic Requirements. 4. Section 26 08 13 - Acceptance Testing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Insulated Cable Engineers Association (ICEA): a. S-58-679, Standard for Control Cable Conductor Identification. 2. National Electrical Manufacturers Association (NEMA): a. ICS 4, Industrial Control and Systems: Terminal Blocks. 3. National Electrical Manufacturers Association/Insulated Cable Engineers Association (NEMA/ICEA): a. WC 57/S-73-532, Standard for Control Cables. b. WC 70/S-95-658, Non-Shielded Power Cables Rated 2000 Volts or Less for the Distribution of Electrical Energy. 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). b. 262, Standard Method of Test for Flame Travel and Smoke of Wires and Cables for Use in Air-Handling Spaces. 5. Telecommunications Industry Association/Electronic Industries Alliance/American National Standards Institute (TIA/EIA/ANSI): a. 568, Commercial Building Telecommunications Cabling Standard. 6. Underwriters Laboratories, Inc. (UL): a. 44, Standard for Safety Thermoset-Insulated Wires and Cables. b. 83, Standard for Safety Thermoplastic-Insulated Wires and Cables. c. 467, Standard for Safety Grounding and Bonding Equipment. d. 486A, Standard for Safety Wire Connectors and Soldering Lugs for use with Copper Conductors. e. 486C, Standard for Safety Splicing Wire Connections. f. 510, Standard for Safety Polyvinyl Chloride, Polyethylene and Rubber Insulating Tape. g. 1277, Standard for Safety Electrical Power and Control Tray Cables with Optional Optical-Fiber Members. h. 1581, Standard for Safety Reference Standard for Electrical Wires, Cables, and Flexible Cords. i. 2250, Standard for Safety Instrumentation Tray Cable. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid WIRE AND CABLE - 600 VOLT AND BELOW 26 05 19 - 2 1.3 DEFINITIONS A. Cable: Multi-conductor, insulated, with outer sheath containing either building wire or instrumentation wire. B. Instrumentation Cable: 1. Multiple conductor, insulated, twisted or untwisted, with outer sheath. 2. The following are specific types of instrumentation cables: a. Analog signal cable: 1) Used for the transmission of low current (e.g., 4-20mA DC) or low voltage (e.g., 0- 10 VDC) signals, using No. 16 AWG and smaller conductors. 2) Commonly used types are defined in the following: a) TSP: Twisted shielded pair. b) TST: Twisted shielded triad. b. Digital signal cable: Used for the transmission of digital signals between computers, PLC's, RTU's, etc. C. Power Cable: Multi-conductor, insulated, with outer sheath containing building wire, No. 8 AWG and larger. D. Control Cable: Multi-conductor, insulated, with outer sheath containing building wires, No. 14, No. 12 or No. 10 AWG. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification Section except: 1) Wire connectors. 2) Insulating tape. 3) Cable lubricant. b. See Specification Section 26 05 00 for additional requirements. 1.5 DELIVERY, STORAGE, AND HANDLING A. See Specification Section 26 05 00. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Building wire, power and control cable: a. Aetna Insulated Wire. b. Alphawire. c. Cerrowire. d. Encore Wire Corporation. e. General Cable. f. Okonite Company. g. Southwire Company. 2. Instrumentation cable: a. Analog cable: 1) Alphawire. 2) Belden Inc. 3) General Cable. 3. Wire connectors: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid WIRE AND CABLE - 600 VOLT AND BELOW 26 05 19 - 3 a. Burndy Corporation. b. Buchanan. c. Ideal. d. Ilsco. e. 3M Co. f. Teledyne Penn Union. g. Thomas and Betts. h. Phoenix Contact. 4. Insulating and color coding tape: a. 3M Co. b. Plymouth Bishop Tapes. c. Red Seal Electric Co. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 MANUFACTURED UNITS A. Building Wire: 1. Conductor shall be copper with 600 V rated insulation. 2. Conductors shall be stranded, except for conductors used in lighting and receptacle circuits which may be stranded or solid. 3. Surface mark with manufacturer's name or trademark, conductor size, insulation type and UL label. 4. Conform to NEMA/ICEA WC 70/S-95-658 and UL 83 for type THHN/THWN and THHN/THWN-2 insulation. 5. Conform to NEMA/ICEA WC 70/S-95-658 and UL 44 for type XHHW-2 insulation. B. Power Cable: 1. Conductor shall be copper with 600 V rated insulation. 2. Surface mark with manufacturer's name or trademark, conductor size, insulation type and UL label. 3. Conform to NEMA/ICEA WC 70/S-95-658 and UL 83 and UL 1277 for type THHN/THWN insulation with an overall PVC jacket. 4. Conform to NEMA/ICEA WC 70/S-95-658 and UL 44 and UL 1277 for type XHHW-2 insulation with an overall PVC jacket. 5. Number of conductors as required, including a bare ground conductor. 6. Individual conductor color coding: a. ICEA S-58-679, Method 4. b. See PART 3 of this Specification Section for additional requirements. 7. Conform to NFPA 70 Type TC. C. Control Cable: 1. Conductor shall be copper with 600 V rated insulation. 2. Surface mark with manufacturer's name or trademark, conductor size, insulation type and UL label. 3. Conform to NEMA/ICEA WC 57/S-73-532 and UL 83 and UL 1277 for type THHN/THWN insulation with an overall PVC jacket. 4. Conform to NEMA/ICEA WC 57/S-73-532 and UL 44 and UL 1277 for type XHHW-2 insulation with an overall PVC jacket. 5. Number of conductors as required, provided with or without bare ground conductor of the same AWG size. a. When a bare ground conductor is not provided, an additional insulated conductor shall be provided and used as the ground conductor (e.g., 6/c No. 14 w/g and 7/c No. 14 are equal). 6. Individual conductor color coding: a. ICEA S-58-679, Method 1, Table E-2. b. See PART 3 of this Specification Section for additional requirements. 7. Conform to NFPA 70 Type TC. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid WIRE AND CABLE - 600 VOLT AND BELOW 26 05 19 - 4 D. Electrical Equipment Control Wire: 1. Conductor shall be copper with 600 V rated insulation. 2. Conductors shall be stranded. 3. Surface mark with manufacturer's name or trademark, conductor size, insulation type and UL label. 4. Conform to UL 44 for Type SIS insulation. 5. Conform to UL 83 for Type MTW insulation. E. Instrumentation Cable: 1. Surface mark with manufacturer's name or trademark, conductor size, insulation type and UL label. 2. Analog cable: a. Tinned copper conductors. b. 300 V or 600 V PVC insulation with PVC jacket. c. Twisted with 100 PCT foil shield coverage with drain wire. d. Six (6) twists per foot minimum. e. Individual conductor color coding: ICEA S-58-679, Method 1, Table E-2. f. Conform to UL 2250, UL 1581 and NFPA 70 Type ITC. 3. Digital cable: a. As recommended by equipment (e.g., PLC, RTU) manufacturer. b. Horizontal voice and data cable: 1) Category 6 per TIA/EIA/ANSI 568. 2) Cable shall be label-verified. 3) Cable jacket shall be factory marked at regular intervals indicating verifying organization and performance level. 4) Conductors: No. 24 AWG solid untinned copper. 5) Rated CMP per NFPA 70. c. Conform to NFPA 262 and NFPA 70 Type ITC. F. Wire Connectors: 1. Twist/screw on type: a. Insulated pressure or spring type solderless connector. b. 600 V rated. c. Ground conductors: Conform to UL 486C and/or UL 467 when required by local codes. d. Phase and neutral conductors: Conform to UL 486C. 2. Compression and mechanical screw type: a. 600 V rated. b. Ground conductors: Conform to UL 467. c. Phase and neutral conductors: Conform to UL 486A. 3. Terminal block type: a. High density, screw-post barrier-type with white center marker strip. b. 600 V and ampere rating as required, for power circuits. c. 600 V, 20 ampere rated for control circuits. d. 300 V, 15 ampere rated for instrumentation circuits. e. Conform to NEMA ICS 4 and UL 486A. G. Insulating and Color Coding Tape: 1. Pressure sensitive vinyl. 2. Premium grade. 3. Heat, cold, moisture, and sunlight resistant. 4. Thickness, depending on use conditions: 7, 8.5, or 10 MIL. 5. For cold weather or outdoor location, tape must also be all-weather. 6. Color: a. Insulating tape: Black. b. Color coding tape: Fade-resistant color as specified herein. 7. Comply with UL 510. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid WIRE AND CABLE - 600 VOLT AND BELOW 26 05 19 - 5 H. Pulling Lubricant: Cable manufacturer's standard containing no petroleum or other products which will deteriorate insulation. PART 3 - EXECUTION 3.1 INSTALLATION A. Permitted Usage of Insulation Types: 1. Type XHHW-2: a. Building wire and power and control cable in architectural and non-architectural finished areas. b. Building wire and power and control cable in conduit in outdoor areas and below grade. c. Building wire and power and control cable in cable tray in outdoor areas. 2. Type THHN/THWN and THHN/THWN-2: a. Building wire and power and control cable No. 8 AWG and smaller in architectural and non-architectural finished areas. 3. Type SIS and MTW: a. For the wiring of control equipment within control panels and field wiring of control equipment within switchgear, switchboards, motor control centers. B. Conductor Size Limitations: 1. Feeder and branch power conductors shall not be smaller than No. 12 AWG unless otherwise indicated on the Drawings. 2. Control conductors shall not be smaller than No. 14 AWG unless otherwise indicated on the Drawings. 3. Instrumentation conductors shall not be smaller than No. 18 AWG unless otherwise indicated on the Drawings. C. Color Code All Wiring as Follows: 240 V, 208 V, 240/120 V, 208/120 V 480 V, 480/277 V Phase 1 Black Brown Phase 2 Red * Orange Phase 3 Blue Yellow Neutral White White or Gray Ground Green Green * Orange when it is a high leg of a 120/240 V Delta system. a. Conductors No. 6 AWG and smaller: Insulated phase, neutral and ground conductors shall be identified by a continuous colored outer finish along its entire length. b. Conductors larger than No. 6 AWG: 1) Insulated phase and neutral conductors shall be identified by one (1) of the following methods: a) Continuous colored outer finish along its entire length. b) 3 IN of colored tape applied at the termination. 2) Insulated grounding conductor shall be identified by one (1) of the following methods: a) Continuous green outer finish along its entire length. b) Stripping the insulation from the entire exposed length. c) Using green tape to cover the entire exposed length. 3) The color coding shall be applied at all accessible locations, including but not limited to: Junction and pull boxes, wireways, manholes and handholes. 2. Power cables ICEA S-58-679, Method 4 with: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid WIRE AND CABLE - 600 VOLT AND BELOW 26 05 19 - 6 a. Phase and neutral conductors identified with 3 IN of colored tape, per the Table herein, applied at the terminations. b. Ground conductor: Bare. 3. Control cables ICEA S-58-679, Method 1, Table E-2: a. When a bare ground is not provided, one (1) of the colored insulated conductors shall be re-identified by stripping the insulation from the entire exposed length or using green tape to cover the entire exposed length. b. When used in power applications the colored insulated conductors used as phase and neutral conductors may have to be re-identified with 3 IN of colored tape, per the Table herein, applied at the terminations. D. Install all wiring in raceway unless otherwise indicated on the Drawings. E. Feeder, branch, control and instrumentation circuits shall not be combined in a raceway, cable tray, junction or pull box, except as permitted in the following: 1. Where specifically indicated on the Drawings. 2. Where field conditions dictate and written permission is obtained from the Engineer. 3. Control circuits shall be isolated from feeder and branch power and instrumentation circuits but combining of control circuits is permitted. a. The combinations shall comply with the following: 1) 12 VDC, 24 VDC and 48 VDC may be combined. 2) 125 VDC shall be isolated from all other AC and DC circuits. 3) AC control circuits shall be isolated from all DC circuits. 4. Instrumentation circuits shall be isolated from feeder and branch power and control circuits but combining of instrumentation circuits is permitted. a. The combinations shall comply with the following: 1) Analog signal circuits may be combined. 2) Digital signal circuits may be combined but isolated from analog signal circuits. 5. Multiple branch circuits for similar loads may be combined in a common raceway, such as multiple lighting circuits or multiple receptacle circuits or other 120Vac circuits. Do not combine lighting and receptacle circuits. a. Do not combine control device circuits with lighting or receptacle circuits. b. Contractor is responsible for making the required adjustments in conductor and raceway size, in accordance with all requirements of the NFPA 70, including but not limited to: 1) Up sizing conductor size for required ampacity de-ratings for the number of current carrying conductors in the raceway. 2) The neutral conductors may not be shared. 3) Up sizing raceway size for the size and quantity of conductors. F. Ground the drain wire of shielded instrumentation cables at one (1) end only. 1. The preferred grounding location is at the load (e.g., control panel), not at the source (e.g., field mounted instrument). G. Splices and terminations for the following circuit types shall be made in the indicated enclosure type using the indicated method. 1. Feeder and branch power circuits: a. Device outlet boxes: 1) Twist/screw on type connectors. b. Junction and pull boxes and wireways: 1) Twist/screw on type connectors for use on No. 8 and smaller wire. 2) Compression, mechanical screw or terminal block or terminal strip type connectors for use on No. 6 AWG and larger wire. c. Motor terminal boxes: 1) Twist/screw on type connectors for use on No. 10 AWG and smaller wire. 2) Insulated mechanical screw type connectors for use on No. 8 AWG and larger wire. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid WIRE AND CABLE - 600 VOLT AND BELOW 26 05 19 - 7 d. Manholes or handholes: 1) Twist/screw on type connectors pre-filled with epoxy for use on No. 8 AWG and smaller wire. 2) Watertight compression or mechanical screw type connectors for use on No. 6 AWG and larger wire. 2. Control circuits: a. Junction and pull boxes: Terminal block type connector. b. Manholes or handholes: Twist/screw on type connectors pre-filled with epoxy. c. Control panels and motor control centers: Terminal block or strips provided within the equipment or field installed within the equipment by the Contractor. 3. Instrumentation circuits can be spliced where field conditions dictate and written permission is obtained from the Engineer. a. Maintain electrical continuity of the shield when splicing twisted shielded conductors. b. Junction and pull boxes: Terminal block type connector. c. Control panels and motor control centers: Terminal block or strip provided within the equipment or field installed within the equipment by the Contractor. 4. Non-insulated compression and mechanical screw type connectors shall be insulated with tape or hot or cold shrink type insulation to the insulation level of the conductors. H. Insulating Tape Usage: 1. For insulating connections of No. 8 AWG wire and smaller: 7 MIL vinyl tape. 2. For insulating splices and taps of No. 6 AWG wire or larger: 10 MIL vinyl tape. 3. For insulating connections made in cold weather or in outdoor locations: 8.5 MIL, all weather vinyl tape. I. Color Coding Tape Usage: For color coding of conductors. 3.2 FIELD QUALITY CONTROL A. Acceptance Testing: 1. See Specification Section 26 08 13. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid GROUNDING AND BONDING 26 05 26 - 1 SECTION 26 05 26 GROUNDING AND BONDING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material and installation requirements for grounding and bonding system(s). B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical: Basic Requirements. 4. Section 26 05 19 - Wire and Cable - 600 Volt and Below. 5. Section 26 05 33 - Raceways and Boxes. 6. Section 26 08 13 - Acceptance Testing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. B8, Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft. 2. Institute of Electrical and Electronics Engineers, Inc. (IEEE): a. 837, Standard for Qualifying Permanent Connections Used in Substation Grounding. 3. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 4. Underwriters Laboratories, Inc. (UL): a. 467, Grounding and Bonding Equipment. B. Assure ground continuity is continuous throughout the entire Project. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data. a. Provide submittal data for all products specified in PART 2 of this Specification Section except: 1) Grounding clamps, terminals and connectors. 2) Exothermic welding system. b. See Specification Section 26 05 00 for additional requirements. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Ground rods and bars and grounding clamps, connectors and terminals: a. Erico Products, Inc. b. Harger Lightning & Grounding. c. Heary Brothers. d. Hubbell - Burndy. e. Robbins Lightning Protection. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid GROUNDING AND BONDING 26 05 26 - 2 f. Thomas & Betts - Blackburn. g. Thompson Lightning Protection. 2. Exothermic weld connections: a. Erico Products Inc., Cadweld. b. Harger Lightning & Grounding - Ultraweld. c. Hubbell - Burndy (Thermoweld). d. Thomas & Betts - Furseweld. 2.2 COMPONENTS A. Wire and Cable: 1. Bare conductors: Soft drawn stranded copper meeting ASTM B8. 2. Insulated conductors: Color coded green, per Specification Section 26 05 19. B. Conduit: As specified in Specification Section 26 05 33. C. Ground Bars: 1. Solid copper: a. 1/4 IN thick. b. 2 or 4 IN wide. c. 24 IN long minimum in main service entrance electrical rooms, 12 IN long elsewhere. 2. Predrilled grounding lug mounting holes. 3. Stainless steel or galvanized steel mounting brackets. 4. Insulated standoffs. D. Ground Rods: 1. 3/4 IN x 10 FT. 2. Copper-clad: a. 10 MIL minimum uniform coating of electrolytic copper molecularly bonded to a rigid steel core. b. Corrosion resistant bond between the copper and steel. c. Hard drawn for a scar-resistant surface. E. Grounding Clamps, Connectors and Terminals: 1. Mechanical type: a. Standards: UL 467. b. High copper alloy content. 2. Compression type for interior locations: a. Standards: UL 467. b. High copper alloy content. c. Non-reversible. d. Terminals for connection to bus bars shall have two bolt holes. 3. Compression type suitable for direct burial in earth or concrete: a. Standards: UL 467, IEEE 837. b. High copper alloy content. c. Non-reversible. d. Factory filled with oxide inhibiting compound. F. Exothermic Weld Connections: 1. Copper oxide reduction by aluminum process. 2. Molds properly sized for each application. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Install products in accordance with manufacturer's instructions. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid GROUNDING AND BONDING 26 05 26 - 3 2. Size grounding conductors and bonding jumpers in accordance with NFPA 70, Article 250, except where larger sizes are indicated on the Drawings. 3. Remove paint, rust, or other non-conducting material from contact surfaces before making ground connections. After connection, apply manufacturers approved touch-up paint to protect metallic surface from corrosion. 4. Where ground conductors pass through floor slabs or building walls provide nonmetallic sleeves and install sleeve per Specification Section 01 73 20. a. Seal the sleeve interior to stop water penetration. 5. Do not splice grounding electrode conductors except at ground rods. 6. Install ground rods and grounding electrode conductors in undisturbed, firm soil. a. Provide excavation required for installation of ground rods and conductors. b. Use driving studs or other suitable means to prevent damage to threaded ends of sectional rods. c. Unless otherwise specified, connect conductors to ground rods with compression type connectors or exothermic weld. d. Provide sufficient slack in conductor to prevent conductor breakage during backfill or due to ground movement. e. Backfill excavation completely, thoroughly tamping to provide good contact between backfill materials and ground rods and conductors. 7. Do not use exothermic welding if it will damage the structure the grounding conductor is being welded to. B. Grounding Electrode System: 1. Provide a grounding electrode system in accordance with NFPA 70, Article 250 and as indicated on the Drawings. a. All grounding electrode conductors terminate on a main ground bar located adjacent to the service entrance equipment. 2. Grounding electrode conductor terminations: a. Ground bars mounted on wall: Use a two-hole compression type conductor terminal and bolt it to the ground bar with two bolts. b. Ground bars in electrical equipment: Use compression type conductor terminal and bolt it to the ground bar or manufacture's provided mechanical type termination device. c. Piping systems: Use mechanical type connections. d. Building steel, below grade and encased in concrete: Use compression type connector or exothermic weld. e. Building steel, above grade: Use a two-hole compression type conductor terminal and bolt to the steel with two bolts or exothermic weld. f. Ground rod: Compression type or exothermic weld, unless otherwise specified. C. Supplemental Grounding Electrode: 1. Provide the following grounding in addition to the equipment ground conductor supplied with the feeder conductors whether or not shown on the Drawings. a. See Grounding Electrode System paragraph for conductor termination requirements. 2. Equipment support rack and pedestals mounted outdoors: a. Connect metallic structure to a ground rod. b. Grounding conductor: #6 AWG minimum. D. Transformer Separately Derived Grounding System: 1. Install the System Bonding Jumper at the transformer. At the first disconnect, ensure the neutral is isolated from ground. 2. Structures with a single electrical room/area: a. Connect grounding electrode conductor to the Grounding Electrode System main ground bar. b. See Grounding Electrode System paragraph for conductor termination requirements. E. Raceway Bonding/Grounding: 1. Install all metallic raceway so that it is electrically continuous. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid GROUNDING AND BONDING 26 05 26 - 4 2. Provide an equipment grounding conductor in all raceways with insulation identical to the phase conductors, unless otherwise indicated on the Drawings. 3. NFPA 70 required grounding bushings shall be of the insulating type. 4. Provide double locknuts at all panels. 5. Bond all conduits, at entrance and exit of equipment, to the equipment ground bus or lug. 6. Provide bonding jumpers if conduits are installed in concentric knockouts. 7. Make all metallic raceway fittings and grounding clamps tight to ensure equipment grounding system will operate continuously at ground potential to provide low impedance current path for proper operation of overcurrent devices during possible ground fault conditions. F. Equipment Grounding: 1. Ground all utilization equipment with an equipment grounding conductor. G. Manhole and Handhole Grounding: 1. Provide a ground rod and ground bar, when indicated or as needed, in each manhole and handhole with exposed metal parts. a. Expose a minimum of 4 IN of the rod above the floor for field connections to the rod. 2. Connect all exposed metal parts (e.g., conduits and cable racks) to the ground rod. 3.2 FIELD QUALITY CONTROL A. Leave grounding system uncovered until observed by Owner. B. Acceptance testing: 1. See Specification Section 26 08 13. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 1 SECTION 26 05 33 RACEWAYS AND BOXES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material and installation requirements for: a. Conduits. b. Conduit fittings. c. Conduit supports. d. Wireways. e. Pull and junction boxes. B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Procurement and Contracting Requirements. 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical: Basic Requirements. 4. Section 26 05 43 - Electrical: Exterior Underground. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Iron and Steel Institute (AISI). 2. ASTM International (ASTM): a. A123/A123M, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. b. A153/A153M, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. c. D2564, Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems. 3. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). b. RN 1, Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit (IMC). c. TC 2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. d. TC 3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. e. TC 14.AG, Aboveground Reinforced Thermosetting Resin Conduit (RTRC) and Fittings. f. TC 14.BG, Belowground Reinforced Thermosetting Resin Conduit (RTRC) and Fittings. 4. National Electrical Manufacturers Association/American National Standards Institute (NEMA/ANSI): a. C80.1, Electric Rigid Steel Conduit (ERSC). b. C80.3, Steel Electrical Metallic Tubing (EMT). c. C80.5, Electrical Aluminum Rigid Conduit. d. OS 1, Sheet-Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. 5. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 6. Underwriters Laboratories, Inc. (UL): a. 1, Standard for Flexible Metal Conduit. b. 6, Standard for Electrical Rigid Metal Conduit - Steel. c. 50, Enclosures for Electrical Equipment, Non-Environmental Considerations. d. 360, Standard for Liquid-Tight Flexible Steel Conduit. e. 467, Grounding and Bonding Equipment. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 2 f. 514A, Metallic Outlet Boxes. g. 514B, Conduit, Tubing, and Cable Fittings. h. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit and Fittings. i. 870, Standard for Wireways, Auxiliary Gutters, and Associated Fittings. j. 886, Standard for Outlet Boxes and Fittings for Use in Hazardous (Classified) Locations. k. 2420, Belowground Reinforced Thermosetting Resin Conduit (RTRC) and Fittings. l. 2515, Aboveground Reinforced Thermosetting Resin Conduit (RTRC) and Fittings. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification Section except: 1) Conduit fittings. 2) Support systems. b. See Specification Section 26 05 00 for additional requirements. 3. Fabrication and/or layout drawings: a. Identify dimensional size of pull and junction boxes to be used. 1.4 DELIVERY, STORAGE, AND HANDLING A. See Specification Section 26 05 00. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Rigid metal conduits:: a. Allied Tube and Conduit Corporation. b. Triangle PWC Inc. c. Western Tube and Conduit Corporation. d. Wheatland Tube Company. e. Patriot Aluminum Products. 2. PVC coated rigid metal conduits: a. Thomas & Betts Ocal. b. Rob-Roy Ind. 3. Rigid nonmetallic conduit: a. Prime Conduit (Carlon). b. Cantex. c. Osburn Associates. d. Champion Fiberglass. e. United Fiberglass of America, Inc. 4. Liquidtight Flexible conduit: a. AFC Cable Systems. b. Anamet, Inc. c. Electri-Flex. d. International Metal Hose Company. e. Southwire Company. 5. Wireway: a. Hoffman Engineering Company. b. Wiegmann. c. Square D. 6. Conduit fittings and accessories: a. Appleton Electric Co. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 3 b. Carlon. c. Cantex. d. Crouse-Hinds. e. Killark. f. Osburn Associates. g. OZ Gedney Company. h. RACO. i. Steel City. j. Thomas & Betts. 7. Support systems: a. Unistrut Building Systems. b. Eaton B-Line. c. Kindorf. d. Minerallac Fastening Systems. e. Caddy. f. Thomas & Betts Superstrut. 8. Outlet, pull and junction boxes: a. Appleton Electric Co. b. Eaton Crouse-Hinds. c. Killark. d. O-Z/Gedney. e. Thomas & Betts Steel City. f. Raco. g. Bell. h. Hoffman Engineering Co. i. Wiegmann. j. Eaton B-Line. k. Adalet. l. Rittal. m. Stahlin. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 RIGID METAL CONDUITS A. Rigid Galvanized Steel Conduit (RGS): 1. Mild steel with continuous welded seam. 2. Metallic zinc applied by hot-dip galvanizing or electro-galvanizing. 3. Threads galvanized after cutting. 4. Internal coating: Baked lacquer, varnish or enamel for a smooth surface. 5. Standards: NFPA 70 Type RMC, NEMA/ANSI C80.1, UL 6. B. PVC-Coated Rigid Steel Conduit (PVC-RGS): 1. Nominal 40 MIL Polyvinyl Chloride Exterior Coating: a. Coating: Bonded to hot-dipped galvanized rigid steel conduit conforming to NEMA/ANSI C80.1. b. The bond between the PVC coating and the conduit surface: Greater than the tensile strength of the coating. 2. Nominal 2 mil, minimum, urethane interior coating. 3. Urethane coating on threads. 4. Conduit: Epoxy prime coated prior to application of PVC and urethane coatings. 5. Female Ends: a. Have a plastic sleeve extending a minimum of 1 pipe diameter or 2 IN, whichever is less beyond the opening. b. The inside diameter of the sleeve shall be the same as the outside diameter of the conduit to be used with it. c. Standards: NFPA 70 Type RMC, NEMA/ANSI C80.1, UL 6, NEMA RN 1. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 4 2.3 RIGID NONMETALLIC CONDUIT A. Schedules 40 (PVC-40) and 80 (PVC-80): 1. Polyvinyl-chloride (PVC) plastic compound which includes inert modifiers to improve weatherability and heat distribution. 2. Rated for direct sunlight exposure. 3. Fire retardant and low smoke emission. 4. Shall be suitable for use with 90 DEGC wire and shall be marked "maximum 90 DEGC". 5. Standards: NFPA 70 Type PVC, NEMA TC 2, UL 651. 2.4 FLEXIBLE CONDUIT A. PVC-Coated Flexible Galvanized Steel (liquid-tight) Conduit (FLEX-LT): 1. Core formed of continuous, spiral wound, hot-dip galvanized steel strip with successive convolutions securely interlocked, 2. Extruded PVC outer jacket positively locked to the steel core, 3. Liquid- and vapor-tight. 4. Standard: UL 360. 2.5 CONDUIT FITTINGS AND ACCESSORIES A. Fittings for Use with RGS: 1. General: a. In hazardous locations listed for use in Class I, Groups C and D locations. 2. Locknuts: a. Threaded steel or malleable iron. b. Gasketed or non-gasketed. c. Grounding or non-grounding type. 3. Bushings: a. Threaded, insulated metallic. b. Grounding or non-grounding type. 4. Hubs: Threaded, insulated and gasketed metallic for raintight connection. 5. Couplings: a. Threaded straight type: Same material and finish as the conduit with which they are used on. b. Threadless type: Gland compression or self-threading type, concrete tight. 6. Unions: Threaded galvanized steel or zinc plated malleable iron. 7. Conduit bodies (ells and tees): a. Body: Zinc plated cast iron or cast copper free aluminum with threaded hubs. b. Standard and mogul size. c. Cover: 1) Clip-on type with stainless steel screws. 2) Gasketed or non-gasketed galvanized steel, zinc plated cast iron or cast copper free aluminum. 8. Conduit bodies (round): a. Body: Zinc plated cast iron or cast copper free aluminum with threaded hubs. b. Cover: Threaded screw on type, gasketed, galvanized steel, zinc plated cast iron or cast copper free aluminum. 9. Sealing fittings: a. Body: Zinc plated cast iron or cast copper free aluminum with threaded hubs. b. Standard and mogul size. c. With or without drain and breather. d. Fiber and sealing compound: UL listed for use with the sealing fitting. 10. Expansion couplings: a. 2 IN nominal straight-line conduit movement in either direction. b. Galvanized steel with insulated bushing. c. Gasketed for wet locations. d. Internally or externally grounded. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 5 11. Expansion/deflection couplings: a. 3/4 IN nominal straight-line conduit movement in either direction. b. 30-degree nominal deflection from the normal in all directions. c. Metallic hubs, neoprene outer jacket and stainless steel jacket clamps. d. Internally or externally grounded. e. Watertight, raintight and concrete tight. 12. Standards: UL 467, UL 514B, UL 886. B. Fittings for Use with PVC-RGS: 1. The same material and construction as those fittings listed under paragraph "Fittings for Use with RGS" and coated as defined under paragraph "PVC Coated Rigid Steel Conduit (PVC- RGS)." C. Fittings for Use with FLEX-LT: 1. Connector: a. Straight or angle type. b. Metal construction, insulated and gasketed. c. Composed of locknut, grounding ferrule and gland compression nut. d. Liquid tight. 2. Standards: UL 467, UL 514B. D. Fittings for Use with Rigid Nonmetallic PVC Conduit: 1. Coupling, adapters and conduit bodies: a. Same material, thickness, and construction as the conduits with which they are used. b. Homogeneous plastic free from visible cracks, holes or foreign inclusions. c. Bore smooth and free of blisters, nicks or other imperfections which could damage the conductor. 2. Solvent cement for welding fittings shall be supplied by the same manufacturer as the conduit and fittings. 3. Standards: ASTM D2564, NEMA TC 3, UL 651, UL 514B. E. Weather and Corrosion Protection Tape: 1. PVC based tape, 10 mils thick. 2. Protection against moisture, acids, alkalis, salts and sewage and suitable for direct bury. 3. Used with appropriate pipe primer. a. 3M Scotchrap Pipe Primer, or equal 2.6 ALL RACEWAY AND FITTINGS A. Mark Products: 1. Identify the nominal trade size on the product. 2. Stamp with the name or trademark of the manufacturer. 2.7 PULL AND JUNCTION BOXES A. NEMA 3R Rated: 1. Body and cover: 14 GA minimum, steel finished with rust inhibiting primer and manufacturers standard paint inside and out. 2. Drip shield top and seam-free sides, front and back. 3. With or without concentric knockouts on bottom. 4. Slip-on removable cover fastened on bottom edge with screws or continuous hinged cover fastened with screws. B. NEMA 4 Rated: 1. Body and cover: 14 GA steel finished with rust inhibiting primer and manufacturers standard paint inside and out. 2. Seams continuously welded and ground smooth. 3. No knockouts. 4. External mounting flanges. 5. Hinged or non-hinged cover held closed with stainless steel screws and clamps. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 6 6. Cover with oil resistant gasket. C. NEMA 4X Rated (metallic): 1. Body and cover: 14 GA Type 304 or 316 stainless steel. 2. Seams continuously welded and ground smooth. 3. No knockouts. 4. External mounting flanges. 5. Hinged door and stainless steel screws and clamps. 6. Door with oil-resistant gasket. D. NEMA 4X Rated (Nonmetallic): 1. Body and cover: Ultraviolet light protected fiberglass-reinforced polyester boxes. 2. No knockouts. 3. External mounting flanges. 4. Hinged door with quick release latches and padlocking hasp. 5. Door with oil resistant gasket. E. NEMA 7 and NEMA 9 Rated: 1. Cast gray iron alloy or copper-free aluminum with manufacturers standard finish. 2. Drilled and tapped openings or tapered threaded hub. 3. Cover bolted-down with stainless steel bolts or threaded cover with neoprene gasket. 4. External mounting flanges. 5. Grounding lug. 6. Accessories: 40 MIL PVC exterior coating and 2 MIL urethane interior coating. F. Miscellaneous Accessories: 1. Rigid handles for covers larger than 9 SQFT or heavier than 25 LBS. 2. Split covers when heavier than 25 LBS. 3. Weldnuts for mounting optional panels and terminal kits. 4. Terminal blocks: Screw-post barrier-type, rated 600 volt and 20 ampere minimum. G. Standards: NEMA 250, UL 50. 2.8 SUPPORT SYSTEMS A. Multi-conduit Surface or Trapeze Type Support and Pull or Junction Box Supports: 1. Material requirements. a. Galvanized steel: ASTM A123/A123M or ASTM A153/A153M. b. Stainless steel: AISI Type 316. c. PVC coat galvanized steel: ASTM A123/A123M or ASTM A153/A153M and 20 MIL PVC coating. B. Single Conduit and Outlet Box Support Fasteners: 1. Material requirements: a. Zinc plated steel. b. Stainless steel. c. Malleable iron. d. PVC coat malleable iron or steel: 20 MIL PVC coating. e. Steel protected with zinc phosphate and oil finish. PART 3 - EXECUTION 3.1 RACEWAY INSTALLATION - GENERAL A. Shall be in accordance with the requirements of: 1. NFPA 70. 2. Manufacturer instructions. B. Size of Raceways: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 7 1. Raceway sizes are shown on the Drawings, if not shown on the Drawings, then size in accordance with NFPA 70. 2. Unless specifically indicated otherwise, the minimum raceway size shall be: a. Conduit: 3/4 IN. C. Field Bending and Cutting of Conduits: 1. Utilize tools and equipment recommended by the manufacturer of the conduit, designed for the purpose and the conduit material to make all field bends and cuts. 2. Do not reduce the internal diameter of the conduit when making conduit bends. 3. Prepare tools and equipment to prevent damage to the PVC coating. 4. Degrease threads after threading and apply a zinc rich paint. 5. Debur interior and exterior after cutting. D. Male threads of conduit systems shall be coated with an electrically conductive anti-seize compound. E. The protective coating integrity of conduits, fittings, outlet, pull and junction boxes and accessories shall be maintained. 1. Repair galvanized components utilizing a zinc rich paint. 2. Repair painted components utilizing touch up paint provided by or approved by the manufacturer. 3. Repair PVC coated components utilizing a patching compound, of the same material as the coating, provided by the manufacturer of the conduit; or a self-adhesive, highly conformable, cross-linked silicone composition strip, followed by a protective coating of vinyl tape. a. Total nominal thickness: 40 MIL. 4. Repair surfaces which will be inaccessible after installation prior to installation. F. Remove moisture and debris from conduit before wire is pulled into place. 1. Pull mandrel with diameter nominally 1/4 IN smaller than the interior of the conduit, to remove obstructions. 2. Swab conduit by pulling a clean, tight-fitting rag through the conduit. 3. Tightly plug ends of conduit with tapered wood plugs or plastic inserts until wire is pulled. G. Only nylon or polyethylene rope shall be used to pull wire and cable in conduit systems. H. Where portions of a raceway are subject to different temperatures and where condensation is known to be a problem, as in cold storage areas of buildings or where passing from the interior to the exterior of a building, the raceway shall be sealed to prevent circulation of warm air to colder section of the raceway. 3.2 RACEWAY ROUTING A. Raceways shall be routed in the field unless otherwise indicated. 1. Conduit and fittings shall be installed, as required, for a complete system that has a neat appearance and is in compliance with all applicable codes. 2. Run in straight lines parallel to or at right angles to building lines. 3. Do not route conduits: a. Through areas of high ambient temperature or radiant heat. b. In suspended concrete slabs. c. In concrete members including slabs, slabs on grade, beams, walls, and columns unless specifically located and detailed on structural Drawings.. 4. Locate sleeves or conduits penetrating floors, walls, and beams so as not to significantly impair the strength of the construction. Do not place conduit penetrations in columns. 5. Conduit shall not interfere with, or prevent access to, piping, valves, ductwork, or other equipment for operation, maintenance and repair. 6. Provide pull boxes or conduit bodies as needed so that there is a maximum of 360 DEG of bends in the conduit run or in long straight runs to limit pulling tensions. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 8 B. Maintain minimum spacing between parallel conduit and piping runs in accordance with the following when the runs are greater than 30 FT: 1. Between instrumentation and telecommunication: 1 IN. 2. Between instrumentation and 125 V, 48 V and 24 VDC, 2 IN. 3. Between instrumentation and 600 V and less AC power or control: 6 IN. 4. Between telecommunication and 125 V, 48 V and 24 VDC, 2 IN. 5. Between telecommunication and 600 V and less AC power or control: 6 IN. 6. Between 125 V, 48 V and 24 VDC and 600 V and less AC power or control: 2 IN. 7. Between process, gas, air and water pipes: 6 IN. C. Conduits shall be installed to eliminate moisture pockets. 1. Where water cannot drain to openings, provide drain fittings in the low spots of the conduit run. D. Conduit shall not be routed on the exterior of structures except as specifically indicated on the Drawings. E. Provide all required openings in walls, floors, and ceilings for conduit penetration. 1. See Specification Section 01 73 20. 3.3 RACEWAY APPLICATIONS A. Permitted Raceway Types Per Wire or Cable Types: 1. Power wire or cables: All raceway types. 2. Control wire or cables: All raceway types. 3. Instrumentation cables: Metallic raceway except nonmetallic may be used underground. 4. Motor leads from a VFD: RGS, RAC or shielded VFD cables in all other raceways. 5. Telecommunication cables: All raceway types. B. Permitted Raceway Types Per Area Designations: 1. Wet areas: a. RGS. 2. Corrosive areas: 3. Highly corrosive areas: a. PVC-80. 4. NFPA 70 hazardous areas: a. RGS. C. Permitted Raceway Types Per Routing Locations: 1. Beneath slab-on-grade: a. PVC-40. 2. Direct buried conduits and ductbanks: a. PVC-80. b. 90 degree elbows for transitions to above grade: 1) PVC-RGS. c. Long sweeping bends greater than 15 DEG: 1) PVC-RGS. 3. Concrete encased ductbanks: a. PVC-40. b. 90 degree elbows for transitions to above grade: 1) PVC-RGS. c. Long sweeping bends greater than 15 DEG: 1) RGS for sizes 2 IN and larger. D. FLEX-LT conduits shall be install as the final conduit connection to light fixtures, dry type transformers, motors, electrically operated valves, instrumentation primary elements, and other electrical equipment that is liable to vibrate. 1. The maximum length shall not exceed: a. 6 FT to light fixtures. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 9 b. 3 FT to motors. c. 2 FT to all other equipment. 3.4 CONDUIT FITTINGS AND ACCESSORIES A. Conduit Seals: 1. Installed in conduit systems located in hazardous areas as required by the NFPA 70. 2. Filler plug and drain shall be accessible. 3. Pour the conduit seals in a two-step process. a. Pour the seal and leave cover off. b. After seal is dry, inspect for proper sealing, install cover and mark (for example, paint or permanent marker) as complete. B. Rigid nonmetallic conduit and fittings shall be joined utilizing solvent cement. 1. Immediately after installation of conduit and fitting, the fitting or conduit shall be rotated 1/4 turn to provide uniform contact. C. Install Expansion Fittings: 1. Where conduits are exposed to the sun and conduit run is greater than 200 FT. 2. Elsewhere as identified on the Drawings. D. Install Expansion/Deflection Fittings: 1. Where conduits enter a structure. a. Except electrical manholes and handholes. b. Except where the ductbank is tied to the structure with rebar. 2. Where conduits span structural expansions joints. 3. Elsewhere as identified on the Drawings. E. Threaded connections shall be made wrench-tight. F. Conduit joints shall be watertight: 1. Where subjected to possible submersion. 2. In areas classified as wet. 3. Underground. G. Terminate Conduits: 1. In metallic outlet boxes: a. RGS: 1) Conduit hub and locknut. 2) Insulated bushing and two (2) locknuts. 3) Use grounding type locknut or bushing when required by NFPA 70. 2. In NEMA 12 rated enclosures: a. Watertight, insulated and gasketed hub and locknut. b. Use grounding type locknut or bushing when required by NFPA 70. 3. In NEMA 3R, NEMA 4 and NEMA 4X rated enclosures: a. Watertight, insulated and gasketed hub and locknut. 4. In NEMA 7 and NEMA 9 rated enclosures: a. Into an integral threaded hub. 5. When stubbed up through the floor into floor mount equipment: a. With an insulated grounding bushing on metallic conduits. b. With end bells on nonmetallic conduits. H. Threadless couplings shall only be used to join new conduit to existing conduit when the existing conduit end is not threaded and it is not practical or possible to cut threads on the existing conduit with a pipe threader. 3.5 CONDUIT SUPPORT A. Permitted multi-conduit surface or trapeze type support system per area designations and conduit types: 1. Hazardous areas: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 10 a. Galvanized system consisting of: Galvanized steel channels and fittings, nuts and hardware and conduit clamps. 2. Corrosive areas: a. PVC coated steel system consisting of: PVC coated galvanized steel channels and fittings and conduit clamps with stainless steel nuts and hardware. 3. Highly corrosive areas: a. PVC coated steel system consisting of: PVC coated galvanized steel channels and fittings and conduit clamps with stainless steel nuts and hardware. 4. Conduit type shall be compatible with the support system material. a. Galvanized steel system may be used with RGS. B. Permitted single conduit support fasteners per area designations and conduit types: 1. Hazardous areas: a. Material: Zinc plated steel, stainless steel and malleable iron. b. Types of fasteners: Straps, hangers with bolts, clamps with bolts and bolt on beam clamps. 2. Corrosive areas: a. Material: Stainless steel and PVC coat malleable iron or steel. b. Types of fasteners: Straps, hangers with bolts, clamps with bolts and bolt on beam clamps. 3. Highly corrosive areas: a. Material: PVC coat malleable iron or steel. b. Types of fasteners: Straps, hangers with bolts, clamps with bolts and bolt on beam clamps. 4. Conduit type shall be compatible with the support fastener material. a. Zinc plated steel, steel protected with zinc phosphate and oil finish and malleable iron fasteners may be used with RGS. b. Stainless steel system may be used with RGS and PVC-RGS. c. PVC coated fasteners may be used with PVC-RGS, PVC-40 and PVC-80. d. Nonmetallic fasteners may be used with PVC-40 and PVC-80. C. Conduit Support General Requirements: 1. Maximum spacing between conduit supports per NFPA 70. 2. Support conduit from the building structure. 3. Do not support conduit from process, gas, air or water piping; or from other conduits. 4. Provide hangers and brackets to limit the maximum uniform load on a single support to 25 LBS or to the maximum uniform load recommended by the manufacturer if the support is rated less than 25 LBS. a. Do not exceed maximum concentrated load recommended by the manufacturer on any support. b. Conduit hangers: 1) Continuous threaded rods combined with struts or conduit clamps: Do not use perforated strap hangers and iron bailing wire. c. Do not use suspended ceiling support systems to support raceways. d. Hangers in metal roof decks: 1) Utilize fender washers. 2) Not extend above top of ribs. 3) Not interfere with vapor barrier, insulation, or roofing. 5. Conduit support system fasteners: a. Use sleeve-type expansion anchors as fasteners in masonry wall construction. b. Do not use concrete nails and powder-driven fasteners. 3.6 PULL AND JUNCTION BOX INSTALLATION A. General: 1. Install products in accordance with manufacturer's instructions. 2. See Specification Section 26 05 00 and the Drawings for area classifications. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid RACEWAYS AND BOXES 26 05 33 - 11 3. Fill unused punched-out, tapped, or threaded hub openings with insert plugs. 4. Size boxes to accommodate quantity of conductors enclosed and quantity of conduits connected to the box. B. Pull and Junction Boxes: 1. Install pull or junction boxes in conduit runs where indicated or required to facilitate pulling of wires or making connections. a. Make covers of boxes accessible. 2. Permitted uses of NEMA 3R enclosure: a. Pull or junction box surface mounted in exterior locations. 3. Permitted uses of NEMA 4 enclosure: a. Pull or junction box surface mounted in areas designated as wet. 4. Permitted uses of NEMA 4X metallic enclosure: a. Pull or junction box surface mounted in areas designated as wet and/or corrosive. 5. Permitted uses of NEMA 7 enclosure: a. Pull or junction box surface mounted in areas designated as Class I hazardous. 1) Provide PVC coating in corrosive and highly corrosive areas when PVC coated conduit is used. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ELECTRICAL - EXTERIOR UNDERGROUND 26 05 43 - 1 SECTION 26 05 43 ELECTRICAL - EXTERIOR UNDERGROUND PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material and installation requirements for: a. Manholes. b. Handhole. c. Underground conduits and ductbanks. B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Procurement and Contracting Requirements. 2. Division 01 - General Requirements. 3. Division 03 - Concrete. 4. Section 03 09 00 - Concrete. 5. Section 26 05 26 - Grounding. 6. Section 26 05 33 - Raceways and Boxes. 7. Section 31 23 33 - Trenching, Backfilling and Compacting for Utilities. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials (AASHTO): a. HB, Standard Specifications for Highway Bridges. 2. ASTM International (ASTM): a. A536, Standard Specification for Ductile Iron Castings. 3. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 4. Society of Cable Telecommunications Engineers (SCTE): a. 77, Specification for Underground Enclosure Integrity. 1.3 DEFINITIONS A. Direct-buried conduit(s): 1. Individual (single) underground conduit. 2. Multiple underground conduits, arranged in one or more planes, in a common trench. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification Section. 3. Fabrication and/or layout drawings: a. Provide dimensional drawings of each manhole indicating all specified accessories and conduit entry locations. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ELECTRICAL - EXTERIOR UNDERGROUND 26 05 43 - 2 1. Precast manholes and handholes: a. Lister Industries. b. Oldcastle Precast, Inc. c. Utility Vault Co. 2. Manhole and handhole and ductbank accessories: a. Cantex Inc. b. Condux International, Inc. c. Neenah. d. Prime Conduit Inc. e. Underground Devices, Inc. f. Unistrut. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 MANHOLES AND HANDHOLES A. Precast Manholes and Handholes: 1. Fiberglass reinforced polymer concrete or steel reinforced cement concrete structures: 2. AASHTO live load rating: H-20 for full deliberate vehicle traffic. 3. Mating edges: Tongue and groove type. 4. Solid bottom with 12 IN DIA french drain in the bottom of each manhole. 5. Gasketed removable top slab with lifting eyes and cast in frame for cover. 6. Cover extension rings as required. 7. Cable pulling eyes opposite all conduit entrances. a. Coordinate exact location with installation contractor. 2.3 UNDERGROUND CONDUIT AND ACCESSORIES A. Concrete: Comply with Division 03 Specifications. B. Conduit: See Specification Section 26 05 33. C. Duct Spacers/Supports: 1. High density polyethylene or high impact polystyrene. 2. Interlocking. 3. Accessories, as required: a. Hold down bars. b. Ductbank strapping. PART 3 - EXECUTION 3.1 GENERAL A. Drawings indicate the intended location of manholes and handholes and routing of ductbanks and direct buried conduit. 1. Field conditions may affect actual routing. B. Manhole and Handhole Locations: 1. Approximately where shown on the Drawings. 2. As required for pulling distances. 3. As required to keep pulling tensions under allowable cable tensions. 4. As required for number of bends in ductbank routing. 5. Shall not be installed in a swale or ditch. 6. Determine the exact locations after careful consideration has been given to the location of other utilities, grading, and paving. 7. Locations are to be approved by the Engineer prior to excavation and placement or construction of manholes and handholes. C. Install products in accordance with manufacturer's instructions. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ELECTRICAL - EXTERIOR UNDERGROUND 26 05 43 - 3 D. Install manholes and handholes in conduit runs where indicated or as required to facilitate pulling of wires or making connections. E. Comply with Specification Section 31 23 33 for trenching, backfilling and compacting. 3.2 UNDERGROUND CONDUITS A. Direct-Buried Conduit(s): 1. Install so that the top of the uppermost conduit, at any point: a. Is not less than 24 IN below grade. b. Is below pavement sub-grading. 2. Provide a uniform minimum clearance of 2 IN between conduits or as required in Specification Section 26 05 33 for different cabling types. a. Maintain the separation of multiple planes of conduits by one of the following methods: 1) Install multilevel conduits with the use of conduit supports and separators to maintain the required separations, and backfill with flowable fill (100 PSI) or concrete per Specification Section 31 23 33. 2) Install the multilevel conduits one level at a time. a) Each level is backfilled with the appropriate amount of soil and compaction, per Specification Section 31 23 33, to maintain the required separations. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ACCEPTANCE TESTING 26 08 13 - 1 SECTION 26 08 13 ACCEPTANCE TESTING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Basic requirements for acceptance testing. B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Procurement and Contracting Requirements. 2. Division 01 - General Requirements. 3. Section 01 61 03 - Equipment: Basic Requirements. 4. Section 26 32 14 - Engine Generator – Natural Gas. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Institute of Electrical and Electronics Engineers, Inc. (IEEE): a. 400, Guide for Field Testing and Evaluation of the Insulation of Shielded Power Cable Systems. b. 400.3, Guide for Partial Discharge Testing of Power Cable Systems in a Field Environment. 2. InterNational Electrical Testing Association (NETA): a. ATS, Standard for Acceptance Testing Specifications for Electric Power Equipment and Systems. 3. Nationally Recognized Testing Laboratory (NRTL). 4. Telecommunications Industry Association/Electronic Industries Alliance/American National Standards Institute (TIA/EIA/ANSI): a. 455-78-B, Optical Fibres - PART 1-40: Measurement Methods and Test Procedures - Attenuation. B. Qualifications: 1. Testing firm qualifications: See Specification Section 01 61 03. 2. Field personnel: a. See Specification Section 01 61 03. b. As an alternative, supervising technician may be certified by the equipment manufacturer. 3. Analysis personnel: a. See Specification Section 01 61 03 As an alternative, supervising technician may be certified by the equipment manufacturer. C. Phasing Diagram: 1. Coordinate with Utility Company for phase rotations and Phase A, B and C markings. a. Create a phasing diagram showing the coordinated phase rotations with generators and motors through the transformers. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 01 61 03 for electrical equipment and connection testing plan submittal requirements. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ACCEPTANCE TESTING 26 08 13 - 2 B. Informational Submittals: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Prior to energizing equipment: a. Coordinated phasing diagram. 3. Within two (2) weeks after successful completion of Demonstration Period (Commissioning Period): a. Single report containing information including: 1) Summary of Project. 2) Information from pre-energization testing. 3) See testing and monitoring reporting requirements in Specification Section 01 61 03. PART 2 - PRODUCTS 2.1 FACTORY QUALITY CONTROL A. Provide Electrical equipment with all factory tests required by the applicable industry standards or NRTL. B. Factory testing will not be accepted in lieu of field acceptance testing requirements specified in this Specification Section and Specification Section 01 61 03. PART 3 - EXECUTION 3.1 FIELD QUALITY CONTROL A. General: 1. See Specification Section 01 61 03. 2. Complete electrical testing in three (3) phases: a. Pre-energization testing phase. b. Equipment energized with no load. c. Equipment energized under load. 3. Perform testing in accordance with this Specification Section and NETA ATS. 4. Provide field setting and programming of all adjustable protective devices and meters to settings as determined by the equipment manufacturer. B. Equipment Monitoring and Testing Plan: See Specification Section 01 61 03. C. Instruments Used in Equipment and Connections Quality Control Testing: See Specification Section 01 61 03. D. Testing and Monitoring Program Documentation: See Specification Section 01 61 03. E. Electrical Equipment and Connections Testing Program: 1. See Specification Section 01 61 03. 2. See individual Division 26 Specification Sections for equipment specific testing requirements. 3. Test all electrical equipment. a. Perform all required NETA testing. b. Perform all required NETA testing plus the optional testing identified with each specific type of equipment in Article 3.2 of this Specification Section. 3.2 SPECIFIC EQUIPMENT TESTING REQUIREMENTS A. Transformers - Small Dry Type: 1. Perform inspections and tests per NETA ATS 7.2.1.1. 2. Perform the following additional tests: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ACCEPTANCE TESTING 26 08 13 - 3 a. Record phase-to-phase, phase-to-neutral, and neutral-to-ground voltages at no load after energizing, and at operating load after startup. 3. Adjust tap connections as required to provide secondary voltage within 2-1/2 PCT of nominal under normal load after approval of Engineer. 4. Record as-left tap connections. B. Cable - Low Voltage: 1. Perform inspections and tests per NETA ATS 7.3.2. C. Low Voltage Molded Case Circuit Breakers: 1. Perform inspections and tests per NETA ATS 7.6.1.1. 2. Components: a. Test all components per applicable paragraphs of this Specification Section and NETA ATS. b. Thermal magnetic breakers: Visual and mechanical inspection per NETA ATS only. c. Solid state trip type: Visual and mechanical inspection and electrical tests per NETA ATS. 3. Record as-left settings. D. Grounding: 1. Perform inspections and tests per NETA ATS 7.13. 2. Components: Test all components per applicable paragraphs of this Specification Section and NETA ATS. E. Motors: 1. Perform inspections and tests per NETA ATS 7.15. 2. See Specification Section 01 61 03. F. Motor Controllers: 1. Perform inspections and tests per NETA ATS 7.16. 2. Components: Test all components per applicable paragraphs of this Specification Section and NETA ATS. G. Generators: 1. Perform inspections and tests per NETA ATS 7.15.2. 2. Components: Test all components per applicable paragraphs of this Specification Section and NETA ATS. 3. Perform the following additional tests: a. Load and cycle crank test with Owner’s portable generator. H. Control System Functional Test: 1. Perform test upon completion of equipment acceptance tests. 2. The test is to prove the correct interaction of all sensing, processing and action devices. 3. Develop a test plan and parameters for the purpose of evaluating the performance of the system. 4. Perform the following tests: a. Verify the correct operation of all interlock safety devices for fail-safe functions in addition to design function. b. Verify the correct operation of all sensing devices, alarms and indicating devices. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL EQUIPMENT ACCESSORIES 26 09 16 - 1 SECTION 26 09 16 CONTROL EQUIPMENT ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Operator control devices (selector switches, pushbuttons, indicator lights, etc.). 2. Control devices (timers, relays, contactors, etc.). 3. Industrial Control Panels. 4. Operator Control Stations. B. Related Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). b. ICS 2, Industrial Control and System Controllers, Contactors and Overload Relays Rated 600 Volts. c. ICS 5, Control Circuit and Pilot Devices. 2. Underwriters Laboratories, Inc. (UL): a. 508, Standard for Safety Industrial Control Equipment. b. 508A, Standard for Safety Industrial Control Panels. c. 698A, Standard for Industrial Control Panels Relating to Hazardous (Classified) Locations. 1.3 SYSTEM DESCRIPTION A. This Specification specifies components used within other equipment as referenced in other technical specifications. B. This Specification is used to specify the components and construction of following Industrial Control Panels. 1. Pump Control Panel – with control logic per drawing E007. 2. Telemetry Control Backpanel - with control logic per drawings E008 – E010. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification: 1) When components are used within equipment specified in another Section, submittal data for components specified herein shall be included with the submittal for the equipment the components are used in. b. Industrial Control Panel bill of material. c. Control Station bill of material. d. See Section 26 05 00 for additional requirements. 3. Fabrication and/or layout drawings. a. Industrial Control Panel: 1) Interior and exterior layout. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL EQUIPMENT ACCESSORIES 26 09 16 - 2 2) Wiring/connection diagrams. 3) Copy of the UL 508A label. 4) Short Circuit Current Rating (SCCR) nameplate marking per NFPA 70. Include any required calculations. B. Informational Submittals: 1. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Functional Test Plan. C. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. b. Content of Operation and Maintenance Manual: 1) Product technical data of components used within Industrial Control Panels and Operator Control Stations. 2) As-constructed wiring/connection diagrams for Industrial Control Panels and Operator Control Stations. 3) Functional Test Report. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Telemetry Back Panel and PLC and OIT programming, system complete: a. Townsend Controls, no equal. 2. SCADA (Wonderware, Win-911, Historian) programming: a. Townsend Controls, no equal. 3. Pilot devices, relays, contactors, and termination equipment: a. Allen-Bradley. b. ATC Diversified Electronics. c. Automatic Switch Company (ASCO). d. c3controls. e. Eaton. f. General Electric Company. g. Idec. h. Phoenix Contact. i. Potter & Brumsfield. j. Schneider Electric. k. Siemens. l. Time Mark. 2.2 PILOT DEVICES A. General Requirements: 1. Standards: NEMA ICS 5, UL 508. 2. Heavy-duty NEMA 4/13 watertight/oiltight. 3. Heavy-duty NEMA 4/4X corrosion resistant. 4. Heavy-duty factory sealed, explosion-proof and dust ignition-proof (Class I and II). 5. Mounting hole: 30.5 MM. 6. Contact blocks: 10 amp, NEMA A600 rated, number as required to fulfill functions shown or specified. 7. Legend plate marked as indicated on Drawings or specified. B. Selector Switches: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL EQUIPMENT ACCESSORIES 26 09 16 - 3 1. Two, three- or four-position rotary switch as required to fulfill functions shown or specified. 2. Maintained contact type. 3. Knob or lever type operators. C. Pushbuttons: 1. Non-illuminated type: a. Protective boot. b. Momentary contact. c. Standard flush and mushroom operators. d. Black colored buttons for motor overload reset. D. Indicating Lights: 1. Allowing replacement of bulb without removal from control panel. 2. Lamp: LED, 120 V or 24 V as required. 3. Full voltage type. 4. Push-to-test indicating lights. 5. Plastic lens. 6. Color code lights as follows: a. Green: ON or running. b. Amber: Warning. c. Red: Alarm. 2.3 RELAYS A. General Requirements: 1. Standards: NEMA ICS 5, UL 508. B. Control Relays: 1. General purpose (ice cube) type: a. Plug-in housing. b. Clear polycarbonate dust cover with clip fastener. c. Coil voltage: 120 VAC or as required. d. Contacts: 1) 10 amp continuous. 2) Silver cadmium oxide. 3) Minimum of 3 SPDT contacts. e. Sockets: DIN rail mounted. f. Internal neon or LED indicator is lit when coil is energized. g. Manual operator switch. 2. Industrial type: a. Coil voltage: 120 VAC or as required. b. Contacts: 1) 10 amp, NEMA A600 rated. 2) Double break, silver alloy. 3) Convertible from normally open to normally closed or vice versa, without removing any wiring. 4) Expandable from 2 poles to 12 poles. c. Provide contacts for all required control plus two spares. C. Time Delay Relays: 1. General purpose type: a. Timing modes: On and Off delay, interval, one shot and repeat cycle. b. Plug-in housing. c. Polycarbonate dust cover with clip fastener. d. Coil voltage: 120 VAC or as required. e. Contacts: 1) 10 amp continuous. 2) Silver cadmium oxide. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL EQUIPMENT ACCESSORIES 26 09 16 - 4 3) Two normally open and two normally closed DPDT contacts. f. Sockets: DIN rail mounted. g. External timing adjustment knob. h. Timing ranges: 0.05 seconds to 16.65 HRS. i. Repeat accuracy: +1 PCT. 2. Solid State industrial type: a. Timing modes: On and Off delay and repeat cycle. b. Industrial housing. c. Coil voltage: 120 VAC or as required. d. Contacts: 1) 5 amp, NEMA B150 rated. 2) Silver alloy. 3) Convertible On Delay and Off Delay contacts. 4) One normally open and one normally closed timed contacts. 5) One normally open and one normally closed instantaneous contacts. e. Furnish with "on" and "timing out" indicators. f. External timing adjustment knob. g. Timing ranges: 0.05 seconds to 10 HRS. h. Repeat accuracy: +1 PCT. 3. Mechanical industrial type: a. Timing modes: On and Off delay. b. Coil voltage: 120 VAC or as required. c. Contacts: 1) 10 amp, NEMA A600 rated. 2) Double break, silver alloy. 3) Convertible On Delay and Off Delay contacts. 4) Convertible normally open and normally closed timed contacts. 5) Convertible normally open instantaneous contacts. d. External timing adjustment knob. e. Timing ranges: 0.2 - 60 sec or 5 - 180 sec. f. Repeat accuracy: Greater than +10 PCT. 2.4 MISCELLANEOUS DEVICES A. Run Time Meters: 1. Six-digit wheels including a 1/10 digit. 2. Non-reset type. 3. Time range in hours. 4. Automatic recycle at zero. 5. Accuracy: 1 PCT. 6. Sealed against dirt and moisture. 7. Tamperproof. 2.5 TERMINATION EQUIPMENT A. General Requirements: 1. Modular type with screw compression clamp. 2. Screws: Stainless steel. 3. Current bar: Nickel-plated copper alloy. 4. Thermoplastic insulation rated for -40 to +90 DEGC. 5. Wire insertion area: Funnel-shaped to guide all conductor strands into terminal. 6. End sections and end stops at each end of terminal strip. 7. Machine-printed terminal markers on both sides of block. 8. Spacing: 6 MM. 9. Wire size: 22-12 AWG. 10. Rated voltage: 600 V. 11. DIN rail mounting. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL EQUIPMENT ACCESSORIES 26 09 16 - 5 B. Standard-type block: 1. Rated current: 30 A. 2. Color: Gray body. C. Bladed-type disconnect block: 1. Terminal block with knife blade disconnect which connects or isolated the two sides of the block. 2. Rated current: 10 A. 3. Color: a. Panel control voltage leaves enclosure - normal: Gray body, orange switch. b. Foreign voltage entering enclosure: Orange body, orange switch. D. Grounded-type block: 1. Electrically grounded to mounting rail. 2. Terminal ground wires and analog cable shields. 3. Color: Green and yellow body. E. Fuse Holders: 1. Blocks can be ganged for multi-pole operation. 2. Spacing: 9.1 MM. 3. Wire size: 30-12 AWG. 4. Rated voltage: 300 V. 5. Rated current: 12 A. 6. Fuse size: 1/4 x 1-1/4. 7. Blown fuse indication. 8. DIN rail mounting. 2.6 FABRICATION A. Supplier of Industrial Control Panels shall build control panel under the provisions of UL 508A or UL 698A. 1. Entire assembly shall be affixed with a UL 508A or UL 698A label "Listed Enclosed Industrial Control Panel" prior to shipment to the jobsite. 2. Provide equipment or control panels with Short Circuit Current Rating (SCCR) labeling as required by NFPA 70 and other applicable codes. a. Determine the SCCR rating by one of the following methods: 1) Method 1: SCCR rating meets or exceeds the available fault current of the source equipment when indicated on the Drawings. 2) Method 2: SCCR rating meets or exceeds the source equipment’s Amp Interrupting Current (AIC) rating as indicated on the Drawings. 3) Method 3: SCCR rating meets or exceeds the calculated available short circuit current at the control panel. b. The source equipment is the switchboard, panelboard, motor control center or similar equipment where the control panel circuit originates. 3. For Method 3, provide calculations justifying the SCCR rating. Utilize source equipment available fault current or AIC rating as indicated on the Drawings. PART 3 - EXECUTION 3.1 INSTALLATION A. Install as indicated and in accordance with manufacturer's recommendations and instructions. 3.2 FIELD QUALITY CONTROL A. See Section 26 05 00. B. Industrial Control Panel(s) and Operator Control Station Functional Test: 1. The test is to prove the correct interaction of all sensing, processing and action devices. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL EQUIPMENT ACCESSORIES 26 09 16 - 6 2. Develop a test plan and parameters for the purpose of evaluating the performance of the system. a. Plan shall have witness signature lines for the contractor and owner and submitted when system pass the test. 3. Perform the following tests: a. Verify functionality of all control states. b. Verify the correct operation of all interlock safety devices for fail-safe functions c. Verify the correct operation of all sensing devices, alarms and indicating devices. 3.3 TRAINING A. A qualified supplier representative shall provide the Owner with on-site training in the operation and maintenance of the Industrial Control Panel(s) and its components. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DRY-TYPE TRANSFORMERS 26 22 13 - 1 SECTION 26 22 13 DRY-TYPE TRANSFORMERS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Dry-type transformers, 1000 kVA and less. 2. Transformers mounted in Motor Control Centers (see Section 26 24 19). B. Related Sections include but are not necessarily limited to: 1. City of Pasco Front Ends 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical - Basic Requirements. 4. Section 26 05 26 - Grounding. 5. Section 26 24 19 - Motor Control Equipment. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Department of Energy (DOE): a. 10 CFR 431, Energy Conservation Program: Energy Conservation Standards for Distribution Transformers. 2. Institute of Electrical and Electronics Engineers, Inc. (IEEE): a. C57.96, Guide for Loading Dry-Type Distribution and Power Transformers. 3. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). b. ST 20, Dry Type Transformers for General Applications. 4. Underwriters Laboratories, Inc. (UL): a. 506, Standard for Specialty Transformers. b. 1561, Standard for Dry-Type General Purpose and Power Transformers. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification Section. b. See Specification Section 26 05 00 for additional requirements. 3. Fabrication and/or layout drawings. a. Nameplate drawing. 4. Certifications: a. Sound level certifications. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DRY-TYPE TRANSFORMERS 26 22 13 - 2 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Eaton. 2. General Electric. 3. Square D by Schneider Electric. 4. Siemens. 5. SolaHD by Emerson Electric Co. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 GENERAL PURPOSE DRY-TYPE TRANSFORMERS A. Ventilated or non-ventilated, air cooled, two winding type. B. Cores: 1. High grade, non-aging silicon steel with high magnetic permeability, and low hysteresis and eddy current losses. 2. Magnetic flux densities are to be kept well below the saturation point. C. Coils: Continuous wound with electrical grade aluminum. D. Ventilated Units: 1. Core and coils assembly impregnated with non-hygroscopic, thermosetting varnish and cured to reduce hot spots and seal out moisture and completely isolated from the enclosure by means of vibration dampening pads. 2. Dripproof, NEMA 1, steel enclosure finished with a weather-resistant enamel and ventilation openings protected from falling dirt. E. Furnish Taps for Transformers as follows: 1. 1 PH, 2 kVA and below: None. 2. 1 PH, 3 to 25 kVA: Two, 5 PCT FCBN. F. Sound Levels: 1. Manufacturer shall guarantee not to exceed the following: a. Up to 9 kVA: 40 dB. b. 10 to 50 kVA: 45 dB. G. Efficiency (minimum): 1. Ventilated: a. 1 PH, 15 - 333 kVA: DOE 2016 Efficiency. H. Insulating Material (600 V and below): 1. 3 to 15 kVA units: 185 DEGC insulation system with a 115 DEGC rise. 2. 15 kVA and above units: 220 DEGC insulation system with a 150 DEGC rise. I. Ratings: 60 Hz, voltage, KVA and phase, as indicated on the Drawings. J. Finish: Rust inhibited primer and manufacturers standard paint inside and out. K. Standards: IEEE C57.96, NEMA ST 20, UL 506, UL 1561. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Ground in accordance with Section 26 05 26. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid DRY-TYPE TRANSFORMERS 26 22 13 - 3 END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PANELBOARDS 26 24 16 - 1 SECTION 26 24 16 PANELBOARDS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Panelboards mounted in motor control centers. B. Related Specification Sections include but are not necessarily limited to: 1. Division 00 - Procurement and Contracting Requirements. 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical - Basic Requirements. 4. Section 26 28 00 - Overcurrent and Short Circuit Protective Devices. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). b. PB 1, Panelboards. 2. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 3. Underwriters Laboratories, Inc. (UL): a. 50, Enclosures for Electrical Equipment, Non-Environmental Considerations. b. 67, Standard for Panelboards. 1.3 DEFINITIONS A. Branch Circuit Panelboard: Bus rating of 400A and less or where labeled as Branch Circuit Panelboard on the Drawings. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data. a. Provide submittal data for all products specified in PART 2 of this Specification Section. b. See Specification Section 26 05 00 for additional requirements. 3. Fabrication and/or layout drawings: a. Panelboard layout with alphanumeric designation, branch circuit breakers size and type, as indicated in the panelboard schedules. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. 2. Panelboard schedules with as-built conditions. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PANELBOARDS 26 24 16 - 2 1. Eaton. 2. ABB/GE. 3. Square D by Schneider Electric. 4. Siemens Corporation. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 MANUFACTURED UNITS A. Standards: NEMA PB 1, NFPA 70, UL 50, UL 67. B. Ratings: 1. Current, voltage, number of phases, number of wires as indicated on the Drawings. 2. Short Circuit Current Rating (SCCR) and/or Ampere Interrupting Current (AIC) ratings equal to or greater than the interrupting rating indicated on the Drawings or in the schedule. a. Series rating is not acceptable. b. When fault current or minimum interrupting rating is not indicated, use rating of upstream equipment or infinite bus calculation of transformer secondary. 3. Service Entrance Equipment rated when indicated on the Drawings or when shown to be fed from a utility source. C. Construction: 1. Interiors factory assembled and designed such that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors. 2. Multi-section panelboards: Feed-through or sub-feed lugs. 3. Main lugs: Solderless type approved for copper and aluminum wire. D. Bus Bars: 1. Main bus bars: a. Tin plated aluminum or tin plated copper sized to limit temperature rise to a maximum of 65 DEGC above an ambient of 40 DEGC. b. Drilled and tapped and arranged for sequence phasing of the branch circuit devices. 2. Ground bus and isolated ground bus, when indicated on the Drawings: Solderless mechanical type connectors. 3. Neutral bus bars: Insulated 100 PCT rated or 200 PCT rated, when indicated on the Drawings and with solderless mechanical type connectors. E. Overcurrent and Short Circuit Protective Devices: 1. Main overcurrent protective device: a. Molded case circuit breaker. 2. Branch overcurrent protective devices: a. Bolt-on molded case circuit breaker. 3. See Specification Section 26 28 00 for overcurrent and short circuit protective device requirements. 4. Factory installed. F. Enclosure: 1. Boxes: Code gage galvanized steel, furnish without knockouts. 2. Trim assembly: Code gage steel finished with rust inhibited primer and manufacturers standard paint inside and out. 3. Branch circuit panelboard: a. Trims supplied with hinged door-in-door construction. 1) Outer door: a) Allows access to the interior of the enclosure. b) Hinged to the enclosure. c) Opened by removal of screws or by operating a mechanical latch located behind the inner door. 2) Inner door: a) Allows access to breakers (non-live parts). 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PANELBOARDS 26 24 16 - 3 b) Hinged to outer door. c) Opened by operation of a keyed corrosion resistant chrome-plated combination lock and catch. Locks for all branch circuit panelboards keyed alike. b. Trims for surface mounted panelboards, same size as box. c. Trims for flush mounted panelboards, overlap the box by 3/4 IN on all sides. d. Nominal 20 IN wide and 5-3/4 IN deep with gutter space in accordance with NFPA 70. e. Clear plastic cover for directory card mounted on the inside of each door. f. Where NEMA 3R or NEMA 12 rating is indicated: Door gasketed. g. Where NEMA 4X is indicated: Stainless Steel. PART 3 - EXECUTION 3.1 INSTALLATION A. Install as indicated on the Drawings, in accordance with the NFPA 70, and in accordance with manufacturer's instructions. B. Support panelboard enclosures from wall studs or modular channels support structure, per Specification Section 26 05 00. C. Provide NEMA rated enclosure as indicated on the Drawings. Where enclosure type is not indicated, provide enclosure rating suitable for the atmosphere where equipment is installed. D. Field identification: 1. Provide all required tagging and markings per the NFPA 70. E. Provide each panelboard with a typed directory: 1. Identify all circuit locations in each panelboard with the load type and location served. 2. Use Owner-furnished mechanical equipment designation if different than designation indicated on the Drawings. 3. Use final building room names and numbers as identified by the Owner if different than designation indicated on the Drawings. 4. Identify spare overcurrent devices. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MOTOR CONTROL EQUIPMENT 26 24 19 - 1 SECTION 26 24 19 MOTOR CONTROL EQUIPMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Motor control centers. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical - Basic Requirements. 4. Section 26 09 16 - Control Equipment Accessories. 5. Section 26 22 13 - Dry-Type Transformers. 6. Section 26 24 16 - Panelboards. 7. Section 26 28 00 - Overcurrent and Short Circuit Protective Devices. 8. Section 26 36 00 - Transfer Switches. 9. Section 26 43 13 - Low Voltage Surge Protective Devices (SPD). 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. International Electrotechnical Commission (IEC). 2. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). b. ICS 2, Controllers, Contactors and Overload Relays Rated 600 V. c. ICS 18, Motor Control Centers. 3. Underwriters Laboratories, Inc. (UL): a. 508, Standard for Industrial Control Equipment. b. 845, Motor Control Centers. B. Miscellaneous: 1. Verify motor horsepower loads, other equipment loads, and controls from approved shop drawings and notify Engineer of any discrepancies. 2. Verify the required instrumentation and control wiring for a complete system and notify Engineer of any discrepancies. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification Section. b. See Specification Section 26 05 00 for additional requirements. 3. Fabrication and/or layout drawings: a. Motor control center: 1) Elevation drawing with overall dimensions. 2) Starter and component schedule. 3) Identification of units and their location in the MCC. 4) Location of incoming line terminals. 5) Mounting dimensions. 6) Available conduit entrance areas. 7) Nameplate schedule. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MOTOR CONTROL EQUIPMENT 26 24 19 - 2 8) Single line diagram. 9) Assembly ratings (amps, volts, short circuit, etc.). 10) Unit ladder logic wiring for each unit depicting electrical interlocking and wiring between units (NEMA ICS 18 Class II) and identification of terminals where field devices or remote control signals are to be terminated (NEMA ICS 18 Class II-S) including industry standard symbology of the field devices as indicated on the Drawings, product specification and/or loop descriptions. Drawings indicate basic control functionality, provide diagrams for the manufacturer’s product(s) meeting the required functionality. b. Separately mounted combination starters: 1) Unit ladder logic wiring for each unit depicting electrical wiring and identification of terminals where field devices or remote control signals are to be terminated including industry standard symbology of the field devices as indicated on the Drawings, specification and/or loop descriptions. Drawings indicate basic control functionality, provide diagrams for the manufacturer’s product(s) meeting the required functionality. 2) Short Circuit Current Rating (SCCR) nameplate marking per NFPA 70, include any required calculations. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. b. Fabrication and/or layout drawings updated with as-built conditions. C. Informational Submittals: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Service equipment marking and documentation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Allen-Bradley by Rockwell Automation, Inc. 2. Eaton. 3. General Electric. 4. Square D by Schneider Electric. 5. Siemens Corporation. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 MOTOR CONTROL CENTERS A. Ratings: 1. 600 V class, 3 PH, 60 Hz with operating voltage and number of wires as indicated on the Drawings. 2. Assembly short circuit current and interrupting device rating as indicated on the Drawings. 3. Service Entrance Equipment rated when indicated on the Drawings. B. Construction: 1. Standards: UL 845. 2. Totally enclosed, dead front, free standing assemblies, bolted together to form a single assembly. 3. Fabricate of not less than 14 GA steel with 16 GA steel doors in standardized units. 4. Nominal size per section: 20 IN wide, 20 or 21 IN deep, and 90 IN high. 5. Enclosure: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MOTOR CONTROL EQUIPMENT 26 24 19 - 3 1) Dust-tight and drip-proof. 2) Gasketed material round all doors, door cutouts, cover plates, side, top and back sheets. 3) Gasketed bottom plate. b. NEMA 3R non-walk-in: 1) Rainproof and sleet resistant. 2) NEMA 1 gasketed enclosure with an outdoor house erected around it. 6. Horizontal wireways: a. At the top, isolated from the main bus b. At the bottom. c. Easily accessible. d. Full length of the MCC. 7. Vertical wireway: a. Located in each MCC section that accepts plug-in units. b. Connect to top and bottom wireways. c. Isolated from the unit interiors. d. Accessible through a separate hinged door. e. Cable tie supports to hold wiring in place. 8. Unit doors: a. Formed round corners and rolled edges. b. Minimum of two heavy-duty hinges or continuous piano hinge. c. Held closed by means of captive fasteners. d. Fabricate to be a part of the structure and not part of the starter. 9. Unit cubicles: a. Draw-out type for motor starters through NEMA Size 5. b. Guide rails for supporting and aligning starters. c. Operating handle: 1) With the unit stabs engaged and door closed the handle mechanism allows complete ON/OFF control of the unit disconnect and clear indication of the disconnect status. 2) Circuit breaker and MCP operators includes a separate TRIPPED position. 3) Mechanical interlock to prevent the opening of the door when the disconnect is in the ON position with a defeater mechanism. 4) Mechanical interlock to prevent the placement of the disconnect in the ON position with the door open with a defeater mechanism. 5) Non-defeatable interlock to prevent the installation or removal of a unit unless the disconnect is in the OFF position. 6) Padlockable in the OFF position. d. Control panel: 1) Provide control devices (selector switch, indicating devices, etc.) as indicated on the Drawings per Specification Section 26 09 16. e. Control power: 1) Control power transformer: a) 120 V secondary. b) Fused on primary and secondary side. c) Sized for 140 PCT of required load. f. Minimum of one full size space unit (12 IN) for any combination magnetic motor starter or starter without overload relay. g. One-half full size space unit (6 IN) for circuit breakers 100 A and less. h. Effectively baffled to isolate any ionized gases which may occur within unit starter. 10. Externally mounted overload relay pushbutton. 11. Assemblies effectively ventilated to allow relocation of starters and other components: a. Within the assembly and with the same load. b. Without having to compensate for changes in location. 12. Finish: Rust inhibited primer and manufacturer's standard paint inside and out. 13. Provide ample unrestricted space for conduit entry from the bottom. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MOTOR CONTROL EQUIPMENT 26 24 19 - 4 14. Wiring: NEMA ICS 18 Class II, Type B-D. C. Buses: 1. Material: Tin-plated copper. 2. Main horizontal bus: a. 600 A unless otherwise indicated on the Drawings. b. Extend the full-length of the MCC with provisions for splicing additional sections to either end. 3. Vertical buses: a. 300 A minimum. b. Securely bolted to the horizontal main bus with joint easily accessible for maintenance. c. Completely isolated and insulated by means of a barrier. d. Extended full length of vertical section to distribute incoming power to each circuit breaker and starter in structure. 1) Starters NEMA Size 5 and larger and certain other components may be cable connected to the main bus with the approval of the Engineer. e. Extend Vertical bus to spaces provided for future equipment. 4. Ground bus: a. Extend the full-length of the MCC with provisions for splicing additional sections to either end. b. 300 A tin-plated copper. c. Solidly grounded to each structure. d. Locate near bottom of structure. e. Provide for lug connection of equipment ground wires. D. Overcurrent and Short Circuit Protective Devices: 1. Main device: a. Molded case circuit breaker. b. Fusible switch. 2. Feeder devices: a. Molded case circuit breaker. b. Fusible switch. 3. Motor protection with reduced voltage starters: a. Molded case circuit breaker. b. Motor circuit protector. c. Class RK-1 fuse. 4. See Specification Section 26 28 00 for overcurrent and short circuit protective device requirements. 5. Factory installed. E. Motor Starters: See requirements within this Specification Section. F. Surge Protective Device: Integrally mounted, see Specification Section 26 43 13. G. Power Monitor Metering: 1. Separate compartment. H. Miscellaneous: 1. See Drawings for items provided by other but factory installed (e.g., submersible motor temperature/leak controller, control system gateways or switches). 2. Outer enclosure doors shall be equipped with handles and latches which are keyed. Each door or opening shall have prewired magnetic type intrusion switch for alarming unauthorized entry. All magnetic switches shall be wired to a common terminal at the main control panel. 3. Enclosure shall include a completely redundant, thermostatically controlled fan ventilation system. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MOTOR CONTROL EQUIPMENT 26 24 19 - 5 2.3 MOTOR STARTERS A. Standards: 1. NEMA ICS 2. 2. UL 508. B. Reduced Voltage Solid State (RVSS) Starters: 1. See Specification Section 26 29 13. PART 3 - EXECUTION 3.1 INSTALLATION A. Install as indicated on the Drawings and in accordance with manufacturer's recommendations and instructions. B. Mounting height for surface mounted equipment: See Specification Section 26 05 00. C. Service Equipment Marking and Documentation: 1. Provide service rated equipment with available fault current and arc-flash hazard warning labels as required by NFPA 70 and other applicable codes. 2. Provide documentation of the calculations made for compliance with the marking requirements. D. Provide separately mounted combination starters with Short Circuit Current Rating (SCCR) labeling as required by NFPA 70 and other applicable codes. 1. Determine the SCCR rating by one of the following methods: a. Method 1: SCCR rating meets or exceeds the available fault current of the source equipment when indicated on the Drawings. b. Method 2: SCCR rating meets or exceeds the source equipment’s Amp Interrupting Current (AIC) rating as indicated on the Drawings. c. Method 3: SCCR rating meets or exceeds the calculated available short circuit current at the control panel. 2. The source equipment is the switchboard, panelboard, motor control center or similar equipment where the equipment or control panel circuit originates. 3. For Method 3, provide calculations justifying the SCCR rating. Utilize source equipment available fault current or AIC rating as indicated on the Drawings. 3.2 FIELD QUALITY CONTROL A. Acceptance Testing: See Specification Section 26 08 13. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 26 28 00 - 1 SECTION 26 28 00 OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Low voltage circuit breakers. B. Related Spec0ification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical: Basic Requirements. 4. Section 26 08 13 - Acceptance Testing. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Institute of Electrical and Electronics Engineers, Inc. (IEEE): a. C37.13, Standard for Low-Voltage AC Power Circuit Breakers Used in Enclosures. b. C37.16, Low-Voltage Power Circuit Breakers and AC Power Circuit Protectors - Preferred Ratings, Related Requirements, and Application Recommendations. c. C37.17, Trip Devices for AC and General Purpose DC Low Voltage Power Circuit Breakers. 2. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 3. Underwriters Laboratories, Inc. (UL): a. 489, Standard for Safety Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker Enclosures. b. 943, Standard for Safety for Ground-Fault Circuit-Interrupters. c. 1066, Standard for Low-Voltage AC and DC Power Circuit Breakers Used in Enclosures. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Provide submittal data for all products specified in PART 2 of this Specification Section. b. See Specification Section 26 05 00 for additional requirements. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. C. Informational Submittals: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Reports: a. As-left condition of all circuit breakers that have adjustable settings. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 26 28 00 - 2 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Circuit breakers: a. Eaton. b. General Electric Company. c. Square D Company. d. Siemens. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 CIRCUIT BREAKERS A. Molded Case Type: 1. General: a. Standards: UL 489. b. Unit construction. c. Over-center, toggle handle operated. d. Quick-make, quick-break, independent of toggle handle operation. e. Manual and automatic operation. f. All poles open and close simultaneously. g. Three (3) position handle: On, off and tripped. h. Molded-in ON and OFF markings on breaker cover. i. One-, two- or three-pole as indicated on the Drawings. j. Current and interrupting ratings as indicated on the Drawings. k. Bolt on type. 2. Thermal magnetic type: a. Inverse time overload and instantaneous short circuit protection by means of a thermal magnetic element. b. Frame size 150 amp and below: 1) Non-interchangeable, non-adjustable thermal magnetic trip units. c. Frame sizes 225 to 400 amp (trip settings less than 400A): 1) Interchangeable and adjustable instantaneous thermal magnetic trip units. d. Ground Fault Circuit Interrupter (GFCI) Listed: 1) Standard: UL 943. 2) One- or two-pole as indicated on the Drawings. 3) Class A ground fault circuit. 4) Trip on 5 mA ground fault (4-6 mA range). PART 3 - EXECUTION 3.1 INSTALLATION A. Current and interrupting ratings as indicated on the Drawings. B. Series rated systems not acceptable. C. Devices shall be ambient temperature compensated. D. Circuit Breakers: 1. Molded case circuit breakers shall incorporate the following, unless indicated otherwise on the Drawings: a. Frame sizes 400 amp and less with trip setting less than 400A shall be thermal magnetic type. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid OVERCURRENT AND SHORT CIRCUIT PROTECTIVE DEVICES 26 28 00 - 3 3.2 FIELD QUALITY CONTROL A. Adjustable Circuit Breakers: 1. Set all circuit breaker adjustable taps as defined on the Drawings, except adjust motor circuit protectors per the motor nameplate and NFPA 70 requirements. B. Testing: 1. Acceptance testing: See Specification Section 26 08 13. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENGINE GENERATOR - DIESEL 26 32 14 - 1 SECTION 26 32 14 ENGINE GENERATOR - DIESEL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Engine generator set and accessories. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Environmental Protection Agency (EPA): a. 40 CFR Part 60, Subpart IIII, Protection of Environment, Standards of Performance for New Stationary Sources, Standards for Performance for Stationary Compression Ignition Internal Combustion Engines. 2. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). b. MG 1, Motors and Generators. 3. National Fire Protection association (NFPA): a. 70, National Electrical Code (NEC): 1) Article 700, Emergency Systems. 2) Article 701, Legally Required Standby Systems. 3) Article 702, Optional Standby Systems. 4. Underwriters Laboratories, Inc. (UL): a. 2200, Standard for Stationary Engine Generator Assemblies. B. The engine generator set manufacturer or authorized supplier is designated to have single source responsibility for the supply of all components and installation of the unit. 1.3 SYSTEM DESCRIPTION A. The engine generators will be used and rated for: 1. Emergency power during a power outage, NFPA 70, Article 700. 2. Legally required standby power during a utility power outage, NFPA 70, Article 701. 3. Optional standby power during a utility power outage, NFPA 70, Article 702. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification Section. b. See Specification Section 26 05 00 for additional requirements. c. Engine/generator performance curves. 3. Fabrication and/or layout drawings. a. Dimensional plan and elevation drawings. b. Wire interconnection drawings. 4. Test reports: a. Factory test reports. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENGINE GENERATOR - DIESEL 26 32 14 - 2 B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. C. Informational Submittals: 1. Unit installation, startup and operational statement. 2. Field Quality Control test reports. 1.5 SITE CONDITIONS A. Ambient air temperature: 1. Minimum: -30 DEGF. 2. Maximum: 120 DEGF. B. Altitude: 400 FT above sea level. C. Seismic (Earthquake) forces: PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Engine generator unit: a. Caterpillar. b. Cummins Onan. c. Generac. d. Kohler. 2. Silencers: a. Maxim. b. GT Exhaust Systems. c. Nelson. d. Cowl. e. Hapco. 3. Battery charger: a. Manufacturer's standard. 4. Governor: a. Manufacturer's standard. 5. Radiator: a. Manufacturer's standard. 6. Vibration isolators: a. Caldyne. b. Mason Inds. c. Ace. d. Korfund Dynamics. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 COMPONENTS A. Engine Generator Unit General: 1. Diesel engine direct-connected to alternating current generator mounted on suitable rigid steel skid supports and factory sub-base diesel fuel tank. 2. Mount unit on skid suitable for installation on concrete foundation. 3. Base rating on operation at rated RPM when equipped with all operating accessories. 4. Standards: UL 2200. B. Engine: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENGINE GENERATOR - DIESEL 26 32 14 - 3 1. Four-cycle, full compression ignition, single acting, solid-injection unit, either vertical or V- type pistons [naturally aspirated or] turbo charged with [inner and] after cooling. 2. Fuel supply: No. 2 Diesel. 3. Removable full wet-type cylinder liners of close grained alloy iron, heat treated for proper hardness to obtain maximum life. 4. Capable of operating at idle or light loads for extended periods of time. C. Injection Pumps and Valves: 1. Type not requiring adjustment in service, which may be individually removed and replaced. 2. Individual injection pump and valve for each cylinder. 3. Fuel injection pumps: Positive action, constant-stroke, actuated by cam driven by gears from engine crankshaft. 4. Fuel lines between injection pumps and valves: Heavy seamless steel tubing. 5. Flexible fuel line connectors for supply and return connections at pump. D. Oil Pump: 1. Gear-type lubricating oil pump to supply oil under pressure to main bearings, crank pin bearings, pistons, timing gears, camshaft bearings and valve rocker mechanism. 2. Spray cool and lubricate pistons. 3. Oil filters so located that lubricating oil is continuously filtered, except during periods when oil is automatically by-passed to protect vital parts when filters are clogged. 4. Filter elements accessible and easily removable. 5. Filter elements: Effective full flow, replaceable resin-impregnated cellulose type. 6. Equip filter system with spring-loaded by-pass valve. 7. Oil cooler: Water-cooled, engine-mounted. E. Fuel System: 1. Fuel pump: Built-in gear-type, engine-driven fuel transfer pump. 2. Equip fuel system with replaceable fuel filter elements arranged for easy removal without breaking any fuel line connections or disturbing fuel pumps or any other part of engine. 3. Locate all fuel filters in an accessible housing, ahead of injection pumps to thoroughly filter fuel before it reaches the pump. 4. Use no screens or filters requiring cleaning or replacement of injection pumps or valve assemblies. F. Fuel Tank 1. The Contractor shall be responsible to coordinate the fuel system requirements with the local building and fire codes for installation. The Contractor shall verify all necessary space, containment, alarming and monitoring requirements are met. The Contractor shall provide all necessary equipment, raceway, wiring etc. to meet the requirements of the local codes, Fire Marshall, NEC, and as recommended by the generator manufacture. Specific requirements are as follows: 2. The fuel tank system shall be double walled, have capacity for 24 hours of runtime at full load. 3. The system shall include the following: a. Dry contacts wired to terminals in the control panel for a low level fuel alarm, b. Critical low fuel alarm which shall also cause the generator engine to shutdown, c. Manual fuel fill cap, d. Level gage mounted in generator room, e. Fuel strainer, f. Plastic sight glass, g. Interstitial monitoring, leak detection, and alarming per local requirements. 4. The low level fuel alarm shall be set to trip when the fuel tank quantity reaches 33% of capacity. G. Governor: Fully enclosed electronic type governor with actuator capable of providing accurate speed control within 1 PCT of rated speed, complete with panel-mounted electronic assembly with ramp generator and speed-sensing modules. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENGINE GENERATOR - DIESEL 26 32 14 - 4 H. Air Cleaners: Engine-mounted, dry type air cleaners of sufficient capacity. I. Electric Starting System: 1. Sufficient capacity to crank at speed which will start engine under normal operating conditions. 2. Controls to provide automatic cranking of engine when generator is called to start. 3. Prevent excessive cranking which could damage cranking motor. 4. Automatic stop controls. 5. Starter motors with positive-engagement feature. J. Cooling System: 1. Capacity for cooling engine at the specified operating conditions. 2. Engine driven, centrifugal type water circulating pump and thermostatic valve to maintain the engine at recommended temperature level. 3. Unit mounted radiator. a. Core guard flexible duct adapter. b. Site glass at top of unit. c. Engine driven blower fan. d. Low water level cutoff switch. 4. Provide fan guards. K. Heater: 1. Thermostatically controlled jacket water heater(s) to maintain cooling jacket at the manufacturer's recommended temperature at the specified low ambient temperature. 2. 240 V, single phase. L. Silencer: 1. Suitable type for residential silencing. 2. Seamless, stainless steel, flexible, exhaust adapter for exhaust outlet to silencer. M. Engine Instruments and Controls: 1. Engine-mounted instruments: a. Oil pressure gage. b. Water temperature gage. c. Run time meter. d. Battery voltage meter. 2. Automatic cycle cranking and over-crank protection. 3. Safety controls: Equip engine with automatic safety controls to shut down engine in event of low lubricating oil pressure, high jacket water temperature, overspeed or overcrank. 4. Auxiliary control devices: Either integral with specified engine instruments, control, and safety devices or as separate devices as required to operate various signal circuits specified for remote annunciator panel. 5. Three NO auxiliary contacts for interface with louvers, fans or other miscellaneous equipment. a. Contacts shall close when generator is started. N. Batteries: 1. Lead acid type. 2. Furnish electrolyte separately for use when installation is complete and unit is ready for testing. O. Battery Charger: 1. Output current rating of at least 1/20th of ampere hour capacity of battery and capable of automatically switching between low rate (float) mode and high rate (equalize) mode. 2. Solid state rectifiers, DC voltmeter and ammeter, fuse input and output, and 115 VAC input. 3. Malfunction alarm contacts (minimum): low and high battery voltage, weak battery and charger failure. 4. Mount in automatic transfer switch. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENGINE GENERATOR - DIESEL 26 32 14 - 5 P. Generator: 1. Brushless, 4-pole drip-proof revolving field type with permanent magnet, 2/3 pitch stator, direct-coupled rotor, Class H insulation. 2. Minimum continuous standby ratings: a. As indicated on the Drawings, substantiated by manufacturer's standard published curves and conform to NEMA MG 1 specification. b. Special ratings or maximum ratings are not acceptable. 3. Rated to serve up to 50 PCT non-linear load without exceeding rated temperature rise. 4. Minimum efficiency: 92 PCT at 50 to 110 PCT of nominal standby rating, less than 30 PCT instantaneous voltage dip at full load and rated power factor and suitable for simultaneous operation with other future units connected in parallel. 5. Stator and rotor: 130 DEGC temperature rise with minimum Class H insulated with 100 percent epoxy impregnation and overcoat of resilient insulating material to reduce possible fungus and/or abrasive deterioration. 6. Directly connect stator to engine flywheel housing. 7. Drive rotor through semiflexible driving flange to ensure permanent alignment. 8. Self ventilating with suitable blower, air inlet and outlet openings. 9. Provide terminal box of adequate size for entrance of conduit and termination of conductors. 10. Generator drive free from critical torsional vibration within operating range. 11. Provide generator mounted main circuit breaker: a. Solid state molded case type. b. Ratings as indicated. Q. Voltage Regulator: 1. SCR type, to maintain 2 PCT voltage regulation from 0 to full load with steady state modulation not exceeding plus 1/2 PCT including cross-current compensation to provide maximum of 5 PCT unbalance in kVA load sharing between this unit and possible future generators. 2. Automatic protection against short circuits on system. 3. Permit unit to operate at no load below rated frequency for engine start up and shut down procedures. 4. Provide voltage level and gain controls for normal operating adjustments. 5. Provide voltage level control with minimum range of plus or minus 5 PCT from rated voltage. 6. Mount regulator, volts per hertz type, in generator housing on suitable vibration isolators. R. Generator Instruments and Controls: 1. Generator mounted NEMA 1 type, illuminated vibration isolated instrument and control panel(s). 2. AC voltmeter and phase selector switch. 3. AC ammeter and phase selector switch. 4. Frequency meter. 5. Run-off-auto engine, start-stop control switch. 6. Emergency stop. 7. Run time meter. 8. Governor control rheostat. 9. Voltage level adjustment rheostat. 10. Cool down time delay 0-15 minute adjustable. 11. Cycle cranking control. 12. Minimum red shut down indicating lights as follows: a. Overcrank. b. Overspeed. c. Low lubricating oil pressure. d. High engine water temperature. 13. Minimum amber alarm indicator lights as follows: a. Control switch not in auto position. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENGINE GENERATOR - DIESEL 26 32 14 - 6 b. Low engine water temperature (less than 70 DEGF). c. Battery charger malfunctioning. d. Low battery voltage. 14. Minimum amber prealarm indicator lights as follows: a. High engine water temperature. b. Low lubricating oil pressure. 15. Common dry contact and audible alarm to indicate when one or more alarm or prealarm conditions exist. a. Include alarm conditions above, at minimum. S. Vibration Isolators: Vibration system shall consist of engine and generator mount isolators with or without additional mechanical spring isolators rubber pads to control both high and low frequency vibrations between major components, sub-base and structural foundation and to provide required vibration isolation for the seismic zone of the Project T. Quiet Type Generator Enclosure 1. Enclosure shall be provided for standby generator. 2. Generator shall be enclosed in a sound attenuating housing which shall be totally weatherproof. The unit shall be skid mounted and the walls and roof shall be adequately reinforced to carry all dead and live loads. The enclosure shall be sized to contain the generator set, fuel tank, and batteries, and to allow adequate room to service the entire unit. 3. The enclosure shall be a standard sound attenuating protective housing as manufactured by the generator manufacturer. 4. Doors shall be provided on each side of the enclosure and a control panel access door shall be provided on the end. All doors shall be equipped with handles and latches which are keyed. Each door or opening shall have prewired magnetic type intrusion switch for alarming unauthorized entry. All magnetic switches shall be wired to a common terminal at the main control panel. 5. The unit shall be primed and finished in accordance with manufacturer's standards. Color shall be approved by Owner. 6. The operating louver assembly, including the louver, motor, and guard shall be completely factory assembled. Size per generator manufacturer's recommendations. The louver shall be equipped with a motor which shall be spring loaded to open the louver when the generator is called to start, and electrically operated to close the louver when the generator is called to stop. 7. The generator set shall be mounted in the enclosure using spring type vibration isolators between the generator set mounting skids and the enclosure. U. Louvers 1. The operating louver assembles, including the louver, motor and guard shall be completely factory assembled. Size per generator manufacturer's recommendations. The louvers shall be equipped with a motor or motors which shall be spring loaded to open upon loss of power, and electrically operated to close the louver after the generator is called to stop. 2. Provide all necessary raceway and wiring for control of the louvers. 2.3 SOURCE QUALITY CONTROL A. Individually test each prime mover. 1. Apply derating factors for the proposed site to test data. 2. Continuously test for a period no less than 2 HRS. 3. Test procedure shall be as follows: a. Start prime mover and upon reaching rated RPM, pick up 100 PCT of nameplate KW rating at rated power factor in one step. b. Observe and record the cranking time(s) required to start and run for each prime mover. c. Observe and record the time required to come up to operating speed for each prime mover. d. Record voltage and frequency overshoot for each prime mover. e. Record voltage, frequency and amperes. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENGINE GENERATOR - DIESEL 26 32 14 - 7 f. Record oil pressure, water temperature where applicable and battery charge rate at first load acceptance and at 15 minute intervals thereafter for each prime mover. 2.4 MAINTENANCE MATERIALS A. Spare Parts: 1. Provide manufacturer's recommended spare parts. PART 3 - EXECUTION 3.1 INSTALLATION A. Install all components as indicated and in accordance with manufacturer's recommendations and instructions. B. Fill cooling system with solution of 50-50 water and ethylene glycol anti-freeze to prevent freezing at temperatures as low as minus 30 DEGF. C. Provide fuel for a full day tank. D. Install all wiring to engine in conduit. 1. Control wiring on engine may be factory installed in high temperature loom. E. Provide control wiring in conduit between generator control panel [, remote annunciator panel(s)] and remote devices as described under generator instrument and controls paragraph and remote annunciator paragraph of this Specification. F. Mount on concrete pad utilizing vibration/seismic isolators, see structural drawings for pad detail. 3.2 FIELD QUALITY CONTROL A. Employ and pay for services of equipment manufacturer's field service representative(s) to: 1. Inspect equipment covered by this Specification Section. 2. Supervise pre-startup adjustments and installation checks. 3. Conduct initial startup of equipment and perform operational checks. 4. Provide Owner written statement that manufacturer's equipment has been installed properly, started up, tested, and is ready for operation by Owner's personnel. 5. Provide 4 HRS of the manufacturer's technical representative's time for on-site training of Owner's personnel. B. Provide two load tests and one cycle crank test. 1. Tests one and two shall be for continuous period of no less than 2 HRS each. 2. Engineer and Owner shall be notified seven days prior to testing. 3. Test number one: a. With prime mover(s) in a "cold start" condition and emergency load at normal operating level, initiate a normal power failure by opening all switches or breakers supplying normal power to facility. b. Observe and record the time delay on engine start. c. Observe and record the cranking time(s) required to start and run for each prime mover. d. Observe and record the time required to come up to operating speed for each prime mover. e. Record voltage and frequency overshoot for each prime mover. f. Observe and record time required to achieve steady-state condition with all switches transferred to emergency position. g. Record voltage, frequency and amperes. h. Record oil pressure, water temperature where applicable and battery charge rate at 5- minute intervals for the first 15 minutes and at 15 minute intervals thereafter for each prime mover. i. Return normal power to facility, record time delay on retransfer to normal for each switch and cooldown time delay for each prime mover. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid ENGINE GENERATOR - DIESEL 26 32 14 - 8 4. Test number two: a. Immediately after completion of test number one, start prime mover and upon reaching rated RPM, pick up 100 PCT of nameplate KW rating in one step. 1) Unity power factor is acceptable for on-site testing b. Observe and record the cranking time(s) required to start and run for each prime mover. c. Observe and record the time required to come up to operating speed for each prime mover. d. Record voltage and frequency overshoot for each prime mover. e. Observe and record time required to achieve steady-state condition. f. Record voltage, frequency and amperes. g. Record oil pressure, water temperature where applicable and battery charge rate at first load acceptance and at 15 minute intervals thereafter for each prime mover. 5. Cycle crank test: a. Perform test for each prime mover. 1) Utilize any method recommended by manufacturer to prevent prime mover(s) from running. 2) Put control switch into "run" position to cause prime mover to crank. b. A complete cranking cycle shall consist of an automatic crank period of approximately 15 seconds duration followed by a rest period of approximately 15 seconds duration. 1) Upon starting and running of the prime mover, further cranking shall cease. 2) Two means of cranking termination shall be utilized so that one will act as a backup to the other to prevent inadvertent starter engagement. 3) Cranking limiter time shall be 75 seconds for cycle crank. 6. Furnish load banks of required ratings necessary for tests. 7. Record engine fuel consumption by means of test equipment. 8. Test all safeties specified for generator instruments and controls [and generator remote annunciator panel] as recommended by manufacturer and as required to verify proper operation. 9. The Contractor shall be responsible for fuel and all consumables use during the test. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TRANSFER SWITCHES 26 36 00 - 1 SECTION 26 36 00 TRANSFER SWITCHES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Automatic transfer switch mounted in motor control center. B. Related Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 26 05 00 - Electrical - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). b. KS 1, Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). 2. Underwriters Laboratories, Inc. (UL): a. 98, Standard for Safety Enclosed and Dead-Front Switches. b. 1008, Standard for Safety Switch Equipment. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification: b. See Section 26 05 00 for additional requirements. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. 1.4 DELIVERY, STORAGE, AND HANDLING A. See Section 26 05 00. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the listed manufacturers are acceptable: 1. Automatic transfer switches: a. Automatic Switch Company. b. Kohler. c. Onan. d. Russelectric. B. Submit request for substitution in accordance with Specification Section 01 25 13. C. Standards: NEMA KS 1, UL 98. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TRANSFER SWITCHES 26 36 00 - 2 2.2 AUTOMATIC TRANSFER SWITCH A. Construction: 1. Electrically operated mechanically held, double throw, air-break type. 2. Silver-surface main contacts and protect by arcing contacts. 3. Switch shall have provisions for visual inspection of switch blades and contacts. 4. Mechanical design will positively open all ungrounded conductors from normal source before connection is made to alternate source and will positively open alternate source before connection is made to normal source. 5. Mechanical interlock to ensure the switch cannot be readily disabled, disconnected, improperly adjusted, removed or otherwise made inoperative. 6. Make all contacts and coils readily accessible for replacement from front of panel without major disassembly. 7. Ratings: a. Continuous duty in both normal and emergency. b. Three-phase, three-pole, four-wire. c. Voltage and current ratings as indicated on the Drawings. d. Short circuit withstand rating equal to or greater than the normal source electrical gear. 8. Standards: UL 1008. B. Operation: 1. Microprocessor based control module. 2. Open transition. 3. Red and green indicating lights with fuses, identification nameplates, and test switch on front to simulate normal power failure at switch. 4. Engine starting contacts and all other auxiliary contacts and accessory devices for functions to be performed. 5. Supervisory voltage relays on each phase of normal source and single phase supervisory voltage and frequency relay for emergency source. a. Normal source voltage sensing. 1) Adjustable pickup from 85-100 PCT of rated voltage, factory set 90 PCT. 2) Adjustable dropout from 75-98 PCT of pickup setting, factory set 85 PCT. b. Emergency source voltage and frequency sensing: 1) Adjustable pickup from 85-100 PCT of rated voltage, factory set 90 PCT. 2) Fixed voltage dropout at 85 PCT of pickup setting. 3) Adjustable pickup from 90-100 PCT of rated frequency, factory set 95 PCT. 4) Fixed frequency dropout at 88 PCT of pickup setting. 6. Time delays: a. Engine start, adjustable from 0 to 10 seconds, factory set at 4 seconds, to avoid unnecessary starting caused by short time outages. b. Transfer to generator, adjustable from 0 to 120 seconds, factory set at 10 seconds. c. Retransfer to normal, adjustable from 2 to 30 minutes, factory set at 15 minutes to avoid erratic operation caused by short time reestablishment of normal source. 1) Automatically bypassed when emergency source fails and normal source is available. d. Generator cool down, adjustable from 0 to 60 minutes, factory set at 10 minutes. 7. Exerciser timer: a. Enable and disable function. b. Selectable to exercise with or without transferring load. c. Adjustable exercise duration from 1 minute to 24 HRS, factory set at 15 minutes. d. Adjustable day of the week exercise setting, factory set for Monday. 8. Inphase monitor: a. Compare the phase relationship and frequency difference between the normal and emergency sources and permit transfer the first time the sources are within 15 electrical degrees and only if transfer can be accomplished within 60 electrical degrees as determined by monitoring the frequency differences. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TRANSFER SWITCHES 26 36 00 - 3 b. Inphase transfer accomplished if both sources are within 2 Hz of rated frequency and 70 PCT or more of rated voltage. 9. Body and cover: Sheet steel finished with a rust inhibiting primer and manufacturers standard paint inside and out. 10. No knockouts, hinged and lockable door. PART 3 - EXECUTION 3.1 INSTALLATION A. Install as indicated and in accordance with manufacturer's recommendations and instructions. B. Connect as indicated in one-line diagram. C. Mounting of automatic transfer switches: 1. Mounted in motor control center. 3.2 FIELD QUALITY CONTROL A. Automatic Transfer Switch Testing: 1. Simulate power outage by opening normal source overcurrent device. a. Verify engine generator starts and switch transfers in the specified time. 2. Close normal source overcurrent device to simulate the return of normal power. a. Verify the switch retransfers and engine generator shuts down in the specified time. 3. Perform a manual transfer and retransfer. 4. Verify the indicator lights function properly. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) 26 43 13 - 1 SECTION 26 43 13 LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Type 3 SPD - Medium exposure locations (switchboard, panelboard and motor control center), integrally mounted. B. Related Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Institute of Electrical and Electronics Engineers, Inc. (IEEE): a. C62.41, Recommended Practice for Surge Voltages in Low-Voltage AC Power Circuits. b. C62.41.1, Guide on the Surge Environment in Low-Voltage (1000V and Less) AC Power Circuits. c. C62.41.2, Recommended Practice on Characterization of Surges in Low-Voltage (1000 V and Less) AC Power Circuits. d. C62.45, Recommended Practice on Surge Testing For Equipment Connected to Low- Voltage (1000V and Less) AC Power Circuits. 2. Military Standard: a. MIL-STD-220B, Method of Insertion-Loss Measurement. 3. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). b. LS 1, Low Voltage Surge Protective Devices. 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 5. Underwriters Laboratories, Inc. (UL): a. 1283, Standard for Electromagnetic Interference Filters. b. 1449, Standard for Safety Transient Voltage Surge Suppressors. B. Qualifications: 1. Provide devices from a manufacturer who has been regularly engaged in the development, design, testing, listing and manufacturing of SPDs of the types and ratings required for a period of 10 years or more and whose products have been in satisfactory use in similar service. a. Upon request, suppliers or manufacturers shall provide a list of not less than three (3) customer references showing satisfactory operation. 1.3 DEFINITIONS A. Clamping Voltage: 1. The applied surge shall be induced at the 90 degree phase angle of the applied system frequency voltage. 2. The voltage measured at the end of the 6 IN output leads of the SPD and from the zero voltage reference to the peak of the surge. B. Let-Through Voltage: 1. The applied surge shall be induced at the 90 degree phase angle of the applied system frequency voltage. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) 26 43 13 - 2 2. The voltage measured at the end of the 6 IN output leads of the SPD and from the system peak voltage to the peak of the surge. C. Maximum Continuous Operating Voltage (MCOV): The maximum steady state voltage at which the SPD device can operate and meet its specification within its rated temperature. D. Maximum Surge Current: 1. The maximum 8 x 20 microsecond surge current pulse the SPD device is capable of surviving on a single-impulse basis without suffering either performance degradation or more than 10 PCT deviation of clamping voltage at a specified surge current. 2. Listed by mode, since number and type of components in any SPD may very by mode. E. Protection Modes: This parameter identifies the modes for which the SPD has directly connected protection elements, i.e., line-to-neutral (L-N), line-to-line (L-L), line-to-ground (L- G), neutral-to-ground (N-G). F. Surge Current per Phase: 1. The per phase rating is the total surge current capacity connected to a given phase conductor. a. For example, a wye system surge current per phase would equal L-N plus L-G; a delta system surge current per phase would equal L-L plus L-G. b. The N-G mode is not included in the per phase calculation. G. System Peak Voltage: The electrical equipment supply voltage sine wave peak (i.e., for a 480/277 V system the L-L peak voltage is 679V and the L-N peak voltage is 392 V). 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Manufacturer's qualifications. b. Standard catalog cut sheet. c. Electrical and mechanical drawing showing unit dimensions, weights, mounting provisions, connection details and layout diagram of the unit. d. Testing procedures and testing equipment data. e. Create a Product Data Sheet for each different model number of SPD provided (i.e., Model XYZ with disconnect and Model XYZ without disconnect, each require a Product Data Sheet). 1) Data in the Product Data Sheet heading: a) SPD Type Number per PART 2 of the Specification. b) Manufacturer’s Name. c) Product model number. 2) Data in the Product Data Sheet body: a) Column one: Specified value/feature of every paragraph of PART 2 of the Specification. b) Column two: Manufacturer’s certified value confirming the product meets the specified value/feature. c) Name of the nationally recognized testing laboratory that preformed the tests. d) Warranty information. 3) Data in the Product Data Sheet closing: a) Signature of the manufacturer’s official (printed and signed). b) Title of the official. 4) Date of signature. B. Operation and Maintenance Manuals: 1. See Specification Section 01 33 04 for requirements for: a. The mechanics and administration of submittal process. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) 26 43 13 - 3 b. The content of the Operation and Maintenance Manuals. 2. Warranty. 1.5 WARRANTY A. Minimum of a five (5) year 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. PART 2 - PRODUCTS 2.1 GENERAL A. Standards: IEEE C62.41.1, IEEE C62.41.2, IEEE C62.45, NEMA LS 1, MIL-STD 220B, UL 1283, UL 1449. 2.2 TYPE 3 SPD A. Product: 1. SPD tag number or electrical equipment tag number SPD is connected to pump control panel. 2. Integrally mounted in a switchboard, panelboards or motor control centers. 3. Hybrid solid state high performance suppression system. a. Do not use gas tubes, spark gaps or other components in suppression system which might short or crowbar the line resulting in interruption of normal power flow to connected loads. 4. Do not connect multiple SPD modules in series to achieve the specified performance. 5. Designed for parallel connection. 6. Field connection: Use mechanical or compression lugs for each phase, neutral and ground that will accept bus bar or #10 through #1/0 conductors. 7. Device monitor: a. Long-life, solid state, externally visible indicators and Form C contact(s) that monitor the on-line status of each mode of the units suppression filter system or power loss in any of the phases. b. A fuse status only monitor system is not acceptable. B. Operating Voltage: The nominal unit operating voltage and configuration as indicated on the Drawings. C. Modes of Protection: All modes. 1. Three phase (delta): L-L, L-G. 2. Three phase (wye): L-N, L-L, L-G and N-G. 3. Single phase (2 pole): L-L, L-N, L-G and N-G. 4. Single phase: L-N, L-G and N-G. D. Maximum Continuous Operating Voltage: Less than 130 PCT of system peak voltage. E. Operating Frequency: 45 to 65 Hz. F. Short Circuit Rating: Equal to or greater than rating of equipment SPD is connected to. G. Maximum Surge Current: 160,000 A per phase, 80,000 A per mode minimum. H. Minimum Repetitive Surge Current Capacity: 4000 IEEE C High or B combination waveform impulses with no degradation of more than 10 PCT deviation of the clamping voltage. I. SPD Protection: 1. Integral unit level and/or component level overcurrent fuses and sustained overvoltage thermal cutout device. 2. An IEEE B combination wave shall not cause the fuse to open and render the SPD inoperable. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) 26 43 13 - 4 J. Maximum Clamping Voltages: Dynamic test at the 90 degree phase angle including 6 IN lead length and measured from the zero voltage reference: System Voltage Test Mode IEEE C62.41 UL 1449 B Comb. Wave B3 Ring Wave L-L < 250 V L-N < 150 V L-L 1000 V 700 V 800 V L-N 600 V 400 V 500 V L-G 800 V 550 V 600 V N-G 800 V 550 V 600 V L-L > 250 V L-N > 150 V L-L 2000 V 1400 V 1800 V L-N 1150 V 800 V 1000 V L-G 1550 V 1000 V 1200 V N-G 1550 V 1000 V 1200 V K. EMI-RFI Noise Rejection: Attenuation greater than 30 dB for frequencies between 100 kHz and 100 MHz. 2.3 SOURCE QUALITY CONTROL A. SPD approvals and ratings shall be obtained by manufacturers from nationally recognized testing laboratories. B. The SPD are to be tested as a complete SPD system including: 1. Integral unit level and/or component level fusing. 2. Neutral and ground shall not be bonded during testing. 3. 6 IN lead lengths. 4. Integral disconnect switch when provided. C. The “as installed” SPD system including the manufacturers recommended circuit breaker, the SPD is connected to, will not open when tested with a IEEE C3 combination waveform. D. Tests to be performed in accordance with IEEE C62.45: 1. Clamping voltage performance testing using IEEE C62.41 Category waveforms. 2. Single pulse surge current capacity test. 3. Repetitive surge current capacity testing. 4. Spectrum analysis for EMI-RFI noise rejection. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Type 2, 4 and 5 SPD: 1. Mounting options: a. On backpanel. 2. Install leads as short and straight as possible. 3. Maximum lead length: 5 FT. 4. Minimum lead size: a. Type 2 and 4 SPD: #2 stranded AWG. b. Type 5: #10 stranded AWG. 5. When conduit connection is used, provide a minimum of four (4) twists per foot in the lead conductors and install in NFPA 70 sized conduit. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid LOW VOLTAGE SURGE PROTECTION DEVICES (SPD) 26 43 13 - 5 6. Connect leads to the equipment to be protected by one (1) of the following means: a. Through a circuit breaker or molded case switch mounted in the equipment. 1) Use manufacturer recommended circuit breaker size. b. Directly to the protected equipment bus, when SPD has integral disconnect switch. c. To the load side of field mounted equipment’s local disconnect switch. 1) Provide taps or lugs as required to provide a UL and NFPA 70 compliant connection. END OF SECTION THIS PAGE IS INTENTIONALLY LEFT BLANK DIVISION 31 EARTHWORK THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SITE CLEARING 31 10 00 - 1 SECTION 31 10 00 SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Site clearing, tree protection, stripping topsoil and demolition. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 31 25 00 - Soil Erosion and Sediment Control. PART 2 - PRODUCTS - (NOT USED) PART 3 - EXECUTION 3.1 PREPARATION A. Protect existing trees and other vegetation to remain against damage. 1. Do not smother trees by stockpiling construction materials or excavated materials within drip line. 2. Avoid foot or vehicular traffic or parking of vehicles within drip line. 3. Provide temporary protection as required. B. Repair or replace trees and vegetation damaged by construction operations. 1. Repair to be performed by a qualified tree surgeon/licensed arborist. 2. Remove trees which cannot be repaired and restored to full-growth status. 3. Replace with new trees of minimum 4 IN caliper or as required by local tree ordinance. C. Owner will obtain authority for removal and alteration work on adjoining property, as applicable. 3.2 SITE CLEARING A. Topsoil Removal: 1. Strip topsoil to depths encountered or as specified within the soils report, 4 IN minimum. a. Remove heavy growths of grass before stripping. b. Stop topsoil stripping sufficient distance from such trees to prevent damage to main root system. c. Separate from underlying subsoil or objectionable material. 2. Stockpile topsoil where directed by Engineer. a. Construct storage piles to freely drain surface water. b. Seed or cover storage piles to prevent erosion. 3. Do not strip topsoil in wooded areas where no change in grade occurs. 4. Borrow topsoil: Reasonably free of subsoil, objects over 2 IN DIA, weeds and roots. B. Clearing and Grubbing: 1. Clear from within limits of construction all trees not marked to remain. a. Include shrubs, brush, downed timber, rotten wood, heavy growth of grass and weeds, vines, rubbish, structures and debris. 2. Grub (remove) from within limits of construction all stumps, roots, root mats, logs and debris encountered. C. Disposal of Waste Materials: 1. Do not burn combustible materials on site. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SITE CLEARING 31 10 00 - 2 2. Remove all waste materials from site. 3. Do not bury organic matter on site. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 31 23 33 - 1 SECTION 31 23 33 TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, trenching, backfilling and compacting for all underground utilities. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Division 26 - Electrical. 1.2 QUALITY ASSURANCE- A. Referenced Standards: 1. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 FT-LBF/FT3 (600 kN-M/M3)). b. D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. c. D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. B. Qualifications: Hire an independent soils laboratory to conduct in-place moisture-density tests for backfilling to assure that all work complies with this Specification Section. 1.3 DEFINITIONS A. Excavation: All excavation will be defined as unclassified. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. 3. Submit respective pipe or conduit manufacturer's data regarding bedding methods of installation and general recommendations. 4. Submit sieve analysis reports on all granular materials. B. Informational Submittals: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Trench shield (trench box) certification if employed: a. Specific to Project conditions. b. Re-certified if members become distressed. c. Certification by registered professional structural engineer, registered in the state where the Project is located. d. Engineer is not responsible to, and will not, review and approve. 1.5 SITE CONDITIONS A. Avoid overloading or surcharge a sufficient distance back from edge of excavation to prevent slides or caving. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 31 23 33 - 2 1. Maintain and trim excavated materials in such manner to be as little inconvenience as possible to public and adjoining property owners. B. Provide full access to public and private premises and fire hydrants, at street crossings, sidewalks and other points as designated by Owner to prevent serious interruption of travel. C. Protect and maintain bench marks, monuments or other established points and reference points and if disturbed or destroyed, replace items to full satisfaction of Owner and controlling agency. D. Verify location of existing underground utilities PART 2 - PRODUCTS 2.1 MATERIALS A. Backfill Material: 1. Common borrow as approved by Engineer (See City of Pasco Amendments to the Standard Specification Section 9-03.14(3)). a. Free of rock cobbles, roots, sod or other organic matter, and frozen material. b. Moisture content at time of placement: ±3 PCT of optimum moisture content as specified in accordance with ASTM D698. 2. Gravel trench backfill materials: a. See City of Pasco Amendments to the Standard Specification Section 9-03.12 B. Bedding Materials: 1. See City of Pasco Amendments to the Standard Specification Section 9-03.12(3). 2. Granular bedding materials: a. ASTM D2321 Class 1B. 1) Well-graded crushed stone. 3. Flowable fill: a. Description: Flowable fill shall be a mixture of cement, fly ash, fine sand, water, and air having a consistency which will flow under a very low head. b. Material characteristics: 1) The approximate quantities of each component per cubic yard of mixed material shall be as follows: a) Cement (Type I or II): 50 LBS. b) Fly ash: 200 LBS. c) Fine sand: 2,700 LBS. d) Water: 420 LBS. e) Air content: 10 PCT. 2) Actual quantities shall be adjusted to provide a yield of 1 cubic yard with the materials used. 3) Approximate compressive strength should be 85 to 175 PSI. 4) Fine sand shall be an evenly graded material having not less than 95 PCT passing the No. 4 sieve and not more than 5 PCT passing the No. 200 sieve. 5) Mixing and handling of the material shall be in accordance with Specification Section 03 09 00. PART 3 - EXECUTION 3.1 GENERAL A. Remove and dispose of unsuitable materials to site provided by Contractor. 3.2 EXCAVATION A. Unclassified Excavation: Remove rock excavation, clay, silt, gravel, hard pan, loose shale, and loose stone as directed by Owner. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 31 23 33 - 3 B. Excavation for Appurtenances: 1. 12 IN (minimum) clear distance between outer surface and embankment. C. Trench Excavation: 1. Excavate trenches by open cut method to depth shown on Drawings and necessary to accommodate work. a. Support existing utility lines where proposed work crosses at a lower elevation. 1) Stabilize excavation to prevent undermining of existing utility 2. Open trench outside buildings, units, and structures: a. No more than the distance between two manholes, structures, units, or 300 LF, whichever is less. b. Field adjust limitations as weather conditions dictate. 3. Trenching within buildings, units, or structures: a. No more than 100 LF at any one time. 4. Any trench or portion of trench, which is opened and remains idle for seven calendar days, or longer, as determined by the Owner, may be directed to be immediately refilled, without completion of work, at no additional cost to Owner. a. Said trench may not be reopened until Owner is satisfied that work associated with trench will be prosecuted with dispatch. 5. Observe following trenching criteria: a. Trench size: 1) Excavate width to accommodate free working space. 2) Trenches shall be excavated to the widths indicated in City of Pasco Standard Drawing SS-5. 3) Cut trench walls vertically from bottom of trench to 1 FT above top of pipe, conduit, or utility service. 4) Keep trenches free of surface water runoff. a) Include cost in Bid. b) No separate payment for surface water runoff pumping will be made. D. Trenching for Electrical Installations: 1. Observe the preceding Trench Excavation paragraph in PART 3 of this Specification Section. 2. Modify for electrical installations as follows: a. Open no more than 600 LF of trench in exterior locations for trenches more than 12 IN but not more than 30 IN wide. b. Any length of trench may be opened in exterior locations for trenches which are 12 IN wide or less. c. Do not over excavate trench. d. Cut trenches for electrical runs with minimum 30 IN cover, unless otherwise specified or shown on Drawings. e. See Division 26 for additional requirements. 3.3 PREPARATION OF FOUNDATION FOR PIPE LAYING A. Over-Excavation: 1. Backfill and compact to 95 PCT of maximum dry density per ASTM D698. 2. Backfill with granular bedding material as option. B. Rock Excavation: 1. Excavate minimum of 6 IN below bottom exterior surface of the pipe or conduit. 2. Backfill to grade with suitable earth or granular material. 3. Form bell holes in trench bottom. C. Subgrade Stabilization: 1. Stabilize the subgrade when directed by the Owner. 2. Observe the following requirements when unstable trench bottom materials are encountered. a. Notify Owner when unstable materials are encountered. 1) Define by drawing station locations and limits. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 31 23 33 - 4 b. Remove unstable trench bottom caused by Contractor failure to dewater, rainfall, or Contractor operations. 1) Replace with subgrade stabilization with no additional compensation. 3.4 BACKFILLING METHODS A. Carefully Compacted Backfill: 1. Furnish where indicated on Drawings, specified for trench embedment conditions and for compacted backfill conditions up to 12 IN above top of pipe or conduit. 2. Comply with the following: a. Place backfill in lifts not exceeding 8 IN (loose thickness). b. Hand place, shovel slice, and pneumatically tamp all carefully compacted backfill. c. Observe specific manufacturer's recommendations regarding backfilling and compaction. d. Compact each lift to specified requirements. B. Common Trench Backfill: 1. Perform in accordance with the following: a. Place backfill in lift thicknesses capable of being compacted to densities specified. b. Observe specific manufacturer's recommendations regarding backfilling and compaction. c. Avoid displacing joints and appurtenances or causing any horizontal or vertical misalignment, separation, or distortion. C. Water flushing for consolidation is not permitted. D. Backfilling for Electrical Installations: 1. Observe the preceding Carefully Compacted Backfill paragraph or Common Trench Backfill paragraph in PART 3 of this Specification Section or when approved by the Engineer. 2. Modify for electrical installation as follows: a. Observe notes and details on electrical drawings for fill in immediate vicinity of direct burial cables. 3.5 COMPACTION A. General: 1. Place and assure bedding, backfill, and fill materials achieve an equal or higher degree of compaction than undisturbed materials adjacent to the work. 2. In no case shall degree of compaction below minimum compactions specified be accepted. B. Compaction Requirements: 1. Pipe bedding and trench backfill material must be compacted to 95% or better (ASTM D698) per City of Pasco Standard Detail SS-5. 3.6 FIELD QUALITY CONTROL A. Testing: 1. Perform in-place moisture-density tests as directed by the Owner. 2. Perform tests through recognized testing laboratory approved by Owner. 3. Costs of "Passing" tests paid by Owner. 4. Perform additional tests as directed until compaction meets or exceeds requirements. 5. Cost associated with "Failing" tests shall be paid by Contractor. 6. Reference to Engineer in this Specification Section will imply Geotechnical Engineer when employed by Owner and directed by Engineer to undertake necessary inspections as approvals as necessary. 7. Assure Owner has immediate access for testing of all soils related work. 8. Ensure excavations are safe for testing personnel. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 31 23 33 - 5 END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES 31 23 33 - 6 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SOIL EROSION AND SEDIMENT CONTROL 31 25 00 - 1 SECTION 31 25 00 SOIL EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Soil erosion and sediment control. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Erosion control standards: Standards and Specifications for Soil Erosion and Sediment Control in Developing Areas by the United Sates Department of Agriculture (USDA), Soil Conservation Service, College Park, Maryland. PART 2 - PRODUCTS 2.1 MATERIALS A. Straw bales, twine tied. B. Pipe Riser and Barrel: 16 GA corrugated metal pipe (CMP) of size indicated. C. Stone for Stone Filter: 2 IN graded gravel or crushed stone. D. Grass Seed: Annual ryegrass. PART 3 - EXECUTION 3.1 PREPARATION A. Prior to General Stripping Topsoil and Excavating: 1. Install perimeter dikes and swales. 2. Excavate and shape sediment basins and traps. 3. Construct pipe spillways and install stone filter where required. 4. Machine compact all berms, dikes and embankments for basins and traps. 5. Install straw bales where indicated. a. Provide two stakes per bale. b. First stake angled toward previously installed bale to keep ends tight against each other. B. Construct sediment traps where indicated on Drawings during rough grading as grading progresses. C. Temporarily seed basin slopes and topsoil stockpiles: 1. Rate: 1/2 LB/1000 SQFT. 2. Reseed as required until good stand of grass is achieved. 3.2 DURING CONSTRUCTION PERIOD A. Maintain Basins, Dikes, Traps, Stone Filters, Straw Bales, etc.: 1. Inspect regularly especially after rainstorms. 2. Repair or replace damaged or missing items. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid SOIL EROSION AND SEDIMENT CONTROL 31 25 00 - 2 B. After rough grading, sow temporary grass cover over all exposed earth areas not draining into sediment basin or trap. C. Construct inlets as soon as possible. 1. Excavate and tightly secure straw bales completely around inlets as detailed on Drawings. D. Provide necessary swales and dikes to direct all water towards and into sediment basins and traps. E. Do not disturb existing vegetation (grass and trees). F. Excavate sediment out of basins and traps when capacity has been reduced by 50 PCT. 1. Remove sediment from behind bales to prevent overtopping. G. Topsoil and Fine Grade Slopes and Swales, etc.: Seed and mulch as soon as areas become ready. 3.3 NEAR COMPLETION OF CONSTRUCTION A. Eliminate basins, dikes, traps, etc. B. Grade to finished or existing grades. C. Fine grade all remaining earth areas, then seed and mulch. END OF SECTION DIVISION 33 UTILITIES THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid TEMPORARY BYPASS PUMPING SYSTEMS 33 75 00 - 1 SECTION 33 75 00 TEMPORARY BYPASS PUMPING SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section includes Contractor requirements for implementing a temporary pumping system for the purpose of diverting existing wastewater flows around the Road 36 lift station for the required duration of the temporary shutdown. B. The design, installation and operation of the temporary pumping system shall be the Contractor's responsibility. The Contractor shall employ the services of a vendor who can demonstrate to the Engineer he specializes in the design and operation of temporary bypass pumping systems. The vendor shall provide at least five (5) references of projects of a similar size and complexity as this project performed by his firm within the past three years. The bypass system shall meet the requirements of all codes and regulatory agencies having legal jurisdiction. C. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 – General Requirements 1.2 SUBMITTAL A. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. B. The Contractor shall prepare with the vendor a specific, detailed description of the proposed pumping system and submit it and the vendor's references for the City’s review. The submittal should include detailed plans and descriptions outlining all provisions and precautions to be taken by the Contractor regarding the handling of existing wastewater flows. This plan must be specific and complete, including such items as schedules, locations, elevations, capacities of equipment, materials and all other incidental items necessary and/or required to insure proper protection of the facilities, and compliance with the requirements of the City’s NPDES discharge permit. No construction shall begin until all provisions and requirements have been submitted to the City for approval. C. The plan shall include but not be limited to details of the following: 1. A complete layout of the system. 2. Staging areas for pumps. 3. Number, size, material, location and method of installation of suction piping. 4. Number, size, material, method of installation and location of installation of discharge piping. 5. Bypass pump sizes, capacity, number of each size to be on site and power requirements. 6. Bypass pumping to have full redundancy. 7. Calculations of static lift, friction losses, and flow velocity (pump curves showing pump operating range shall be submitted). 8. Standby power generator size, location. 9. Method of noise control for each pump and/or generator. 10. Any temporary pipe supports and anchoring required. 11. Calculations for selection of bypass pumping pipe size. 12. Schedule for installation of and maintenance of bypass pumping lines. 13. Plan indicating selection location of bypass pumping line locations. 14. Plan indicating power supply from the local power company if required. All costs shall be included within the bid item. 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid TEMPORARY BYPASS PUMPING SYSTEMS 33 75 00 - 2 a. Contractor shall either coordinate power supply with Franklin County PUD or provide a portable generator capable of powering the bypass pumps. PART 2 - PRODUCTS 2.1 EQUIPMENT A. All pumps used shall be fully automatic self-priming units that do not require the use of foot- valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. All pumps used must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of effluent flows. B. The Contractor shall provide the necessary stop/start controls for each pump. C. The Contractor shall include one stand-by pump of each size to be maintained on site. Back-up pumps shall be on-line, isolated from the primary system by an automatic valve. The Contractor shall also provide on call support for the bypass pumping equipment 24 hours a day for the duration of the shutdown of the Road 36 lift station. D. Discharge Piping - In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of rigid pipe with positive, restrained joints. Under no circumstances will aluminum "irrigation" type piping or glued PVC pipe be allowed. Contractor shall provide traffic ramps to protect above grade discharge piping. E. Auto Dialer – Contractor shall provide an auto dialer with a list of minimum three (3) names and numbers in case of an emergency during the bypass pumping. 2.2 GENERAL DESCRIPTION A. Bypass Pumping Design Requirements: 1. The Contractor shall provide vactor trucks to facilitate the Road 36 Lift Station being shut down while the new 8” forcemain is being connected into the discharge manhole. Flow conditions for the Road 36 Lift Station are provided in Table 1 of paragraph 2.3.C. 2. The Contractor shall provide pumps of adequate size to handle the flow conditions listed in Table 1 and 2, and temporary discharge piping to ensure that the total flow can be safely diverted around the section to be repaired or constructed. 3. The Contractor shall have adequate standby pumping equipment online and ready for immediate operation and use in the event of an emergency or breakdown. One standby pump for each size pump utilized shall be installed at each bypass location, ready for seamless backup in the event of primary pump failure. Standby equipment shall provide full redundancy for the pumping system. 4. Bypass pumping system shall be capable of bypassing the flow around the work area as necessary for satisfactory performances of work. B. Bypass Pumping Performance Requirements: 1. The Contractor shall provide, maintain and operate all temporary equipment such as pumping equipment (both primary and standby units as required), conduits, all necessary power, and all other labor and equipment necessary to intercept the wastewater flow before it reaches the point where it would interfere with his work, carry it past his work and return it to the existing forcemain downstream of his work. 2. The design, installation and operation of the temporary pumping system shall be the Contractor's responsibility. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction. 3. Contractor shall be responsible for controlling noise generated by bypass pumping activates so that they are compliant with Pasco Municipal Code (PMC 9.130.040). 4. The Contractor shall provide all necessary means to safely convey the wastewater past the work area. 5. The Contractor will not be permitted to stop or impede flows under any circumstances. 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid TEMPORARY BYPASS PUMPING SYSTEMS 33 75 00 - 3 2.3 BYPASS PUMPING SCENARIO A. Road 36 Lift Station: 1. By-pass pumping will be required so that the new pumps can be installed in the lift station and the electrical systems upgraded as shown on the Drawings. 2. The contractor shall by-pass flows from the existing manhole directly upstream of the Road 36 Lift Station to the 8” Tee on the new 8” forcmain at STA 13+34.91. Gate Valve Once the new pumps have been installed and the electrical upgrades have been completed then the Contractor can disconnect the bypass pump discharge piping from the tee and install a blind flange. 3. Flow Conditions: Table 1. Road 36 Lift Station Bypass Flow Conditions PART 3 - EXECUTION 3.1 FIELD QUALITY CONTROL AND MAINTENANCE A. Test: 1. The Contractor shall perform leakage and pressure tests of the bypass pumping discharge and suction piping using clean water prior to actual operation. The Engineer will be given 24 hour notice prior to testing. B. Inspection: 1. Contractor shall inspect bypass pumping system daily to ensure that the system is working correctly. C. Maintenance Service: 1. The Contractor shall insure that the temporary pumping system is properly maintained and a vendor representative be available at all times when pumps are operating. D. Extra Materials: 1. Spare parts for pumps and piping shall be kept on site as required. 2. Adequate hoisting equipment for each pump and accessories shall be maintained on the site. 3.2 PREPARATION A. Precautions: 1. Contractor is responsible for locating any existing utilities in the area the Contractor selects to locate the bypass pipelines. The Contractor shall locate his bypass pipelines to minimize any disturbance to existing utilities and shall obtain approval of the pipeline locations from the City and the Engineer. All costs associated with relocating utilities and obtaining all approvals shall be paid by the Contractor. 2. During all bypass pumping operations, the Contractor shall protect the facility structures and all wastewater lines from damage inflicted by any equipment. The Contractor shall be responsible for all physical damage caused by bypass operations that are caused by human or mechanical failure. Contractor to have personnel to monitor bypass pumping every 2 hours. Flow Description Flow Rate (MGD) Average Daily Flow 0.50 Peak Hourly Flow 1.24 10076241 City of Pasco May 2020 Road 36 Lift Station Improvements Issue for Bid TEMPORARY BYPASS PUMPING SYSTEMS 33 75 00 - 4 3.3 INSTALLATION AND REMOVAL A. When working inside manhole or force main, the Contractor shall exercise caution and comply with OSHA requirements when working in the presence of sewer gases, combustible oxygen- deficient atmospheres, and confined spaces. The Contractor shall employ their own safety program. B. Contractor shall provide devices to protect the road crossing of the bypass pipeline for the entirety of installation. Devices shall allow for passage of traffic and be sufficiently sloped to allow passage of, and prevent damage to, motor vehicles. C. Upon completion of the bypass pumping operations, and after the receipt of written permission from the Engineer, the Contractor shall remove all the piping, restore all property to pre- construction condition and restore all pavement and facilities. END OF SECTION DIVISION 40 PROCESS INTERCONNECTIONS THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 1 SECTION 40 05 00 PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Process piping systems. 2. Utility piping systems. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 09 96 00 - High Performance Industrial Coatings. 4. Section 31 23 33 - Trenching, Backfilling, and Compacting for Utilities. 5. Section 40 05 51 - Valves - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials (AASHTO): a. M36, Corrugated Steel Pipe, Metallic-Coated, for Sewers and Drains (Equivalent ASTM A760). b. M190, Standard Specification for Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches. c. M252, Standard Specification for Corrugated Polyethylene Drainage Tubing. d. M294, Interim Specification for Corrugated Polyethylene Pipe 12 to 24 Inch Diameter. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. B16.3, Malleable Iron Threaded Fittings. b. B16.5, Pipe Flanges and Flanged Fittings. c. B16.9, Factory-Made Wrought Steel Butt-Welding Fittings. d. B16.22, Wrought Copper and Bronze Solder - Joint Pressure Fittings. e. B16.26, Cast Copper Alloy Fittings for Flared Copper Tubes. f. B36.19, Stainless Steel Pipe. g. B40.100, Pressure Gauges and Gauge Attachments. 4. ASTM International (ASTM): a. A53, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. b. A74, Standard Specification for Cast Iron Soil Pipe and Fittings. c. A106, Standard Specification for Seamless Carbon Steel Pipe for High-Temperature Service. d. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. e. A182, Standard Specification for Forged or Rolled Alloy-Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High-Temperature Service. f. A197, Standard Specification for Cupola Malleable Iron. g. A234, Standard Specification for Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service. h. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. i. A312, Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. j. A518, Standard Specification for Corrosion-Resistant High-Silicon Iron Castings. k. A536, Standard Specification for Ductile Iron Castings. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 2 l. A587, Standard Specification for Electric-Resistance-Welded Low-Carbon Steel Pipe for the Chemical Industry. m. A760, Standard Specification for Corrugated Steel Pipe, Metallic-Coated for Sewers and Drains. n. A774, Standard Specification for As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures. o. A778, Standard Specification for Welded, Unannealed Austenitic Stainless Steel Tubular Products. p. B88, Standard Specification for Seamless Copper Water Tube. q. C14, Standard Specification for Concrete Sewer, Storm Drain, and Culvert Pipe. r. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. s. C425, Standard Specification for Compression Joints for Vitrified Clay Pipe and Fittings. t. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. u. C564, Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. v. C700, Standard Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength and Perforated. w. D1785, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. x. D2466, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. y. D2467, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. z. D4101, Standard Specification for Polypropylene Plastic Injection and Extrusion Materials. aa. F439, Standard Specification for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. bb. F441, Standard Specification for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40 and 80. 5. American Water Works Association (AWWA): a. B300, Standard for Hypochlorites. b. C200, Standard for Steel Water Pipe - 6 IN and Larger. c. C207, Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. d. C208, Standard for Dimensions for Fabricated Steel Water Pipe Fittings. e. C606, Standard for Grooved and Shouldered Joints. f. C651, Standard for Disinfecting Water Mains. g. C800, Standard for Underground Service Line Valves and Fittings. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C110/A21.10, Standard for Ductile-Iron and Gray-Iron Fittings. b. C111/A21.11, Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. C115/A21.15, Standard for Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. d. C151/A21.51, Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water. e. C153/A21.53, Standard for Ductile-Iron Compact Fittings for Water Service. 7. Chlorine Institute, Inc. (CI): a. Pamphlet 6, Piping Systems for Dry Chlorine. 8. Cast Iron Soil Pipe Institute (CISPI): a. 301, Standard Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 9. International Plumbing Code (IPC). 10. National Fire Protection Association (NFPA): 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 3 a. 54, National Fuel Gas Code. b. 69, Standard on Explosion Prevention Systems. 11. Underwriters Laboratories, Inc. (UL). B. Coordinate flange dimensions and drillings between piping, valves, and equipment. 1.3 DEFINITIONS A. Hazardous Gas Systems: Digester gas, chlorine gas, sulfur dioxide gas, carbon dioxide gas, lab gases. B. HPIC: High performance industrial coating. C. PVDF: Polyvinylidene fluoride. 1.4 SYSTEM DESCRIPTION A. Piping Systems Organization and Definition: 1. Piping services are grouped into designated systems according to the chemical and physical properties of the fluid conveyed, system pressure, piping size and system materials of construction. 2. See PIPING SPECIFICATION SCHEDULES in PART 3. 1.5 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Copies of manufacturer's written directions regarding material handling, delivery, storage and installation. c. Separate schedule sheet for each piping system scheduled in this Specification Section showing compliance of all system components. 1) Attach technical product data on gaskets, pipe, fittings, and other components. 3. Fabrication and/or Layout Drawings: a. Exterior yard piping drawings (minimum scale 1 IN equals 10 FT) with information including: 1) Dimensions of piping lengths. 2) Invert or centerline elevations of piping crossings. 3) Acknowledgement of bury depth requirements. 4) Details of fittings, tapping locations, thrust blocks, restrained joint segments, harnessed joint segments, hydrants, and related appurtenances. 5) Acknowledge designated valve or gate tag numbers, manhole numbers, instrument tag numbers, pipe and line numbers. 6) Line slopes and vents. b. Interior piping drawings (minimum scale 1/8 IN equals 1 FT) with information including: 1) Dimensions of piping from column lines or wall surfaces. 2) [Invert] [Centerline] dimensions of piping. 3) Centerline elevation and size of intersecting ductwork, conduit/conduit racks, or other potential interferences requiring coordination. 4) Location and type of pipe supports and anchors. 5) Locations of valves and valve actuator type. 6) Details of fittings, tapping locations, equipment connections, flexible expansion joints, connections to equipment, and related appurtenances. 7) Acknowledgement of valve, equipment and instrument tag numbers. 8) Provisions for expansion and contraction. 9) Line slopes and air release vents. 10) Rough-in data for plumbing fixtures. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 4 c. Schedule of interconnections to existing piping and method of connection. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. C. Informational Submittals: 1. Qualifications of lab performing disinfection analysis on water systems. 2. Test reports: a. Copies of pressure test results on all piping systems. b. Reports defining results of dielectric testing and corrective action taken. c. Disinfection test report. d. Notification of time and date of piping pressure tests. 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect pipe coating during handling using methods recommended by manufacturer. 1. Use of bare cables, chains, hooks, metal bars or narrow skids in contact with coated pipe is not permitted. B. Prevent damage to pipe during transit. 1. Repair abrasions, scars, and blemishes. 2. If repair of satisfactory quality cannot be achieved, replace damaged material immediately. PART 2 - PRODUCTS 2.1 PIPING SPECIFICATION SCHEDULES A. Piping system materials, fittings and appurtenances are subject to requirements of specific piping specification schedules located at the end of PART 3 of this Specification Section. B. Reducers: 1. Furnish appropriate size reducers and reducing fittings to mate pipe to equipment connections. 2. Connection size requirements may change from those shown on Drawings depending on equipment furnished. C. Protective Coating and Lining: 1. Include pipe, fittings, and appurtenances where coatings, linings, coating, tests and other items are specified. 2. Field coating pipe in accordance with Specification Section 09 96 00. D. Underground Warning Tape: 1. See Specification Section 10 14 00. E. Valves: 1. See schematics and details for definition of manual valves used in each system under 4 IN in size. a. See Specification Section 40 05 51 schedule for valve types 4 IN and above and for automatic valves used in each system. 2. See Specification Section 40 05 51. PART 3 - EXECUTION 3.1 EXTERIOR BURIED PIPING INSTALLATION A. Enter and exit through structure walls, floors, and ceilings by using penetrations and seals specified in Specification Section 01 73 20 and as shown on Drawings. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 5 B. When entering or leaving structures with buried mechanical joint piping, install joint within 2 FT of point where pipe enters or leaves structure. 1. Install second joint not more than 6 FT nor less than 4 FT from first joint. C. Install expansion devices as necessary to allow expansion and contraction movement. D. Laying Pipe In Trench: 1. Excavate and backfill trench in accordance with Specification Section 31 23 33. 2. Clean each pipe length thoroughly and inspect for compliance to specifications. 3. Grade trench bottom and excavate for pipe bell and lay pipe on trench bottom. 4. Install gasket or joint material according to manufacturer's directions after joints have been thoroughly cleaned and examined. 5. Except for first two joints, before making final connections of joints, install two full sections of pipe with earth tamped along side of pipe or final with bedding material placed. 6. Lay pipe in only suitable weather with good trench conditions. a. Never lay pipe in water except where approved by Engineer. 7. Seal open end of line with watertight plug if pipe laying stopped. 8. Remove water in trench before removal of plug. E. Lining Up Push-On Joint Piping: 1. Lay piping on route lines shown on Drawings. 2. Deflect from straight alignments or grades by vertical or horizontal curves or offsets. 3. Observe maximum deflection values stated in manufacturer's written literature. 4. Provide special bends when specified or where required alignment exceeds allowable deflections stipulated. 5. Install shorter lengths of pipe in such length and number that angular deflection of any joint, as represented by specified maximum deflection, is not exceeded. F. Anchorage and Blocking: 1. Provide reaction blocking, anchors, joint harnesses, or other acceptable means for preventing movement of piping caused by forces in or on buried piping tees, wye branches, plugs, or bends. 2. Place concrete blocking so that it extends from fitting into solid undisturbed earth wall. a. Concrete blocks shall not cover pipe joints. 3. Provide bearing area of concrete in accordance with drawing detail. G. Install underground hazard warning tape per Specification Section 10 14 00. H. Install insulating components where dissimilar metals are joined together. 3.2 INTERIOR AND EXPOSED EXTERIOR PIPING INSTALLATION A. Install piping in vertical and horizontal alignment as shown on Drawings. B. Alignment of piping smaller than 4 IN may not be shown; however, install according to Drawing intent and with clearance and allowance for: 1. Expansion and contraction. 2. Operation and access to equipment, doors, windows, hoists, moving equipment. 3. Headroom and walking space for working areas and aisles. 4. System drainage and air removal. C. Enter and exit through structure walls, floor and ceilings using penetrations and seals specified in Specification Section 01 73 20 and as shown on the Drawings. D. Install vertical piping runs plumb and horizontal piping runs parallel with structure walls. E. Pipe Support: 1. Use methods of piping support as shown on Drawings. 2. Where pipes run parallel and at same elevation or grade, they may be grouped and supported from common trapeze-type hanger, provided hanger rods are increased in size as specified for total supported weight. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 6 a. The pipe in the group requiring the least maximum distance between supports shall set the distance between trapeze hangers. 3. Size pipe supports with consideration to specific gravity of liquid being piped. F. Locate and size sleeves and castings required for piping system. 1. Arrange for chases, recesses, inserts or anchors at proper elevation and location. G. Use reducing fittings throughout piping systems. 1. Bushings will not be allowed unless specifically approved. H. Equipment Drainage and Miscellaneous Piping: 1. Provide drip pans and piping at equipment where condensation may occur. 2. Hard pipe stuffing box leakage to nearest floor drain. 3. Avoid piping over electrical components such as motor control centers, panelboards, etc. a. If piping must be so routed, utilize 16 GA, 316 stainless steel drip pan under piping and over full length of electrical equipment. b. Hard pipe drainage to nearest floor drain. 4. Collect system condensate at drip pockets, traps and blowoff valves. 5. Provide drainage for process piping at locations shown on Drawings in accordance with Drawing details. 6. For applications defined above and for other miscellaneous piping which is not addressed by a specific piping service category in PART 1, provide 304 stainless steel piping and fittings. a. Size to handle application with 3/4 IN being minimum size provided. I. Install expansion devices as necessary to allow expansion/contraction movement. J. Provide full face gaskets on all systems. K. Anchorage and Blocking: 1. Block, anchor, or harness exposed piping subjected to forces in which joints are installed to prevent separation of joints and transmission of stress into equipment or structural components not designed to resist those stresses. L. Equipment Pipe Connections: 1. Equipment - General: a. Exercise care in bolting flanged joints so that there is no restraint on the opposite end of pipe or fitting which would prevent uniform gasket pressure at connection or would cause unnecessary stresses to be transmitted to equipment flanges. b. Where push-on joints are used in conjunction with flanged joints, final positioning of push-on joints shall not be made until flange joints have been tightened without strain. c. Tighten flange bolts at uniform rate which will result in uniform gasket compression over entire area of joint. 1) Provide tightening torque in accordance with manufacturer's recommendations. d. Support and match flange faces to uniform contact over their entire face area prior to installation of any bolt between the piping flange and equipment connecting flange. e. Permit piping connected to equipment to freely move in directions parallel to longitudinal centerline when and while bolts in connection flange are tightened. f. Align, level, and wedge equipment into place during fitting and alignment of connecting piping. g. Grout equipment into place prior to final bolting of piping but not before initial fitting and alignment. h. To provide maximum flexibility and ease of alignment, assemble connecting piping with gaskets in place and minimum of four bolts per joint installed and tightened. 1) Test alignment by loosening flange bolts to see if there is any change in relationship of piping flange with equipment connecting flange. 2) Realign as necessary, install flange bolts and make equipment connection. i. Provide utility connections to equipment shown on Drawings, scheduled or specified. M. Instrument Connections: 1. See drawing details. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 7 3.3 CONNECTIONS WITH EXISTING PIPING A. Where connection between new work and existing work is made, use suitable and proper fittings to suit conditions encountered. B. Perform connections with existing piping at time and under conditions which will least interfere with service to customers affected by such operation. C. Undertake connections in fashion which will disturb system as little as possible. D. Provide suitable equipment and facilities to dewater, drain, and dispose of liquid removed without damage to adjacent property. E. Where connections to existing systems necessitate employment of past installation methods not currently part of trade practice, utilize necessary special piping components. F. Where connection involves potable water systems, provide disinfection methods as prescribed in this Specification Section. G. Once tie-in to each existing system is initiated, continue work continuously until tie-in is made and tested. 3.4 ACCESS PROVISIONS A. Provide access doors or panels in walls, floors, and ceilings to permit access to valves, piping and piping appurtenances requiring service. B. Size of access panels to allow inspection and removal of items served, minimum 10 x 14 IN size. C. Fabricate door and frame of minimum 14 GA, stretcher leveled stock, cadmium plated or galvanized after fabrication and fitted with screw driver lock of cam type. D. Provide with key locks, keyed alike, in public use areas. E. Furnish panels with prime coat of HPIC. See Specification Section 09 96 00. F. Style and type as required for material in which door installed. G. Where door is installed in fire-rated construction, provide door bearing UL label required for condition. 3.5 FIELD QUALITY CONTROL A. Pipe Testing - General: 1. Test piping systems as follows: a. Test exposed, non-insulated piping systems upon completion of system. b. Test exposed, insulated piping systems upon completion of system but prior to application of insulation. c. Test concealed interior piping systems prior to concealment and, if system is insulated, prior to application of insulation. d. Test buried piping (insulated and non-insulated) prior to backfilling and, if insulated, prior to application of insulation. 2. Utilize pressures, media and pressure test durations as specified in the PIPING SPECIFICATION SCHEDULES. 3. Isolate equipment which may be damaged by the specified pressure test conditions. 4. Perform pressure test using calibrated pressure gages and calibrated volumetric measuring equipment to determine leakage rates. a. Select each gage so that the specified test pressure falls within the upper half of the gage's range. b. Notify the Engineer 24 HRS prior to each test. 5. Completely assemble and test new piping systems prior to connection to existing pipe systems. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 8 6. Acknowledge satisfactory performance of tests and inspections in writing to Engineer prior to final acceptance. 7. Bear the cost of all testing and inspecting, locating and remedying of leaks and any necessary retesting and re-examination. B. Pressure Testing: 1. Testing medium: Unless otherwise specified in the PIPING SPECIFICATION SCHEDULES, utilize the following test media. a. Process systems: PIPE LINE SIZE SPECIFIED TEST PRESSURE TESTING MEDIUM 2 IN and smaller 75 PSI or less Water 2 IN and smaller Greater than 75 PSI Water Greater than 2 IN 3 PSI or less Water Greater than 2 IN Greater than 3 PSI Water b. Laboratory gases and natural gas systems: Cylinder nitrogen. c. Liquid systems: PIPE LINE SIZE (DIA) GRAVITY OR PUMPED SPECIFIED TEST PRESSURE TESTING MEDIUM Up to and including 48 IN Gravity 25 PSIG or less W ater Above 48 IN Gravity 25 PSIG or less Water All sizes Pumped 250 PSIG or less Water 2. Allowable leakage rates: a. Hydrostatic exfiltration and infiltration for sanitary and stormwater sewers (groundwater level is below the top of pipe): 1) Leakage rate: 200 GAL per inch diameter per mile of pipe per day at average head on test section of 3 FT. 2) Average head is defined from groundwater elevation to average pipe crown. 3) Acceptable test head leakage rate for heads greater than 3 FT: Acceptable leakage rate (gallons per inch diameter per mile per day) equals 115 by (actual test head to the 1/2 power). b. Hydrostatic infiltration test for sanitary and stormwater sewers (groundwater level is above the top of pipe): 1) Allowable leakage rate: 200 GAL per inch diameter per mile of pipe per day when depth of groundwater over top of pipe is 2 to 6 FT. 2) Leakage rate at heads greater than 6 FT: Allowable leakage rate (gallons per inch diameter per mile of pipe per day) equals 82 by (actual head to the 1/2 power). c. For low pressure (less than 25 PSIG) air testing, the acceptable time for loss of 1 PSIG of air pressure shall be: PIPE SIZE (IN DIA) TIME, MINUTES/100 FT 4 0.3 6 0.7 8 1.2 10 1.5 12 1.8 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 9 PIPE SIZE (IN DIA) TIME, MINUTES/100 FT 15 2.1 18 2.4 21 3.0 24 3.6 27 4.2 30 4.8 33 5.4 36 6.0 42 7.3 48 7.6 3. Hydrostatic pressure testing methodology: a. General: 1) All joints, including welds, are to be left exposed for examination during the test. 2) Provide additional temporary supports for piping systems designed for vapor or gas to support the weight of the test water. 3) Provide temporary restraints for expansion joints for additional pressure load under test. 4) Isolate equipment in piping system with rated pressure lower than pipe test pressure. 5) Do not coat or insulate exposed piping until successful performance of pressure test. b. Soil, waste, drain and vent systems: 1) Test at completion of installation of each stack or section of piping by filling system with water and checking joints and fittings for leaks. 2) Eliminate leaks before proceeding with work or concealing piping. 3) Minimum test heights shall be 10 FT above highest stack inlet. 4. Air testing methodology: a. General: 1) Assure air is ambient temperature. b. Low pressure air testing: 1) Place plugs in line and inflate to manufacturer's designated seal pressure. 2) Check plugs for proper sealing. 3) Introduce low pressure air into sealed line segment until air pressure reaches 4 PSIG greater than ground water or allowable limits of ASTM F1417. a) Use test gage conforming to ASME B40.100 with 0 to 15 PSI scale and accuracy of 1 PCT of full range. 4) Allow 2 minutes for air pressure to stabilize. 5) After stabilization period (3.5 PSIG minimum pressure in pipe) discontinue air supply to line segment. 6) Record pressure at beginning and end of test. 3.6 CLEANING, DISINFECTION AND PURGING A. Cleaning: 1. Clean interior of piping systems thoroughly before installing. 2. Maintain pipe in clean condition during installation. 3. Before jointing piping, thoroughly clean and wipe joint contact surfaces and then properly dress and make joint. a. Pig high pressure air piping before connecting to valves or instruments. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 10 4. At completion of work and prior to Final Acceptance, thoroughly clean work installed under these Specifications. a. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal cuttings, and sludge which may have accumulated by operation of system, from testing, or from other causes. b. Repair any stoppage or discoloration or other damage to parts of building, its finish, or furnishings, due to failure to properly clean piping system, without cost to Owner. 5. After erection of piping and tubing, but prior to installation of service outlet valves, blow natural gas and digester gas systems clear of free moisture and foreign matter by means of air, nitrogen or carbon dioxide. a. Oxygen shall never be used. 6. Clean chlorine piping in accordance with CI Pamphlet 6. 7. Purge all neat liquid polymer tubing or piping between the neat polymer storage tank or tote and the polymer blending units with mineral oil to remove residual water prior to introducing neat polymer. Following purging, drain as much of the mineral oil out of the system as possible. Dispose of purged fluids and waste mineral oil in accordance with local environmental regulations. B. Disinfection of Potable Water Systems: 1. After favorable performance of pressure test and prior to Final Acceptance, thoroughly flush entire potable water piping system including supply, source and any appurtenant devices and perform disinfection as prescribed. 2. Perform work, including preventative measures during construction, in full compliance with AWWA C651. 3. Perform disinfection using sodium hypochlorite complying with AWWA B300. 4. Flush each segment of system to provide flushing velocity of not less than 2.5 FT per second. 5. Drain flushing water to sanitary sewer. a. Do not drain flushing water to receiving stream. 6. Use continuous feed method of application. a. Tag system during disinfection procedure to prevent use. 7. After required contact period, flush system to remove traces of heavily chlorinated water. 8. After final flushing and before placing water in service, obtain an independent laboratory approved by the Owner to collect samples and test for bacteriological quality. a. Repeat entire disinfection procedures until satisfactory results are obtained. 9. Secure and deliver to Owner, satisfactory bacteriological reports on samples taken from system. a. Ensure sampling and testing procedures are in full compliance to AWWA C651, local water purveyor and applicable requirements of State of Washington. 3.7 LOCATION OF BURIED OBSTACLES A. Furnish exact location and description of buried utilities encountered and thrust block placement. B. Reference items to definitive reference point locations such as found property corners, entrances to buildings, existing structure lines, fire hydrants and related fixed structures. C. Include such information as location, elevation, coverage, supports and additional pertinent information. D. Incorporate information on "As-Recorded" Drawings. 3.8 PIPING SYSTEM SCHEDULES A. SPECIFICATION SCHEDULE - SYSTEM 3 1. General: a. Piping symbol and service: 1) FM - Force Main b. Test requirements: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 11 1) Test medium: Water. 2) Pressure: 1.25 x working pressure of 40 psi. 3) Duration: 6 HRS. c. Gaskets: 1) Flanged, push-on and mechanical joints (ductile iron): Rubber, AWWA/ANSI C111/A21.11. 2. System components: a. Pipe size 3 IN through 24 IN: 1) Exposed service: a) Material: Ductile iron, Class 50. b) Reference: AWWA/ANSI C115/A21.15. c) Lining: Cement. d) Coating: HPIC; See Specification Section 09 96 00. e) Fittings: Either AWWA/ANSI C110/A21.10 ductile or gray iron. f) Joints: (1) Flanged. (2) Provide screwed-on flanges at equipment, valves and structure penetrations. 2) Buried service: a) Materials: Ductile iron, Class 50. b) Reference: AWWA/ANSI C151/A21.51. c) Lining: Cement. d) Coating: Bituminous. e) Fittings: (1) Either AWWA/ANSI C110/A21.10 ductile or gray iron. (2) Optional: AWWA/ANSI C153/A21.53 ductile iron compact fittings for sizes 3 IN to 16 IN. f) Joints: Push-on with mechanical (stuffing box type) joints at fittings and valves. Buried pipe and fitting joints shall be restrained as indicated on applicable pipe profile sheet stationing, utilizing mechanically restrained systems as specified in Specification Section 40 05 19. B. SPECIFICATION SCHEDULE – SYSTEM 7 1. General: a. Piping symbol and service: 1) VT – Vent b. Test requirements: 1) Test medium: Air. 2) Pressure: 20 PSIG. 3) Duration: 6 HRS. 2. System components: a. Pipe size 12 IN and smaller: 1) Exposed service: a) Material: Stainless steel 304L, Schedule 5. b) Reference: ASTM A778. c) Lining: None. d) Coating: None. e) Fittings: Seamless steel 304L meeting ASTM A774. f) Joints: Butt welded. C. SPECIFICATION SCHEDULE - SYSTEM 21 1. General: a. Piping symbol and service: 1) ARV Drain b. Test requirements: 1) Test medium: Water. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE AND PIPE FITTINGS - BASIC REQUIREMENTS 40 05 00 - 12 2) Pressure: See the FIELD QUALITY CONTROL Article in PART 3 of this Specification Section. 3) Duration: 6 HRS. c. Gaskets: Rubber, ASTM C564. 2. System components: a. Exposed service. 1) Material: Galvanized steel, Schedule 40. 2) Reference: ASTM A53. 3) Lining: Galvanized. 4) Coating: HPIC; See Specification Section 09 96 00. 5) Fittings: Cast iron drainage. a) ASTM A126, Class B. 6) Joints: Threaded. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE - DUCTILE 40 05 19 - 1 SECTION 40 05 19 PIPE - DUCTILE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile iron piping, fittings, and appurtenances. B. Related Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Section 40 05 00 - Pipe and Pipe Fittings: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. B1.1, Unified Inch Screw Threads (UN and UNR Thread Form). b. B16.1, Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250. 2. ASTM International (ASTM): a. B695, Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel. 3. American Water Works Association (AWWA): a. C203, Standard for Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C217, Microcrystalline Wax and Petrolatum Tape Coating Systems for Steel Water Pipe. c. C606, Standard for Grooved and Shouldered Joints. 4. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Standard for Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C110/A21.10, Standard for Ductile-Iron and Gray-Iron Fittings. c. C111/A21.11, Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. C115/A21.15, Standard for Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C150/A21.50, Standard for Thickness Design of Ductile-Iron Pipe. f. C151/A21.51, Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 40 05 00. 3. Certification of factory hydrostatic testing. 4. If mechanical coupling system is used, submit piping, fittings, and appurtenant items which will be utilized to meet system requirements. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE - DUCTILE 40 05 19 - 2 1. Flanged adaptors: a. Romac – RFCA (Fusion Bond Epoxy Coated). b. Smith Blair – Flanged Coupling Adapter EZWF (Fusion Bond Epoxy Coated). 2. Restrained Coupling: a. EBBA Iron (Series 3800) b. Romac Industries (Style Alpha) c. Or approved equal 3. Insulating couplings: a. Rockwell (Style 416). b. Dresser (Style 39). 4. Reducing couplings: a. Rockwell (Style 415). b. Dresser (Style 62). 5. Transition coupling: a. Rockwell (Style 413). b. Dresser (Style 62). 6. Polyethylene encasement tape: a. Chase (Chasekote 750). b. Kendall (Polyken 900). c. 3 M (Scotchrap 50). 7. Wedge Retraint a. EBBA Iron (1100 Megalug) 8. Restrained joints: a. American (Lock Fast) - 12 IN and below. b. U.S. Pipe (TR-Flex) - 4 IN to 54 IN. c. American (Lock Fast) - Above 12 IN. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 MATERIALS A. Ductile Iron Pipe: 1. AWWA/ANSI C115/A21.15. 2. AWWA/ANSI C150/A21.50. 3. AWWA/ANSI C151/A21.51. B. Fittings and Flanges: 1. AWWA/ANSI C110/A21.10. 2. AWWA/ANSI C115/A21.15. 3. Flanges drilled and faced per ASME B16.1 for both 125 and 250 PSI applications. C. Nuts and Bolts: 1. Buried: Wax Tape Coatings per AWWA C217-16. 2. Exposed: Mechanical galvanized ASTM B695, Class 40. 3. Heads and dimensions per ASME B1.1. 4. Threaded per ASME B1.1. 5. Project ends 1/4 to 1/2 IN beyond nuts. D. Gaskets: See individual piping system requirements in Section 40 05 00. E. If mechanical coupling system is used, utilize pipe thickness and grade in accordance with AWWA C606. F. Polyethylene Encasement: See AWWA/ANSI C105/A21.5. G. See Piping Schedules in Section 40 05 00. 2.3 MANUFACTURED UNITS A. Couplings: 1. Flanged adaptors: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE - DUCTILE 40 05 19 - 3 a. Unit consisting of steel or carbon steel body sleeve, flange, followers, Grade 30 rubber gaskets. b. Provide units specified in the MANUFACTURERS Article. c. Supply flanges meeting standards of adjoining flanges. d. Rate entire assembly for test pressure specified on piping schedule for each respective application. 2. Mechanical couplings: a. Use of mechanical couplings and fittings in lieu of flanged joints is acceptable where specifically specified in Section 40 05 00. b. Utilize units defined in the MANUFACTURERS Article. 2.4 FABRICATION A. Furnish and install without outside coatings of bituminous material any exposed pipe scheduled to be painted. B. Furnish cast parts with lacquer finish compatible with finish coat. 2.5 LININGS AND COATINGS A. Where specified in piping schedule, provide linings to a minimum thickness of 40 MILS. 2.6 SOURCE QUALITY CONTROL A. Factory Test: 1. Subject pipe to hydrostatic test of not less than 500 PSI with the pipe under the full test pressure for at least 10 seconds. PART 3 - EXECUTION 3.1 INSTALLATION A. Joining Method - Push-On Mechanical (Gland-Type) Joints: 1. Install in accordance with AWWA/ANSI C111/A21.11. 2. Assemble mechanical joints carefully according to manufacturer's recommendations. 3. If effective sealing is not obtained, disassemble, thoroughly clean, and reassemble the joint. 4. Do not overstress bolts. 5. Where piping utilizes mechanical joints with tie rods, align joint holes to permit installation of harness bolts. B. Joining Method - Push-On Joints: 1. Install in accordance with AWWA/ANSI C151/A21.51. 2. Assemble push-on joints in accordance with manufacturer's directions. 3. Bevel and lubricate spigot end of pipe to facilitate assembly without damage to gasket. a. Use lubricant that is non-toxic, does not support the growth of bacteria, has no deteriorating effects on the gasket material, and imparts no taste or odor to water in pipe. 4. Assure the gasket groove is thoroughly clean. 5. For cold weather installation, warm gasket prior to placement in bell. 6. Taper of bevel shall be approximately 30 DEG with centerline of pipe and approximately 1/4 IN back. C. Joining Method - Flanged Joints: 1. Install in accordance with AWWA/ANSI C115/A21.15. 2. Extend pipe completely through screwed-on flanged and machine flange face and pipe in single operation. 3. Make flange faces flat and perpendicular to pipe centerline. 4. When bolting flange joints, exercise extreme care to ensure that there is no restraint on opposite end of pipe or fitting which would prevent uniform gasket compression or would 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE - DUCTILE 40 05 19 - 4 cause unnecessary stress, bending or torsional strains to be applied to cast flanges or flanged fittings. 5. Allow one flange free movement in any direction while bolts are being tightened. 6. Do not assemble adjoining flexible joints until flanged joints in piping system have been tightened. 7. Gradually tighten flange bolts uniformly to permit even gasket compression. D. Joining Method - Mechanical Coupling Joint: 1. Arrange piping so that pipe ends are in full contact. 2. Groove and shoulder ends of piping in accordance with manufacturer's recommendations. 3. Provide coupling and grooving technique assuring a connection which passes pressure testing requirements. E. Flange Adaptors 12 IN and Less: 1. Locate and drill holes for anchor studs after pipe is in place and bolted tight. 2. Drill holes not more than 1/8 IN larger than diameter of stud projection. F. Cutting: 1. Do not damage interior lining material during cutting. 2. Use abrasive wheel cutters or saws. 3. Make square cuts. 4. Bevel and free cut ends of sharp edges after cutting. G. Support exposed pipe in accordance with Section 40 05 00. H. Install buried piping in accordance with Section 40 05 00. I. Install restrained joint systems where indicated on applicable pipe profile drawings . 3.2 FIELD QUALITY CONTROL A. Test piping systems in accordance with Section 40 05 00. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE - STAINLESS STEEL 40 05 23 - 1 SECTION 40 05 23 PIPE - STAINLESS STEEL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Stainless steel tubing, piping, fittings and appurtenances. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Section 40 05 00 - Pipe and Pipe Fittings - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). b. B31.1, Power Piping. 2. ASTM International (ASTM): a. A182, Standard Specification for Forged or Rolled Alloy-Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High-Temperature Service. b. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. c. A312, Standard Specification for Seamless, Welded, and Heavy Cold Worked Austenitic Stainless Steel Pipes. d. A320, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for Low-Temperature Service. e. A530, Standard Specification for General Requirements for Specialized Carbon and Alloy Steel Pipe. f. A774, Standard Specification for As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures. g. A778, Standard Specification for Welded, Unannealed Austenitic Stainless Steel Tubular Products. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 40 05 00. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. 4. Fabrication details and welding procedure specifications for all work to be done under this Specification Section. PART 2 - PRODUCTS 2.1 MATERIALS A. Pipe, unless noted otherwise on individual piping system in Specification Section 40 05 00: 1. ASTM A778. 2. ASTM A312. B. Pipe Fittings: 1. ASTM A774. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PIPE - STAINLESS STEEL 40 05 23 - 2 2.2 FABRICATION A. All tube, piping, fitting product to be immersion pickled subsequent to manufacturing and fabrication operations and prior to shipping. 1. Pickling solution of 6-10 PCT nitric acid and 3 - 4 PCT hydrofluoric acid. 2. Temperature and exact concentrations to be such only a modest etch is produced but all oxidation and ferrous contamination is removed from metal surface. 3. All pickling solution residues are to be neutralized after pickling. B. Diameter tolerance and wall thickness tolerance are to conform to ASTM A530. C. Joints: 1. Shop welded circumferential buttweld joints. 2. ASME B16.1, Class 150. PART 3 - EXECUTION 3.1 EXAMINATION A. Prior to installation, inspect and verify condition of piping and appurtenances. 1. Installation constitutes installer's acceptance of condition for satisfactory installation. 3.2 PREPARATION A. Correct defects or conditions which may interfere with or prevent a satisfactory installation. B. Ensure ends of pipe to be fitted with flanges have all protrusions ground flush. 3.3 INSTALLATION A. Ensure all pipe cutting, threading and jointing conforms to requirements of ASME B31.1. 1. Lubricate all pipe threads with Teflon tape. B. Welding: 1. Provide welds sound and free from embedded scale or slag, and tensile strength at weld not less than pipe. 2. Perform butt welds only with an inert gas shielded process. 3. Adequate inert gas protection is to be provided to the top and under or backside of the weld to protect from atmospheric contamination. 4. Filler metal is to be applied to all manually-performed welds appropriate for the base material being welded. 5. Only inert gas shielded welding processes are to be used for spool fabrication. 6. Provide butt welds with 100 PCT penetration to the interior or back side of the weld joint. 7. Weld reinforcement on both sides of the weld are to be smooth, uniform and no more than 1/16 IN in height. 3.4 FIELD QUALITY CONTROL A. Test piping systems in accordance with Specification Section 40 05 00. 3.5 CLEANING A. Clean in accordance with Specification Section 40 05 00. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid VALVES - BASIC REQUIREMENTS 40 05 51 - 1 SECTION 40 05 51 VALVES - BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Valving, actuators, and valving appurtenances. B. Related Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Section 01 61 03 - Equipment - Basic Requirements. 4. Section 09 96 00 - High Performance Industrial Coatings. 5. Section 40 05 00 - Pipe and Pipe Fittings - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. B1.20.1, Pipe Threads, General Purpose. b. B16.1, Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250. c. B16.18, Cast Copper Alloy Solder Joint Pressure Fittings. 2. ASTM International (ASTM): a. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. b. D256, Standard Test Methods for Determining the Izod Pendulum Impact Resistance of Plastics. c. D638, Standard Test Method for Tensile Properties of Plastics. d. D648, Standard Test Method for Deflection Temperature of Plastics Under Flexural Load in the Edgewise Position. e. D695, Standard Test Method for Compressive Properties of Rigid Plastics. f. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 3. American Water Works Association (AWWA): a. C207, Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. b. C500, Standard for Metal-Seated Gate Valves for Water Supply Service. c. C504, Standard for Rubber-Seated Butterfly Valves. d. C507, Standard for Ball Valves, 6 IN through 48 IN (150 MM through 1200 MM). e. C509, Standard for Resilient-Seated Gate Valves for Water Supply Service. f. C550, Standard for Protective Coatings for Valves and Hydrants. g. C606, Standard for Grooved and Shouldered Joints. 4. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11, Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 1.3 SUBMITTALS A. Shop Drawings: 1. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. b. Manufacturer's installation instructions. c. Valve pressure and temperature rating. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid VALVES - BASIC REQUIREMENTS 40 05 51 - 2 d. Valve material of construction. e. Special linings. f. Valve dimensions and weight. g. Valve flow coefficient. h. Wiring and control diagrams for electric or cylinder actuators. i. Short Circuit Current Rating (SCCR) nameplate marking per NFPA 70. Include any required calculations per Section 01 61 03. 3. Test reports. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. C. Informational Submittals: 1. Verification from valve actuator manufacturer that actuators have been installed properly, that all limit switches and position potentiometers have been properly adjusted, and that the valve actuator responds correctly to the valve position command. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, refer to individual valve Specification Sections for acceptable manufacturers. 2.2 MATERIALS A. Refer to individual valve Specification Sections. 2.3 VALVE ACTUATORS A. Valve Actuators - General: 1. Provide actuators as specified. 2. Counter clockwise opening as viewed from the top. 3. Direction of opening and the word OPEN to be cast in handwheel or valve bonnet. 4. Size actuator to produce required torque with a maximum pull of 80 LB at the maximum pressure rating of the valve provided and withstand without damage a pull of 200 LB on handwheel or chainwheel or 300 FT-pounds torque on the operating nut. 5. Unless otherwise specified, actuators for valves to be buried, submerged or installed in vaults or manholes shall be sealed to withstand at least 20 FT of submergence. 6. Extension stem: a. Install where shown or specified. b. Solid steel with actuator key and nut, diameter not less than stem of valve actuator shaft. c. Pin all stem connections. d. Center in valve box or grating opening band with guide bushing. B. Exposed Valve Manual Actuators: 1. Provide for all exposed valves not having electric or cylinder actuators. 2. Provide handwheels for gate and globe valves. a. Size handwheels for valves in accordance with AWWA C500. 3. Provide lever actuators for plug valves, butterfly valves and ball valves 3 IN DIA and smaller. a. Lever actuators for butterfly valves shall have a minimum of five intermediate lock positions between full open and full close. b. Provide at least two levers for each type and size of valve furnished. 4. Gear actuators required for plug valves, butterfly valves, and ball valves 4 IN DIA and larger. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid VALVES - BASIC REQUIREMENTS 40 05 51 - 3 5. Gear actuators to be totally enclosed, permanently lubricated and with sealed bearings. 6. Provide chain actuators for valves 6 FT or higher from finish floor to valve centerline. a. Cadmium-plated chain looped to within 3 FT of finish floor. b. Equip chain wheels with chain guides to permit rapid operation with reasonable side pull without "gagging" the wheel. c. For smaller valves with lever or handle operators, provide offset tee handles with attached chain for operation from the operating floor. C. Electric Actuators (480 V, 3 PH): 1. Provide electric valve actuators with integral control devices and a remote pushbutton station, unless valve actuator control station is more than 6 FT above an operating floor; then provide a remote control station. 2. Furnish electric actuator integral with valve consisting of: a. Motor. b. Gearing. c. Handwheel. d. Limit and torque switches. e. Lubricants. f. Heating elements. g. Wiring. h. Terminals for motor power and controls. i. Drive nut. 3. Housing/enclosure: a. Provide cast iron gear housing and cast iron load bearing enclosure. b. Non load bearing enclosure and housing: Aluminum or cast iron. c. Rated for area classification shown on Drawings. d. Provide O-ring seals for covers and entries. e. Terminal and limit switch compartment covers are to be fastened to gear housing by stainless steel fasteners with capture device to prevent loss. 4. Motors: a. Provide motors that are totally enclosed, high torque design made expressly for valve actuator service and capable of operating the valve under full differential pressure for complete open-close and reverse cycle of travel at least twice in immediate succession without overheating. b. Design motors in accordance with NEMA MG 1 standards, with Class B insulation, and to operate successfully at any voltage within 10 PCT above or below rated voltage. c. Provide positive method to ensure motor bearings are permanently lubricated. d. Provide three thermal switches imbedded in windings: 1) 120 DEG apart. 2) Provide motor shutdown at high temperature. e. Motor housing: 1) Aluminum or cast iron. 2) Totally enclosed nonventilated with cooling fins. f. Provide motor capable of operating in any position. g. Provide motor sealed from gearcase to allow any mounting position. h. Provide motors suitable for 480 V, 3 PH, 60 Hz. 2.4 FABRICATION A. End Connections: 1. Provide the type of end connections for valves as required in the Piping Schedules presented in Section 40 05 00. 2. Comply with the following standards: a. Threaded: ASME B1.20.1. b. Flanged: ASME B16.1, Class 125 unless otherwise noted or AWWA C207. c. Bell and spigot or mechanical (gland) type: AWWA/ANSI C111/A21.11. d. Soldered: ASME B16.18. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid VALVES - BASIC REQUIREMENTS 40 05 51 - 4 e. Grooved: Rigid joints per Table 5 of AWWA C606. B. Refer to individual valve Specification Sections for specifications of each type of valve used on Project. C. Nuts, Bolts, and Washers: 1. Wetted or internal to be bronze or stainless steel. a. Exposed to be zinc or cadmium plated. D. On Insulated Piping: Provide valves with extended stems to permit proper insulation application without interference from handle. E. Epoxy Interior Coating: Provide epoxy interior coating for all ferrous surfaces in accordance with AWWA C550. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Painting Requirements: Comply with Section 09 96 00 for High Performance Industrial Coatings. C. Setting Buried Valves: 1. Locate valves installed in pipe trenches where buried pipe indicated on Drawings. 2. Set valves and valve boxes plumb. 3. Place valve boxes directly over valves with top of box being brought to surface of finished grade. 4. Install in closed position. 5. Place valve on firm footing in trench to prevent settling and excessive strain on connection to pipe. 6. After installation, backfill up to top of box for a minimum distance of 4 FT on each side of box. D. Support exposed valves and piping adjacent to valves independently to eliminate pipe loads being transferred to valve and valve loads being transferred to the piping. E. For grooved coupling valves, install rigid type couplings or provide separate support to prevent rotation of valve from installed position. F. Install electric or cylinder actuators above or horizontally adjacent to valve and gear box to optimize access to controls and external handwheel. G. For threaded valves, provide union on one side within 2 FT of valve to allow valve removal. H. Install valves accessible for operation, inspection, and maintenance. 3.2 ADJUSTMENT A. Adjust valves, actuators and appurtenant equipment to comply with Section 01 75 00. 1. Operate valve, open and close at system pressures. B. For all 120 VAC and 480 VAC electric actuators, employ and pay for services of valve actuator manufacturer's field service representative to: 1. Inspect valve actuators covered by this Specification Section. 2. Supervise adjustments and installation checks: a. Open and close valves electrically under local manual and demonstrate that all limit switches are properly adjusted and that switch contacts are functioning properly by verifying the inputs are received at the remote input/output (RIO) panels or local control panel as appropriate. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid VALVES - BASIC REQUIREMENTS 40 05 51 - 5 b. Position modulating valves electrically under local manual control and demonstrate that the valve position feedback potentiometer is properly adjusted and that the feedback signal is received at the RIO panels or local control panel as appropriate. c. Simulate a valve position command signal at the RIO panel or local control panel as appropriate and demonstrate that the valve is controlled to the desired position without excessive hunting. 3. Provide Owner with a written statement that the valve actuator manufacturer has verified that the actuators have been installed properly, that all limit switches and position potentiometers have been properly adjusted and that the valve actuator responds correctly to the valve position command. 3.3 VALVE SCHEDULE A. Provide the following valves: Tag Number Location Size (Inches) Valve Type Section Type Actuator GV-1 8” Forcemain 8 Gate 40 05 61 Isolation Buried Square Nut GV-2 6” Forcemain 6 Gate 40 05 61 Isolation Buried Square Nut ARV-1 6” Pump Discharge Header 2 Air Release 40 05 52 Air Release NA END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid VALVES - BASIC REQUIREMENTS 40 05 51 - 6 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MISCELLANEOUS VALVES 40 05 52 - 1 SECTION 40 05 52 MISCELLANEOUS VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Air release and vacuum relief valves. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 01 61 03 - Equipment - Basic Requirements. 4. Section 40 05 51 - Valves - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250. 2. American Water Works Association (AWWA): a. C512, Standard for Air-Release, Air-Vacuum, and Combination Air Valves for Waterworks Service. b. C550, Standard for Protective Interior Coatings for Valves and Hydrants. 3. Canadian Standards Association (CSA). 4. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 40 05 51. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the manufacturers listed in the applicable Articles below are acceptable. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 AIR RELEASE AND VACUUM RELIEF VALVES A. General: Conform to AWWA C512. B. Alternate 1: 1. Wastewater: a. Air Release Valve: 1) Acceptable manufacturers: a) GA Industries, Figure 925 or 927. b) APCO S-400. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid MISCELLANEOUS VALVES 40 05 52 - 2 2) Materials: a) Body and cover: Cast iron or semi-steel. b) Float and linkage: Stainless steel. c) Seat: Viton or Buna-N. 3) Design requirements: a) Working pressure: 38 PSI. b) Release 10 CUFTM at 10 PSI differential at 75 PSI line pressure. c) Inlet 2 IN NPT, outlet 1/2 IN NPT. d) Flush accessories: (1) Inlet shut-off valve. e) Provide isolation ball valve. 2.3 ACCESSORIES A. Furnish any accessories required to provide a completely operable valve. 2.4 FABRICATION A. Completely shop assemble unit including any interconnecting piping, speed control valves, control isolation valves and electrical components. B. Provide internal epoxy coating suitable for potable water for all iron body valves in accordance with AWWA C550. 2.5 SOURCE QUALITY CONTROL A. Shop hydrostatically test to unit test pressure. 2.6 MAINTENANCE MATERIALS A. Provide one set of any special tools or wrenches required for operation or maintenance for each type valve. PART 3 - EXECUTION 3.1 INSTALLATION A. General: See Specification Section 01 61 03 and Specification Section 40 05 51. B. Air Release Valves: 1. Pipe exhaust to a suitable disposal point. 2. Where exhausted to a trapped floor drain, terminate exhaust line 6 IN minimum above floor. C. Float-Operated Valves: Install baffle around float to minimize turbulence adjacent to float. 3.2 FIELD QUALITY CONTROL A. Clean, inspect, and operate valve to ensure all parts are operable and valve seats properly. B. Check and adjust valves and accessories in accordance with manufacturer's instructions and place into operation. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid GATE VALVES 40 05 61 - 1 SECTION 40 05 61 GATE VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Gate valves. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 40 05 51 - Valves - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. American Water Works Association (AWWA): a. C500, Standard for Metal-Seated Gate Valves for Water Supply Service. b. C504, Standard for Rubber-Seated Butterfly Valves. c. C550, Standard for Protective Epoxy Interior Coatings for Valves and Hydrants. 3. Manufacturers Standardization Society of the Valve and Fittings Industry Inc. (MSS): a. SP-9, Spot Facing for Bronze, Iron and Steel Flanges. b. SP-70, Cast Iron Gate Valves, Flanged and Threaded Ends. c. SP-80, Bronze Gate, Globe, Angle and Check Valves. 1.3 DEFINITIONS A. OS&Y: Outside Screw and Yoke. B. NRS: Non-rising Stem. C. RS: Rising Stem. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 40 05 51. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the manufacturers listed in the applicable Articles below are acceptable. B. Submit request for substitution in accordance with Specification Section 01 25 13. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid GATE VALVES 40 05 61 - 2 2.2 VALVES: WATER (HOT, COLD, HEATING, COOLING, SERVICE, PROCESS, POTABLE, NON-POTABLE, AND WASTEWATER) A. Resilient Wedge Gate Valves, 2 to 48 IN (Water, Wastewater Application): 1. Comply with AWWA C509. 2. Materials: a. Stem and stem nut: Bronze. 1) Wetted bronze parts in low zinc bronze. 2) Aluminum bronze components: Heat treated per AWWA C504. b. Body, gate: Ductile iron. c. Resilient wedge: Fully encapsulated rubber wedge. Ethylene Propylene Diene Monomer (EPDM). 3. Design requirements: a. Minimum 150 PSIG working pressure. b. Buried: NRS, O-ring stem seal, 2 IN square operating nut. c. Exposed: NRS, O-ring, stem seal, handwheel. d. Counter clockwise open rotation. e. Fusion bonded epoxy coating interior and exterior except stainless steel and bearing surfaces. 1) Comply with AWWA C550. 2) Wetted bronze parts in low zinc bronze. 3) Aluminum bronze components: Heat treated per AWWA C504. 4. Acceptable manufacturers: a. Clow. b. Mueller. c. American Flow Control. d. M & H. 2.3 ACCESSORIES A. Refer to Drawings and valve schedule for type of actuators. 1. Furnish actuator integral with valve. B. Refer to Specification Section 40 05 51 for actuator requirements. 2.4 FABRICATION A. General: 1. Provide valves with clear waterways the full diameter of the valve. B. Spot valves in accordance with MSS SP-9. PART 3 - EXECUTION 3.1 INSTALLATION A. See Specification Section 40 05 51. B. Where larger buried valves utilize smaller bypass valves, provide a second valve box installed over the bypass valve operating nut. C. Do not install gate valves inverted or with the stems sloped more than 45 DEG from the upright unless the valve was ordered and manufactured specifically for this orientation. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid BALL VALVES 40 05 63 - 1 SECTION 40 05 63 BALL VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ball valves. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Section 40 05 51 - Valves - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. c. A276, Standard Specification for Stainless Steel Bars and Shapes. d. A351, Standard Specification for Castings, Austenitic, for Pressure-Containing Parts. 2. American Water Works Association (AWWA): a. C507, Standard for Ball Valves, 6 IN through 48 IN. 3. Manufacturers Standardization Society of the Valve and Fittings Industry Inc. (MSS): a. SP-110, Ball Valves; Threaded, Socket-Welding, Solder Joint, Grooved and Flared Ends. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 40 05 51. 3. Test results for AWWA valves. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the manufacturers listed in the applicable Articles below are acceptable. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 METALLIC BALL VALVES 1/4 TO 3 IN DIA A. Comply with MSS SP-110. B. Manufacturers: 1. Apollo. 2. Jamesbury. 3. Watts. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid BALL VALVES 40 05 63 - 2 4. Stockham. 5. Nibco. C. Materials (All Stainless Steel): 1. Body: Three-part stainless steel, ASTM A351 CF8M. 2. Ball: Stainless steel ASTM A276. 3. Seats: RPTFE. D. Design Requirements: 1. Rated for a minimum of: a. 500 PSI CWP. b. 150 PSI of saturated steam. c. 29 IN vacuum. 2. Two-position lockable handle. 3. Stem with blowout-proof design. 4. Balancing stop for all applications. 5. Bodies with mounting pad for applications requiring actuators. 2.3 ACCESSORIES A. Refer to Drawings and valve schedule for type of actuators. 1. Furnish actuator integral with valve. B. Refer to Specification Section 40 05 51 for actuator requirements. 2.4 SOURCE QUALITY CONTROL A. Product Testing: MSS SP-110. PART 3 - EXECUTION 3.1 INSTALLATION A. See Specification Section 40 05 51. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid COMPUTER NETWORK AND HUMAN MACHINE INTERFACE (HMI) HARDWARE 40 62 16 - 1 SECTION 40 62 16 COMPUTER NETWORK AND HUMAN MACHINE INTERFACE (HMI) HARDWARE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Computer network and HMI hardware requirements, which include, but are not necessarily limited to: a. Panel Mounted OIT (Operator Interface Terminals). b. Ethernet Switches. c. Software. d. Accessories and Maintenance Materials. B. Related Specification Sections include, but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 40 90 00 - Instrumentation for Process Control: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Institute of Electrical and Electronics Engineers, Inc. (IEEE): a. 802.3, Information Technology - Local and Metropolitan Area Networks - Part 3: Carrier Sense Multiple Access with Collision Detection (CSMA/CD) Access Method and Physical Layer Specifications. 1) 802.3u: IEEE Standards for Local and Metropolitan Area Networks: Supplement to Carrier Sense Multiple Access with Collision Detection (CSMA/CD) Access Method and Physical Layer Specifications Media Access Control (MAC) Parameters, Physical Layer, Medium Attachment Units, and Repeater for 100 Mb/s Operation, Type 100BASE-T. 2) 802.3x: IEEE Standards for Local and Metropolitan Area Networks: Specification for 802.3 Full Duplex Operation. 1.3 DEFINITIONS A. HMI: Human Machine Interface. B. LCD: Liquid Crystal Display. C. OIT: Operator Interface Terminal. D. OPC: “OLE for Process Control”, a software standard utilizing a client/server model that makes interoperability possible between automation/control applications and field systems/devices. E. PC: Personal Computer. F. RAID: Redundant Array of Independent Disks, a method of storing the same data in different places on multiple hard disks. G. RAM: Random Access Memory. H. SCSI: Short for Small Computer System Interface, a parallel interface standard used for attaching peripheral devices to computers. I. SDRAM: Synchronous Dynamic RAM. J. SNMP: Simple Network Management Protocol, a set of protocols for managing complex networks. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid COMPUTER NETWORK AND HUMAN MACHINE INTERFACE (HMI) HARDWARE 40 62 16 - 2 K. TFT: Thin-Film Transistor, a technology for building LCD screens. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 40 90 00. 3. Product technical data including: a. Acknowledgement that products submitted meet requirements of standards referenced. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the manufacturers listed within the following Articles are acceptable. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 PANEL MOUNTED OPERATOR INTERFACE PANELS (OIT) A. Acceptable Manufacturers: 1. Allen-Bradley Panel View Plus7 Model 2711-T10C21085. No equal. B. Provide Panel Mounted Operator Interface Panels (OITs) as shown on the Drawings and the Schedule herein. C. Design and Fabrication: 1. Display: Color graphics. 2. Touch screen. 3. 24 VDC power supply. 4. Real time battery-backed clock, time stamp data. 5. Provide password protection to prevent unauthorized entries for a minimum of two (2) levels: a. Authorization to operate. b. Authorization to adjust setpoints. 6. Operating temperature: 32 DEGF to 131 DEGF. 7. Humidity: 10 to 90 PCT RH non-condensing. 8. Configuration software: a. Provide latest version of configuration software licensed to Owner. 2.3 ETHERNET SWITCHES A. Acceptable Manufacturers: 1. Siemens Model RS900G-24-2sfp-xx with (2) single mode sfp with LC connections, and (2) LC/LC patch cables. No equal. B. Provided Managed Ethernet Switches and Unmanaged Ethernet Switches as shown on the Drawings and the Schedule herein. C. Managed Ethernet Switches: 1. Design and fabrication: a. Support Ethernet 100 MBit/s. b. Support SNMP and Web based management. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid COMPUTER NETWORK AND HUMAN MACHINE INTERFACE (HMI) HARDWARE 40 62 16 - 3 c. Rapid Spanning Tree Protocol. d. IGMP (Internet Group Management Protocol) support for IP multicast filtering to enable switches to automatically route messages only to appropriate ports. e. 10/100/1000 MBit/s twisted pair ports (RJ45) as required for communication with devices as depicted in the Contract Documents. 1) Unless otherwise noted, provide at least two (2) spare 10/100/1000 MBit/s port (twisted pair) at each Ethernet switch. f. Check all received data for validity. 1) Discard invalid and defective frames or fragments. g. Monitor connected TP/TX line segments for short-circuit or interrupt using regular link test pulses in accordance with IEEE 802.3. h. Monitor attached fiber optic lines for open circuit conditions in accordance with IEEE 802.3. i. As applicable, meet requirements of IEEE 802.3. j. Power switch with [two (2) independent 24 VDC power inputs] [24 VDC power input]. 1) [Automatically switch without loss of operation from primary to secondary power input in the event of loss of supply to the primary power input.] k. Provide LED status lights to indicate: 1) Power: Supply voltage present. 2) Fault. 3) Port status. l. Environmental rating: 1) Humidity: 95 PCT relative humidity, non-condensing. 2.4 SOFTWARE A. Provide all software and associated programming/configuration required to meet performance requirements of the Contract Documents. 1. At substantial completion of the Project: a. Turn current software programs and licenses for all software over to the Owner in the Owner's name and install the latest version, upgrade or service pack for all software. b. Provide the respective software supplier's Comprehensive Support Contract for all software covering a full one (1) year warranty period following substantial completion which shall provide no cost software upgrades, service packs and tech support from the software supplier. B. HMI Software: 1. Subject to compliance with the Contract Documents, the following HMI software packages are acceptable: a. Rockwell Automation Factory Talk View Machine Edition. No equal. C. Ethernet Network Management Software: 1. Software to include an OPC Server, capable of integrating real-time SNMP data into OPC client enabled HMI software databases. 2. Software shall allow control of polling rate for SNMP requests, as well as limit access to write SNMP data on each SNMP point. D. Provide each workstation and server with the latest edition of the following software: 1. Operating system: Microsoft Windows. 2. Microsoft Office Suite. E. All software must be latest edition and licensed to the Owner. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid COMPUTER NETWORK AND HUMAN MACHINE INTERFACE (HMI) HARDWARE 40 62 16 - 4 2.5 ACCESSORIES AND MAINTENANCE MATERIALS A. Provide all accessories required to furnish a complete computer-based network for the control system to accomplish the requirements of the Drawings and Specifications. B. Furnish Owner with the following extra materials: 1. One (1) spare Ethernet switch of each type utilized. PART 3 - EXECUTION 3.1 DEMONSTRATION A. Demonstrate system in accordance with Specification Section 01 75 00. 3.2 INSTALLATION AND CHECKOUT A. Provide installation and checkout in accordance with Specification Section 40 90 00. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 1 SECTION 40 63 43 PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Programmable logic controller (PLC) control system(s), including Hardware, software, programming, documentation, and training. B. Related Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 01 61 03 - Equipment - Basic Requirements. 4. Section 26 05 19 - Wire and Cable - 600 Volt and Below. 5. Section 40 62 16 - Computer Network and Human Machine Interface (HMI) Hardware. 6. Section 40 67 00 - Control System Equipment Panels and Racks. 7. Section 40 90 00 - Instrumentation for Process Control - Basic Requirements. 8. Section 40 90 05 - Control Loop Descriptions. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. The Institute of Electrical and Electronics Engineers, Inc. (IEEE): a. C37.90.2, Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. b. C62.41.2, Recommended Practice on Characterization of Surges in Low-Voltage (1000 V and Less) AC Power Circuits. 2. National Electrical Manufacturers Association (NEMA): a. ICS 1, Industrial Control and Systems General Requirements. B. Qualifications: 1. Installation supervisor shall have had experience in overseeing installation and startup of at least three (3) similar installations within the last 5 years. 2. Programmer(s) shall have had experience in programming PLCs for at least two (2) projects of similar size and complexity. 3. Control panels and programming shall be by Townsend Controls. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Product technical data including: a. Annotated copies of complete PLC software programs. 1) Provide one PDF-format file with fully annotated PLC code that can be read without the native configuration and programming environment on electronic media (DVD or USB drive). 2) Provide written descriptions completely defining all function blocks used in program. 3) Provide list of all addresses referenced in logic diagram with description of data associated with each address (Tag database). b. Results of factory testing or simulation procedures. c. Drawings containing the following information to be submitted as part of Specification Section 40 67 00 (control panels) submittals: 1) Arrangement drawings for PLC system components. Provide CAD and PDF. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 2 2) Panel and enclosure plans, sections and details. 3) Access opening locations and required clearances for each panel and enclosure. 4) Enclosure internal wiring and terminal blocks. d. DIP Switch and Jumper Settings, if applicable. e. I/O Rack and I/O Module Layout. f. Wiring and Interconnection diagrams. 1) Power Supplies. 2) I/O Points. 3) Communications. g. Catalog cut sheets containing information on PLC components to be submitted as part of these Specification Section submittals. h. The Rockwell programming shall use no source protection, meaning the PLC and HMI programming will be fully accessible and fully documented for the City of Pasco staff to use. Ownership of the programs shall be turned over to the city upon completion of the project. A fully documented electronic version of the program shall be delivered to the City of Pasco upon completion of project. 3. Certifications: a. Qualifications of installation supervisor. b. Qualifications of programmer(s). 4. Software Licenses: a. Documentation proving all software package licenses are assigned to owner. B. Operation and Maintenance Data: 1. See Specification Section 01 33 04 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 2. Program Documentation. a. Program Overview. b. Program Listing. c. I/O Listing. d. Memory Map. e. I/O Cross Reference. 3. Submit maintenance procedures available to Owner. a. Include the location and phone numbers of service centers (including 24 HR "hot lines"). b. Provide specific information including operation and maintenance requirements, programming assistance, troubleshooting guide, parts ordering, field service personnel requests, and service contracts. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. PLC System Complete: a. Rockwell Automation: Allen-Bradley Compact Logix L30ER. No equal. 2. PLC Programming: a. Townsend Controls. No equal. B. Products nearing their "End of Life" shall not be used. "Used" hardware shall also not be used. 2.2 PERFORMANCE AND DESIGN REQUIREMENTS A. The PLC system shall accomplish the control requirements of the Loop Descriptions, Drawings, and Specifications. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 3 B. The PLC system shall operate in ambient conditions of 32 to 140 DEGF temperatures and 5 to 95 PCT relative humidity without the need for purging or air conditioning. C. Environmental Controls: 1. Furnish circulation fans in solid state control system enclosures. 2. Over-temperature switches shall be utilized to provide special cooling if required to maintain operating temperatures within the manufacturer's specified range. 3. Air conditioning applications shall include means of preventing moisture condensation. D. Where the PLC is utilized to control multiple trains of equipment and where the equipment in each train operates as a unit relatively independent of other equipment trains (e.g., facility with multiple boiler units or filter trains), the PLC components (I/O modules, power supplies, etc.) shall be assigned so that the failure of any one (1) component does not affect equipment on all trains. 1. I/O modules shall be segregated on a train basis unless required otherwise for safety reasons. 2. Where several equipment units operate in parallel, but are not considered assigned to a particular equipment train (e.g., multiple raw water pumps or chemical feed pumps all discharging into a common system), the PLC I/O modules associated with each equipment unit shall be assigned so that the failure of any one (1) I/O module does not affect all of the parallel operating equipment units. 2.3 HARDWARE A. Processor shall include diagnostic indicators for power, mode, low battery, communications ports, and memory and I/O errors. B. I/O modules shall be capable of being replaced while under power. C. All I/O modules shall report to the CPU should a terminal block fail or be removed. D. Analog output modules shall have a resolution of at least 12 bits. E. Provide electric isolation between logic and field device. F. Field wiring shall not be disturbed when removing or replacing an I/O module. Every wire shall be labeled at terminations. G. Power Supply Units: 1. Electrical service to PLC system is 105 to 125 V, 60 Hz, +/- 10 PCT, 1 PH power. H. All PLC control system components shall be capable of meeting or exceeding electromagnetic interference tests per IEEE C37.90.2. I. Incorporate the following minimum safety measures: 1. Watchdog function to monitor: a. Internal processor clock failure. b. Processor memory failure. c. Loss of communication between processor and I/O modules. d. Processor ceases to execute logic program. 2. Safety function wiring: Emergency shutdown switches shall not be wired into the controller. 3. Safe wiring: a. Unless otherwise specified, activation of alarms and stopping of equipment shall result from the de-energization of control circuits, rather than the energization of control circuits. b. Low voltage control signal wires: 1) Place in conduit segregated for that purpose only. 2) Twisted shielded wire pair. 3) Not located in the same conduit or bundle with power wiring. 4. Initial safety conditions: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 4 a. Utilize program module to dictate output states in a known and safe manner prior to running of control program. b. Utilize program each time PLC is re-initiated and the control program activated. 5. Monitoring of internal faults and display: a. Internal PLC system status and faults shall be monitored and displayed. 1) Monitored items shall include: a) Memory ok/loss of memory. b) Processor ok/processor fault. c) Scan time overrun. 6. Control of programs: Protect access to PLC program loading with password protection or with locked, key operated selector switches. a. Provide passwords and/or keys to owner at Substantial Completion. 7. Design PLC system with high noise immunity to prevent occurrence of false logic signals resulting from switching transients, relay and circuit breaker noise or conducted and radiated radio frequency interference. 8. Operator intervention: a. Logic system failure shall not preclude proper operator intervention. b. Safety shutdown of equipment or a system shall require manual operator intervention before the equipment or system operation may be reestablished. 2.4 SOFTWARE A. All software will be furnished by Townsend Controls, all software and programming costs shall be included in the Contractors bid price. 1. Once project is accepted as complete, transfer all licenses and media to owner. 2. All software must be latest edition and licensed to the Owner. B. Programming. 1. Languages supported: All application programming in IEC 61131-3 compliant language. 2. Program PLC utilizing ladder diagram. 3. Protect program via removable key switch or password to prevent unauthorized changes. Provide password and/or programming keys to owner. 4. Capable of on-line and off-line programming. C. PLC program Structure. 1. Clear, concise, well-annotated logic. 2. Implement a modular design to allow specific functions to be replicated to ensure consistency. 3. Program shall align with the control strategies. Include comments reflecting alignment with control strategies. 4. Include named variables that reflect the actual use of the variable. 5. Annotate program listing to include the following (using the features of the appropriate PLC programming software): a. Clearly identified variables, I/O points, contacts, and analog values. b. Written description of each functional area. c. Written description of each rung's function. d. Reference to control loop number for each rung where applicable. e. Reference to instrumentation tag number of I/O devices for each rung where applicable. 2.5 COMPONENTS A. PLC System Central Processor Unit (CPU): 1. CPU shall provide communications with other control systems and man-machine interfaces as specified. 2. CPU shall include capability to modify logic via an Ethernet port without taking processor off line. 3. Memory: a. Battery-backed RAM. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 5 b. Non-volatile program storage via flash EEPROM: 1) Automatically download to RAM in the event RAM is corrupted. 4. Memory battery backup shall be capable of 180 days memory retention with fresh battery. a. Provide visual indication of battery status and alarm low battery voltage. b. Memory battery backup shall be capable of 28 days memory retention after the "Battery Low" indicating LED is on. 5. Plug-in card designed to allow quick field replacement of faulty devices. a. Provide unit designed for field replacement and expansion of memory without requiring rewiring or use of special tools. 6. 20 PCT minimum spare useable memory capacity after all required programming is in place and operating. 7. Capable of executing all control functions required by the Specifications and Drawings. 8. Built-in three-mode (proportional-integral-derivative) control capabilities. a. As directly selectable algorithms requiring no user knowledge of programming languages. 9. Lighted status indicators for "RUN" and "FAILURE". 10. Capable of manual or automatic control mode transfer from the operating console stations or from within the control strategy. a. Transfer shall be bumpless and balanceless. B. Input/output (I/O) Modules: 1. Provide plug-in modular-type I/O racks with cables to connect to all other required PLC system components. 2. Provide I/O system with: a. I/O solid state boards with status lights indicating I/O status. b. Electric isolation between logic and field device. c. Capability of withstanding low energy common mode transient to 1000 V without failure. d. Incorporate noise suppression design. e. Capable of meeting or exceeding electrical noise tests, NEMA ICS 1-109.60-109.66. f. Capable of being removed and inserted into the I/O rack under power, without affecting any other I/O modules in the rack. g. Install 20 PCT spare I/O points for each type. 3. Input/output connection requirements: a. Make connections to I/O subsystem by terminating all field wiring on terminal blocks within the I/O enclosure. b. Prewire I/O modules to terminal blocks. c. Provide terminal blocks with continuous marking strip. d. Size terminals to accommodate all active data base points and spares. e. Provide terminals for individual termination of each signal shield. f. Field wiring shall not be disturbed when removing or replacing an I/O module. 4. Discrete I/O modules: a. Interface to ON/OFF devices. b. I/O status indicator on module front. c. Voltage rating to match circuit voltage. d. Output module current rating: 1) Match maximum circuit current draw. 2) Minimum 1.0 continuous A/point for 120 VAC applications. e. Isolated modules for applications where one (1) module interfaces with devices utilizing different sources of power. 5. Discrete outputs shall be fused: a. Provide one (1) fuse per common or per isolated output. b. Provide blown fuse indication. c. External fusing shall be provided if output module does not possess internal fusing. d. Fuses provided external to output model shall: 1) Be in accordance with module manufacturer's specifications. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 6 2) Be installed at terminal block. 6. Analog I/O modules: a. Input modules to accept signals indicated on Drawings or Specifications. b. Minimum 12 bit resolution. c. I/O chassis supplied power for powering connected field devices. d. Differential inputs and outputs. e. User configurable for desired fault-response state. f. Provide output signals as indicated on Drawings and Specifications. g. Individual D/A converter for each output module. h. Individual A/D converter for each input module. C. Power Supply Units: 1. Provide regulated power units: a. Designed to operate with PLC system and shall provide power to: 1) All components of PLC system. 2) All two-wire field instruments. 3) Other devices as indicated on Drawings or Specifications. b. Capable of supplying PLC system when all of the specified spare capacity is utilized. c. Each power supply shall be sized such that it will carry no more than 75 PCT of capacity under normal loads. 2. Electrical service to PLC system is 105 to 125 V, 60 Hz, +1 PCT, 1 PH power. 3. Separate AC circuit breakers shall be provided for each power supply. 4. If the PLC system is field expandable beyond the specified spare capacity, and if such expansion requires power supply modification, note such requirements in the submittals and allow room for power supply modification in the PLC system enclosure. 5. Capable of meeting or exceeding electrical noise tests, NEMA ICS 1-109.60-109.66. 6. Power distribution: a. Immune to transients and surges resultant from noisy environment. b. Shall provide constant voltage level DC distribution to all devices. 7. Provide Allen Bradley 1606-XLS240-UPS uninterruptible power supply (UPS) to sustain full power to UPS powered loads listed below for a minimum of 30 minutes following loss of primary power and to ensure that the transient power surges and dips do not affect the operation of the PLC system. a. UPS powered loads: 1) All rack mounted PLC components. 2) Local operator consoles. 3) All power supplies furnished with the PLC and associated loads. b. Input: 1) 24 VDC. 2) 60 Hz. 3) Line fuse protection. c. Output: 1) 12 VDC. 2) 60 Hz. 3) Short circuit protected. 4) Instantaneous transfer time. d. IEEE C62.41 Class A voltage surges of 6000 V attenuated to less than 50 V on the output. e. Battery: Maintenance free lead acid. In battery tray on back panel. D. PLC System Enclosure: 1. In accordance with Specification Section 40 67 00 – Control Panels. 2. Component placement: a. Mount all controller components vertically within the enclosure to allow maximum convection cooling. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 7 b. Either install power supplies above all other equipment with at least 10 IN of clearance between the power supply and the enclosure top, or adjacent to other components, but with sufficient spacing for circulation of cooling air. c. Do not place I/O racks directly above the CPU or power supply. d. Locate incoming line devices (isolation or constant voltage transformers, local power disconnects, surge suppressors, etc.) so as to keep power wire runs within an enclosure as short as possible. e. If items such as magnetic starters, contactors, relays, and other electromagnetic devices must be located within the same enclosure as the PLC system components, place a barrier with at least 6 IN of separation between the magnetic area and the control area. f. Place circulating fans close to major heat generating devices. g. Segregate input/output modules into groups of identical type. 3. Wiring and grounding to be in accordance with Specification Section 40 67 00. 4. Termination requirements: a. In accordance with Specification Section 40 67 00. b. Make connections to I/O subsystem by terminating all field wiring on terminal blocks within the enclosure. c. Prewire I/O modules to terminal blocks. d. Size terminals to accommodate all active database points and spares. e. Provide terminals for individual termination of each signal shield. f. Field wiring shall not be disturbed when removing or replacing an I/O module. g. Label all wires in PLC cabinet. This shall include field wires on new back panel terminals. E. PLC System Software and Programming: 1. Provide all hardware and programming required to provide communication between the PLC and the human-machine interface. 2. Coordinate with HMI programmer to allow modification of all setpoint through the HMI utilizing appropriate security considerations. 3. Provide programming to accomplish all control and monitoring requirements of the Drawings and Specifications. 4. Full documentation capability. 5. Online and offline programming. 6. Offline simulation prior to download. 7. Program over network capability. 8. Two-step commands requiring PLC programmer verification prior to modification of any programming. 9. All I/O addresses shall be mapped into a ladder rung. An individual program file shall be created for each DI, DO, AI, and AO. 2.6 ACCESSORIES A. Provide all accessories required to install and test a complete PLC control system to accomplish the requirements of the Drawings and Specifications. B. Provide all programming cables required to configure the PLC logic. 2.7 SOURCE QUALITY CONTROL A. Provide a performance test after factory completion and prior to shipment. 1. Conduct a test where the system is operated continuously and checked for correct operation including loop controls, displays, printing, keyboard functions, alarm responses, and on/off sequencing control. 2. Conduct testing with simulated I/O to verify each control loop operation. 3. Allow for Owner and Engineer representatives to witness program testing. a. Provide minimum of 15 days notice prior to testing. 4. Do not ship prior to successful completion of this testing program. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 8 2.8 MAINTENANCE MATERIALS A. Furnish Owner with the following extra materials: 1. One (1) spare CPU for every 4 field CPUs or fraction thereof installed. 2. One (1) spare I/O card of each card type for every 10 cards or fraction thereof installed. 3. One (1) spare power supply for every 10 power supplies or fraction thereof installed. 4. [One (1) spare UPS for the entire system. 5. One (1) spare HMI touchscreen. 6. One (1) complete spare motor starter setup. B. Include a complete bill of materials indicating detailed part model number. C. Include a complete set of all special tools required to install, maintain and test the PLCs. PART 3 - EXECUTION 3.1 FUNCTIONALITY A. Complete System. 1. Provide all programming, configuration, coordination, integration, and testing required for furnishing a fully functioning system. 2. Programming shall include addition of lift station status monitoring of all PLC I/O to Owner’s Wonderware Master SCADA software, including but not limited to wetwell level, pump starts and runtimes, pump motor ampacity, heartbeat from lift station PLC from loss of communication and items included on the P&ID. a. PLC programming structure and programming documentation shall be submitted for review and approval prior to implementation. 3. Programming shall include addition of lift station historical data and tags to Owner’s Wonderware Historian software Master SCADA software, including but not limited to wetwell level, pump starts and runtimes, pump motor ampacity, items included on the P&ID. 4. Programming shall include addition of lift station critical alarms to Owner’s alarm notification Master SCADA software WIN-911. 3.2 FACTORY TESTING A. After assembly, wiring, configuration, and programming, and prior to shipment of the control system to the project site, verify system functionality by applying test signals to all input points and observing system response at output points. B. Submit a factory test report indicating how the system was tested and which items were tested. C. After Owner has had sufficient time to review the factory test report, provide an opportunity for Owner and Owner’s technical representative to witness a factory acceptance test. D. Retain the system in test configuration until approval of the factory acceptance test. 3.3 INSTALLATION A. Install PLC control system in accordance with manufacturer's written instructions. 3.4 FIELD QUALITY CONTROL A. Employ and pay for services of equipment manufacturer's field service representative(s) to: 1. Inspect equipment covered by these Specifications. 2. Supervise adjustments and installation checks. 3. Maintain and submit an accurate daily or weekly log of all commissioning functions. a. All commissioning functions may be witnessed by the Engineer. b. All reports shall be cosigned by the Contractor and the Engineer if witnessed. 4. Conduct startup of equipment and perform operational checks. 5. Provide Owner with a written statement that manufacturer's equipment has been installed properly, started up, and is ready for operation by Owner's personnel. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 9 3.5 COMMISSIONING AND ACCEPTANCE A. Commission system in accordance with Specification Section 01 75 00, System Startup. B. Demonstrate system in accordance with Specification Section 26 08 13, Acceptance Testing. 3.6 TRAINING A. Employee of the manufacturer or certified representative to provide operation and maintenance training at the Project site after the system has successfully undergone all field testing and acceptance procedures. B. Training shall be scheduled for all lift station operation staff prior to project completion. C. As a minimum, training shall cover: 1. Hardware overview. 2. Software overview. 3. Documentation. 4. Maintenance. 5. Trouble shooting. 6. Operation, e.g., changing set points, passwords, etc. 3.7 DOCUMENTATION A. Update O&M manuals to reflect as-built conditions. 3.8 SUPPORT A. Provide on-call technical support for a period of one (1) year after substantial completion. Include a minimum of two site visits to work with owner on any final modifications to the logic. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PROGRAMMABLE LOGIC CONTROLLER (PLC) CONTROL SYSTEM 40 63 43 - 10 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 1 SECTION 40 67 00 CONTROL SYSTEM EQUIPMENT PANELS AND RACKS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for control panels and enclosures utilized as follows: a. Unless noted otherwise, all control panels and enclosures housing control components that are specified in Section 40 72 00. B. This Section is only applicable to panels furnished with Division 11 equipment packages when so stated in the applicable Division 11 Section. C. This Section is only applicable to panels housing Division 26 specified equipment (e.g., motor starters, lighting controls, etc.) when so stated in the applicable Division 26 section. D. Related Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Division 11 - Equipment. 4. Division 26 - Electrical. 5. Section 40 72 00 - Level Measurement. 6. Section 40 90 00 – Instrumentation for Process Control – Basic Requirements 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American National Standards Institute (ANSI). 2. ASTM International (ASTM): a. B75, Standard Specification for Seamless Copper Tube. 3. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). b. ICS 4, Industrial Control and Systems: Terminal Blocks. 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC): 1) Article 409, Industrial Control Panels. 2) Article 504, Intrinsically Safe Systems. 5. Underwriters Laboratories, Inc. (UL): a. 508A, Standard for Safety Industrial Control Panels. b. 698A, Standard for Industrial Control Panels Relating to Hazardous (Classified) Locations. c. 913, Standard for Safety Intrinsically Safe Apparatus and Associated Apparatus for Use in Class I, II, and III, Division 1, Hazardous (Classified) Locations. B. Miscellaneous: 1. Approved supplier of Industrial Control Panels under provisions of UL 508A or UL 698A. a. Entire assembly shall be affixed with a UL 508A or UL 698A label "Listed Enclosed Industrial Control Panel" prior to shipment to the jobsite. b. Control panel(s) without an affixed UL 508A or UL 698A label shall be rejected and sent back to the Contractor’s factory. 1.3 DEFINITIONS A. Panel: Control panels or enclosures listed in the schedule included in this Specification Section. B. Foreign Voltages: Voltages that may be present in circuits when the panel main power is disconnected. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 2 C. Intrinsically Safe: 1. A device, instrument or component that will not produce sparks or thermal effects under normal or abnormal conditions that will ignite a specified gas mixture. 2. Designed such that electrical and thermal energy limits inherently are at levels incapable of causing ignition. D. Intrinsically Safe Circuit: A circuit in which any spark or thermal effect is incapable of causing ignition of a mixture of flammable or combustible material in air under test conditions as prescribed in UL 913. E. Cable: Multi-conductor, insulated, with outer sheath containing either building wire or instrumentation wire. F. Instrumentation Cable: 1. Multiple conductor, insulated, twisted or untwisted, with outer sheath. 2. Instrumentation cable is typically either TSP (twisted-shielded pair) or TST (twisted- shielded triad), and is used for the transmission of low current or low voltage signals. G. Ground Fault Circuit Interrupter (GFCI): A type of device (e.g., circuit breaker or receptacle) which detects an abnormal current flow to ground and opens the circuit preventing a hazardous situation. H. Programmable Logic Controller (PLC): A specialized industrial computer using programmed, custom instructions to provide automated monitoring and control functions by interfacing software control strategies to input/output devices. I. Remote Terminal Unit (RTU): An industrial data collection device designed for location at a remote site, that communicates data to a host system by using telemetry such as radio, dial-up telephone, or leased lines. J. Input/Output (I/O): Hardware for the moving of control signals into and/or out of a PLC. K. Supervisory Control and Data Acquisition (SCADA): Used in process control applications, where programmable logic controllers (PLCs) perform control functions but are monitored and supervised by computer workstations. L. Highway Addressable Remote Transducer (HART): An open, master-slave protocol for bus addressable field instruments. M. Digital Signal Cable: Used for the transmission of digital communication signals between computers, PLCs, etc. N. Uninterruptible Power Supply (UPS): A backup power unit that provides continuous power when the normal power supply is interrupted. O. Loop Calibrator: Portable testing and measurement tool capable of accurately generating and measuring 4-20ma DC analog signals. 1.4 SUBMITTALS A. Shop Drawings: 1. See Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Section 40 90 00. 3. Prepared with computer aided design (CAD) software. 4. Printed on 11 by 17 IN sheets. 5. Drawings shall include a title block containing the following: a. Plant or facility name where panel(s) are to be installed. b. Drawing title. c. Drawing number. d. Revision list with revision number and date e. Drawing date. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 3 f. Drawing scale. g. Manufacturer name, address, and telephone number. 6. Cover sheet for each drawing set shall indicate the following: a. Plant or facility name. b. Project name. c. Submittal description. d. Revision number. e. Issue date. 7. Table of contents sheet(s) shall indicate the following for each drawing in the set: a. Drawing number. b. Drawing title. c. Sheet number. 8. Legend and abbreviation sheet shall indicate the following: a. Description of symbols and abbreviations used. b. Panel construction notes including enclosure NEMA rating, finish type and color, wire type, wire color strategy, conductor sizes, and wire labeling strategy. c. Confirmation that the panel(s) are to be affixed with a UL 508A or UL 698A label prior to shipment from the factory. 9. Bill of Material for each panel shall include the following component information: a. Instrument tag number. b. Quantity. c. Functional name or description. d. Manufacturer. e. Complete model number. f. Size or rating. 10. Panel exterior layout drawings to scale and shall indicate the following: a. Panel materials of construction, dimensions, and total assembled weight. b. Panel access openings. c. Conduit access locations. d. Front panel device layout. e. Nameplate schedule: 1) Nameplate location. 2) Legend which indicates text, letter height and color, and background color. 3) Short Circuit Current Rating (SCCR) marking per NFPA 70 or statement of exception. Include any required calculations. f. Alarm annunciator window engraving schedule. g. Layouts of graphic panels or mosaic displays. 11. Panel interior layout drawings shall be drawn to scale and shall indicate the following: a. Sub-panel or mounting pan dimensions. b. Interior device layouts. c. PLC general arrangement layouts. d. Wire-way locations, purpose, and dimensions. e. Terminal strip designations. f. Location of external wiring and/or piping connections. g. Location of lighting fixtures, switches and receptacles. 12. Wiring diagrams shall consist of the following: a. Panel power distribution diagrams. b. Control and instrumentation wiring diagrams. c. PLC I/O information: 1) Model number of I/O module. 2) Description of I/O module type and function. 3) Rack and slot number. 4) Terminal number on module. 5) Point or channel number. 6) Programmed point addresses. 7) Signal function and type. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 4 d. Wiring diagrams shall identify each wire as it is to be labeled. 13. Drawings for new back panel shall be provided to the City in both PDF and CAD format. B. Manufacturer catalog cut sheets for enclosure, finish, panel devices, control auxiliaries, and accessories. C. Electrical load calculations for each panel: 1. Total connected load. 2. Peak electrical demand for each panel. D. Climate control calculations for each panel. 1. Verify that sufficient dissipation and/or generation of heat is provided to maintain interior panel temperatures within the rated operating temperatures of panel components. E. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. 2. See Section 40 90 00. F. Informational Submittals: 1. Record Drawings: a. Updated panel drawings delivered with the panel(s) from the Contractor’s factory. b. Drawings shall be enclosed in transparent plastic and firmly secured within each panel. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Panel heaters: a. Hoffman Enclosures, Inc. b. Rittal. c. Hammond Manufacturing. 2. Heat exchangers and air conditioners: a. Hoffman Enclosures, Inc. b. Rittal. c. Hammond Manufacturing. 3. Cooling fans and exhaust packages: a. Hoffman Enclosures, Inc. b. Rittal. 4. Internal corrosion inhibitors: a. Hoffman Enclosures, Inc.; Model A-HCI. b. Northern Technologies International Corporation (NTIC); Model Zerust VC. c. Cortec Corporation; Model VpCl Emitting Systems. B. Submit request for substitution in accordance with Section 01 25 13. 2.2 FABRICATION A. General: 1. Fabricate panels with instrument arrangements and dimensions identified in the Contract Documents. 2. Provide panel(s) with the required enclosure rating per NEMA 250 to meet classifications identified in the Contract Documents. 3. Devices installed in panel openings shall have a NEMA enclosure rating at least equal to the panel enclosure rating. a. Devices that cannot be obtained with an adequate NEMA rating shall be installed behind a transparent viewing window. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 5 b. The window shall maintain the required NEMA rating of the enclosure. 4. Panel(s) shall be completely assembled at the Contractor’s factory. a. No fabrication other than correction of minor defects or minor transit damage shall be performed on panels at the jobsite. 5. Painting: a. Panels fabricated from steel shall have their internal and external surfaces prepared, cleaned, primed, and painted. 1) Mechanically abrade all surfaces to remove rust, scale, and surface imperfections. 2) Provide final surface treatment with 120 grit abrasives or finer, followed by spot putty to fill all voids. 3) Utilize solvent or chemical methods to clean panel surfaces. 4) Apply surface conversion of zinc phosphate prior to painting to improve paint adhesion and to increase corrosion resistance. 5) Electrostatically apply polyester urethane powder coating to all inside and outside surfaces. 6) Bake powder coating at high temperatures to bond coating to enclosure surface. a) Panel interior shall be white with semi-gloss finish. b) Panel exterior shall be ANSI #61 gray with flat finish. 7) Application of alkyd liquid enamel coating shall be allowed in lieu of polyester urethane powder for wall mounted NEMA 1 or NEMA 12 rated panels. b. Panels fabricated from stainless steel, aluminum, or fiberglass shall not be painted. 6. Finish opening edges of panel cutouts to smooth and true surface conditions. a. Panels fabricated from steel shall have the opening edges finished with the panel exterior paint. 7. Panels shall meet all requirements of UL 508A or UL 698A. a. If more than one (1) disconnect switch is required to disconnect all power within a panel or enclosure, provide a cautionary marking with the word "CAUTION" and the following or equivalent, "Risk of Electric Shock-More than one (1) disconnect switch required to de-energize the equipment before servicing." 8. Provide control panel in accordance with NFPA 70, Article 409. a. In the event of any conflict between NFPA 70, Article 409 and UL 508A or UL 698A, the more stringent requirement shall apply. 9. Provide equipment or control panels with Short Circuit Current Rating (SCCR) labeling as required by NFPA 70 and other applicable codes. a. Determine the SCCR rating by one of the following methods: 1) Method 1: SCCR rating meets or exceeds the available fault current of the source equipment when indicated on the Drawings. 2) Method 2: SCCR rating meets or exceeds the source equipment’s Amp Interrupting Current (AIC) rating as indicated on the Drawings. 3) Method 3: SCCR rating meets or exceeds the calculated available short circuit current at the control panel. b. The source equipment is the switchboard, panelboard, motor control center or similar equipment where the control panel circuit originates. c. For Method 3, provide calculations justifying the SCCR rating. Utilize source equipment available fault current or AIC rating as indicated on the Drawings. B. Internal Panel Wiring: 1. Panel wire duct shall be installed between each row of components, and adjacent to each terminal strip. a. Route wiring within the panel in wire-duct neatly tied and bundled with tie wraps. b. Follow wire-duct manufacturer's recommended fill limits. c. Wire-duct shall have removable snap-on covers and perforated walls for easy wire entrance. d. Wire-duct shall be constructed of nonmetallic materials with rating in excess of the maximum voltage carried therein. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 6 2. Wiring shall be installed such that if wires are removed from one (1) device, source of power will not be disrupted to other devices. 3. Splicing and tapping of wires permitted only at terminal blocks. 4. Wire bunches to doors shall be secured at each end so that bending or twisting will be around longitudinal axis of wire. a. Protect bend area with sleeve. 5. Arrange wiring neatly, cut to proper length, with surplus wire removed. a. Arrange wiring with sufficient clearance. b. Provide abrasion protection for wire bundles that pass through openings or across edges of sheet metal. 6. AC circuits shall be routed separate from analog signal cables and digital signal cables. a. Separate by at least 6 IN, except at unavoidable crossover points and at device terminations. 7. Separation of intrinsically safe circuit conductors and non-intrinsically safe circuit conductors: a. Secure conductors so that any intrinsically safe circuit conductor that might come loose from a terminal is unlikely to come into contact with another terminal. b. Separate non-intrinsically safe circuit conductors from intrinsically safe circuit conductors by one of the following methods: 1) Separation of non-intrinsically safe circuit conductors from intrinsically safe circuit conductors by at least 2 IN (50 mm). 2) Separation of non-intrinsically safe circuit conductors from intrinsically safe circuit conductors by use of a grounded metal partition 0.0359 IN (0.91 mm) or thicker. 3) Separation of non-intrinsically safe circuit conductors from intrinsically safe circuit conductors by use of an approved insulating partition that extends to within 0.0625 IN (1.5 mm) of the enclosure walls. 4) Where either (1) all of the intrinsically safe circuit conductors or (2) all of the non- intrinsically safe circuit conductors are in grounded metal-sheathed or metal-clad cables where the sheathing or cladding is capable of carrying fault current to ground. 8. Separate different intrinsically safe circuit conductors from each other by one of the following means: a. The conductors of each circuit are within a grounded metal shield. b. The conductors of each circuit have insulation with a minimum thickness of 0.01 IN (0.25 mm). 9. Provide minimum clearance of 0.125 IN (3 mm) between uninsulated parts of intrinsically safe field wiring conductors connected to terminals and grounded metal or other conducting parts. 10. Wiring to pilot devices or rotary switches shall be individually bundled and installed with a "flexible loop" of sufficient length to permit the component to be removed from panel for maintenance without removing terminations. 11. Conductors for AC and DC circuits shall be type MTW stranded copper listed for operation with 600 V at 90 DEGC. a. Conductor size shall be as required for load and 16 AWG minimum. b. Internal panel wiring color code: 1) AC circuits: a) Power wiring: Black. b) Control interconnections: Yellow. c) Neutral: White. d) Ground: Green. 2) Low voltage DC circuits: a) Power wiring: Blue. b) Control interconnections: Violet. 3) Foreign voltage circuits: Pink. 4) Annunciator circuits: Red. 5) Intrinsically safe circuits: Light Blue. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 7 12. Analog signal cables shall be of 600 V insulation, stranded copper, twisted-shielded pairs. a. Conductor size: 18 AWG minimum. b. Terminate shield drain conductors to ground only at one (1) end of the cable. 13. High precision 250 ohm resistors with 0.25 PCT accuracy shall be used where 4 - 20 mA DC analog signals are converted to 1 - 5 VDC signals. a. Resistors located at terminal strips. b. Resistors terminated using individual terminal blocks and with no other conductors. c. Resistor leads shall be un-insulated and of sufficient length to allow test or calibration equipment (e.g., HART communicator, loop calibrator) to be properly attached to the circuit with clamped test leads. 14. Analog signals for devices in separate enclosures shall not be wired in series. a. Loop isolators shall be used where analog signals are transmitted between control enclosures. 15. Wire and cable identification: a. Wire and cables numbered and tagged at each termination. b. Wire tags: 1) Slip-on, PVC wire sleeves with legible, machine-printed markings. 2) Adhesive, snap-on, or adhesive type labels are not acceptable. c. Markings as identified in the Shop Drawings. C. Grounding Requirements: 1. Equipment grounding conductors shall be separated from incoming power conductors at the point of entry. 2. Minimize grounding conductor length within the enclosure by locating the ground reference point as close as practical to the incoming power point of entry. 3. Bond electrical racks, chassis and machine elements to a central ground bus. a. Nonconductive materials, such as paint, shall be removed from the area where the equipment contacts the enclosure. 4. Bond the enclosure to the ground bus. 5. Panel-mounted devices shall be bonded to the panel enclosure or the panel grounding system by means of locknuts or pressure mounting methods. 6. Sub-panels and doors shall be bonded to ground. 7. Associated apparatus (connected to intrinsically safe circuits) and associated cable shields: a. Ground in accordance with the associated control drawing (drawing provided for the intrinsically safe circuit and which contains manufacturer’s entity parameters). D. Termination Requirements: 1. Wiring to circuits external to the panel connected to interposing terminal blocks. 2. Terminal blocks rigidly mounted on DIN rail mounting channels. 3. Terminal strips located to provide adequate space for entrance and termination of the field conductors. 4. One (1) side of each strip of terminal blocks reserved exclusively for the termination of field conductors. 5. Terminal block markings: a. Marking shall be the same as associated wire marking. b. Legible, machine-printed markings. c. Markings as identified in the shop drawings. 6. Terminal block mechanical characteristics, and electrical characteristics shall be in accordance with NEMA ICS 4. 7. Terminal blocks with continuous marking strips. a. Each terminal block shall be identified with machine printed labels. 8. Terminals shall facilitate wire sizes as follows: a. 120 VAC applications: Conductor size 12 AWG minimum. b. Other: Conductor size 14 AWG minimum. 9. Analog signal cable shield drain conductors shall be individually terminated. 10. Install minimum of 20 PCT spare terminals. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 8 11. Bladed, knife switch, isolating type terminal blocks where control voltages enter or leave the panel. 12. Fused terminal blocks shall be used in the following circuits: a. Control voltage is used to energize a solenoid valve. b. DC power is connected to 2-wire, loop-powered instruments. 13. Fused terminal blocks shall be provided with blown fuse indicators. 14. When control circuits require more than one (1) field conductor connected to a single wiring point, a sufficient number of terminal points shall be connected internally to allow termination of only one (1) field conductor per terminal block. 15. DIN rail mounting channels shall be installed along full length of the terminal strip areas to facilitate future expansion. 16. Connections to devices with screw type terminals shall be made using spade-tongue, insulated, compression terminators. 17. Intrinsically safe circuit termination: a. Provide at least 0.25 IN (6 mm) clearance between two terminals for connection of field wiring of different intrinsically safe circuits, unless this clearance is permitted to be reduced by the control drawing this is provided for the intrinsically safe circuit and which contains manufacturer’s entity parameters. b. Identify intrinsically safe circuits at terminal and junction locations in a manner that is intended to prevent unintentional interference with the circuits during testing and servicing as required by NEC, Article 504. E. Component Mounting and Placement: 1. Components shall be installed per manufacturer instructions. 2. Control relays and other control auxiliaries shall be mounted on DIN rail mounting channels where practical. 3. Front panel devices shall be mounted within a range of 40 to 70 IN above the finished floor, unless otherwise shown in the Contract Documents. 4. PLC and I/O rack installation: a. Located such that the LED indicators and switches are readily visible with the panel door open. b. Located such that repair and/or replacement of component can be accomplished without the need to remove wire terminations or other installed components. 5. Locate power supplies with sufficient spacing for circulation of air. 6. Where components such as magnetic starters, contactors, relays, and other electromagnetic devices are installed within the same enclosure as the PLC system components, provide a barrier of at least 6 IN of separation between the “power area containing the electromagnetic devices” and the “control area”. 7. Components mounted in the panel interior shall be fastened to an interior sub-panel using machine screws. a. Fastening devices shall not project through the outer surface of the panel enclosure. 8. Excess mounting space of at least 20 PCT for component types listed below to facilitate future expansion: a. Fuse holders. b. Circuit breakers. c. Control relays. d. Time delay relays. e. Intrinsically safe barriers and relays. 9. Components installed on sub-panels shall be provides with a minimum spacing between component and wire duct of 1 IN. a. Minimum of 2 IN separation between terminal strips and wire ducts. F. Power Distribution: 1. Main incoming power circuits shall be protected with a thermal magnetic circuit breaker. a. Limit load to maximum of 80 PCT of circuit breaker rating. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 9 2. Component types listed below shall be individually fused so that they may be individually de-energized for maintenance: a. PLC power supply modules. b. Single-loop controllers. c. Recorders. d. Alarm annunciators. 3. Each control panel with PLC components shall be furnished with power protection in the form of a double conversion UPS. 4. Equip each panel with necessary power supplies with ratings required for installed equipment and with minimum 25 PCT spare capacity. 5. Constant voltage transformers, balancing potentiometers, and rectifiers as necessary for specific instrument requirements. G. Internal Panel Lighting and Service Receptacles: 1. Panels less than or equal to 4 FT wide: a. One (1) electrical GFCI duplex receptacle. b. One (1) compact fluorescent light fixture with manual switch(es). 2. Panels or panel faces greater than 4 FT wide: a. One (1) duplex electrical GFCI receptacle per 6 FT of length. b. Continuous fluorescent lighting strip with manual switches. H. Environmental Controls: 1. Outdoor panels: a. Outdoor temperature range of -30 DEGF through 120 DEGF. 1) Thermostat controlled heaters to maintain temperature approximately 10 DEGF above ambient dew point for condensation prevention inside the panels. b. Outdoor temperature range of -30 DEGF through 120 DEGF. 1) Thermostat controlled closed-loop heat exchangers or closed-loop air conditioners if required to maintain temperature inside each enclosure below the maximum operating temperature rating of the components inside the panel. c. Internal corrosion inhibitors. 2. Environmental control components: a. Panel heaters: 1) Thermostat controlled. 2) Fan driven. 3) Components mounted in an anodized aluminum housing. 4) Designed for sub-panel mounting. 5) Powered from 120 VAC and protected with a dedicated circuit breaker. b. Cooling fans and exhaust packages: 1) Cooling fan with louver or grill and replaceable filter. 2) Designed to be mounted within a panel cutout to provide positive airflow through the panel. 3) Cooling fan and exhaust louvers shall be designed and listed to maintain a NEMA 12 enclosure rating. 4) Fitted with replaceable, high-density foam or synthetic fiber. 5) Cooling fan controlled with a separately mounted thermostat with bi-metal sensor and adjustable dial for temperature setting. 6) Powered from 120 VAC and protected with a dedicated circuit breaker. c. Heat exchangers and air conditioners: 1) Dual-loop design to isolate panel interior air from exterior air. 2) Thermostat controlled. 3) Operate from 120 VAC and protected with a dedicated circuit breaker. d. Internal corrosion inhibitors: 1) Contains chemical which vaporizes and condenses on surfaces in the enclosure. 2) Inhibitor shall be applied in accordance with manufacturer instructions for the enclosure volume. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 10 3) Inhibitor shall be applied in the panel(s) prior to shipment from the Contractor’s factory. 2.3 MAINTENANCE MATERIALS A. Extra Materials: 1. Quantity of 25 PCT replacement lamps for each type installed (minimum of 12 of each type). 2. Minimum 12 replacement filters for each type installed. 3. One (1) quart of exterior finish touch-up paint. 4. One (1) complete set of replacement corrosion inhibitors in sealed packages for each panel. PART 3 - EXECUTION 3.1 FACTORY TESTING A. Scope: Inspect and test entire panel assembly to verify readiness for shipment. B. Location: Contractor’s factory. C. Factory Tests: 1. Tests shall be fully documented and signed by the Contractor’s factory supervisor. 2. The panel shop shall fully test the control panel for correct wiring. a. Each I/O point shall be checked by measuring or connecting circuits at the field terminal blocks. 3. Burn-in test: Panel(s) shall be fully energized for a minimum period of 48 HRS. 4. A PLC Central Processing Unit (CPU) shall be obtained and connected to the panel(s) if necessary for testing purposes. 5. Testing equipment (such as digital multi-meters, analog loop calibrators, and laptop computers with PLC programming software) shall be used as required for testing. 6. The following functions shall be tested as a minimum: a. Demonstrate functions of the panel(s) required by the Contract Documents. b. Correctness of wiring from all panel field terminals to all I/O points and to all panel components. c. Simulate and test each discrete signal at the field terminal strips. d. Simulate and test each analog signal using loop calibrators. e. Correct operation of communications between PLC system Central Processing Units (CPUs) and Remote I/O bases. f. Correct operation of single-loop controllers (including digital communication to microprocessor based devices). g. Correct operation of all digital communication devices. h. Demonstrate online and offline diagnostic tests and procedures. i. Notify the Engineer in writing a minimum of 15 calendar days prior to the Factory Tests. 1) Engineer has the option to witness all required tests. 7. Make following documentation available to the Engineer at test site during the tests: a. Contract Documents. b. Factory Demonstration Testing procedures. c. List of equipment to be testing including make, model, and serial number. d. Shop Drawing submittal data for equipment being tested. 8. Deficiencies shall be corrected prior to shipment from the Contractor’s factory. 3.2 INSTALLATION A. Anchor panels in a manner to prevent the enclosure from racking, which may cause the access doors to become misaligned. B. Obtain approved panel layouts prior to installation of conduits. C. Install products in accordance with manufacturer’s instructions. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 11 END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL SYSTEM EQUIPMENT PANELS AND RACKS 40 67 00 - 12 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid LEVEL INSTRUMENTATION 40 72 00 - 1 SECTION 40 72 00 LEVEL INSTRUMENTATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Level Transmitters: a. Submersible Level Sensor and Transmitter. 2. Level Switches: a. Float-Tilt Type Level Switch. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 40 90 00 - Instrumentation for Process Control: Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. B16.5, Pipe Flanges and Flanged Fittings. 2. ASTM International (ASTM): a. A106, Standard Specification for Seamless Carbon Steel Pipe for High Temperature Service. 3. American National Standards Institute (ANSI). 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 40 90 00. B. Operation and Maintenance Manuals: 1. See Specification Section 01 33 04 for requirements for: a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. 1.4 SYSTEM DESCRIPTION A. The instruments specified in this Specification Section are the primary element components for the control loops shown on the "I" series Drawings and specified in Specification Section 40 90 05. B. These instruments are integrated with other control system components specified under Specification Section 40 90 00 series to produce the functional control defined in the Contract Documents. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the manufacturers listed in the Articles describing the elements are acceptable. B. Submit request for substitution in accordance with Specification Section 01 25 13. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid LEVEL INSTRUMENTATION 40 72 00 - 2 C. Submersible Level Sensor and Transmitter: 1. Acceptable manufacturers: a. Measurement Specialties (KPSI Model No. 750S14D4A010.000000.000B10050A). b. Or pre-approved equal. 2. Specifications: a. General: 1) Measurement Principle: Differential-pressure (hydrostatic) based on the height of the liquid head with the use an integrated strain gauge or Ceramic Capacitive Sensor (CCS). a) Open (to atmosphere) or Closed Tanks. b) Fully submersible. c) Stainless Steel d) Vented cable. 2) Minimum/Maximum Span: Coordinate with Engineer based on wetwell depth. 3) Accuracy: ±0.25 PCT of span. 4) Thermal Error: ±0.10% FSO/°C 5) Protection Rating: IP 68, NEMA 6P b. Process Connection: 1) None: Mount vertically at the bottom of tank. c. Display and Configuration: 1) Output variables: Pressure (converted to level). 2) Output Units: psi. d. Electrical: 1) Signal Power: Loop-powered, 2-wire, 24 VDC. 2) Current Output: Analog 4-20 mA 3) Cable entry: 1/2 IN NPT connection to attached jacketed cable. e. Materials of Construction: 1) Probe: 316SS, Viton, Titanium. 2) Cable: Hytrel, FEP, HDPE f. Environment: 1) Ambient Temperature: -40 to 212 DEGF (-40 to 100 DEGC). 2) Humidity: Up to 100 PCT, non-condensing. 3) Process Temperature: -4 to 104 DEGF (-20 to 60 DEGC). 4) Process Pressure: 0 to 35 PSIG. 2.2 LEVEL SWITCHES A. Float-Tilt Type Level Switch: 1. Acceptable manufacturers: a. Anchor Scientific Inc. b. Consolidated Electric. c. Contegra. 2. Materials: a. Float material: Polypropylene or Teflon coated type 316 stainless steel. b. Cable jacket: PVC, neoprene. c. Cable clamp: Polypropylene or 316 stainless steel. 3. Design and fabrication: a. Mercury-free switch. b. Provide switch complete with flexible electrical cables. c. DPST contact rated at 1 amp at 120 VAC. d. Direct acting float switch: 1) Switch actuates on rising level. 2) Switch deactuates when liquid falls 1 IN below actuation level. e. Terminate cables in junction box. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid LEVEL INSTRUMENTATION 40 72 00 - 3 f. Process temperature: max. 120 DEGF. g. Install floats per drawing details. 2.3 ACCESSORIES A. Furnish all mounting brackets, hardware and appurtenances required for mounting primary elements and transmitters. 1. Materials, unless otherwise specified, shall be as follows: a. Bolts, nuts, washers, expansion anchors: 316 stainless steel. b. Mounting brackets: 1) Standard: 316 stainless steel. c. Mounting plates, angles: 1) Corrosive areas: 316 stainless steel. d. Instrument pipe stands: 1) Standard: Hot-dip galvanized 2 IN schedule 40, ASTM A106, Grade B carbon steel. 2) Corrosive areas: 316 stainless steel. B. Provide handheld communicator compatible for all intelligent transmitters furnished. 1. Hand held communicator shall provide capability to check calibration, change transmitter range, and provide diagnostics. 2. If these features are provided with the intelligent transmitter that is accessible, the hand held communicator is not required. C. Cable lengths between sensors and transmitters shall be continuous (without splices) and as required to accommodate locations as shown on Drawings. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install instrument mounting pipe stands level and plumb. C. Locate instrument piping and tubing so as to be free of vibration and interference with other piping, conduit, or equipment. D. Keep foreign matter out of the system. E. Remove all oil on piping and tubing with solvent before piping and tubing installation. F. Plug all open ends and connections to keep out contaminants. G. Threaded Connection Seals: 1. Use Tite-Seal or acceptable alternate. 2. Use of lead base pipe dope or Teflon tape is not acceptable. 3. Do not apply Tite-Seal to tubing threads of compression fittings. H. Instrument Mounting: 1. Mount all instruments where they will be accessible from fixed ladders, platforms, or grade. 2. Mount all local indicating instruments with face forward toward the normal operating area, within reading distance, and in the line of sight. 3. Mount instruments level, plumb, and support rigidly. 4. Mount to provide: a. Protect from heat, shock, and vibrations. b. Provide accessibility for maintenance. c. Free from interference with piping, conduit and equipment. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid LEVEL INSTRUMENTATION 40 72 00 - 4 3.2 TRAINING A. Provide on-site training in accordance with Specification Section 01 75 00. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid INSTRUMENTATION FOR PROCESS CONTROL - BASIC REQUIREMENTS 40 90 00 - 1 SECTION 40 90 00 INSTRUMENTATION FOR PROCESS CONTROL - BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Basic requirements for complete instrumentation system for process control. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 26 05 19 - Wire and Cable - 600 Volt and Below. 4. Section 40 67 00 - Control System Equipment Panels and Racks. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Canadian Standards Association (CSA). 2. FM Global (FM). 3. The International Society of Automation (ISA): a. 7.0.01, Quality Standard for Instrument Air. b. S5.1, Instrumentation Symbols and Identification. c. S5.3, Graphic Symbols for Distributed Control/Shared Display Instrumentation, Logic and Computer Systems. d. S5.4, Standard Instrument Loop Diagrams. e. S20, Standard Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves. 4. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 5. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 6. National Institute of Standards and Technology (NIST). 7. Underwriters Laboratories, Inc. (UL): a. 913, Standard for Safety, Intrinsically Safe Apparatus and Associated Apparatus for Use in Class I, II, and III, Division 1, Hazardous (Classified) Locations. B. Qualifications: 1. Instrumentation subcontractor: a. Whitney Equipment, no equal. C. Miscellaneous: 1. Comply with electrical classifications and NEMA enclosure types shown on Drawings. 1.3 DEFINITIONS A. Architecturally finished area: Offices, laboratories, conference rooms, restrooms, corridors and other similar occupied spaces. B. Non-architecturally Finished Area: Pump, chemical, mechanical, electrical rooms and other similar process type rooms. C. Hazardous Areas: Class I, II or III areas as defined in NFPA 70. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid INSTRUMENTATION FOR PROCESS CONTROL - BASIC REQUIREMENTS 40 90 00 - 2 D. Highly Corrosive and Corrosive Areas: Rooms or areas identified on the Drawings where there is a varying degree of spillage or splashing of corrosive materials such as water, wastewater or chemical solutions; or chronic exposure to corrosive, caustic or acidic agents, chemicals, chemical fumes or chemical mixtures. E. Outdoor Area: Exterior locations where the equipment is normally exposed to the weather and including below grade structures, such as vaults, manholes, handholes and in-ground pump stations. F. Instrument Air Header: The segment of air supply piping and tubing which transports air from the compressed instrument air source through the branch isolation valve of any takeoff (branch) line. G. Branch Line: The segment of air supply piping and tubing which transports air from the outlet of the air header branch isolation valve through an air user's isolation valve. H. Intrinsically Safe Circuit: A circuit in which any spark or thermal effect is incapable of causing ignition of a mixture of flammable or combustible material in air under test conditions as prescribed in UL 913. I. Calibrate: To standardize a device so that it provides a specified response to known inputs. 1.4 SYSTEM DESCRIPTION A. Control System Requirements: 1. This Specification Section provides the general requirements for the instrument and control system. 2. The instrument and control system consists of all primary elements, transmitters, switches, controllers, computers, recorders, indicators, panels, signal converters, signal boosters, amplifiers, special power supplies, special or shielded cable, special grounding or isolation, auxiliaries, software, wiring, and other devices required to provide complete control of the plant as specified in the Contract Documents. B. All signals shall be directly linearly proportional to measured variable unless specifically noted otherwise. C. Single Instrumentation Subcontractor: 1. Furnish and coordinate instrumentation system through a single instrumentation subcontractor. a. The instrumentation subcontractor shall be responsible for functional operations of all systems, performance of control system engineering, supervision of installation, final connections, calibrations, preparation of Drawings and Operation and Maintenance Manuals, start-up, training, demonstration of substantial completion and all other aspects of the control system. 2. Ensure coordination of instrumentation with other work to ensure that necessary wiring, conduits, contacts, relays, converters, and incidentals are provided in order to transmit, receive, and control necessary signals to other control elements, to control panels, and to receiving stations. 1.5 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Submittals shall be original printed material or clear unblemished photocopies of original printed material. a. Facsimile information is not acceptable. 3. Limit the scope of each submittal to one (1) Specification Section. a. Each submittal must be submitted under the Specification Section containing requirements of submittal contents. b. Do not provide any submittals for Specification Section 40 90 00. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid INSTRUMENTATION FOR PROCESS CONTROL - BASIC REQUIREMENTS 40 90 00 - 3 4. Product technical data including: a. Equipment catalog cut sheets. b. Instrument data sheets: 1) ISA S20 or approved equal. 2) Separate data sheet for each instrument. c. Materials of construction. d. Minimum and maximum flow ranges. e. Pressure loss curves. f. Physical limits of components including temperature and pressure limits. g. Size and weight. h. Electrical power requirements and wiring diagrams. i. NEMA rating of housings. j. Submittals shall be marked with arrows to show exact features to be provided. 5. Loop diagrams per ISA S5.4 as specified in Section 40 67 00. 6. Comprehensive set of wiring diagrams as specified in Section 40 67 00. 7. Panel fabrication drawings as specified in Section 40 67 00. 8. PLC/DCS equipment drawings. 9. HMI graphics. 10. Nameplate layout drawings. 11. Drawings, systems, and other elements are represented schematically in accordance with ISA S5.1 and ISA S5.3. a. The nomenclature, tag numbers, equipment numbers, panel numbers, and related series identification contained in the Contract Documents shall be employed exclusively throughout submittals. 12. All Shop Drawings shall be modified with as-built information/corrections. 13. All panel and wiring drawings shall be provided in both hardcopy and softcopy. a. Furnish electronic files on CD-ROM or DVD-ROM media. b. Drawings in [AUTO CAD] [MicroStation] format. 14. Provide a parameter setting summary sheet for each field configurable device. 15. Certifications: a. Documentation verifying that calibration equipment is certified with NIST traceability. b. Approvals from independent testing laboratories or approval agencies, such as UL, FM or CSA. 1) Certification documentation is required for all equipment for which the specifications require independent agency approval. 16. Testing reports: Source quality control reports. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. 2. Warranties: Provide copies of warranties and list of factory authorized service agents. 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not remove shipping blocks, plugs, caps, and desiccant dryers installed to protect the instrumentation during shipment until the instruments are installed and permanent connections are made. 1.7 SITE CONDITIONS A. Unless designated otherwise on the Drawings, area designations are as follows: 1. Outdoor area: a. Wet. b. Corrosive and/or hazardous when specifically designated on the Drawings or in the Specifications. c. Below grade vaults and manholes: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid INSTRUMENTATION FOR PROCESS CONTROL - BASIC REQUIREMENTS 40 90 00 - 4 1) Subject to temporary submergence when specifically designated on the Drawings or Specifications. 2. Architecturally finished area: a. Dry. b. Noncorrosive unless designated otherwise on the Drawings or in the Specifications. c. Nonhazardous unless designated otherwise on the Drawings or in the Specifications. 3. Non-architecturally finished area: As designated elsewhere on the Drawings or in the Specifications. PART 2 - PRODUCTS 2.1 NEMA TYPE REQUIREMENTS A. Provide enclosures/housing for control system components in accordance with the following: 1. Areas designated as wet: NEMA Type 4. 2. Areas designated as wet and/or corrosive: NEMA Type 4X. 3. Areas designated as Class I hazardous, Groups A, B, C, or D as defined in NFPA 70: a. NEMA Type 7 unless all electrical components within enclosure utilize intrinsically safe circuitry. 1) Utilize intrinsically safe circuits to the maximum extent practical and as depicted in the Contract Documents. 4. Areas designated as Class II hazardous, Groups E, F, or G as defined in NFPA 70: a. NEMA Type 9 unless all electrical components within enclosure utilize intrinsically safe circuitry. 1) Utilize intrinsically safe circuits to the maximum extent practical and as depicted in the Contract Documents. 5. Either architecturally or non-architecturally finished areas designated as dry, noncorrosive, and nonhazardous: NEMA Type 12. 6. Areas designated to be subject to temporary submersion: NEMA 6P. 2.2 PERFORMANCE AND DESIGN REQUIREMENTS A. System Operating Criteria: 1. Stability: After controls have taken corrective action, as result of a change in the controlled variable or a change in setpoint, oscillation of final control element shall not exceed two (2) cycles per minute or a magnitude of movement of 0.5 PCT full travel. 2. Response: Any change in setpoint or change in controlled variable shall produce a corresponding corrective change in position of final control element and become stabilized within 30 seconds. 3. Agreement: Setpoint indication of controlled variable and measured indication of controlled variable shall agree within 3 PCT of full scale over a 6:1 operating range. 4. Repeatability: For any repeated magnitude of control signal, from either an increasing or decreasing direction, the final control element shall take a repeated position within 0.5 PCT of full travel regardless of force required to position final element. 5. Sensitivity: Controls shall respond to setpoint deviations and measured variable deviations within 1.0 PCT of full scale. 6. Performance: All instruments and control devices shall perform in accordance with manufacturer's specifications. 2.3 ACCESSORIES A. Provide identification devices for instrumentation system components. B. Provide corrosion resistant spacers to maintain 1/4 IN separation between equipment and mounting surface in wet areas, on below grade walls and on walls of liquid containment or processing areas such as Clarifiers, Digesters, Reservoirs, etc. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid INSTRUMENTATION FOR PROCESS CONTROL - BASIC REQUIREMENTS 40 90 00 - 5 PART 3 - EXECUTION 3.1 INSTALLATION A. Wherever feasible, use bottom entry for all conduit entry to instruments and junction boxes. B. Install electrical components per the requirements of the Electrical design. C. Panel-Mounted Instruments: 1. Mount and wire so removal or replacement may be accomplished without interruption of service to adjacent devices. 2. Locate all devices mounted inside enclosures so terminals and adjustment devices are readily accessible without use of special tools and with terminal markings clearly visible. D. See Specification Section 26 05 19. 3.2 FIELD QUALITY CONTROL A. See Specification Section 01 75 00. B. Maintain accurate daily log of all startup activities, calibration functions, and final setpoint adjustments. 1. Documentation requirements include the utilization of the forms located at the end of this Specification Section. a. Loop Check-out Sheet. b. Instrument Certification Sheet. c. Final Control Element Certification Sheet. C. In the event that instrument air is not available during calibration and testing, supply either filtered, dry, instrument quality air from a portable compressor or bottled, dry, instrument quality air. 1. Do not, under any circumstances, apply hydrostatic test to any part of the air supply system or pneumatic control system. D. Instrumentation Calibration: 1. Verify that all instruments and control devices are calibrated to provide the performance required by the Contract Documents. 2. Calibrate all field-mounted instruments, other than local pressure and temperature gages, after the device is mounted in place to assure proper installed operation. 3. Calibrate in accordance with the manufacturer's specifications. 4. Bench calibrate pressure and temperature gages. a. Field mount gage within seven (7) days of calibration. 5. Check the calibration of each transmitter and gage across its specified range at 0, 25, 50, 75, and 100 PCT. a. Check for both increasing and decreasing input signals to detect hysteresis. 6. Replace any instrument which cannot be properly adjusted. 7. Stroke control valves with clean dry air to verify control action, positioner settings, and solenoid functions. 8. Calibration equipment shall be certified by an independent agency with traceability to NIST. a. Certification shall be up-to-date. b. Use of equipment with expired certifications shall not be permitted. 9. Calibration equipment shall be at least three (3) times more accurate as the device being calibrated. E. Loop check-out requirements are as follows: 1. Check control signal generation, transmission, reception and response for all control loops under simulated operating conditions by imposing a signal on the loop at the instrument connections. a. Use actual signals where available. b. Closely observe controllers, indicators, transmitters, HMI displays, recorders, alarm and trip units, remote setpoints, ratio systems, and other control components. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid INSTRUMENTATION FOR PROCESS CONTROL - BASIC REQUIREMENTS 40 90 00 - 6 1) Verify that readings at all loop components are in agreement. 2) Make corrections as required. a) Following any corrections, retest the loop as before. 2. Stroke all control valves, cylinders, drives and connecting linkages from the local control station and from the control room operator interface. 3. Check all interlocks to the maximum extent possible. 4. In addition to any other as-recorded documents, record all setpoint and calibration changes on all affected Contract Documents and turn over to the Owner. F. Provide verification of system assembly, power, ground, and I/O tests. G. Verify existence and measure adequacy of all grounds required for instrumentation and controls. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL LOOP DESCRIPTIONS 40 90 05 - 1 SECTION 40 90 05 CONTROL LOOP DESCRIPTIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Instrumentation control loops. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 40 90 00 - Instrumentation for Process Control: Basic Requirements. 1.2 QUALITY ASSURANCE A. See Specification Section 40 90 00. 1.3 SYSTEM DESCRIPTION A. The control loop descriptions provide the functional requirements of the control loops represented in the Contract Documents. 1. Descriptions are provided as follows: a. Control system overview and general description. b. Major equipment to be controlled. c. Major field mounted instruments (does not include local gages). d. Manual control functions. e. Automatic control functions/interlocks. f. Major indications provided at local control panels and motor starters/VFD's. g. Remote indications and alarms. B. The control loop descriptions are not intended to be an inclusive listing of all elements and appurtenances required to execute loop functions, but are rather intended to supplement and complement the Drawings and other Specification Sections. 1. The control loop descriptions shall not be considered equal to a bill of materials. C. Provide instrumentation hardware and software as necessary to perform control functions specified herein and shown on Drawings. 1.4 SUBMITTALS A. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. B. See Specification Section 40 90 00. C. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. D. Control Strategy for Record Documents: 1. Obtain this Specification Section 40 90 05 IN electronic format (Microsoft Word) from Engineer at beginning of Project. 2. Revise and update the file monthly during construction and start-up to reflect all changes that occur due to specific equipment and systems supplied on the Project. a. Show all revisions in 'track change' mode. b. Change Specification Section Title to read "Control Loop Descriptions - Contractor Record Document." 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL LOOP DESCRIPTIONS 40 90 05 - 2 c. Reference all changes by Request for Information (RFI) number or Change Proposal Request (CPR) number. d. Submit revised file monthly to Engineer for review. 3. Deliver the revised and updated file as a final control loop description Record Document in the Operation and Maintenance Manual described in Specification Section 01 33 04. 4. Provide both paper copy and electronic copy (on CD-ROM) of the Record Document control loop descriptions in the Operation and Maintenance Manual described in Specification Section 01 33 04. 5. Proposed modifications to Wonderware screens/operation, Historian tags, and Win-911 modifications. PART 2 - PRODUCTS - (NOT APPLICABLE TO THIS SPECIFICATION SECTION) PART 3 - EXECUTION 3.1 CONTROL LOOPS 1. Operator Interface Software/PLC/SCADA Configuration: a. General: b. All calculations, trip points from analog values, timers, numeric manipulations, etc., shall be accomplished in the PLC and not in the operator interface software. c. Alarms: 1) All on/off motors monitored by the PLC system shall have a maximum time value allowed to either open/close or start/stop. 2) Failure to achieve the control function within this maximum time value will result in a time out alarm for each piece of equipment. 3) An alarm will be generated from the PLC to the operator interface software for indication of the control function time out failure (i.e., Pump XXX-XXX FAIL TO START, etc.). 4) Alarms shall be handled with Lift Station existing Win-911 system on Lift Station SCADA computer. Verification of alarms shall be completed during project closeout. 5) Other specific alarms are designated in the control loop descriptions. 6) All alarms are to be sealed in at the PLC until acknowledged via the operator interface. d. Analog inputs: All analog inputs to the PLC shall be configured in the operator interface software for historical trending. e. Operator entries: Entries made by the operator (such as operation modes, setpoints, etc.) shall be displayed on the process screens for information. f. Screens: 1) General: a) The screens for process control/observation shall be configured using a 3-level hierarchy plus an alarm screen, PLC System status screen, Report Selection screen, and real-time/historical trend displays. b) The top level is the system overview. c) The second level is the process screens with the equipment control detail screens the bottom level. 2) System overview: a) The process overview screen shall consist of a full schematic of the process and contain active displays for the major plant flows and levels. b) Each process flow area shall be "active" so that clicking with the mouse will take the operator to a process screen showing full status for all of the items in that process area. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL LOOP DESCRIPTIONS 40 90 05 - 3 c) At the bottom of the process overview screen shall be a button to move to the alarm screen, a button to move to the historical/real time trend display, a button to move to report generation, and a button to move to the PLC system status screen. 3) Process screens: a) The Process Screens shall be developed to show the full status for each piece of equipment within the process displayed. b) The color of the equipment shall vary as well as a text indicator to show the status of each valve, pump, etc. c) All analog values associated with the process displayed shall be shown. d) Each piece of equipment which can be controlled shall be "active" and allow the operator to click on the equipment and bring up a pop-up equipment changes control detail screen. e) There shall be three (3) buttons in the same location at the bottom of each process screen to move back to the system overview screen, the alarm screen, and the trend screen. 4) Equipment control detail pop-up: a) Develop a set of standard equipment control detail pop-ups to be used for each type of equipment controlled from the OIS. b) Each pop-up shall include a DONE button that hides the pop-up when done. c) Equipment symbol elements in the pop-up shall be animated to show when the equipment changes state to the command state. 5) Alarm screen: a) Regardless of which screen an operator is on, a flashing read ALARM box will come up on the current screen directing the user to the alarms screen. b) The flashing red ALARM box will not go away until the alarm is acknowledged by a user. c) All alarms will have a time date stamp and will be printed to a dedicated printer. d) Alarm designation names are called out in the respective control loop description. e) By clicking the alarm box on any screen, the operator will view the Alarm Screen. 6) Screen list: a) System Overview Modifications (1). b) Process Screens (2): 7) Lift Station Modifications. a) Equipment Detail Control Pop-Ups (3): (1) Pump Start/Stop. 8) The OIS displays shall be animated as necessary to clearly convey equipment status, operation modes, process displays, alarms, etc. 9) Interfaces to be addressed are local HMI screen at site, Wonderware at Lift Station operations, and Wonderware at wastewater treatment plant. 2. Equipment: a. Lift Pump 1 b. Lift Pump 2 c. Wetwell Level Transducer d. Wetwell Low Level Float e. Wetwell High Level Float f. Wetwell High-High Level Float 3. Automatic control, monitoring and alarm: a. Townsend Controls to provide in accordance with Pasco City Standards for Lift Station Programming. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid CONTROL LOOP DESCRIPTIONS 40 90 05 - 4 THIS PAGE IS INTENTIONALLY LEFT BLANK DIVISION 43 PROCESS GAS AND LIQUID HANDLING, PURIFICATION, AND STORAGE EQUIPMENT THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - BASIC REQUIREMENTS 43 21 00 - 1 SECTION 43 21 00 PUMPING EQUIPMENT - BASIC REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Pumping equipment. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 01 61 03 - Equipment - Basic Requirements. 4. Section 09 96 00 - High Performance Industrial Coatings. 5. Section 43 25 13 - Pumping Equipment - Submersible Non-Clog. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ANSI/Hydraulic Institute (ANSI/HI): a. 9.6.3, Rotodynamic (Centrifugal and Vertical) Pumps – Guideline for Allowable Operating Region. b. 9.6.4, Rotodynamic Pumps for Vibration Measurements and Allowable Values. c. 9.6.6, Rotodynamic Pumps for Pump Piping. d. 11.6, Rotodynamic Submersible Pump for Hydraulic Performance, Hydrostatic Pressure, Mechanical, and Electrical Acceptance Tests. e. 14.6, Rotodynamic Pumps for Hydraulic Performance Acceptance Tests. B. Coordinate all mechanical seal systems specified to ensure pump and seal compatibility. C. Pump/motor and VFD coordination: See Specification Section 01 61 03. 1.3 DEFINITIONS A. The abbreviations used in this section are defined as follows: 1. AOR: Allowable Operating Range. 2. BEP: Best Efficiency Point. 3. IPS: Iron Pipe Size. 4. NPSH3: Net Positive Suction Head for 3 PCT head loss. 5. POR: Preferred Operating Range. 6. TDH: Total Dynamic Head. 7. TEFC: Totally Enclosed Fan Cooled. B. Pump Service Category: Pump or pumps having identical names (not tag numbers) used for specific pumping service. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 01 61 03. 3. Product technical data including: a. Performance data and curves with flow (GPM), head (FT), horsepower, hydraulic efficiency, rotating speed (RPM), AOR, BEP, POR, NPSH3 requirements, minimum bowl submergence requirements for vertical mixed flow, axial and turbine pumps. b. Pump accessory data. c. Bearing supports, shafting details and lubrication provisions. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - BASIC REQUIREMENTS 43 21 00 - 2 1) Bearing life calculations. 2) Critical speed calculations. d. Solids passage information. 4. Certifications: a. Certified pump performance curves as described in the SOURCE QUALITY CONTROL Article. b. Verification of Primary and Secondary conditions in POR and AOR. 5. Test reports: a. Factory hydrostatic test. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. C. Informational Submittals: 1. Certifications: a. Provide a written statement that manufacturer's equipment has been installed properly, started up and is ready for operation by Owner's personnel. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Pumps: a. See Specification Sections 43 25 13. 2. Mechanical seals: a. Chesterton. b. John Crane. c. Garlock. d. Or as noted in Specification Sections 43 25 13. 3. Seal water station: a. Chesterton. b. John Crane. c. AESSEAL. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 CENTRIFUGAL PUMP DESIGN A. Provide units with increasing head characteristics from the end run out portion of the curve to: 1. Shut-off condition. 2. For Mixed flow, Axial Flow and Propeller pumps to the right hand edge of the AOR. 2.3 ACCESSORIES A. See Specification Section 01 61 03. B. Each Unit: 1. Lifting eye bolts or lugs. 2. Plugged gage cock connection at suction and discharge nozzles. 3. Tapped and plugged openings for casing and bearing housing vents and drains. 4. Fittings for properly adding flushing lubricant. 5. Pressure relief fittings for grease lubrication. C. Packing Seal: 1. Provide packing unless mechanical seal is specified in narrow-scope pump sections. 2. Minimum of five rings graphite impregnated synthetic packing. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - BASIC REQUIREMENTS 43 21 00 - 3 3. Provide minimum 1/4 IN DIA supply tap and 1/2 IN DIA minimum drain tap. 4. Provide split Teflon or bronze water seal ring. 5. Adjustable split follower cast iron or bronze gland. D. Mechanical Seals: 1. Provide as specified in Specification Section 43 25 13. 2. Provide stationary balanced O-ring type. 3. Provide oil] lubrication. 4. Materials: a. Metal parts except springs: 316 stainless steel. b. Springs: Hastelloy C. c. Seal faces: Unfilled carbon graphite versus silica-free Grade 99.5 ceramic. d. Elastomers: Viton. E. Seal Water Station: 1. Provide one unit per pump with manual shut-off valve on all pumps with seals. 2. Features: a. Pressure regulating. b. Flow regulating. c. Cleanable flow tube(s) while in service. d. Hose barb connection. e. Liquid filled pressure gage. 3. Materials of construction: a. Flowmeter tubes: Polysulfone. b. Unit body: Polyoxymethylene. c. Pressure gage: 316 stainless steel case and wetted parts. d. Pressure regulating valve: 316 stainless steel. e. Flow regulating valve: 316 stainless steel. f. Tube fittings: 316 stainless steel. g. Mounting brackets: 316 stainless steel. 4. Service: a. Temperatures up to 150 DEGF. b. Pressure up to 140 PSIG. 5. Connection: a. Hose barb threaded to pump. b. Hose barb to seal water unit. c. Reinforced polyurethane hose: 1) Minimum size: 3/8 IN ID. 2) Minimum pressure rating: a) At 180 DEGF: 115 PSI. b) At 73 DEGF: 200 PSI. 3) Minimum wall thickness: 1/8 IN. d. Non-potable water to shut-off valve: See Section 40 05 00 with isolation ball valve. 6. Mounting: a. To pump or pipe flange with stainless steel bracket. b. Maximum distance from non-potable water to shut-off ball valve to seal water station and seal water station to pump seal, 2 FT each direction. 2.4 FABRICATION A. Pump Support: 1. Design base to support weight of drive, shafting and pump. 2. Comply with HI vibration limitations. 3. Mount horizontal pump, motor and coupling on single piece drip lip type baseplate. 4. Mount vertical pumps on single piece pedestal baseplate. 5. Fabricate to withstand all operating loads transmitted from the pump and drive. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - BASIC REQUIREMENTS 43 21 00 - 4 6. On vertically configured end suction centrifugal pumps when supplied with a fabricated steel mounting frame and suction elbow, the suction elbow shall be a long radius reducing elbow with greater than 50 PCT area reduction to comply with Table 9.6.6.3.2 of ANSI/HI 9.6.6 standard for straight pipe lengths. 2.5 SOURCE QUALITY CONTROL A. Verification primary design condition in POR. B. Verification secondary design condition in AOR. C. Factory hydrostatic test all pumps at 150 PCT of shut-off head for a minimum of five minutes. D. If specifically required in the individual pump specification sections, provide factory tests: 1. All units: a. Conduct tests in accordance with HI. 1) Shut-off head and design condition: Positive unilateral performance tolerance meeting Grade 1U per ANSI/HI 14.6 for Rotodynamic Pumps. 2) Shut-off head and design conditions: Positive unilateral performance tolerances meeting Grade 1U per ANSI/HI 11.6 for Rotodynamic Submersible Pumps. 2. All pumps: a. Head (FT) versus flow (GPM) pump curves: 1) Efficiencies along curve. 2) Brake horsepower along each curve. 3. Results certified by a registered professional engineer. E. Statically and dynamically balance each pump per ANSI/HI standards. 1. If specifically required in the individual pump specification sections or in Specification Section 01 61 03, field vibration test pumps: a. To meet requirements of ANSI/HI 9.6.4 for Rotodynamic Pumps at any point on the pumps and motor. F. To meet requirements of ANSI/HI 11.6 for Submersible Pumps. PART 3 - EXECUTION 3.1 INSTALLATION A. See Specification Section 01 61 03. B. Floor or Pad-Mounted Units (Non-Submersible): 1. Align vertically and horizontally level, wedge and plumb units to match piping interfaces. 2. Assure no unnecessary stresses are transmitted to equipment flanges. 3. Tighten flange bolts at uniform rate and manufacturer's recommended torque for uniform gasket compression. 4. Support and match flange faces to uniform contact over entire face area prior to bolting pipe flange and equipment. 5. Permit piping connecting to equipment to freely move in directions parallel to longitudinal centerline when and while bolts in connection flange are tightened. 6. Grout equipment into place prior to final bolting of piping but not before initial fitting and alignment. 7. Assemble connecting piping with gaskets in place and minimum of four bolts per joint installed and tightened. a. Test alignment by loosening flange bolts to see if there is any change in relationship of piping flange with equipment connecting flange. b. Realign as necessary, install flange bolts and make equipment connection. 8. Field paint units as defined in Specification Section 09 96 00. 9. Provide pressure gage, visible from grade or operating floor, on discharge of all pumps and on suction and discharge of all non-submersible units. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - BASIC REQUIREMENTS 43 21 00 - 5 C. Submersible Units: 1. Assemble connecting piping with gaskets in place and minimum of four bolts per joint installed and tightened. a. Test alignment by loosening flange bolts to see if there is any change in relationship of piping flange with equipment connecting flange. b. Realign as necessary, install flange bolts and make equipment connection. 2. Field paint units as defined in Specification Section 09 96 00. 3. Provide discharge pressure gage visible from grade or operating floor. 3.2 FIELD QUALITY CONTROL A. Provide services of equipment manufacturer's field service representative(s) to: 1. Inspect equipment covered by this Specification Section. 2. Supervise pre-start adjustments and installation checks. 3. Conduct initial start-up of equipment and perform operational checks. 4. Instruct Owner's personnel for the specified minimum number of hours at jobsite per Specification Section 01 30 00 on operation and maintenance of each of following pumping equipment: a. Section 43 25 13 - Pumping Equipment - Submersible Non-Clog, 4 HRS. 3.3 PUMP SCHEDULE A. Provide the following Pumps: Tag Number Location Pump Type Section Lift Pump 1 Road 36 Wetwell Submersible Non-Clog 43 25 13 Lift Pump 2 Road 36 Wetwell Submersible Non-Clog 43 25 13 END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - BASIC REQUIREMENTS 43 21 00 - 6 THIS PAGE IS INTENTIONALLY LEFT BLANK 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - SUBMERSIBLE END-SUCTION SEWAGE PUMPS 43 25 13 - 1 SECTION 43 25 13 PUMPING EQUIPMENT - SUBMERSIBLE END-SUCTION SEWAGE PUMPS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Submersible sewage pumps in a wet pit application for pumping of unscreened wastewater. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Section 08 31 00 - Access Doors. 4. Section 09 96 00 - High Performance Industrial Coatings. 5. Section 26 05 00 - Electrical - Basic Requirements. 6. Section 26 05 19 - Wire and Cable - 600 Volt and Below. 7. Section 26 24 19 - Motor Control Equipment. 8. Section 43 21 00 - Pumping Equipment - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Bearing Manufacturers Association (ABMA). 2. American National Standards Institute (ANSI). 3. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. 4. FM Global (FM). 5. Hydraulic Institute (HI): a. Standards for Centrifugal, Rotary and Reciprocating Pumps. 6. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 7. National Fire Protection Agency (NFPA): a. 70, National Electrical Code (NEC): 1) Article 500, Hazardous (Classified) Locations, Classes I, II, and III, Divisions 1 and 2. 8. Underwriters Laboratories, Inc. (UL). a. 62, Flexible Cord and Fixture Wire. 1.3 SYSTEM DESCRIPTION A. Provide two constant speed pumps capable of handling raw sewage. B. Provide single source coordination responsibility through the pump manufacturer for the entire system including but not limited to the following: 1. Pumps. 2. Motors. 3. Reduced Voltage Solid State Soft Starters. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. Requirements in Specification Section 01 61 03. 3. Requirements in Specification Section 43 21 00. B. Operation and Maintenance Manuals: 1. See Specification Section 01 33 04 for requirements for: 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - SUBMERSIBLE END-SUCTION SEWAGE PUMPS 43 25 13 - 2 a. The mechanics and administration of the submittal process. b. The content of Operation and Maintenance Manuals. C. Project Information: 1. Executed Manufacturer's Installation Certification Form. 1.5 SHIPPING A. Per Section 01 61 03. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Flygt. 2. Or-equal 2.2 PERFORMANCE AND DESIGN REQUIREMENTS A. Road 36 lift station Lift Pumps 1 and Lift Pump 2: 1. Design Condition: a. Flow: 892 GPM b. Head: 87 FT H2O c. Minimum Hydraulic Efficiency: 75.7 PCT d. NPSHA: 33.76 FT H2O e. Maximum NPSH3: <18 FT H2O 2. Maximum Suction Diameter: 4 IN 3. Minimum Discharge Diameter: 4 IN 4. Motor Requirements: a. Maximum Operating Speed: 1765 RPM b. Service factor: 1.15 c. Minimum motor efficiency: 89 PCT d. Minimum power factor: 0.66 e. Maximum nameplate horsepower: 30 HP f. Drive type: Constant speed. 5. Ambient Conditions: 1) Wastewater maximum temperature: 104 DEGF 2) Air maximum temperature: 104 DEGF 2.3 MATERIALS A. Road 36 lift station Lift Pump 1 and Lift Pump 2: 1. Pump case: Cast iron, ASTM A48, Class 35. 2. Motor housing: Cast iron, ASTM A48, Class 25 or Class 30. 3. Impeller: Hard Iron 530 Alloy III Type A, ASTM A-532. 4. Shaft: Stainless Steel, Series 300 or 400. 5. Suction cover: Cast Iron, ASTM A-532 Class III, Type A. 6. O-rings: Nitrile (Buna-N) or fluorocarbon (Viton). 7. Fasteners: Stainless steel. 8. Lower ring seal: Tungsten-carbide both faces or Silicon Carbide both faces. 9. Upper ring seal: Tungsten-carbide both faces or carbon and ceramic or carbon and Ni- resist. 10. Seal metal parts: Stainless steel. B. Wet Pit Applications 1. Guide rails: Type 316 Stainless steel. 2. Lifting chains and cables: Type 316 Stainless steel. 3. Base elbow: Cast iron, ASTM A48, Class 35. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - SUBMERSIBLE END-SUCTION SEWAGE PUMPS 43 25 13 - 3 2.4 COMPONENTS A. General: 1. Provide pumps capable of handling raw, unscreened sewage. 2. Where watertight sealing is required, machine and fit mating surfaces with O-rings. 3. Provide with heavy duty lift lugs or hoisting bail designed for lifting the entire pump and motor assembly. B. Impeller: 1. Provide semi-open solids-handling type dynamically balanced impeller in accordance with HI standards. 2. Provide impeller and volute wear rings as necessary to assure efficient sealing between volute and impeller. 3. Impeller shall be the Ni-hard “N” style. C. Shaft: 1. Design shaft for a maximum deflection of 0.004 IN at the stuffing box as calculated at the design condition. D. Mechanical Seal: 1. Seal shaft with double mechanical seal running in an oil filled chamber. 2. Provide seals requiring neither routine maintenance nor adjustment, but capable of being easily inspected and replaced. 3. Hold interface in contact by its own spring system. E. Bearings: 1. Support shaft on upper and lower permanently lubricated bearings with a minimum ABMA L-10 life of 50,000 HRS. F. Motors: 1. Provide pump with FM, UL, or CSA listed motor approved for explosion-proof atmospheres. 2. Provide induction type motor with a squirrel cage rotor, of totally submersible design without loss of watertight integrity to a depth of at least 65 FT, constructed with epoxy or poly-seal encapsulated windings, air-filled or dielectric oil filled, with Class H insulation rated for 180 DEGC and rated for continuous duty operation. 3. Motor shall be 30 PH, 60 cycle, 460 V. 4. Motor shall be capable of running continuously in an unsubmerged condition while pumping under load without damage to motor or seal. 5. The motor horsepower provided shall be adequate so that the pump is non-overloading throughout the entire pump performance curve from shut-off through runout. 6. The motor shall be designed and assembled by the same manufacturer as the pump. 7. The motor shall be equipped with a closed loop cooling system where the cooling medium is circulated through the pump motor cooling jacket. The pumped fluid shall not be circulated through the cooling jacket. An impeller in the lower motor coolant reservoir will circulate coolant around the motor housing. The cooling system shall provide sufficient cooling for continuous operation whether the pump is submerged in the pumped media or surrounded by air in liquid or ambient temperatures of up to 40 DEGC. 8. Cooling system will provide sufficient cooling for the entire range of pump operating speeds. G. Power and Control Cables: 1. Provide power and control cables which are listed per NEC requirements and approved for the installation types indicated on the drawings. As a minimum the cable shall be suitable for installation in conduit and for submersible applications. 2. Size cables in accordance with applicable NFPA 70 specifications. 3. Provide 50 FT power cable and control cable. 4. Provide each cable with a strain relief, cord grip, and explosion proof seal installed in accordance with NFPA 70, Article 500. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - SUBMERSIBLE END-SUCTION SEWAGE PUMPS 43 25 13 - 4 5. Minimum acceptable cable type: "SO-Water Resistant" per UL 62. H. Temperature Monitor: 1. Furnish each phase of the motor with thermal switches embedded in the motor windings. 2. Should high temperature be sensed in the windings, the thermal switch will open, shut the pump down, and sound an alarm. Should any one of the thermal switches detect high temperature, it will automatically reset once the stator temperature returns to normal. 3. Set temperature of the temperature monitors not higher than 90 PCT of insulation temperature rating. I. Leak Detection: 1. Provide sensors inside the terminal board and the stator chamber to detect water intrusion 2. If water is detected inside the terminal board or the stator chamber, a switch will stop the pump and sound an alarm. J. Coatings: 1. Apply two-component oxirane ester or polyamidoamine epoxy system to the exterior of the pump casing and motor housing as specified in Specification Section 09 96 00. K. Wet Pit Applications: 1. Provide sliding guide bracket integral to pump unit which properly aligns the pump discharge with the discharge connection elbow for watertight seal during pumping. 2. Guide the entire weight of the pumping unit to the base discharge elbow by guide rail(s). 3. The guide rail(s) shall not support any portion of the weight of the pump. 4. Provide chains or cable of sufficient strength to lift pumps from sump. 5. Furnish guiding rail assembly and the discharge flange assembly of nonsparking components. 6. Design pump to allow for removal without entering the wet well and without removal of bolts, nuts or other fastenings. 7. Provide pump unit connecting to discharge connection with a simple downward motion without rotation. The entire weight of the pumping unit shall wedge tightly against the discharge elbow flange forming a seal without the use of bolts, gaskets, or o-rings. 8. Provide necessary sliding guide bracket and discharge connection which, when bolted to the floor of the sump and to the discharge line, will receive the pump discharge connecting flange without need of adjustment, fasteners, clamp, or similar devices. 9. No portion of the pump shall bear directly on the floor. 2.5 ACCESSORIES A. See Specification Section 43 21 00 - Pumping Equipment: Basic Requirements. B. Controls: 1. See Electrical and Instrument and Controls Designs for controls requirements. C. Access Doors and Frames for Wet Pit Applications: 1. Doors: See Specification Section 08 31 00. 2.6 SOURCE QUALITY CONTROL A. Secure from the pump manufacturer the following inspections and tests on each pump before shipment from factory: 1. Check impeller, motor rating and electrical connections for compliance with this Specification Section. 2. Test motor and cable insulation for moisture content or insulation defects. 3. Prior to submergence, run pump dry to establish correct rotation and mechanical integrity. 4. Run pump submerged for 30 minutes. 5. After operational test #4, perform insulation test (#2) again. B. Factory test of head (FT) versus flow (GPM) for all pumps being provided as specified in Specification Section 43 21 00. 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - SUBMERSIBLE END-SUCTION SEWAGE PUMPS 43 25 13 - 5 PART 3 - EXECUTION 3.1 INSTALLATION A. See Specification Section 43 21 00. B. For wet pit pumps, permanently install discharge connection elbow in wet well along with discharge piping. C. Seal pump cable end with a high quality protective covering, to make it impervious to moisture or water seepage prior to electrical installation. 3.2 FIELD QUALITY CONTROL A. See Specification Section 43 21 00. END OF SECTION 10076241 City of Pasco May 2020 Road 36 Lift Station Issue for Bid PUMPING EQUIPMENT - SUBMERSIBLE END-SUCTION SEWAGE PUMPS 43 25 13 - 6 THIS PAGE IS INTENTIONALLY LEFT BLANK   Construction Drawings           RICHLAND PASCO KENNEWICK PROJECT LOCATION WASHINGTON PROJECT LOCATION PROJECT LOCATION PASCO C o n t r a c t D r a w i n g s F o r Pasco, Washington May 2020 VICINITY MAP SOUTHCENTRAL WASHINGTON STATE REGIONAL MAP WASHINGTON STATE C o n t r a c t D r a w i n g s F o r Road 36 Lift Station Improvements I N D E X O F D R A W I N G S : City of Pasco Project No. 16006 HDR Project No. 10076241 LOCATION MAP CITY OF PASCO Pearl Street Lift Station ISSUE FOR BID Know what's below. before you dig.Call 1 G001 ROAD 36 LIFT STATION COVER SHEET, DRAWING INDEX, AND LOCATIONS MAPS 2 G002 ROAD 36 LIFT STATION GENERAL NOTES, ABBREVIATIONS, AND LEGENDS 3 G003 ROAD 36 LIFT STATION CIVIL/MECHANICAL LEGEND 4 X001 ROAD 36 LIFT STATION DEMOLITION SITE PLAN 5 C001 ROAD 36 LIFT STATION OVERALL SITE PLAN 6 C002 ROAD 36 LIFT STATION FORCEMAIN PLAN & PROFILE STA 0+00 TO 7+50 7 C003 ROAD 36 LIFT STATION FORCEMAIN PLAN & PROFILE STA 7+50 TO 14+00 8 C004 ROAD 36 LIFT STATION CIVIL SITE PLAN 9 C005 ROAD 36 LIFT STATION CIVIL DETAILS 10 S001 ROAD 36 LIFT STATION LIFT STATION STRUCTURAL DETAILS 11 D001 ROAD 36 LIFT STATION WETWELL PLAN AND SECTIONS 12 E001 ROAD 36 LIFT STATION ELECTRICAL SYMBOLS AND LEGEND 13 E002 ROAD 36 LIFT STATION ELECTRICAL AREA PLAN 14 E003 ROAD 36 LIFT STATION ELECTRICAL SITE PLAN – DEMO 15 E004 ROAD 36 LIFT STATION ELECTRICAL SITE PLAN – REVISED 16 E005 ROAD 36 LIFT STATION ONE-LINE DIAGRAM 17 E006 ROAD 36 LIFT STATION ELECTRICAL DETAILS 18 E007 ROAD 36 LIFT STATION PUMP CONTROL WIRING DIAGRAMS 19 E008 ROAD 36 LIFT STATION TELEMETRY CONTROL PANEL LAYOUT 20 E009 ROAD 36 LIFT STATION TELEMETRY CONTROL PANEL POWER WIRING DIAGRAM 21 E010 ROAD 36 LIFT STATION TELEMETRY CONTROL PANEL PLC WIRING DIAGRAM 1 OF 2 22 E011 ROAD 36 LIFT STATION TELEMETRY CONTROL PANEL PLC WIRING DIAGRAM 2 OF 2 23 E012 ROAD 36 LIFT STATION NETWORK DIAGRAM 24 I001 ROAD 36 LIFT STATION P&ID SYMBOLS AND LEGENDS 25 I002 ROAD 36 LIFT STATION P&ID C:\pwworking\west01\d1140511\G001.dwg, Plot, 8/17/2020 11:00:28 AM, DKENDALL 1.THESE ABBREVIATIONS APPLY TO THE ENTIRE SET OFCONTRACT DRAWINGS.2.LISTING OF ABBREVIATIONS DOES NOT IMPLY THATALL ABBREVIATIONS ARE USED IN THE CONTRACTDRAWINGS.3.ABBREVIATIONS SHOWN ON THIS SHEET INCLUDEVARIATIONS OF A WORD. FOR EXAMPLE, "MOD" MAYMEAN MODIFY OR MODIFICATION; "INC" MAY MEANINCLUDED OR INCLUDING AND "REINF" MAY MEANEITHER REINFORCE OR REINFORCING.4.SEE INSTRUMENTATION LEGEND SHEET FORPROJECT-SPECIFIC EQUIPMENT SYMBOLS, EQUIPMENTABBREVIATIONS, AND PIPING SYSTEM ABBREVIATIONS.5.USE OF THE PHRASE "SECTION" IS A REFERRAL TOCONTRACT DOCUMENT SPECIFICATIONS.6.THIS IS A STANDARD SHEET SHOWING COMMONSYMBOLOGY. ALL SYMBOLS ARE NOT NECESSARILY USED ON THIS PROJECT.7.SCREENING OR SHADING OF WORK IS USED TO INDICATE EXISTING COMPONENTS OR TO DE-EMPHASIZE PROPOSED IMPROVEMENTS TO HIGHLIGHT SELECTED TRADE WORK. REFER TO CONTEXT OF EACH SHEET FOR USAGE.VENT, VELOCITY, VOLTVOLT AMPEREVACUUMVARIABLE, VOLT AMPERES REACTIVEVAPOR BARRIER,VALVE BOXVERTICAL CURVEVERTICAL CENTERLINEVELOCITYVENTILATIONVERTICALVERTICAL REINFORCINGVERTICAL GRAINVERIFY IN FIELDVINYLVOLUMEVERTICAL POINT OF CURVATUREVERTICAL POINT OF INTERSECTIONVERTICAL POINT OF TANGENCYVERSUSWITHWITHOUTWATT, WEST, WIDE, WIRE,WOOD, WIDTHWATER GAGEWEEP HOLEWATER LEVELWELDEDWIRE MESHWEATHERPROOFWATERSTOP, WATER SURFACEWATER SURFACE LEVELWEIGHT, WATER TIGHTWATERPROOF, WORKING POINTEXPLOSION-PROOFEXTRA STRONGCROSS SECTIONYIELD STRENGTHVVAVACVARVBVCVCPVELVENTVERTVERTSVGVIFVINVOLVPCVPIVPTVSW/W/OWWDWGWHWLWLDWMWPWSWSLWTWTHPXPXSXSECTYSREMOVE AND REPLACEREMOVE AND SALVAGERADIUS, REGISTER, RISERRESILIENT BASE, ROCK BERMRECEPTACLERECESSRECEIVEDRECTANGULARREDUCERREFERENCEREINFORCINGREMOVEREQUIREDRESILIENTRETAINING, RETURNREVISION, REVERSEROUGHRIGID GALVANIZED STEELPVC COATED RGSRELATIVE HUMIDITYRELIEF AIRROUNDRUNNINGROUGH OPENINGRIGHT-OF-WAYREVOLUTIONS PER MINUTERAILROADROCK SLOPE PROTECTIONREINFORCING STEELRIGHTREADYSOUTH, SINKSANITARYSOLID CORESCHEDULESCHEMATICSCREENSTEEL/ALUMINUM EDGESECONDARY, SECONDSSECTIONSEPARATESQUARE FOOT, SILT FENCESHEET GLASS, SEALANT GROOVESHOWERSHEETSILENCESIMILARSLAB JOINTSLOPE, STEEL LINTELSLOTTEDSLEEVESEAMLESSSLAB ON GRADESTANDPIPESPACINGSPECIFICATIONSUPPLYSINGLE POLE SINGLE THROWSET POINTSQUARESHORT RADIUSSTAINLESS STEELSTREETSTATIONSTANDARDSTIFFENERSTEELSTORAGESTRUCTURAL, STRAIGHTSUBSTITUTESUCTIONSUSPENDEDSQUARE YARDSYMBOLSYMMETRICALSYNTHETICSYSTEMTOP AND BOTTOMTONGUE AND GROOVETANGENTTEMPORARY BENCHMARKTEMPORARY CONSTRUCTION EASEMENTTEMPORARY, TEMPERATURETHREADTHICKTHRESHOLDTOP OF BOLT, TOP OF BERMTOP OF CURB, TOP OF CONCRETETOLERANCETOP OF PLATETOPOGRAPHYTOP OF SLAB,TOE OF SLOPETOP OF WALLTELEPHONE POLETRANSITIONTRENCH DRAINTYPICALUNDERGROUNDULTIMATEUNFINISHEDUNLESS NOTED OTHERWISEUTILITYR&RR&SRRBRCPTRECRECDRECTREDREFREINFREMREQDRESILRETREVRGHRGSRGS-PVCRHRLFARNDRNGROROWRPMRRRSPRSTRTRYSSANSCSCHSCHEMSCNSESECSECTSEPSFSGSHSHTSILSIMSJSLSLTDSLVSMLSSOGSPSPASPECSPLYSPSTSPTSQSRSSTSTSTASTDSTIFSTLSTORSTRSUBSUCSUSPSYSYMSYMMSYNSYST&BT&GTANTBMTCETEMPTHDTHKTHRESHTOBTOCTOLTOPTOPOTOSTOWTPTRANSTRDTYPUGULTUNFNUNOUTILNORTH, NEUTRALNOT APPLICABLENATURAL, NATIONALNORMALLY CLOSEDNEGATIVENEAR FACE, NON-FUSEDNOT IN CONTRACTNORMALLY OPEN, NUMBERNOMINALNOMINAL PIPE SIZENATIONAL PIPE THREADNEAR SIDENOT TO SCALENORMAL WATER LEVELON CENTEROVER CURRENT PROTECTION DEVICEOUTSIDE DIAMETEROWNER FURNISHED CONTRACTOR INSTALLEDOWNER FURNISHED OWNER INSTALLEDORIGINAL GROUNDOVERHEADOPENINGOPPOSITEOPTIONALOUTSIDE RADIUSOVERFLOW ROOF DRAINORIGINALOVERFLOWOUNCEPAINTPARALLELPOINT OF CURVE, PIECE, PRECASTPOINT OF COMPOUND CURVATUREPOUNDS PER CUBIC FOOTPERCENTPLAIN ENDPEDESTALPENETRATIONPERFORATEDPERMANENTPERPENDICULARPOWER FACTORPHASEPOINT OF INTERSECTIONPACKAGEPLATE, PROPERTY LINEPLUMBINGPOUNDS PER LINEAR FOOTPNEUMATICPOSITIVE, POSITIONPOLYPROPYLENE, POWER POLEPOINT OF REVERSE CURVATUREPREFINISHEDPREFABRICATEDPRELIMINARYPREPAREPRESSUREPRIMARYPROPERTY, PROPOSEDPROTECTIONPIPE SUPPORTPOUNDS PER SQUARE FOOTPOUNDS PER SQUARE INCHPOUNDS PER SQUARE INCH ABSOLUTEPOUNDS PER SQUARE INCH GAGEPRESTRESSEDPOINT, POINT OF TANGENCYPOLYVINYL CHLORIDE, POINT OF VERTICAL CURVEPAVEMENTPIEZOMETERRATE OF FLOWQUARTERQUANTITYQUALITYNNANATNCNEGNFNICNONOMNPSNPTNSNTSNWLOCOCPDODOFCIOFOIOGOHOPNGOPPOPTORORDORIGOVFLOZPPARPCPCCPCFPCTPEPEDPENPERFPERMPERPPFPHPIPKGPLPLBGPLFPNEUPOSPPPRCPREFPREFABPRELIMPREPPRESPRIPROPPROTPSPSFPSIPSIAPSIGPSTPTPVCPVMTPZQQTRQTYQUALMAMACHMAINTMANMATLMAXMBMBRMCMDMJMECHMEDMFRMHMINMISCMJMMBMODMONMPTMSLMTMVMUTCDMIXED AIRMACHINEDMAINTENANCEMANUALMATERIALMAXIMUMMACHINE BOLTMEMBERMECHANICAL CONTRACTOR, MECHANICAL COUPLING, MOMENT CONNECTIONMODIFIED DOUBLE MECHANICAL JOINTMECHANICALMEDIUMMANUFACTURERMANHOLEMINIMUMMISCELLANEOUSMECHANICAL JOINTMEMBRANEMODULAR, MODIFYMONUMENTMALE PIPE THREADMEAN SEA LEVELMOUNTMEDIUM VOLTAGEMANUAL OF UNIFORM TRAFFICCONTROL DEVICESFSFTFTGFURNFUTFVFWFWDFXTRGGAGALGALVGBGCGDGENGFCIGGGJGNDGRGRTGGTGVLGWHHBHCHDHDRHDWHEXHGRHHHIDHMHORIZHPHPCHPSHPTHRHSHTHTGHVHWLHYDHZIDIEIFIMPININCINFINSTRINSULINTINTRINVIPSIPTIRIRRISOJBJCTJFJSTJTKKDKSIKWLLADLAMLATLLDGLDRLELFLGLHLINLIQLLHLLVLNGLOCLPLRLTLTDLTNGLVLWLWLFAR SIDEFEET, FOOTFOOTING, FITTINGFURNITURE, FURNISHFUTUREFACE VELOCITYFIELD WELD, FIRE WALLFORWARDFIXTUREGROUNDGAGE (METAL THICKNESS)GALLONGALVANIZEDGRADE BREAKGROOVED COUPLINGGUARDGENERALGROUND FAULT CIRCUIT INTERRUPTERGUTTER GRADEGROOVED JOINTGROUNDGRADEGRATINGGREASE TRAPGRAVELGUY WIREHIGHHOSE BIBBHANDICAPPED, HOLLOW CORE, HORIZONTALCURVE, HORIZONTAL CENTERLINEHEAD, HOT DIPHEADERHARDWAREHEXAGONALHANGERHANDHOLEHIGH-INTENSITY DISCHARGEHOLLOW METALHORIZONTALHIGH POINT, HORSEPOWERHORIZONTAL POINT OF CURVATUREHIGH-PRESSURE SODIUMHORIZONTAL POINT OF TANGENCYHOURHIGH STRENGTHHEIGHTHEATINGHIGH VOLTAGEHIGH WATER LEVELHYDRAULICHERTZ, CYCLES PER SECONDINSIDE DIAMETER, INTERIOR DIMENSIONINVERT ELEVATION, FOR EXAMPLEINSIDE FACEIMPACTINCHINCLUDEINFLUENTINSTRUMENTATIONINSULATIONINTERIOR, INTERSECTIONINTERMEDIATE, INTERIORINVERTIRON PIPE SIZEINTERNAL PIPE THREADINSIDE RADIUS, IRON RODIRRIGATIONISOMETRICJUNCTION BOXJUNCTIONJOINT FILLERJOISTJOINTKIPKNOCK DOWNKIPS PER SQUARE INCHKILOWATTANGLE, LENGTHLADDERLAMINATELATERALLANDINGLEADERLIFTING EYELINEAR FOOTLONGLEFT HANDLINEARLIQUIDLONG LEG HORIZONTALLONG LEG VERTICALLONGITUDINALLOCATIONLOW POINTLONG RADIUSLEFTLIMITEDLIGHTNINGLOW VOLTAGELIGHTWEIGHTLOW WATER LEVELCPLGCRLCSCCTJCTRCTRLCUCWCYDDBDBLDCDEGDEG CDEG FDEMODEPDEPTDETDIDIADIAGDIFFDIMDISCHDISTDIVDLDMJDNDODPDPDTDPSTDTDUPDWGDWLEEAECECCEDEDBEEEFEFFEHHELELECEMBDEMEREMHENCLENGRENTREOPEQEQUIPEQUIVESESTEWEWEFEWTBEXCEXPEXSTEXTF TO FFABFBGFBOFCFCAFDFDCFDRFDTNFEFESFEXTFFFGFHFIGFINFLFLEXFLGFLRFNFOFOBFOCFOTFPTFRFRPCOUPLINGCORROSION-RESISTANT LININGCOMPRESSION SLEEVE COUPLINGCONTRACTION JOINTCENTERCONTROLCOPPER, CUBICCLOCKWISECUBIC YARDDEEP, DIFFUSER, DRAINDUCT BANK, DECIBEL, DRY BULBDOUBLEDIRECT CURRENTDEGREEDEGREE CENTIGRADEDEGREE FAHRENHEITDEMOLITIONDEPRESSEDDEPARTMENTDETAILDROP INLET, DUCTILE IRON, DIGITAL INPUTDIAMETERDIAGONAL, DIAGRAMDIFFERENTIAL, DIFFERENCEDIMENSIONDISCHARGEDISTANCE, DISTRIBUTIONDIVISIONDEAD LOADDOUBLE MECHANICAL JOINTDOWNDIGITAL OUTPUT, DITTODEPTHDOUBLE POLE, DOUBLE THROWDOUBLE POLE, SINGLE THROWDOUBLE TEE,DUPLICATEDRAWINGDOWELEASTEACHELECTRICAL CONTRACTORECCENTRICEQUIPMENT DRAINELECTRICAL DUCT BANKEACH ENDEACH FACEEFFLUENT, EFFICIENCYELECTRICAL HANDHOLEELBOW, ELEVATIONELECTRICALEMBEDDEDEMERGENCYELECTRICAL MANHOLEENCLOSUREENGINEERENTRANCEEDGE OF PAVEMENTEQUALEQUIPMENTEQUIVALENTEACH SIDE, EQUAL SPACEESTIMATEEACH WAYEACH WAY, EACH FACEEACH WAY, TOP AND BOTTOMEXCAVATIONEXPANSION, EXPOSEDEXISTINGEXTERIOR, EXTERNAL, EXTENSIONFACE TO FACEFABRICATEFIBERGLASSFURNISHED BY OWNERFLUSHING CONNECTIONFLANGED COUPLING ADAPTERFLOOR DRAINFLEXIBLE DUCT CONNECTIONFEEDERFOUNDATIONFLANGED ENDFLARED END SECTIONFIRE EXTINGUISHERFAR FACE, FACTORY FINISH, FLAT FACEFINISHED GRADEFIRE HYDRANTFIGUREFINISHFLOW, FLOW LINEFLEXIBLEFLANGEFLOORFENCEFINISHED OPENINGFLAT ON BOTTOMFACE OF CONCRETE, FACE OF CURBFLAT ON TOPFEMALE PIPE THREADFRAMEFIBERGLASS REINFORCED PLASTICAABABANABCABTACACKACPADDLADHADJAFAFFAFGAGGRAICALIGALTALUMAMBANCAOAPAPRXAPVDARCHASSYATMAUTOAUXAVEAVGAWGAWTBALBCBDBEBFBITUMBLBMBOBOCBOLBOPBOTBOUBPBRGBRGPBRKTBSBTWBTWLDBUBWBYPC TO CC&GCCABCAPCATCAVCCWCDFCECERCFCHFRCHHCICIPCIPBCIRCCJCKTCLCLGCLKGCLRCMHCMPCMUCOCOLCOMCOMBCOMMCOMPCONCONCCONNCONSTCONTCOORCORRCPAMPEREANCHOR BOLTABANDONAGGREGATE BASE COURSEABOUTALTERNATING CURRENTACKNOWLEDGEASPHALTIC CONCRETE PAVEMENTADDITIONALADHESIVEADJUSTABLE, ADJACENTAMP FRAME, AMP FUSEABOVE FINISH FLOORABOVE FINISH GRADEAGGREGATEAMPS INTERRUPTING CAPACITYALIGNMENTALTERNATE, ALTITUDEALUMINUMAMBIENTANCHORANALOG OUTPUTACCESS PANELAPPROXIMATEAPPROVEDARCHITECTURALASSEMBLYATMOSPHEREAUTOMATICAUXILIARYAVENUEAVERAGEAMERICAN WIRE GAGEACOUSTICAL WALL TILEBALANCEBOLT CENTER, BOLT CIRCLEBOARDBOTH ENDS, BELL ENDBOTH FACES, BOTTOM FACE, BLIND FLANGE, BOARD FEETBITUMINOUSBASE LINEBENCHMARKBOTTOM OFBACK OF CURBBOLLARDBOTTOM OF PIPEBOTTOMBOTTOM OF UNITBASE PLATEBEARINGBEARING PLATEBRACKETBOTH SIDESBETWEENBUTT WELDBELL UP, BUILT-UPBOTH WAYSBYPASSCENTER TO CENTERCURB AND GUTTERCONDUITCABINETCAPACITYCATALOG, CATALOGIORYCAVITYCOUNTER CLOCKWISECONTROLLED-DENSITY FILLCONCRETE EDGECERAMICCUBIC FEET (FOOT)CHAMFERCOMMUNICATION HANDHOLECURB INLETCAST-IN-PLACECONCRETE INTERLOCKING PAVER BALLASTCIRCULATION, CIRCULARCONSTRUCTION JOINTCIRCUITCENTERLINECEILINGCAULKINGCLEARCOMMUNICATION MANHOLECORRUGATED METAL PIPECONCRETE MASONRY UNITCLEANOUT, CONCRETE OPENINGCOLUMNCOMMONCOMBINATIONCOMMUNICATIONCOMPOSITION, COMPRESSIBLE, COMPOSITECONCENTRICCONCRETECONNECTIONCONSTRUCTIONCONTINUOUSCOORDINATECORROSIVE,CHECKER PLATE, CONTROL POINTGENERAL NOTES:SHEET WHERE DETAILWAS CALLED OUT1/4" = 1'-0"PLANSECTION3/8" = 1'-0"DETAIL NUMBERDETAIL3" = 1'-0"SECTION LETTERDETAIL NUMBERSECTION CUT MARKERDETAIL MARKERPLAN TITLESHEET WHERE SECTION ISLOCATED *SHEET WHERE DETAILIS LOCATED *SECTION TITLEARROW INDICATESDIRECTION OFPLAN NORTHFOR REFERENCING DETAILS INCLUDED IN DRAWINGSET.DETAIL TITLEXXXXXXXXXXXXXXXXSHEET WHERE SECTIONVIEW WAS FIRST CUT *SECTION LETTERFLAG INDICATESDIRECTION OF CUTSHEET NAMING CONVENTIONTARGET ELEVATIONKEY NOTE NUMBERKEY NOTE DESIGNATIONELEVATION3" = 1'-0"ELEVATIONIDENTIFICATIONNUMBERSHEET WHERE POINT OFVIEW MARKER CAN BEFOUND ** FOR COMMON DETAILS AND SECTIONS OR DETAILSTHAT ARE CUT OR CALLED OUT ON THE SAME SHEET,THE SHEET NUMBER IS REPLACED BY A DASH (-).ELEVATION TITLEXXXXELEVATION MARKERXGENERAL SYMBOLOGY1ABC2345678DISSUEDATEDESCRIPTIONPROJECT MANAGERHDR PROJECT NO.01"2"FILENAMESCALESHEETCity of PascoLift Station Improvements PROCESSSTRUCTURALELECTRICALMECHANICAL / HVACM KALIEVAJ KOCH10076241E SIMMONSDESIGN LEAD/QCINSTRUMENTATION16006PASCO PROJECT NO.Know what'sbelow.before you dig.Call0ISSUE FOR BID05/22/2020 ROAD 36 LIFT STATIONGENERAL NOTES, ABBREVIATIONS,AND LEGENDS -AS SHOWNG002 C:\pwworking\west01\d1140511\G002.dwg, Plot, 8/17/2020 11:00:37 AM, DKENDALL GENERAL NOTES: RAILROAD LARGE PIPELINE PIPELINE CENTERLINE PROPERTY LINE EASEMENT LIMITS OF CONSTRUCTION ROW 25 EXISTING CONTOUR (MINOR) NEW CONTOUR (MAJOR) NEW CONTOUR (MINOR) EXISTING FENCE X X X X FO G NATURAL GAS FIBER OPTIC FLOOD LIMIT (25 YEAR) FENCE - BARB WIRE FENCE - CHAIN LINK FENCE - FIELD SS W DOMESTIC WATER SANITARY SEWER SILT FENCE SURVEY BENCHMARK EXISTING SPOT ELEVATION/POINT # SURVEY CONTROL POINT123 IDENTIFICATION AND APPROXIMATE LOCATION OF SOIL TEST HOLE CIVIL MAPPING SYMBOLOGY STORM CATCH BASIN EMBANKMENT SLOPE (CUT) FLOW ARROW EMBANKMENT SLOPE RIGHT ARROW RIGHT EMBANKMENT SLOPE LEFT ARROW LEFT CLEANOUT EMBANKMENT SLOPE (FILL) HEADWALL HORIZONTAL CONTROL POINT VERTICAL CONTROL POINT GUY WIRE POST INDICATOR VALVE PUMP STATION STORM DRAINAGE MANHOLE SIGN SANITARY MANHOLE WATER/AIR VENT WATER BACKFLOW PREVENTER WATER LEVEL IN SECTION/PROFILE EXISTING POWER POLE UTILITY/CIVIL LINE SYMBOLOGY VALVE 2% 2% CP-X CB CO D S PS X W W X WATER METER WATER VALVE VAULT W PIEZOMETER TANK BELOW GROUND TANK HORIZONTAL ABOVE GROUND TANK VERTICAL ABOVE GROUND X X X TEMPORARY SEDIMENT TRAP HAY BALE SILT CHECK X FLOOD LIMIT (50 YEAR) FLOOD LIMIT (100 YEAR) X X X X X X X SD STORM SEWER TOE OF SLOPE TOP OF SLOPE 1. THIS IS A STANDARD CIVIL SYMBOLOGY SHEET. ALL SYMBOLS ARE NOT NECESSARILY USED ON THIS PROJECT. 2. SCREENING OR SHADING OF WORK IS USED TO INDICATE EXISTING COMPONENTS OR TO DE-EMPHASIZE PROPOSED IMPROVEMENTS TO HIGHLIGHT SELECTED TRADE WORK. REFER TO CONTEXT OF EACH SHEET FOR USAGE. CONCRETE PAVEMENT GRAVEL PROPOSED SURFACE ELEVATION 375.00 H:V H:V EXISTING CONTOUR W/ELEVATION (MAJOR) 1. THIS IS A STANDARD PROCESS, MECHANICAL AND PLUMBING SYMBOLOGY SHEET. ALL SYMBOLS ARE NOT NECESSARILY USED ON THIS PROJECT. 2. SCREENING OR SHADING OF WORK IS USED TO INDICATE EXISTING COMPONENTS OR TO DE-EMPHASIZE PROPOSED IMPROVEMENTS TO HIGHLIGHT SELECTED TRADE WORK. REFER TO CONTEXT OF EACH SHEET FOR USAGE. 3. SEE INSTRUMENTATION LEGEND SHEET FOR PROJECT-SPECIFIC EQUIPMENT SYMBOLS, EQUIPMENT ABBREVIATIONS, AND PIPING SYSTEM ABBREVIATIONS. GENERAL NOTES: DOUBLE LINESINGLE LINE PIPING SYMBOLOGY VALVES ISOLATION X OR CONE VALVE CONTROL X BALL VALVE CHECK VALVE BUTTERFLY VALVE DIAPHRAGM VALVE PRESSURE RELIEF VALVE PLUG VALVE AIR RELEASE VACUUM VALVE A = AIR RELEASE VAC = VACUUM GATE VALVE DOUBLE-DISK CHECK VALVE BALL CHECK VALVE OR PRESSURE-REDUCING VALVE MISCELLANEOUS NOTE: MISCELLANEOUS SYMBOLOGY SHOWN IS FOR SINGLE-LINE PIPING. DOUBLE-LINE PIPING SYMBOLS ARE SIMILAR. LINE TURNING UP LINE TURNING DOWN BLIND FLANGE PIPE BREAK LINE SIZE CHANGE (ECCENTRIC REDUCER) FLEXIBLE PIPING CONNECTION PENETRATION THROUGH STRUCTURE UNION WATER METER WYE-STRAINER LINE SIZE CHANGE (CONCENTRIC REDUCER) BACKFLOW PREVENTER M FLEXIBLE HOSE OR TUBING VT VENT (VT) D CO HB-X QUICK CONNECT CAM & GROOVE COUPLING TRAP DRAIN (SECTION OR SCHEMATIC) INTERIOR CLEANOUT CAP OR PLUG FLEXIBLE CONNECTION PIPE IN SECTION HOSE VALVE, HOSE BIBB, OR FLUSHING CONNECTION X = TYPE DESIGNATED IN SPECIFICATIONS PRESSURE GAGE (W/COCK) PIPE JOINT (SEE SPECS FOR REQUIREMENTS) COMPRESSION SLEEVE TYPE COUPLING FLANGED COUPLING ADAPTER (FCA) HARNESSED MECHANICAL COUPLING EQUIPMENT IDENTIFICATION EXAMPLEFIGURE INDICATES MOTOR OPERATED VALVE SERVICE ABBREVIATION AREA DESIGNATION IDENTIFICATION SYMBOLOGY 10-LPA MOV-121 INDICATES NUMBER 121 PIPING/DUCTING IDENTIFICATION EXAMPLEFIGURE INDICATES 10"LINE SIZE SERVICE DESIGNATION INDICATES LOW PRESSURE AIR SERVICE ABBREVIATIONS: XX-D DRAIN EQUIPMENT ABBREVIATIONS: FLOW METER PUMP XX-NPW NON POTABLE WATER VARIABLE FREQUENCY DRIVE LOCAL CONTROL PANEL VALVE FE-XXX P-XXX V-XXX VFD-XXX LCP-XXX XX-NG NATURAL GAS CONTROL PANELCP-XXX CONTROL STATIONCS-XXX MOTORMTR-XXX MOTOR OPERATED VALVEMOV-XXX MULTI-FUNCTION CONTROL BOXQC-XXX PRESSURE SWITCHPS-XXX PLUG VALVEPV-XXX SOLENOID VALVESV-XXX DRIVEDR-XXX CONTROL VALVECV-XXX XX-PD PUMPED DRAIN XX-SA SUPPLY AIR XX-SAN SANITARY SEWER DAMPERDMP-XXX XX-SFM SANITARY FORCE MAIN OVERHEAD POWER ASPHALT OHP EXISTING ELECTRICAL YARD HYDRANT MHS MAN HOLE SEWER VENTVT FM FORCE MAIN ROAD 36 LIFT STATION CIVIL / MECHANICAL LEGEND G003.dwg NONE G003 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER HDR PROJECT NO. 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION 16006PASCO PROJECT NO. Know what's below. before you dig.Call 0 ISSUE FOR BID05/22/2020C:\pwworking\west01\d1140511\G003.dwg, Plot, 8/17/2020 11:00:47 AM, DKENDALL EPEPEPEPEPWWSSSSSSSSFM FMFMFMWWWEP EPEPEPEPWWSSSSSSSSFM FMFMFMWWW 1ABC2345678DISSUEDATEDESCRIPTIONPROJECT MANAGERHDR PROJECT NO.01"2"FILENAMESCALESHEETCity of PascoLift Station Improvements PROCESSSTRUCTURALELECTRICALMECHANICAL / HVACM KALIEVAJ KOCH10076241E SIMMONSDESIGN LEAD/QCINSTRUMENTATION16006PASCO PROJECT NO.Know what'sbelow.before you dig.Call0ISSUE FOR BID05/22/2020ROAD 36 LIFT STATIONDEMOLITION SITE PLAN X001.dwgAS NOTEDX001 1KEYNOTES:REMOVE WETWELL PIPING, PUMPS, GUIDERAILS,CONTROL DEVICES AND SALVAGE TO THE CITY OFPASCO.REMOVE AND REUSE 6" CHECK VALVE, PLUG VALVE,AND PUMP DISCHARGE PIPING AS INDICATED ONSHEET D001.REMOVE EXISTING HOTBOX.REMOVE CONTROL PANEL, HEATER, TELEMENTRYPANEL, TRANSFORMER AND SALVAGE TO THE CITYOF PASCO.REMOVE PRECAST CONCRETE SLAB WITH ALUMINUMACCESS HATCH.REMOVE PUMP & FLOAT CPLG. MOUNTING PLATEAND SALVAGE TO THE CITY OF PASCOREMOVE EXISTING 90 DEGREE DI BEND ANDMAINTAIN 6" DIP FM DISCHARGE FOR THE FUTURECONNECTION.REMOVE APPROXIMATELY 30' OF EXISTING 6" FM.REMOVE EXISTING GENERATOR.DEMOLISH EXISTING CONCRETE SLAB FOR FUTUREELECTRICAL EQUIPMENT PADS, SEE SHEET C004.REMOVE 4" VENT PIPING AND ALL ABOVE GROUNDPIPING.REMOVE FENCING AS REQUIRED TO SUPPORTDEMOLITION OF 6" FM AND INSTALLATION OF 8" FM.26"-DIP83456DEMOLITION SITE PLAN1" = 5'B-A-SECTION3/8" = 1'-0"A-SECTION3/8" = 1'-0"B-444445531122111EXISTING LIFT STATION55010SCALE IN FEETROAD 36 LIFT STATION DETAIL3/8" = 1'-0"1-7778SEE ROAD 36 LIFTSTATION DETAIL1-SWING OPENDOOR TYP. BOTH SIDES7'7'-10"30" x 54" ALUMINUMACCESS HATCHPUMP & FLOAT CPLG.MOUNTING PLATEHEATER94" x 85" PRECASTCONCRETE SLABCONTROL PANEL5 KVA TRANSFORMERTELEMETRY PANEL4" WETWELLVENT PIPINGAIR INLET LOUVERLOUVERED EXHAUSTBLOWER W/ SCREENED HOODCOMPRESSION CPLG TYPWET WELL6'-5"HOT BOXREMOVABLEFIBERGLASS COVER6" PLUG VALVE TYP6" CHECK VALVE W/ LIMITSWITCH TYP W/ CLEANOUTSFACING TOWARD DOOREXISTING PUMPSGUIDE RAIL6" DI 90DEGREE BEND4'-10"3'6" DIP FMDISCHARGE661091093'-6"10'-6"4'-0"13'-0"4'-6"4'-0"114'-0" 4'-0"1212C:\pwworking\west01\d1140511\X001.dwg, Plot, 8/17/2020 11:01:06 AM, DKENDALL G G G G W W W W WTUSAYN RDMESQUITE RDSSSSSSSSSSSSSSSSSSSSFM FM FM FM W W W W W W W W W W WROAD 36 BURDEN BLVD.FM FM FM FM FM FM FM W W W WWWWS0 + 0 0 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 11+00 12+00 13+00 STA 13+45.83, 0.00' 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER HDR PROJECT NO. 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION 16006PASCO PROJECT NO. Know what's below. before you dig.Call 0 ISSUE FOR BID05/22/2020 ROAD 36 LIFT STATION OVERALL SITE PLAN C001.dwg AS NOTED C001 SEE SHEET C002 SEE SHEET C003 SEE SHEET C004 PROPOSED 8" FM BEGIN PROJECT STA 0+00 CONNECT TO THE EXISTING MANHOLE #5062 IE 421.05 END PROJECT STA 13+68.33 CONNECT TO LIFT STATION IE 395.83 60600 120 SCALE IN FEET ROAD 36 LIFT STATION CONTRACTOR STAGING AREA C:\pwworking\west01\d1140511\C001.dwg, Plot, 8/17/2020 10:59:14 AM, DKENDALL TUSAYN RDMESQUITE RDROAD 36S0 + 0 0 1+00 2+00 3+00 4+00 5+00 6+00 7+00 400 410 420 430 440 400 410 420 430 440 -0+25 0+00 0+50 1+00 1+50 2+00 2+50 3+00 3+50 4+00 4+50 5+00 5+50 6+00 6+50 7+00 7+50STA 0+00CONNECT TO THE EXISTING MH #5062IE 421.05STA 0+10.845° BEND RJ (VERTICAL)IE 417.66STA 0+47.745° BEND RJ (HORIZONTAL)1.88° VERTICAL DEFLECTION POINTIE 417.66STA 4+40.91.88° VERTICAL DEFLECTION POINTIE 404.738" DI FM @ 0.00% 8" DI FM @ 0.00% 8" DI FM @ 3 . 2 9 % 8" DI FM @ 0.00% STA 5+90 2" GAS STA 0+35.3 EX 24" DI W EXISTING GRADESTA 0+81.1 EX 2" GAS STA 0+81.1 EX 6" DI FM APPROX LOCATION OF EX. 8" W, SEE CONSTRUCTION NOTE 1 MECHANICALLY RESTRAINED JOINTSTA 0+00.0STA 0+67.7EXISTING 24" DI W 8" DI FM @ 100.00%STA 0+07.445° BEND RJ (VERTICAL)IE 421.054 18" MIN 4 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER HDR PROJECT NO. 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION 16006PASCO PROJECT NO. Know what's below. before you dig.Call 0 ISSUE FOR BID05/22/2020 PLAN 1" = 30' ROAD 36 LIFT STATION FORCEMAIN PLAN & PROFILE STA 0+00 TO 7+50 C002.dwg AS NOTED C002 PROFILE STA 0+00 - 7+50 EDGE OF PAVEMENT PROPOSED 8" DI FM CENTERLINE EXISTING POWER CONSTRUCTION NOTES: 1.CONTRACTOR TO FIELD VERIFY HORIZONTAL/VERTICAL LOCATION PRIOR TO CONSTRUCTION. FORCEMAIN TO BE 18" MIN. BELOW EXISTING WATER. 2.CONTRACTOR SHALL DESIGN TRAFFIC CONTROL AND SIGNAGE IN ACCORDANCE WITH CITY OF PASCO STANDARD DRAWING 6-17. SIGN SPACING AND HEIGHT SHALL BE PER MUTCD REQUIREMENTS.MATCHLINE STA 7+50 - SEE SHEET C003STA 0+47.70 8" 45 DEGREE BEND, MJ N = 343600.48 E = 1985032.62 STA 0+47.70 CONNECT TO EX. MH #5062 N = 343564.15 E = 1985001.71 8" DI W 1 2 C005 24" DI W 2 6" DI FM 8" PVC SS 2" GAS EXISTING FENCE 3 1 KEYNOTES: REPLACE ASPHALT PAVEMENT FOR THE RESIDENTIAL STREET SHOWN, PER CITY OF PASCO STANDARD DRAWING ST-3 ( H.M.A. AND BITUMINOUS SURFACE RESTORATION). MATCH EXISTING ROAD SLOPES. INSTALL NEW 8"-FM PER CITY OF PASCO STANDARD DRAWING SS-5. THE CONTRACTOR SHALL TAKE ALL NECESSARY AND PROPER PRECAUTIONS TO PROTECT EXISTING FENCE FROM ANY AND ALL DAMAGE THAT MAY OCCUR FROM WORK IN CONNECTION WITH CONSTRUCTION ACTIVITY. CONTRACTOR IS RESPONSIBLE TO REPAIR DAMAGE TO EQUAL OR BETTER CONDITION. INSTALL VERTICAL THRUST BLOCK IN ACCORDANCE WITH CITY OF PASCO STANDARD DRAWING W-8. 2 3 EDGE OF PAVEMENT 6" DI FM TESC NOTES: 1.CONTRACTOR IS RESPONSIBLE TO PROVIDE TEMPORARY EROSION AND SEDIMENT CONTROL PLAN. 2.DURING CONSTRUCTION, ALL ROADS INCLUDING HAUL ROUTES SHALL BE KEPT CLEAN OF ALL MATERIAL DEPOSITS RESULTING FROM THE CONTRACTOR'S OPERATION, AS DIRECTED BY THE CITY. THE CONTRACTOR SHALL ALSO CONTROL DUST ON THE SITE AND HAUL ROUTES. 3.INSPECT INLETS WEEKLY AT A MINIMUM AND DAILY DURING STORM EVENTS PER THE REQUIREMENTS OF 2019 STORM MANAGEMENT MANUAL FOR EASTERN WASHINGTON (SMMEW), CHAPTER 7. 4.CONTRACTOR IS RESPONSIBLE TO PROVIDE CONSTRUCTION STORMWATER POLLUTION PREVANTION PLAN (CSWPPP). THE CSWPPP SHALL BE BASED ON GUIDANCE CONTAINED IN 2019 SMMEW. 5.ONCE COMPLETED, A COPY OF THE CSWPPP DOCUMENT MUST BE MAINTAINED ON-SITE AND AVAILABLE FOR CITY STAFF ACCESS AND REVIEW DURING CONSTRUCTION. 6.THE CONSTRUCTION CONTRACTOR (CONTRACTOR) WILL BE REQUIRED TO IMPLEMENT REQUIRED BMPS, PROVIDE TESC CONSTRUCTION OVERSIGHT, CONDUCT REQUIRED MONITORING AND REPORTING, PROVIDE NPDES CONSTRUCTION STORMWATER GENERAL PERMIT (CSGP) COMPLIANCE, AND MODIFY/UPDATE THE CSWPPP CONSISTENT WITH THEIR MEANS/METHODS OF CONSTRUCTION. 30300 60 SCALE IN FEET VERTICAL SCALE HORIZONTAL SCALE 550 10 SCALE IN FEET 4 SEE CONSTRUCTION NOTE 1 SEE CONSTRUCTION NOTE 1 SEE CONSTRUCTION NOTE 1 C:\pwworking\west01\d1140511\C002.dwg, Plot, 8/17/2020 10:59:24 AM, DKENDALL MESQUITE RDROAD 36 BURDEN BLVD8+00 9+00 10+00 11+00 12+00 13+00 STA 13+45.83, 0.00' 390 400 410 420 430 390 400 410 420 430 7+50 8+00 8+50 9+00 9+50 10+00 10+50 11+00 11+50 12+00 12+50 13+00 13+50 14+00 8" DI FM @ 0.00% 8" DI FM @ 3 . 3 1 % 8" DI FM @ 1.58%STA 9+38.91.90° VERTICAL DEFLECTION POINTIE 404.73STA 10+86.90.99° VERTICAL DEFLECTION POINTIE 399.83STA 13+34.98" TEE RJ (HORIZONTAL)0.91° VERTICAL DEFLECTION POINTIE 395.91EXISTING GRADE MECHANICALLY RESTRAINED JOINTSSTA 12+52.9EXISTING 24" DI W STA 13+67.18"x6" REDUCING 90° BEND RJ (HORIZONTAL)ROTATED VERTICALLY 45°IE 401.42STA 13+39.98"x8"x6" TEE RJIE 395.91EXISTING WETWELL STA 13+45.9, 3/ 4" WATER SEE CONSTRUCTION NOTE 1 STA 13+61.68" 45° BEND RJ (VERTICAL)IE 395.915 5 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER HDR PROJECT NO. 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION 16006PASCO PROJECT NO. Know what's below. before you dig.Call 0 ISSUE FOR BID05/22/2020 PLAN 1" = 30' ROAD 36 LIFT STATION FORCEMAIN PLAN & PROFILE STA 7+50 TO 14+00 C003.dwg AS NOTED C003 GENERAL NOTES: 1.SEE DRAWING X001 FOR DEMOTION PLANS AND SECTIONS. PROFILE STA 7+50 - 14+00 30300 60 SCALE IN FEET VERTICAL SCALE HORIZONTAL SCALE 550 10 SCALE IN FEETMATCHLINE STA 7+50 - SEE SHEET C002EDGE OF PAVEMENT PROPOSED 8" DI FM CENTERLINE ROAD 36 LIFT STATION PLAN, SEE SHEET C00424" DI W 8" PVC SS EXISTING FENCE 32 8" PVC SS EDGE OF PAVEMENT 6" DI FM 4 1 1 KEYNOTES: REPLACE ANY CONCRETE SIDEWALK DAMAGED BY CONSTRUCTION ACTIVITIES BETWEEN NEAREST UNDISTURBED JOINTS PER CITY OF PASCO STANDARD DRAWINGS ST-4, ST-6 AND STANDARD SPECIFICATION 8-14. INSTALL NEW 8"-FM PER CITY OF PASCO STANDARD DRAWING SS-5. THE CONTRACTOR SHALL TAKE ALL NECESSARY AND PROPER PRECAUTIONS TO PROTECT EXISTING FENCE FROM ANY AND ALL DAMAGE THAT MAY OCCUR FROM WORK IN CONNECTION WITH CONSTRUCTION ACTIVITY. CONTRACTOR IS RESPONSIBLE TO REPAIR DAMAGE TO EQUAL OR BETTER CONDITION. RESTORE LANDSCAPE TO EQUAL OR BETTR CONDITION. INSTALL VERTICAL THRUST BLOCK IN ACCORDANCE WITH CITY OF PASCO STANDARD DRAWING W-8. 2 3 4 PROPOSED 8" DI FM2 CONSTRUCTION NOTES: 1.CONTRACTOR TO FIELD VERIFY HORIZONTAL/VERTICAL LOCATION PRIOR TO CONSTRUCTION. FORCEMAIN TO BE 18" MIN. BELOW EXISTING WATER. 2.CONTRACTOR SHALL DESIGN TRAFFIC CONTROL AND SIGNAGE IN ACCORDANCE WITH CITY OF PASCO STANDARD DRAWING 6-17. SIGN SPACING AND HEIGHT SHALL BE PER MUTCD REQUIREMENTS. 3.USE EXISTING MHS #208 AND NEW 8" TEE AT STATION 13+34.91 TO BYPASS ROAD 36 LIFT STATION FLOWS DURING A SCHEDULED SHUTDOWN OF ROAD 36 LIFT STATION. SEE SPECIFICATION SECTION 33 75 00. TESC NOTES: 1.CONTRACTOR IS RESPONSIBLE TO PROVIDE TEMPORARY EROSION AND SEDIMENT CONTROL PLAN. 2.DURING CONSTRUCTION, ALL ROADS INCLUDING HAUL ROUTES SHALL BE KEPT CLEAN OF ALL MATERIAL DEPOSITS RESULTING FROM THE CONTRACTOR'S OPERATION, AS DIRECTED BY THE CITY. THE CONTRACTOR SHALL ALSO CONTROL DUST ON THE SITE AND HAUL ROUTES. 3.INSPECT INLETS WEEKLY AT A MINIMUM AND DAILY DURING STORM EVENTS PER THE REQUIREMENTS OF 2019 STORM MANAGEMENT MANUAL FOR EASTERN WASHINGTON (SMMEW), CHAPTER 7. 4.CONTRACTOR IS RESPONSIBLE TO PROVIDE CONSTRUCTION STORMWATER POLLUTION PREVANTION PLAN (CSWPPP). THE CSWPPP SHALL BE BASED ON GUIDANCE CONTAINED IN 2019 SMMEW. 5.ONCE COMPLETED, A COPY OF THE CSWPPP DOCUMENT MUST BE MAINTAINED ON-SITE AND AVAILABLE FOR CITY STAFF ACCESS AND REVIEW DURING CONSTRUCTION. 6.THE CONSTRUCTION CONTRACTOR (CONTRACTOR) WILL BE REQUIRED TO IMPLEMENT REQUIRED BMPS, PROVIDE TESC CONSTRUCTION OVERSIGHT, CONDUCT REQUIRED MONITORING AND REPORTING, PROVIDE NPDES CONSTRUCTION STORMWATER GENERAL PERMIT (CSGP) COMPLIANCE, AND MODIFY/UPDATE THE CSWPPP CONSISTENT WITH THEIR MEANS/METHODS OF CONSTRUCTION. SEE CONSTRUCTION NOTE 1 CONTRACTOR STAGING AREA 5 C:\pwworking\west01\d1140511\C003.dwg, Plot, 8/17/2020 10:59:44 AM, DKENDALL 4801 ROAD 36 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER HDR PROJECT NO. 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION 16006PASCO PROJECT NO. Know what's below. before you dig.Call 0 ISSUE FOR BID05/22/2020 ROAD 36 LIFT STATION PLAN 1" = 5' ROAD 36 LIFT STATION WET WELL ENLARGED PLAN C004.dwg AS NOTED C004 EXISTING 72" DIAMETER WET WELL NEW 36" x 60" ALUMINUM ACCESS HATCH NEW 84" x 94" REINFORCED CONCRETE SLAB, SEE SHEET S001 PROPOSED 8" DI FM 1" GALV STL HYDRANT ROAD 36 LIFT STATION SEE SHEET D002 PROPOSED 8" DI FM 1 C005 STA 13+34.91 8" TEE, MJxFL N = 344887.70 E = 1985031.68 EXISTING 3/4" W EXISTING FENCE EXISTING 24" DI W CONNECT TO EXISTING 6" DI FM EXISTING 8" PVC SEWER STA 13+39.91 8"x8"x6" TEE, MJxFL N = 344887.80 E = 1985036.67 STA 13+67.05 8"x6" 90° REDUCING BEND, MJ, SEE NOTE 1 N = 344888.33 E = 1985063.81 CONSTRUCTION NOTES: 1.CONNECT TO THE EXISTING 6" FM AT THE WETWELL WITH A 90° REDUCING BEND, RESTRAINED MJ. EXISTING 6" DI FM CONTRACTOR STAGING AREA 3'-6"10'-6"4'-0"13'-0"ELECTRICAL EQUIPMENT PADS, SEE DETAIL 3, SHEET S001 1 1 1 KEYNOTES: THRUST BLOCK IN ACCORDANCE WITH CITY OF PASCO STANDARD DRAWING W-8. NEW HOT BOX OR APPROVED EQUAL. RESTORE CHAIN LINK FENCE TO EXISTING CONDITION. INSTALL FACILITY SIGN, SEE DETAIL 1 ON THIS SHEET. INSTALL NFPA DIESEL FUEL 1-2-0 SIGN, SEE DETAIL 2 ON THIS SHEET. 4'-6"4'-0"4'-0" 4'-0" 2 2 3 3 NFPA DIESEL FUEL 1-2-0 SIGN NTS 2 - FACILITY SIGN NTS 1 - 4 5 54 3/8" HOLE, TYP OF 4 12"18"24"12"4" UPPER CASE LETTERS 0.5" BORDER NOTES: 1.SIGN SHALL BE NFPA COMPLAINT FOR DIESEL FUEL. 2.SIGN SHALL BE 0.063" WHITE RUST FREE ALUMINUM. 3.SIGN SHALL INCLUDE FOUR 1/4" HOLES (ONE IN EACH CORNER). 4.AFFIX SIGN TO THE FENCE USING CHAIN LINK FENCE BRACKETS FOR 1/4" MOUNTING HOLES. 5.CONTRACTOR SHALL COORDINATE SIGN LOCATION WITH THE CITY. NOTES: 1.BLACK LETTERS AND BORDER WITH WHITE SHEETING. 2.SIGN SHALL BE 1/10 GAUGE ALUMINUM PLATE. 3.AFFIX SIGN TO CHAIN LINK FENCE WITH TWO CHAIN LINK FENCE CLIPS, BOLTS, AND WASHERS. 4.CONTRACTOR SHALL COORDINATE SIGN LOCATION WITH CITY.C:\pwworking\west01\d1140511\C004.dwg, Plot, 8/17/2020 10:59:35 AM, DKENDALL 3" TYPMECHANICAL RESTRAINT #4 REINFORCING BARS @10" EW, EF. PIPE ALIGNMENT PER PLAN AND PROFILE INVERT PER PLAN AND PROFILE SHEET C003 MECHANICAL RESTRAINT PER DETAIL 3 #4 REINFORCING BARS @10" EW, EF, TYP PIPE DIAMETER PER PLAN AND PROFILE STEEL REINFORCING BAR SHALL BE EMBEDDED 3" MIN FROM FACE OF CONCRETE INSTALL CAUTION MARKING TAPE ON A 2' GRID EXTENDING 2' MIN BEYOND BLOCKING 1' OVER TOP OF BLOCK 12" 24"24"12" 24"12"1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER HDR PROJECT NO. 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION 16006PASCO PROJECT NO. Know what's below. before you dig.Call 0 ISSUE FOR BID05/22/2020 ROAD 36 LIFT STATION CIVIL DETAILS C005.dwg AS NOTED C005 A-CONNECTION WITH EXISTING 6" FM 3/4" = 1'-0" 1 C004 CONNECT WITH EXISTING SANITARY SEWER MANHOLE #5062 3/4" = 1'-0" 2 C002 NOTES: 1.CORE-DRILL CIRCULAR OPENING IN MANHOLE WALL OF DIAMETER TO FIT THE REQUIRED BOOT SIZE. 2.INSTALL FLEXIBLE RUBBER BOOT. 3.CUT, SHAPE AND SLOPE NEW INVERT CHANNEL IN THE EXISTING CONCRETE BENCH FOR SMOOTH FLOW FROM NEW SANITARY SEWER CONNECTION. 4.CLEAN EXISTING MANHOLE OF ANY DIRT, CONCRETE OR DEBRIS WHICH MAY ACCUMULATE DURING THE CONSTRUCTION PROCESS. REMOVE BENCHING, IF NECESSARY, BEFORE DRILLING HOLE, SEE NOTE 3 EXISTING SANITATRY SEWER MANHOLE, SEE NOTE 1 AND 4 STAINLESS STEEL INTERNAL EXPANDING BAND FLEXIBLE RUBBER BOOT, SEE NOTE 2 SANITARY SEWER PIPE TWO (2) STAINLESS STEEL EXTERNAL BANDS 8" DI, PE THRUST BLOCK PER CITY OF PASCO STANDARD DRAWING W-8 8" DI TEE, RESTRAINED MJxFL 8" GATE VALVE (GV-1), FL 8" DI SPOOL, FLxPE 8"x8"x6" DI TEE, RESTRAINED MJxFL 8" DI, PE CONCRETE COLLAR, SEE DETAIL 4 6" GATE VALVE (GV-2), FL EXISTING 6" FM WELDED FLANGE DETAIL NTS 3 - CONCRETE COLLAR DETAIL NTS 4 - MJ PLUG FOR BYPASS PUMPING 5'-0"5'-0"6" DI SPOOL, FLxPE 6" 45° BEND, RESTRAINED MJ 6" 45° BEND, RESTRAINED MJ 6" DI SPOOL, PE FROM ROAD 36 LIFT STATION TO MH #50626" COUPLING 3'-2 3/4"SECTION 3/4" = 1'-0" A - 6" GATE VALVE (GV-2), FL 8"x8"x6" DI TEE, RESTRAINED MJxFL 6" DI SPOOL, PE 6" DI SPOOL, FLxPE 6" DI SPOOL, PEEXISTING 6" FM 6" 45° BEND, RESTRAINED MJ, ROTATED VERTICALLY 49.85° 6" 45° BEND,RESTRAINED MJ, ROTATED VERTICALLY 49.85° 6" COUPLING 5'-0"6" DI SPOOL, PE CONCRETE COLLAR, SEE DETAIL 4 CL EL 396.24 CL EL 401.67 C:\pwworking\west01\d1140511\C005.dwg, Plot, 8/17/2020 10:59:54 AM, DKENDALL 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER HDR PROJECT NO. 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION 16006PASCO PROJECT NO. Know what's below. before you dig.Call 0 ISSUE FOR BID05/22/2020 ROAD 36 LIFT STATION LIFT STATION STRUCTURAL DETAILS S001.dwg AS NOTED S001 TWO #5 X 4'-0" EACH FACE TYP 4 LOCATIONS ADDITIONAL REINF SEE NOTE 1 D/2 + LAP LENGTH TYP SYMM ABOUT OPENING D/2 +LAP LENGTHTYPDSYMM ABOUT OPENING SYMM ABOUT OPENING L/2L/2W/2 +LAP LENGTHTYPW/2L/2 + LAP LENGTH TYP RECTANGULAR OPENING DETAIL 1 1 1 1 CIRCULAR OPENING DETAIL NOTES: 1.PROVIDE ADDITIONAL REINFORCING THE SAME SIZE AS DISCONTINUOUS REINFORCEMENT AT OPENING. QUANTITY OF REINFORCING IN EACH DIRECTION SHALL BE EQUAL TO OR ONE GREATER THAN THE NUMBER OF DISCONTINUOUS BARS. PLACE 1/2 OF ADDITIONAL REINFORCING BARS EACH SIDE OF OPENING, PLACE ADDITIONAL REINFORCEMENT AT 3" OC (TYPICAL BOTH DIRECTIONS AND ALL LAYERS OF REINFORCEMENT). START FIRST BAR 2" CLEAR TO OPENING. 2.EXTEND ADDITIONAL REINFORCING BEYOND EDGE OF OPENING AS SHOWN ABOVE. ADDITIONAL BARS MAY TERMINATE AT THE END OF THE WALL WITH A STANDARD HOOK WHERE THE LENGTH OF THE WALL WILL NOT PERMIT BARS TO EXTEND AS SHOWN ABOVE. 3.TYPICAL WALL OR SLAB REINFORCING NOT SHOWN FOR CLARITY. TERMINATE TYPICAL REINFORCING 2" CLEAR TO OPENING. 4.OPENINGS 12" OR LESS IN SLABS AND WALLS, NO EXTRA REBARS ARE REQUIRED UNLESS SHOWN OTHERWISE. TYPICAL REINFORCING SHALL BE RESPACED (NOT CUT) TO ALLOW FOR OPENINGS TO BE MADE. 5.UNLESS SHOWN OTHERWISE ON DRAWINGS, PROVIDE EXTRA REINFORCING AROUND OPENINGS AS SHOWN AND INDICATED ABOVE. 6.PROVIDE ADDITIONAL DOWELS PER NOTE 1 ABOVE FOR ALL OPENINGS NEAR THE FLOOR SLAB, BASE SLAB, OR CORNERS. SCALE: EXTRA REINFORCING AROUND OPENING NOT TO SCALE 2 VARIES SCALE: REINFORCED CONCRETE SLAB 1" = 1'-0" 1 - SCALE: SECTION 1" = 1'-0" A - A - 84" 42"94"30"30"54" HATCH 16.5"9"9"#6@10" REINF. EW T&B. SEE DETAIL 2 FOR EXTRA REINFORCENET AROUND OPENINGS 15" THICK, 4500 psi REINFORCED CONCRETE SLAB 15"2" CLEAR COVER 3" CLEAR COVER 30"9" #6@10" REINF. EW T&B SCALE: ELECTRICAL EQUIPMENT PAD NONE 3 C004 4" 6" MIN 1 1/2"CLR4"AS REQ, SEE NOTE B 1/2" COMPRESSIBLE FILLER W/ SEALANT ALL AROUND #4 CLOSED TIE ADD CONT AT PERMINTER SEE NOTE D #5@12 EW T&B W/ STD 90 DEG HOOKS EACH END SEE NOTE C3"CLRSLEEVE @ AB FILLED W/ EXPANDABLE FOAM 3/4" CHAMFER, TYP EQUIPMENT BASE EQUIPMENT ANCHOR BOLT AND SLEEVE NOTES: A.PROVIDE ABOVE PAD UNDER ALL ELECTRICAL EQUIPMENT SUPPORTED ON GRADE WEIGHING MORE THAN 5000 POUNDS OR WHERE SPECIFICALLY NOTED ON PLANS. B.PAD THICKNESS SHALL BE THE LARGER OF SLAB THICKNESS PLUS 4" OR AS REQUIRED TO MAINTAIN 3" COVER ON ANCHOR BOLTS, 20" MIN AT INTERIOR PAD LOCATIONS AND 24" MIN AT EXTERIOR LOCATIONS. C.AT EXTERIOR PADS, PROVIDE 2'-6" DEEP GRANULAR FILL UNDER PAD. EXTEND 1'-0" BEYOND EDGE OF PAD AT ALL 4 SIDES. D.EXISTING 4" SLAB. SEE PLANS AND CIVIL DRAWING FOR REFERENCE. PAD NOTES: 1.EQUIPMENT BASE DIMENSIONS SHALL BE THE LARGER OF AS DETERMINED BY THE EQUIPMENT MANUFACTURER OR AS INDICATED ON THE DRAWINGS. 2.THE SIZE, NUMBER, TYPE, LOCATION AND THREAD PROJECTION OF THE ANCHOR BOLTS SHALL BE AS DETERMINED BY THE EQUIPMENT MANUFACTURER. 3.EQUIPMENT BASES SHALL BE INSTALLED LEVEL UNLESS SPECIFIED OTHERWISE, TOLERANCE IS 1/8" ACROSS PLAN DIAGONALS. NOTES: 1.CONTRACTOR TO COORDINATE WITH THE CITY ON THE PREFERRED DAVIT CRANE TYPE PRIOR TO INSTALLATION 7"CORE MOUNT STEEL SLEEVE BY DBI-SALA OR EQUAL CORE MOUNT STEEL SLEEVE BY DBI-SALA OR EQUAL 5"3" 2" DIA 4" DIA 2"C:\pwworking\west01\d1140511\S001.dwg, Plot, 8/17/2020 11:00:56 AM, DKENDALL 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER HDR PROJECT NO. 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION 16006PASCO PROJECT NO. Know what's below. before you dig.Call 0 ISSUE FOR BID05/22/2020 ROAD 36 LIFT STATION WET WELL PLAN AND SECTIONS D001.dwg AS NOTED D001 B - A - SECTION 3/8" = 1'-0" A - SECTION 3/8" = 1'-0" B - ROAD 36 LIFT STATION DETAIL 3/8" = 1'-0" 1 - 1 KEYNOTES: 94" X 84" REINFORCED CONCRETE SLAB, SEE SHEET S001. 36" X 60" ALUMINUM ACCESS HATCH. INSTALL CORE MOUNT SLEEVE BY DBI-SALA OR EQUAL. SEE SHEET S001 NEW HOT BOX OR APPROVED EQUAL. REUSE EXISTING 6" PLUG VALVE. REUSE EXISTING 6" CHECK VALVE. 2" TAP WITH 2" THREADED BOSS AND AIR RELEASE VALVE WITH ISOLATION VALVE. SEE SPECIFICATION SECTION 40 05 52. 4" SST VENT PIPING WITH BUG SCREEN. 2" STAINLESS STEEL GUIDE RAIL. STAINLESS STEEL LIFTING CHAIN/CABLE. 4" FLYGT CAST IRON DISCHARGE ELBOW, FL. SUBMERSIBLE PUMP. SEE SPECIFICATION SECTION 43 25 13. 6" DI 90 DEGREE BASE BEND, FL. 4" X 6" REDUCER, FL. 6" X 6" X 6" DIP TEE, FL. PIPE SUPPORT, SEE DETAIL THIS SHEET. RESTRAINED 6" FLANGED ADAPTER. TILT TYPE FLOAT SWITCH, SEE SHEET E006. 6" DI, FL x FL. 4" DI 22.5° BEND, FL. SUBMERSIBLE LEVEL SENSOR AND TRANSMITTER. 8"x6" DI REDUCING 90 DEGREE BEND, MJ. 1/2" SCHEDULE 40 GALVANIZED STEEL PIPE. ROUTE TO WETWELL. SEAL PIPE FLOOR PENETRATION WITH A MODULAR CASING SUCH AS LINK-SEAL OR APPROVED EQUAL. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 EXISTING 72" DIAMETER WETWELL 1212 1 3 2 5 6 8 13 7 15 13 4 5 6 16 12 12 18 12 10 9 5 6 19 14 11 EXISTING 72" DIAMETER WETWELL 19 13 EXISTING 72" DIAMETER WETWELL GROUT 20 21 16.67% SLO P E 1 6 . 6 7% S LO P E 21 (BEYOND) EXISTING 6" 22 22 13 BOTTOM EL 386.33 (FIELD VERIFY) LOW LEVEL ALARM EL 387.50 HIGH LEVEL ALARM EL 396.80 EXISTING 8" PVC INVERT EL 396.80 (FIELD VERIFY) LAG PUMP ON EL 396.60 LEAD PUMP ON EL 395.00 PUMP OFF EL 388.00 17 CV-2 PV-2 CV-1 PV-1 16 LIFT PUMP 1 LIFT PUMP 2 LIFT PUMP 2 17 CV-2 PV-2 6'-0"3'-0"6'-0"PIPE SUPPORT 1" = 1'-0" 2 - PIPE PLATE SECTION NTS 8"1 1/2"TYP1/2" STEEL PLATE WITH 1/2" RADIUS CORNERS CONCRETE SLAB 1" NON-SHRINK GROUT AS REQUIRED(4) 5/8" DIAMETER EPOXY ADHESIVE ANCHORS 5" EMBEDDED 3/8" 4" SCH 40 PIPE 3/8" 3/8" 4" SCH 40 90° BEND STEEL FLANGE TO MATCH BASE ELBOW WITH 4 BOLTS 11/16" DIAMENTER INSULATING FLANGE 4 4 TOP OF CONCRETE EL 406.42 23 23 23 CL EL 401.67 24 24 C:\pwworking\west01\d1140511\D001.dwg, Plot, 8/17/2020 11:00:04 AM, DKENDALL CPT P5A 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION ELECTRICAL SYMBOLS AND LEGEND E0015/22/2020 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ELECTRICAL AREA PLAN NTS ROAD 36 LIFT STATION ELECTRICAL AREA PLAN E002.dwg AS NOTED E002 0 5/22/20 ISSUED FOR BID LIFT STATION SITE LOCATION 5/22/2020 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION ELECTRICAL SITE PLAN - DEMO E003.dwg AS NOTED E003 0 5/22/20 ISSUED FOR BID 1 KEYNOTES: REMOVE EXISTING FIBERGLASS ELECTRICAL ENCLOSURE AND ALL ASSOCIATED ELECTRICAL EQUIPMENT WITHIN, AND MOUNTED EXTERNALLY. SALVAGE TO CITY. REMOVE GENERATOR AND SALVAGE TO THE CITY. TRANSPORT, PROTECT AND OFFLOAD AT LOCATION AS DIRECTED BY THE CITY. LIFT STATION WETWELL. REMOVE PUMPS AND ALL EXISTING ELECTRICAL EQUIPMENT IN WET WELL AND SALVAGE TO CITY. REMOVE CONDUCTORS AND ABANDON ALL UNDERGROUND CONDUIT. CUT OFF AND CAP AT GRADE. LABEL AS "ABANDONED CONDUIT". EXISTING FRANKLIN PUD UTILITY POLE. EQUIPMENT RACK AND ELECTRICAL EQUIPMENT. REMOVE AND SALVAGE TO CITY. 6 NTS ELECTRICAL EQUIPMENT DEMO PHOTO DETAIL NTS ELECTRICAL ENCLOSURE AND GENERATOR DEMO PHOTO DETAIL NTS 1 3 2 2 3 ELECTRICAL SITE PLAN - DEMO SCALE: 1/8" = 1'-0" 4 ELECTRICAL ENCLOSURE DEMO PHOTO DETAIL NTS ELECTRICAL ENCLOSURE DEMO PHOTO DETAIL NTS ELECTRICAL ENCLOSURE DEMO PHOTO DETAIL 5 E003 4 E003 3 E003 2 E003 4 6 E003 5 5 GENERAL NOTES: 1. COORDINATE DISCONNECTION OF SERVICE WITH FRANKLIN PUD. 6 2 3 2 1 6 1 - 2 - 6 - 3 - 4 - 5 - 5/22/2020 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION ELECTRICAL SITE PLAN - REVISED E004.dwg AS NOTED E004 0 5/22/20 ISSUED FOR BID 1 KEYNOTES: INSTALL CONCRETE HANDHOLE WITH LOCKING COVER. SEE DETAILS 1 AND 2 ON SHEET E006. HANDHOLE IS A CLASS I DIVISION 1 HAZARDOUS AREA IN ACCORDANCE WITH NFPA 820, TABLE 4.2.2, ROW 35, LINE a. WET WELL IS A CLASS I DIVISION 1 HAZARDOUS AREA IN ACCORDANCE WITH NFPA 820, TABLE 4.2.2, ROW 32, LINE a. STANDBY GENERATOR. GENERATOR SHALL HAVE 4' MINIMUM CLEARANCE ON ALL SIDES. MOTOR CONTROL CENTER "MCC-1". MOTOR CONTROL CENTER SHALL HAVE 2' MINIMUM CLEARANCE TO FENCE, AND 4' MINIMUM FRONT CLEARANCE. EXISTING FRANKLIN PUD UTILITY POLE. UTILITY METER. ELECTRICAL SITE PLAN - REVISED 1/4' = 1'-0" 1 3 1'-6" 3'3' 3'-0"5'-0" 3'-0" 3'-0"1'-6"HAZARDOUS AREA CLASSIFICATION LEGEND AREA CLASSIFICATION DETAIL NTS AREA CLASSIFICATION DETAIL NTS 2 3 4 5 GENERAL NOTES: 1. LOCATION OF EXISTING UNDERGROUND UTILITIES SHOWN ARE APPROXIMATE. CONTRACTOR TO FIELD VERIFY. 2. THE CONTRACTOR SHALL MAKE ALL NECESSARY ARRANGEMENTS FOR COMMUNICATIONS WORK AND SERVICE WITH THE SERVING UTILITY (FRANKLIN PUD) TO PROVIDE A FIBER OPTIC COMMUNICATIONS SERVICE TO THE SITE. 3. THE REQUIREMENTS FOR COMMUNICATIONS SERVICE SHOWN ON THE DRAWINGS ARE GENERAL IN NATURE AND DO NOT NECESSARILY REFLECT THE EXACT REQUIREMENTS OF THE SERVING UTILITY COMPANY TO PROVIDE SERVICE TO THE SITE. 4. THE CONTRACTOR SHALL PERFORM ALL WORK AND SHALL FURNISH AND INSTALL ALL MATERIALS AS REQUIRED BY THE SERVING UTILITY FOR THE NEW UNDERGROUND COMMUNICATIONS SERVICE REQUIRED AT THE SITE. 5. THE CONTRACTOR SHALL MAKE ALL NECESSARY APPLICATIONS FOR SERVICE WITH THE UTILITY, AND SHALL NOTIFY THE OWNER IN WRITING OF ANY OBLIGATIONS THAT THE OWNER MUST FULFILL FOR COMMUNICATIONS SERVICE TO BE STARTED, INSTALLED, OR MODIFIED. 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCHING AND BACKFILL REQUIRED FOR INSTALLATION OF THE COMMUNICATIONS CONDUIT. TRENCHING AND BACKFILL FOR COMMUNICATIONS AND DATA CONDUITS SHALL BE IN ACCORDANCE WITH THE SERVING UTILITY. 7. COMMUNICATIONS AND DATA CONDUITS SHALL BE INSTALLED AT LEAST 24 INCHES BELOW THE FINISH GROUND SURFACE. 8. THE CONTRACTOR SHALL COORDINATE COMMUNICATIONS AND DATA SERVICE INSTALLATION WITH ELECTRICAL SERVICE INSTALLATION. 9. COMMUNICATIONS CONDUITS MAY RUN IN THE SAME TRENCH WITH POWER CONDUITS AS SHOWN ON DRAWINGS, OR AS PERMITTED BY THE SERVING UTILITY. SPACING FROM POWER CABLES SHALL BE A MINIMUM OF 18” OR AS REQUIRED BY THE SERVING UTILITY COMPANY. G2P7 F1 G1 P1 6 6 1 -2 2 - 4 5 CLASS I, DIVISION 1 HAZARDOUS AREA CLASS I, DIVISION 2 HAZARDOUS AREA 1 - 2 - 3 E006 4 E006P6 P3 C2 C1A P4A S1A P5A C1B P4B S1B P5B G3 5/22/2020 A C B D E F H K L J G 30" 1 20" 2 3 20" 4A3A SSS PUMP #12B TELEMETRY CONTROL PANEL 4 36" M ATS 2A TCP CB1A PANEL BOARD 1J 1PH DISTRIBUTION TRANSFORMER 5 20" 5A I 3G 5C SPACE 5G MAIN BREAKER1HXFMR CIRCUIT BREAKER SSS PUMP #2 SPD ONE-LINE DIAGRAM 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION ONE-LINE DIAGRAM E005.dwg AS NOTED E005 0 5/22/20 ISSUED FOR BID EXISTING POLE-MOUNTED UTILITY TRANSFORMERS 480/277VAC, 3Ø,4W TO FRANKLIN PUD G1 N G 150A/3P N G GENERATOR, DIESEL, WEATHERPROOF, QUIET TYPE ENCLOSURE, 480/277V 3Ø, 4W, 80KW TO GROUNDING ELECTRODE SYSTEM 40A/3PTRANSFORMER "TX-P1" 15KVA, 480-240/120VAC, 1Ø, 3W PANELBOARD "P1" TELEMETRY CONTROL PANEL 80A/3P80A/3PSSS SSS MOTOR CONTROL CENTER "MCC-1" 480/277V, 600A 3Ø, 3W, 65KAIC, NEMA 12, SERVICE ENTRANCE RATED 30 J 30 J WET WELL OT SF OT SF P5A HANDHOLE 1 P5B LIFT PUMP #1 PUMP OVER TEMP, SEAL FAIL LIFT PUMP #2 PUMP OVER TEMP, SEAL FAIL P4A P4B M UTILITY METER EX EX J EX LS LS LS LE SUBMERSIBLE LEVEL TRANSDUCER LEVEL SWITCHES (FLOATS) S1BC1B S1A C1A MCC ELEVATION SPD 5A1H 3G3A SPACE 5C AUTOMATIC TRANSFER SWITCH ATS-1 200A, 3Ø MAIN BREAKER 200A/3P P1 P3 30A/3P60A 60A GENERATOR UTILITIES P6 CONVENIENCE RECEPTACLE P2 P7 NTS 3'-6"1 KEYNOTES: NEMA 1 GASKETED MCC INSTALLED IN A NEMA 3R LOCKABLE ENCLOSURE. ENLOSURE TO INCLUDE INTEGRAL FULLY REDUNDANT, THEMOSTATICALLY CONTROLLED FAN COOLING SYSTEM. FAN COOLING SYSTEM SHALL NOT VETILATE TRANSFORMER TX-P1 HEAT ACROSS OTHER MCC SECTIONS. ENCLOSURE TO INCLUDE 3-POINT LOCKING HANDLES AND DOOR INTRUSION SWITCH(ES) FOR ALL DOORS, WIRED IN SERIES FOR PLC SYSTEM MONITORING. INTEGRATE PUMP SUPERVISION RELAYS INTO PUMP STARTER UNIT DOORS. DOOR MOUNT STARTER HIM MODULES, STATUS INDICATING LIGHTS, RUNTIME METERS AND START CYCLE COUNTERS. WP GFCI CONVENIENCE RECEPTACLE INSTALLED IN A WEATHERPROOF BOX WITH A LOCKABLE METAL WEATHERPROOF WHILE-IN-USE EXTRA DUTY COVER. 2 3 3 1 2 2 BC 5/22/2020 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION ELECTRICAL DETAILS E006 GROUND ROD MAKE THIS LOOP AS LARGE AS POSSIBLE, AVOID A SHARP BEND BURNDY GROUND CLAMP FILL WITH SOIL, TO WITHIN 6" OF TOP OF ROD, COMPACT BY ADDING WATER AND TAMPING GROUND LOOP CABLE PVC CONDUIT TO SERVICE EQUIPMENT FOGTITE GROUND ROD BOX SP-1 OR EQUAL CONCRETE STEEL INSERT FOR TRAFFIC AREAS, CONCRETE ONLY FOR NON- TRAFFIC USE AREAS3' FOR POWER TO TELEPHONE SEPARATION PROVIDE 12" CLEARANCE RESURFACE IN ACCORDANCE WITH FINAL REQUIREMENTS-SOD IN LAWN AREAS, ASPHALT OR CONCRETE IN PAVED AREAS UNDERGROUND WARNING TAPE. SEE SPECIFICATION SECTION 10 14 00 6" OR MORE OF CLEAN SAND OR APPROVED EXCAVATED MATERIAL CONDUIT TYPE, SIZE, AND QUANTITY AS SPECIFIED 7-1/2" 7-1/2" FINISHED GRADE 24" BURIAL DEPTH FOR UTILITIES INCLUDING POWER AND TELEPHONE OR AS AMENDED BY THE SERVING UTILITY BACKFILL 95% COMPACTION STAINLESS STEEL MOUNTING PLATE AND UNISTRUT CROSS SUPPORTS - FASTEN SECURELY TO BOTH SIDES OF HANDHOLE POSSIBLE WATER LEVEL WET WELL MANUFACTURER'S CABLES (INTEGRAL WITH PUMP OR SENSING EQUIPMENT) CONCRETE HANDHOLE WITH LOCKING COVER. RATED FOR H20 WHEEL LOADING, 36" L x 36" W X 24" D MIN. INTERIOR DIMENSIONS, WILBERT PRE-CAST WP24-36B OR EQUAL CLASS I, DIV 1, SEALED FLEXIBLE CORD CONNECTOR , CROUSE HINDS CGBS OR ENGINEER APPROVED EQUAL PUMP POWER J-BOX; CLASS I, DIV 1, EXPLOSION PROOF, NEMA 7 J-BOX; CROUSE HINDS GUB TYPE WITH COVER OR ENGINEER APPROVED EQUAL. MAKE PUMP CABLE TO CONDUCTOR CONNECTIONS IN J-BOX USING MOTOR SPLICE INSULATORS T&B SHRINK KON TYPE MSC OR ENGINEER APPROVED EQUAL CONTROL/SIGNAL J-BOX; CLASS I, DIV 1, EXPLOSION PROOF, NEMA 7 J-BOX; CROUSE HINDS GUB TYPE WITH COVER OR ENGINEER APPROVED EQUAL. MAKE SENSING AND CONTROL CONNECTION ON TERMINAL STRIPS. PROVIDE SECOND CABLE ENTRY WHEN REQUIRED BY PUMP MANUFACTURER 2-1/2" GRS CONDUIT WRAPPED IN CORROSION PROTECTION TAPE WITH BUSHINGS FOR PUMP CORD O-Z/GEDNEY TYPE ABB OR ENGINEER APPROVED EQUAL 2 1/2" GRS CONDUIT WRAPPED WITH CORROSION PROTECTION TAPE WITH BUSHINGS O-Z/GEDNEY TYPE ABB FOR CONTROL/SIGNAL CABLES OR ENGINEER APPROVED EQUAL LIFT STATION WET WELL TO EQUIPMENT RGS CONDUIT WRAPPED IN CORROSION PROTECTION TAPE CLASS I, DIV 1, SEAL OFF FITTING INSTALLED ABOVE GROUND LEVEL 3' 3'-8" TO PUMPS SUBMERSIBLE LEVEL TRANSDUCER 8" DEEP COMPACTED WELL GRADED CRUSHED STONE IN ACCORDANCE WITH SPECIFICATION SECTION 31 12 33 SERVICE LOOP PROVIDE STAINLESS STEEL MOUNTING HARDWARE. COORDINATE LEVEL SENSOR ARRANGEMENT WITH WET WELL EQUIPMENT TO ELIMINATE INTERFERENCES. LOCATE INSTRUMENTATION TO BE ACCESSIBLE AND REMOVABLE FROM OUTSIDE OF WET WELL WET WELL HATCH STAINLESS STEEL CHANNEL WITH 3 HOLE 90 DEGREE FITTING. SECURE CHANNEL TO WALL WITH SST ANCHORS AS SPECIFIED IN SECTION 03 15 19 (TYPICAL). STAINLESS STEEL EYE-BOLT WITH NUT AND WASHER (TYPICAL). STAINLESS STEEL CARABINER, SIZE TO FIT KELLEMS GRIP (TYPICAL). CORE DRILL EXISTING WET WELL FOR CONDUIT PENETRATIONS. GROUT AND SEAL GAPS FOLLOWING CONDUIT INSTALLATION. STAINLESS STEEL KELLEMS CABLE SUPPORT GRIP (TYPICAL) FLOAT SWITCH (TYPICAL) FLOAT WEIGHT (TYPICAL) 1 E004 3 E004 4 E004 2 E004 C1A P4A P5A S1A C1A P4A P5A S1A 5/22/2020 ROAD 36 LIFT STATION PUMP CONTROL WIRING DIAGRAMS E007 GENERAL NOTES: 1. WIRING LAYOUT IS SCHEMATIC/PRELIMINARY. FINAL LAYOUT TO BE DETERMINED BY CONTROL SYSTEM INTEGRATOR BASED ON EQUIPMENT REQUIREMENTS. (X0) OFF ON CRH (000X) HS-P1 CRS1 (0X)CRA (X0)CRH CRS2 (0X)CRB ON LOCAL AUTOOFF CRL CR1A(00X0) (X000) CRF1 CRS1 (000X) HS-P2 ON LOCAL AUTOOFF CRL CR2A(00X0) (X000) CRF2 CRS2 PUMP 1 RUN PUMP 2 RUN ALTERNATING RELAY AB 700-HTA OR EQUAL CRA CRB5 3 8 2 1 HI LEVEL CRH CRA HI LEVEL ISR 2 NOC CRH LO LEVEL ISR 3 NOC CRL HI LEVEL LO LEVEL C NO AC AC NL ISR3 H G 3 LOW LEVEL C NO AC AC NL ISR2 H G 1 HI LEVEL C NO AC AC NL ISR1 H G L HI-HI LEVEL INTRINSICALLY SAFE CIRCUITS ONLY LO LEVEL CRL HI-HI LEVEL ISR 1 TO TELEMETRY PANEL - PLC INPUTS MCC INTRUSION DETECTION ALTERNATE CB4 5A LO LEVEL CRL CRB 4 L N 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 100VA CPT 120V CB M MOTOR CONTROL CENTER 480V L1 L2 L3 FU T1L1 T2L2 T3L3 SSS RUNNING NL SSS FAULT PUMP FLT1 RUN1 TO PLC (IN MCC) LOCALON CR1 CR FLT1 CR RUN1 HIM OOXO FIELD DEVICE AUTOMATION SECTION OF MCC MCC DEVICE LOCATION LEGEND HAND STATION (PUMP #1 SHOWN) (PUMP #2 SIMILAR) TYPICAL MCC BUCKET PUMP WIRING DIAGRAM RESET P1 PUMP SENSORS CR1 CR2 + -12VDC MINICASII HIGH TEMP LEAKAGE 10S 2 6 7 5 1 11 3 4 9 8 10 CB1 1A G CRS1 CR1 CR2 CR2 NGL FUFU FU TO PLC (IN MCC) TO PLC (IN MCC) TO PLC (IN MCC) TO PLC (IN MCC) KEYNOTES: ALARM INDICATION AND RESET PUSHBUTTON TO BE DOOR MOUNTED OR OPERATOR ACCESSIBLE THROUGH DOOR (WITHOUT HAVING TO OPEN DOOR). RUN AUTOOFF TO PLC (IN MCC) LOCALON OOXO AUTOOFF TELEMETRY CONTROL PANEL PUMP CONTROL WIRING DIAGRAM CR FLT1 CR RUN1 G R SCC RTM RUNNING INDICATION FAULT INDICATION 5/22/2020 1 2 34 56 7 8 PWR1 PWR2 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION TELEMETRY CONTROL PANEL LAYOUT E008 1 KEYNOTES: SURGE PROTECTION DEVICE. PANEL HEATER. GFI RECEPTACLE. UPS AND UPS BATTERIES. ETHERNET SWITCH AND PATCH CABLES. FIBER PATCH PANEL. POWER SUPPLY. PLC POWER SUPPLY, CONTROLLER, DIGITAL INPUT(16CH), DIGITAL OUT CARD (16-CH), ANALOG INPUT 4-20MA (4CH) ANALOG OUTPUT CARD (4CH). 10" OUTDOOR NEMA 4X RATED HMI. CIRCUIT BREAKERS. FUSES AND FUSEBLOCKS. TERMINAL BLOCKS. RELAYS. ALTERNATE SELECTOR SWITCH. PUMP MODE SELECTOR SWITCH. CONTROL PANEL HIGH TEMPERATURE SWITCH. DEDICATED SIMPLEX RECEPTACLE FOR UPS. GENERAL NOTES: 1. PANEL LAYOUT IS SCHEMATIC/PRELIMINARY. FINAL LAYOUT TO BE DETERMINED BY CONTROL SYSTEM INTEGRATOR BASED ON EQUIPMENT REQUIREMENTS. MCC BUCKET DOOR VIEW BACK PANEL VIEW 8 7 9 5 6 NTS 2 3 4 5 6 7 8 9 10 11 12 10 11 12 1 3 11 2 4 NTS 13 13 151415 14 15 17 16 16 17 5/22/2020 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION TELEMETRY CONTROL PANEL POWER WIRING DIAGRAM E009 GENERAL NOTES: 1. PANEL LAYOUT IS SCHEMATIC/PRELIMINARY. FINAL LAYOUT TO BE DETERMINED BY CONTROL SYSTEM INTEGRATOR BASED ON EQUIPMENT REQUIREMENTS. THERMOSTAT LN GG LN SPD LINE LOAD LN G +- 24VDC POWER SUPPLY INPUT OUTPUT G LN LT GFCI 120 VAC/LINE AC POWER (FROM PANEL P-1) TB1 L 120 VAC/NEU TB1 N GND TB1 G CB1 15A 20A CB2 1A PANEL LIGHT CB3 5A DOOR SWITCH DSW109 HEATER CB4 10A LN GG LN UPS INPUT OUTPUT 1000VA CB6 10A CB7 2A L1/141 NEU/141 CB8 2A L1/140 NEU/140AC CONTROL/DC CONTROL CB9 2A CB10 5A 120W FU5A +24VDC -24VDC G +- ETHERNET SWITCH FU1A FU1A L1/201 +24V/201 -24V/201 NEU/201 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 180 CB5 15A PLC POWER SUPPLY G +- 10" HMI FU2A G LN KEY NOTES: PROVIDE AND INSTALL BYPASS PIGTAIL IN UPS CIRCUIT TO ALLOW UPS TO BE BYPASSED IN CASE OF FAILURE. WIRE UPS ON BATTERY AND FAULT CONTACTS TO PLC DISCRETE INPUT FOR MONITORING. CB6 15A FIELD DEVICE AUTOMATION SECTION OF MCC MCC DEVICE LOCATION LEGEND HAND STATION SPARE 5/22/2020 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION TELEMETRY CONTROL PANEL PLC WIRING DIAGRAM 1 OF 2 E010 GENERAL NOTES: 1. PANEL LAYOUT IS SCHEMATIC/PRELIMINARY. FINAL LAYOUT TO BE DETERMINED BY CONTROL SYSTEM INTEGRATOR BASED ON EQUIPMENT REQUIREMENTS. +24VVDC/180 -24VDC/180 FU 1A 1 COM 0 3 +24VDC/241 -24VDC/241 DIGITAL INPUTS 2 5 4 7 6 11 COM 2 13 12 15 14 FU 1A LO LEVEL CRL HI-HI LEVEL ISR 1 0 8 10 9 FU 1A GENERATOR INTRUSION ALARM MCC INTRUSION ALARM FU 1A CONTROL PANEL HIGH TEMP ALARM PUMP 1 RUNNING CR RUN1 PUMP 1 FAULT CR FLT1 (X000) (00X0) HS-P1 (CONTINUED) PUMP 2 RUNNING CR RUN2 PUMP 2 FAULT CR FLT2 (X000) (00X0) HS-P2 (CONTINUED) PUMP 1 IN HAND PUMP 1 IN AUTO PUMP 2 IN HAND PUMP 2 IN AUTO +24VVDC/180 -24VDC/180 FU 1A 1 COM 0 3 +24VDC/241 -24VDC/241 DIGITAL INPUTS 2 5 4 7 6 11 COM 2 13 12 15 14 FU 1A 0 8 10 9 FU 1A FU 1A UPS FAULT UPS LOSS OF CONTROL POWER ATS NORMAL POSITION ATS EMERGENCY POSITION GENERATOR RUNNING GENERATOR COMMON ALARM GENERATOR FAIL FIELD DEVICE AUTOMATION SECTION OF MCC MCC DEVICE LOCATION LEGEND HAND STATION OVERTEMP CR1 SEAL FAIL CR2 OVERTEMP CR3 SEAL FAIL CR4 KEY NOTES: ALL GENERATOR DOOR SWITCHES TO BE WIRED IN SERIES. 5/22/2020 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION TELEMETRY CONTROL PANEL PLC WIRING DIAGRAM 2 OF 2 E011 GENERAL NOTES: 1. PANEL LAYOUT IS SCHEMATIC/PRELIMINARY. FINAL LAYOUT TO BE DETERMINED BY CONTROL SYSTEM INTEGRATOR BASED ON EQUIPMENT REQUIREMENTS. IN0+ +24VDC/280 -24VDC/280 IN0- LEVEL TRANSMITTER ANALOG INPUT FUSE .063A FUSE .063A FUSE .063A FUSE .063A WELL LEVEL IN1+ IN1- IN2+ IN2- IN3+ IN3- SPARE SPARE SPARE +24V DC NEU FUSE .063A +24VDC/341 -24VDC/341 OUT 0+VDC +24VDC/240 -24VDC/240 OUT 1 CR1A OUT 2 CR2A CR3 CR4 DIGITAL OUTPUT PUMP 1 CALL TO RUN PUMP 2 CALL TO RUN SPARE SPARE CR5 CR6 CR7 CR8 DC COM SPARE SPARE SPARE SPARE OUT 3 OUT 4 OUT 5 OUT 6 OUT 7 OUT 8 OUT 9 OUT 10 OUT 11 OUT 12 OUT 13 OUT 14 OUT 15 +24VDC/301 -24VDC/301 LT FIELD DEVICE AUTOMATION SECTION OF MCC MCC DEVICE LOCATION LEGEND HAND STATION KEY NOTES: PROVIDE ADDITIONAL EQUIPMENT AS REQUIRED FOR INTRINSICALLY SAFE CIRCUIT. 5/22/2020 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION NETWORK DIAGRAM E012 GENERAL NOTES: 1. DIAGRAM IS SCHEMATIC. FINAL REQUIREMENTS TO BE DETERMINED BY CONTROL SYSTEM INTEGRATOR BASED ON EQUIPMENT REQUIREMENTS AND EXISTING SYSTEM CHARACTERISTICS. 2. ROCKWELL PLC PROGRAMMING SHALL USE NO SOURCE PROTECTION. PLC PROGRAMMING SHALL BE FULLY ACCESSIBLE AND FULLY DOCUMENTED FOR CITY OF PASCO STAFF TO USE. OWNERSHIP OF THE PROGRAM SHALL BE TURNED OVER TO THE CITY OF PASCO UPON COMPLETION OF THE PROJECT. A FULLY DOCUMENTED ELECTRONIC COPY OF THE PROGRAM SHALL BE DELIVERED TO THE CITY OF PASCO UPON COMPLETION OF THE PROJECT. 3. VERIFY WIN-911 ALARMS FUNCTION AND TEST EACH DATA POINT THROUGH CALL OUT. 4. LABEL ALL WIRES IN PLC CABINET AND FIELD SIDE. 5. TERMINATE FIBER INSIDE PLC CABINET. ALL FIBER TERMINATIONS TO BE LABELED INSIDE PLC CABINETS WITH IDENTIFIER SHOWN ON DRAWING. 6. THE CONTRACTOR SHALL PROVIDE COMMUNICATIONS NETWORK INTERFACE EQUIPMENT IN ACCORDANCE WITH THE UTILITY REQUIREMENTS AND AS SHOWN ON PLANS. 7. PROVIDE ACCESSORIES SUCH AS JUNCTION BOXES, TERMINAL BOXES, SPECIAL MOUNTING HARDWARE, AND APPURTENANCES, THE COMMUNICATIONS AND DATA SYSTEM FOR COMPLETE INSTALLATION. FIBER OPTIC CABLE FO - FIBER OPTIC HARDWIRE CONNECTION TELEPHONE LINE DATA LINK (ETHERNET) T OPERATOR INTERFACE TERMINALOIT - PROGRAMMABLE LOGIC CONTROLLERPLC - SW PLC SW FC SW NETWORK SWITCH FIBER CONVERTER OIT FIBER PATCH PANEL FIBER PATCH PANEL SW FIBER PATCH PANEL UNINTERRUPTIBLE POWER SUPPLYUPS KEY NOTES: NETWORK SWITCH SHALL BE SIEMENS RUGGEDCOM RS900G-24-D-2SFP-XX 6GK6090-0GS21-0BA0-Z A01 (24VDC 2 SFP PORTS FOR FIBER CONNECTIONS), NO SUBSTITUTION. USE LC CONNECTIONS IN FIBER PATCH PANEL. USE LC/LC FIBER PATCH CABLE TO CONNECT FROM SFP PORT PLACED IN NETWORK SWITCH TO FIBER PATCH PANEL. FIBER PATCH PANEL AND UTILITY FIBER TERMINATIONS BY FRANKLIN PUD. LC/LC PATCH CABLE. CONNECT LC/LC PATCH CABLE TO SFP PORT. PROVIDE WONDERWARE PROGRAMMING AT BOTH WASTEWATER TREATMENT PLANT AND LIFT STATION OPERATIONS COMPUTERS (TWO SEPARATE LOCATIONS WITHIN CITY OF PASCO) TO INCLUDE THE UPGRADED ROAD 36 LIFT STATION. THIS INCLUDES HISTORIAN DATA COLLECTION OF DATA TAGS IN HISTORIAN SERVER. PROGRAMMING ALSO INCLUDES CONFIGURATION AND TESTING OF NEW WIN-911 ALARMS ASSOCIATED WITH THE ROAD 36 LIFT STATION. 5/22/2020 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION P&ID SYMBOLS AND LEGENDS I0015/22/2020 ///////////////////////////////////////////////////////////////ISR///////////////////////////////////////////////////////////////////G R G R 1 A B C 2345678 D ISSUE DATE DESCRIPTION PROJECT MANAGER PROJECT NUMBER 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION G WEISZ G WEISZ 1130 W. HAYDEN AVE, SUITE #101 HAYDEN, IDAHO 83835 (208) 676-8001 (888) 972-1887 ROAD 36 LIFT STATION P&ID I0025/22/2020 Road 36 Lift Station Upgrades Addendum No. 1 Contract No. 16006 Page 1 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov ADDENDUM NO. 01 ROAD 36 LIFT STATION UPGRADES Contract No. 16006 October 6, 2020 Addendum No. 1 Acknowledgement Page This addendum includes: 2 - 8 ½ x 11” Acknowledgement Pages 1 - 8 ½ x 11” Clarifications Page 9 – 8 ½ x 11” Specification and Plan Sheet Clarifications/Changes 12 Total Sheets ************************************************************************************************** NOTICE is hereby given that this acknowledgement page must be signed and enclosed with the sealed bid for the Road 36 Lift Station Upgrades, Contract No. 16006 as evidence that the bidder has familiarized themselves with all information incorporated herein. Do NOT include the entire contents of this Addendum in your bid submission. Only this signed acknowledgement page is required. ______________________________________________________________________ Company Name ______________________________________________________________________ Name (Please Print) Title ______________________________________________________________________ Signature Road 36 Lift Station Upgrades Addendum No. 1 Contract No. 16006 Page 3 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov This Addendum No. 1 is hereby issued for the Road 36 Lift Station Upgrades project, and therefore made a part of and incorporated into that certain Contract No. 16006, referred to as “Contract Documents”). CLARIFICATIONS QuestCDN Online Bidding User Guide: The attached guide (Attachment A) shows step-by-step instruction on how to set-up your Online Bidding profile as well as directs you on how to submit your bid correctly. If you need any additional guidance aside from this user guide please contact QuestCDN Customer Support at 952-233-1632 or info@questcdn.com for assistance in membership registration, downloading digital project information and vBid online bid submittal questions. Prevailing W age Rate Reference (PWR-1): The State of Washington prevailing wage rates applicable for this public works project, which is located in Franklin County, may be found at the following website address of the Department of Labor & Industries: https://secure.lni.wa.gov/wagelookup/ Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is August 3, 2020 September 2, 2020, and subsequent corrections effective on September 2, 2020 September 10, 2020. A copy of the applicable prevailing wage rates are also available for viewing at the office of the Public Works Director, located at 525 North 3rd, Pasco, Washington. Upon request, the City will mail a hard copy of the applicable prevailing wages for this project. Please forward your request in writing to the address above, or by calling (509) 545-3444. On‐Line Bidding User Guide  Welcome to VirtuBid™ with the Quest Construction Data Network!  VirtuBid™ (vBid™) is a state‐of‐the‐art electronic bidding service that benefits the bidder by allowing more time  for last minute price adjustments. Bidders can now submit their numbers and forms within seconds of bid closing  to ensure the most competitive bids, simply by the push of a button.     On‐Line Bid ID code  You must create your On-Line Bid ID code to submit your bid. Prior to participating in On-Line Bidding, be sure to set up your company’s On-Line Bid ID code. Your On-Line Bid ID code is your digital signature. You may also need to update your QuestCDN password to higher security if needed (On-Line Bidding new password minimum is 8 characters with one uppercase, one lowercase and one numeral). Updating passwords and creating an On-line Bid ID code can only be done by your System Administrator. Creating your On‐Line Bid ID code  My Account – Located in the Green Title Bar in the functional menu. User Info – Enter On-line Bid ID code (new minimum is 8 characters with one uppercase, one lowercase and one numeral). Confirm On-line Bid ID code – Re-type your Bid ID code to confirm. Save – Click Save to update and save your code. Before you can enter On‐Line Bidding you must first Download the Project Document. You must also download  all addendums before you will be able to submit your bid.  To download the Project Documents or addendums – Log into your QuestCDN account, enter the project number and click search. (you may have to click on the project name to open the Bid Advertisement Page). Click on Download Document for the projects document file. Click on Addenda to download addendums (located in the green title bar.) Once downloaded, close the bid advertisment window and then reopen to refresh the screen. QuestCDN On‐Line Bidding  Attachment A Accessing On‐Line Bidding  There are two ways to access QuestCDN On-Line Bidding 1. Click on the On-Line Bidding button to log into Quest VirtuBid™ (located on the first page of QuestCDN in the black/ green title bar).             2. Enter the project number and click search. (You may have to click on the project name to open the Bid Advertisement page). On the Bid Advertisement Page click the On-Line Bid Button. On‐Line Bidding On‐Line Bid Button  Project # & Search Logging into Vbid ‐ On‐Line Bidding  1. Log into Vbid - On-Line Bidding using your QuestCDN User Name and Password. (Password must = new security minimum of 8 characters with one uppercase, one lowercase and one numeral. If needed, go to “My Account” to update the password.) 2. On the Home page of vBid - On-Line Bidding projects are sorted by Bids Started, Bids Available, Bids Submitted, Bids Closed (Bid Submitted), Bids Closed (no bid submitted).   3. Select your project by clicking on the underlined project name.     Qualification Tab  The Qualification Tab will contain all necessary documents and forms uploaded by the owner/solicitor that are required for the project. Download all documents and forms that are required, fill them out and upload the completed forms back to the project (if required).                                                                                                                                                            Qualification Sections  1. Bid Bond Section Complete the Bid Bond information which could be an electronic (pdf) version of your bid bond or Surety 2000. (this information depends on what the solicitor has requested).  If both are offered you only need to      complete one. A. Electronic Bid Bond  Upload your file containing your company’s bid bond information B. Surety2000 Bid Bond  Enter the Contract Number (This is the QuestCDN project number)  Enter the Contractor ID (This is your QuestCDN member number) The Unique Contract Number and Unique Contractor ID must first be provided to the Insurance Agency and the  agent must use these two numbers when requesting a Surety Bond ID.  Your Contractor ID will stay the same but  the Contract Number will change from project to project.    2. Bidder must download the following file for bid submission section          Download all documents that are shown as requiring a download. Each required download will have a file              name and a download link.  Click on the Save Button to update the screen.           The screen will now show the downloaded date of the file.    A B Downloaded  Date Download file 3.Bidder must download, complete, and submit (or replace) the following files for bid submission section Click the Download link to download all required documents, select the Save button to update, there will now be a Upload Button. Complete all information and save the document(s) to your computer. Select  the Choose File button to retrieve your file from your computer. Select the Upload button to upload your  file to the bid.  A)Completed Upload - The name of the uploaded document will be shown next to the Upload button. B)Downloaded Date - If you have downloaded the document but not uploaded your completed document file, the message shows the document downloaded date. You need to upload your file before you can submit your bid. C)Download File ‐ If you have not downloaded the document a message will display‐ downloading required for bid submission. You need to download and upload the completed file before you can submit  your bid.   4.Check or Replace File Quest vBid allows you to check your uploaded documents and replace them as often as you need. To check the file uploaded, click on the uploaded document name. To replace it, select Choose File and retrieve the correct file from your computer. Select Upload to complete the upload of your replacement file. 5.Post letting information works the same as the sections above, except there is a separate due date, after the normal letting close. Documents requested in this section can be uploaded any time after the actual bid letting time but must be uploaded before the Deadline date and time set by the solicitor. Please check the separate due date and comply. Deadline date #4  A B C Bid Worksheet Tab        Work Sheet Sections    White sections are part of the Base Bid and require that you bid each item before submitting.  Pink sections are Optional and completion may or may not be mandatory, Items in this section will not be added to the base bid. Please follow the instructions specified by the solicitor.  Blue sections are Fixed and specified by the solicitor, you cannot change them and they are automatically added to the base bid.   Entering the Unit Price Fields    Fill in the Unit Price Field by clicking on the appropriate line item in the worksheet. You can move from unit price to unit price by using your Enter key or the Up/Down Arrow. When finished be sure to click Save.  Once you have finished both the Qualification page and the Worksheet page you are ready to Submit Bid.   Import & Export CSV   Use the Export to CSV button to export the Bid Worksheet to an Excel spreadsheet. This option may be helpful for additional calculations and percentage markups on the unit price.  Use the Import from CSV button to import your Excel spreadsheet back to the Bid Worksheet. . You may not add or make changes to the headers or verbiage and you may not move line items.  If changes have been made to any of these fields the Import CSV will fail to upload correctly and  you will not be able to submit your bid or your bid may be incorrect.   Only make changes to the  Unit Price Field.              Submitting your On‐Line Bid with Bid ID code  Download all addenda’s before you submit your bid. If addendums are not downloaded, you will not be able to submit your bid. Return to QuestCDN and login to download. Enter your On‐Line Bid ID code and check the I Agree box to accept the Terms and Conditions. Submit your bid– (the On‐Line  Bid Id code is a special pass code required only at bid submittal, this code is your digital signature– it can be added or changed  by logging into your QuestCDN account @ www.questcdn.com ‐  once logged into your account  go to  “My Account” located  in the green title bar and select User Info.  Add or change your Bid ID Code, remember to save your changes).    Error Messages After you Submit your bid the system verifies that you have completed all the requirements. The error message Bid Not Submitted will be shown if you have errors in your bid submission. Below are some examples of error messages.  Missing bid bond information  Required unit price is missing.  Required addenda’s have not been downloaded.  Required file has not been uploaded.   Bid Bond Error Unit Price Error  Agree  Bid ID Code Bid  Not Submitted     Make any corrections needed. Save and Submit the bid. Once your bid is submitted successfully you will receive a  confirming email showing your bid was delivered (be sure to keep this email). The page message will now say   BID SUBMITTED.  Download Addenda Error  Upload Required File Error  Upload the file Bid Submitted  Making Changes to your Bid      Changing Prices - You can make changes and resubmit as many times as you need before the bid ending time. Select Edit Worksheet to make any changes needed. When finished select Submit Changes, enter your On-Line Bid Id code, check “I agree” and Submit. The owner of the project will only receive the last submission. If you fail to re-submit, your changes will not be updated.  Un-Submit your bid - If you need to un-submit your bid, select Unsubmit Bid. This will remove your bid tabulation in its entirety (all data entered will remain saved). You may re-submit your bid at any time before the end of the bid closing time. If you fail to re-submit, your bid will not be received by the solicitor. Unsubmit Bid  Submitted  Road 36 Lift Station Upgrades Addendum No. 2 Contract No. 16006 Page 1 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov ADDENDUM NO. 02 ROAD 36 LIFT STATION UPGRADES Contract No. 16006 October 6, 2020 Addendum No. 2 Acknowledgement Page This addendum includes: 2 - 8 ½ x 11” Acknowledgement Pages 2 - 8 ½ x 11” Specification and Plan Sheet Clarifications/Changes 3 – 11” x 17” Updated Plan Sheets 7 Total Sheets ************************************************************************************************** NOTICE is hereby given that this acknowledgement page must be signed and enclosed with the sealed bid for the Road 36 Lift Station Upgrades, Contract No. 16006 as evidence that the bidder has familiarized themselves with all information incorporated herein. Do NOT include the entire contents of this Addendum in your bid submission. Only this signed acknowledgement page is required. ______________________________________________________________________ Company Name ______________________________________________________________________ Name (Please Print) Title ______________________________________________________________________ Signature Road 36 Lift Station Upgrades Addendum No. 2 Contract No. 16006 Page 3 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov This Addendum No. 2 is hereby issued for the Road 36 Lift Station Upgrades project, and therefore made a part of and incorporated into that certain Contract No. 16006, referred to as “Contract Documents”). The following formatting has been used to note additions and deletions to the contract documents. • Deletions are formatted as stricken through (example) text • Changes are formatted as bolded (example) text • Changes/additions are clouded on the drawings. SPECIFICATIONS 1. Remove CSI TECHNICAL SPECIFICATION SECTION 26 32 14 paragraph 2.2.M.4 in its entirety. 2. CSI TECHNICAL SPECIFICATION SECTION 26 32 14 paragraph 3.1.E is revised as follows: Provide control wiring in conduit between generator control panel [, remote annunciator panel(s)] and remote devices as described under generator instrument and controls paragraph and remote annunciator paragraph of this Specification. 3. CSI TECHNICAL SPECIFICATION SECTION 26 32 14 paragraph 3.2.B.8 is revised as follows: Test all safeties specified for generator instruments and controls [and generator remote annunciator panel] as recommended by manufacturer and as required to verify proper operation. PLAN SHEETS The following electrical sheets will be replaced. Changes have been clouded. 1. E004 – Road 36 Lift Station Electrical Site Plan - Revised 2. E005 – Road 36 Lift Station One-Line Diagram 3. E006 – Road 36 Lift Station Electrical Details 1ABC2345678DISSUE DATE DESCRIPTIONPROJECT MANAGERPROJECT NUMBER01"2"FILENAMESCALESHEETCity of PascoLift Station Improvements PROCESSSTRUCTURALELECTRICALMECHANICAL / HVACM KALIEVAJ KOCH10076241E SIMMONSDESIGN LEAD/QCINSTRUMENTATIONG WEISZG WEISZ1130 W. HAYDEN AVE, SUITE #101HAYDEN, IDAHO 83835(208) 676-8001 (888) 972-1887ROAD 36 LIFT STATIONELECTRICAL SITE PLAN - REVISEDE004.dwgAS NOTEDE004 0 5/22/20 ISSUED FOR BID1 6/18/20 ADDENDUM 11KEYNOTES:INSTALL CONCRETE HANDHOLE WITH LOCKINGCOVER. SEE DETAILS 1 AND 2 ON SHEET E006.HANDHOLE IS A CLASS I DIVISION 1 HAZARDOUSAREA IN ACCORDANCE WITH NFPA 820, TABLE 4.2.2,ROW 35, LINE a.WET WELL IS A CLASS I DIVISION 1 HAZARDOUSAREA IN ACCORDANCE WITH NFPA 820, TABLE 4.2.2,ROW 32, LINE a.STANDBY GENERATOR. GENERATOR SHALL HAVE 4'MINIMUM CLEARANCE ON ALL SIDES.MOTOR CONTROL CENTER "MCC-1". MOTORCONTROL CENTER SHALL HAVE 2' MINIMUMCLEARANCE TO FENCE, AND 4' MINIMUM FRONTCLEARANCE.EXISTING FRANKLIN PUD UTILITY POLE.UTILITY METER. CONTRACTOR TO PROVIDE ANDINSTALL METER BASE AND FIBER DEMARCATIONBOX. METER FURNISHED AND INSTALLED BYFRANKLIN PUD. CONTRACTOR SHALL COORDINATEREQUIREMENTS WITH FRANKLIN PUD.METER PEDESTAL WITH CONCRETE FOOTING.COORDINATE REQUIREMENTS WITH FRANKLIN PUD.THE CONTRACTOR SHALL PROVIDE AND INSTALLPOWER, COMMUNICATIONS, AND DATA CONDUITSTO FRANKLIN PUD SUPPLY.ELECTRICAL SITE PLAN - REVISED1/4' = 1'-0"131'-6"3'3'3'-0"5'-0"3'-0"3'-0"1'-6"HAZARDOUS AREACLASSIFICATION LEGENDAREA CLASSIFICATION DETAILNTSAREA CLASSIFICATION DETAILNTS2345GENERAL NOTES:1. LOCATION OF EXISTING UNDERGROUNDUTILITIES SHOWN ARE APPROXIMATE.CONTRACTOR TO FIELD VERIFY.2. THE CONTRACTOR SHALL MAKE ALLNECESSARY ARRANGEMENTS FORCOMMUNICATIONS WORK AND SERVICE WITHTHE SERVING UTILITY (FRANKLIN PUD) TOPROVIDE A FIBER OPTIC COMMUNICATIONSSERVICE TO THE SITE.3. THE REQUIREMENTS FOR COMMUNICATIONSSERVICE SHOWN ON THE DRAWINGS AREGENERAL IN NATURE AND DO NOTNECESSARILY REFLECT THE EXACTREQUIREMENTS OF THE SERVING UTILITYCOMPANY TO PROVIDE SERVICE TO THE SITE.4. THE CONTRACTOR SHALL PERFORM ALL WORKAND SHALL FURNISH AND INSTALL ALLMATERIALS AS REQUIRED BY THE SERVINGUTILITY FOR THE NEW UNDERGROUNDCOMMUNICATIONS SERVICE REQUIRED AT THESITE.5. THE CONTRACTOR SHALL MAKE ALLNECESSARY APPLICATIONS FOR SERVICE WITHTHE UTILITY, AND SHALL NOTIFY THE OWNER INWRITING OF ANY OBLIGATIONS THAT THEOWNER MUST FULFILL FOR COMMUNICATIONSSERVICE TO BE STARTED, INSTALLED, ORMODIFIED.6. THE CONTRACTOR SHALL BE RESPONSIBLEFOR ALL SAW CUT, TRENCHING, BACKFILL, ANDSURFACE REPAIR REQUIRED FOR INSTALLATIONOF THE COMMUNICATIONS AND POWERCONDUITS. TRENCHING AND BACKFILL FORCOMMUNICATIONS, DATA, AND POWERCONDUITS SHALL BE IN ACCORDANCE WITHTHE SERVING UTILITY.7. COMMUNICATIONS AND DATA CONDUITS SHALLBE INSTALLED AT LEAST 24 INCHES BELOW THEFINISH GROUND SURFACE.8. THE CONTRACTOR SHALL COORDINATECOMMUNICATIONS AND DATA SERVICEINSTALLATION WITH ELECTRICAL SERVICEINSTALLATION.9. COMMUNICATIONS CONDUITS MAY RUN IN THESAME TRENCH WITH POWER CONDUITS ASSHOWN ON DRAWINGS, OR AS PERMITTED BYTHE SERVING UTILITY. SPACING FROM POWERCABLES SHALL BE A MINIMUM OF 18” OR ASREQUIRED BY THE SERVING UTILITY COMPANY.G2P7F1AG1P1A61-22-45CLASS I, DIVISION 1HAZARDOUS AREACLASS I, DIVISION 2HAZARDOUS AREA1-2-3E0064E006P6P3C2C1AP4AS1AP5AC1BP4BS1BP5BG31F1BP1B7681178112 ACBDEFHKLJG30"120"2320"4A3ASSSPUMP #1TELEMETRYCONTROLPANEL436"MATS2A1APANELBOARD1J1PHDISTRIBUTIONTRANSFORMER520"5AI3G5CSPACE5GMAINBREAKER1HXFMRCIRCUITBREAKERSSSPUMP #2SPDONE-LINE DIAGRAM1ABC2345678DISSUE DATE DESCRIPTIONPROJECT MANAGERPROJECT NUMBER01"2"FILENAMESCALESHEETCity of PascoLift Station Improvements PROCESSSTRUCTURALELECTRICALMECHANICAL / HVACM KALIEVAJ KOCH10076241E SIMMONSDESIGN LEAD/QCINSTRUMENTATIONG WEISZG WEISZ1130 W. HAYDEN AVE, SUITE #101HAYDEN, IDAHO 83835(208) 676-8001 (888) 972-1887ROAD 36 LIFT STATIONONE-LINE DIAGRAME005.dwgAS NOTEDE005 0 5/22/20 ISSUED FOR BID1 6/18/20 ADDENDUM 1EXISTINGPOLE-MOUNTEDUTILITYTRANSFORMERS480/277VAC, 3Ø,4WTO FRANKLINPUDG1NG150A/3PNGGENERATOR, DIESEL,WEATHERPROOF,QUIET TYPE ENCLOSURE,480/277V 3Ø, 4W, 80KWTO GROUNDINGELECTRODESYSTEM40A/3PTRANSFORMER"TX-P1" 15KVA,480-240/120VAC,1Ø, 3WPANELBOARD"P1"TELEMETRYCONTROLPANEL80A/3P80A/3PSSSSSSMOTOR CONTROL CENTER "MCC-1" 480/277V, 600A 3Ø, 3W, 65KAIC, NEMA 12, SERVICE ENTRANCE RATED30J30JWET WELLOTSFOTSFP5AHANDHOLE 1P5BLIFTPUMP #1PUMPOVERTEMP,SEALFAILLIFTPUMP #2PUMPOVERTEMP,SEALFAILP4AP4BMUTILITYMETEREX EXJEXLSLSLSLESUBMERSIBLELEVELTRANSDUCERLEVELSWITCHES(FLOATS)S1BC1BS1AC1AMCC ELEVATIONSPD5A1H 3G3ASPACE5CAUTOMATICTRANSFER SWITCHATS-1 200A, 3ØMAINBREAKER200A/3PP1P330A/3P60A 60AGENERATORUTILITIESP6CONVENIENCERECEPTACLEP2P7NTS3'-6"1KEYNOTES:NEMA 1 GASKETED MCC INSTALLED IN A NEMA 3R LOCKABLEENCLOSURE. ENLOSURE TO INCLUDE INTEGRAL FULLY REDUNDANT,THEMOSTATICALLY CONTROLLED FAN COOLING SYSTEM. FAN COOLINGSYSTEM SHALL NOT VETILATE TRANSFORMER TX-P1 HEAT ACROSSOTHER MCC SECTIONS. ENCLOSURE TO INCLUDE 3-POINT LOCKINGHANDLES AND DOOR INTRUSION SWITCH(ES) FOR ALL DOORS, WIRED INSERIES FOR PLC SYSTEM MONITORING.INTEGRATE PUMP SUPERVISION RELAYS INTO PUMP STARTER UNITDOORS. DOOR MOUNT STARTER HIM MODULES, STATUS INDICATINGLIGHTS, RUNTIME METERS AND START CYCLE COUNTERS.WP GFCI CONVENIENCE RECEPTACLE INSTALLED IN A WEATHERPROOFBOX WITH A LOCKABLE METAL WEATHERPROOF WHILE-IN-USE EXTRADUTY COVER.ALLEN-BRADLEY SMC-FLEX, OR EQUAL. PROVIDE ETHERNET IPCOMMUNICATION MODULE, PUMP CONTROL OPTION, AND FACTORYSTART-UP.233122BC14114112 1ABC2345678DISSUE DATE DESCRIPTIONPROJECT MANAGERPROJECT NUMBER01"2"FILENAMESCALESHEETCity of PascoLift Station Improvements PROCESSSTRUCTURALELECTRICALMECHANICAL / HVACM KALIEVAJ KOCH10076241E SIMMONSDESIGN LEAD/QCINSTRUMENTATIONG WEISZG WEISZ1130 W. HAYDEN AVE, SUITE #101HAYDEN, IDAHO 83835(208) 676-8001 (888) 972-1887ROAD 36 LIFT STATIONELECTRICAL DETAILSE006GROUND RODMAKE THIS LOOP ASLARGE AS POSSIBLE,AVOID A SHARP BENDBURNDY GROUNDCLAMPFILL WITHSOIL, TOWITHIN 6" OFTOP OF ROD,COMPACT BYADDINGWATER ANDTAMPINGGROUND LOOP CABLEPVC CONDUIT TO SERVICEEQUIPMENTFOGTITE GROUND RODBOX SP-1 OR EQUALCONCRETE STEELINSERT FOR TRAFFICAREAS, CONCRETEONLY FOR NON-TRAFFIC USE AREAS3'FOR POWER TO TELEPHONESEPARATION PROVIDE 12"CLEARANCERESURFACE INACCORDANCE WITH FINALREQUIREMENTS-SOD INLAWN AREAS, ASPHALT ORCONCRETE IN PAVED AREASUNDERGROUND WARNING TAPE. SEESPECIFICATION SECTION 10 14 006" OR MORE OF CLEAN SANDOR APPROVED EXCAVATEDMATERIALCONDUIT TYPE, SIZE, ANDQUANTITY AS SPECIFIED7-1/2" 7-1/2"FINISHED GRADE24" BURIAL DEPTH FORUTILITIES INCLUDINGPOWER AND TELEPHONEOR AS AMENDED BY THESERVING UTILITYBACKFILL 95%COMPACTIONSTAINLESS STEEL MOUNTINGPLATE AND UNISTRUT CROSSSUPPORTS - FASTEN SECURELY TOBOTH SIDES OF HANDHOLEPOSSIBLE WATER LEVELWET WELLMANUFACTURER'S CABLES(INTEGRAL WITH PUMP ORSENSING EQUIPMENT)CONCRETE HANDHOLE WITH LOCKINGCOVER. RATED FOR H20 WHEEL LOADING,36" L x 36" W X 24" D MIN. INTERIORDIMENSIONS, WILBERT PRE-CASTWP24-36B OR EQUALCLASS I, DIV 1, SEALED FLEXIBLE CORDCONNECTOR , CROUSE HINDS CGBSOR ENGINEER APPROVED EQUALPUMP POWER J-BOX; CLASS I,DIV 1, EXPLOSION PROOF, NEMA7 J-BOX; CROUSE HINDS GUBTYPE WITH COVER OR ENGINEERAPPROVED EQUAL.MAKE PUMP CABLE TOCONDUCTOR CONNECTIONS INJ-BOX USING MOTOR SPLICEINSULATORS T&B SHRINK KONTYPE MSC OR ENGINEERAPPROVED EQUALCONTROL/SIGNAL J-BOX; CLASS I, DIV 1, EXPLOSIONPROOF, NEMA 7 J-BOX; CROUSE HINDS GUB TYPEWITH COVER OR ENGINEER APPROVED EQUAL.MAKE SENSING AND CONTROL CONNECTION ONTERMINAL STRIPS.PROVIDE SECOND CABLEENTRY WHEN REQUIRED BYPUMP MANUFACTURER2-1/2" GRS CONDUITWRAPPED IN CORROSIONPROTECTION TAPE WITHBUSHINGS FOR PUMP CORDO-Z/GEDNEY TYPE ABB ORENGINEER APPROVED EQUAL2 1/2" GRS CONDUIT WRAPPEDWITH CORROSION PROTECTIONTAPE WITH BUSHINGSO-Z/GEDNEY TYPE ABB FORCONTROL/SIGNAL CABLES ORENGINEER APPROVED EQUALLIFT STATIONWET WELLTO EQUIPMENTRGS CONDUITWRAPPED INCORROSIONPROTECTION TAPECLASS I, DIV 1,SEAL OFF FITTINGINSTALLED ABOVEGROUND LEVEL3'3'-8"TO PUMPSSUBMERSIBLE LEVELTRANSDUCER8" DEEP COMPACTEDWELL GRADED CRUSHEDSTONE IN ACCORDANCEWITH SPECIFICATIONSECTION 31 12 33SERVICE LOOPPROVIDE STAINLESS STEEL MOUNTING HARDWARE. COORDINATELEVEL SENSOR ARRANGEMENT WITH WET WELL EQUIPMENT TOELIMINATE INTERFERENCES. LOCATE INSTRUMENTATION TO BEACCESSIBLE AND REMOVABLE FROM OUTSIDE OF WET WELLWET WELL HATCHSTAINLESS STEEL CHANNEL WITH 3 HOLE90 DEGREE FITTING. SECURE CHANNEL TOWALL WITH SST ANCHORS AS SPECIFIED INSECTION 03 15 19 (TYPICAL).STAINLESS STEELEYE-BOLT WITH NUTAND WASHER(TYPICAL).STAINLESSSTEELCARABINER,SIZE TO FITKELLEMS GRIP(TYPICAL).CORE DRILL EXISTINGWET WELL FORCONDUITPENETRATIONS. GROUTAND SEAL GAPSFOLLOWING CONDUITINSTALLATION.STAINLESS STEELKELLEMS CABLESUPPORT GRIP(TYPICAL)FLOAT SWITCH(TYPICAL)FLOAT WEIGHT(TYPICAL)1E0043E0044E0042E004C1AP4AP5AS1AC1AP4AP5AS1A3"STAINLESS STEEL PIPE CLAMPSTAINLESS STEEL PIPE STAND-OFF, LENGTHAS REQUIRED TO ARRANGE STILLING WELLDIRECTLY BELOW ACCESS HATCH CORNERSTAINLESS STEEL STAND-OFFBRACKET6" DIAMETER HDPE STILLINGWELLWET WELL LID (ACCESS HATCHNOT SHOWN FOR PURPOSESOF CLARITY)WET WELL5-1STILLING WELL. SEEDETAIL 5, THIS SHEET12 Road 36 Lift Station Upgrades Addendum No. 3 Contract No. 16006 Page 1 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov ADDENDUM NO. 03 ROAD 36 LIFT STATION UPGRADES Contract No. 16006 OCTOBER 27, 2020 Addendum No. 3 Acknowledgement Page This addendum includes: 2 – 8 ½ x 11” Acknowledgement and Certification Pages 3 – 8 ½ x 11” Specification and Plan Sheet Clarifications/Changes Pages 12 – 8 ½ x 11” Updated Specification Pages 1 – 11 x 17” Updated Plan Sheet 18 Total Sheets ************************************************************************************************** NOTICE is hereby given that this acknowledgement page must be signed and enclosed with the sealed bid for the ROAD 36 LIFT STATION UPGRADES, Contract No. 16006 as evidence that the bidder has familiarized themselves with all information incorporated herein. Do NOT include the entire contents of this Addendum in your bid submission. Only this signed acknowledgement page is required. ______________________________________________________________________ Company Name ______________________________________________________________________ Name (Please Print) Title ______________________________________________________________________ Signature Road 36 Lift Station Upgrades Addendum No. 3 Contract No. 16006 Page 2 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov CERTIFICATION The Bid Opening Schedule remains unchanged. Submittals are due on: November 4, 2020 AT 2:00 PM This addendum will be sent through Quest CDN Only. ______________________________ Erik Simmons, PE HDR, Inc. 10/27/2020 Road 36 Lift Station Upgrades Addendum No. 3 Contract No. 16006 Page 3 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov SPECIFICATION AND PLAN SHEET CLARIFICATIONS/CHANGES This Addendum No. 3 is hereby issued for the Road 36 Lift Station Upgrades project, and therefore made a part of and incorporated into that certain Contract No. 16006, referred to as “Contract Documents”. The following formatting has been used to note additions and deletions to the contract documents. · Deletions are formatted as stricken through (example) text · Changes are formatted as bolded (example) text · Changes/additions are clouded on the drawings. SPECIFICATIONS 1. Replace the BID PROPOSAL in its entirety with the revised Bid Proposal, identified by October 2020 in the lower left hand corner. The revised Bid Proposal includes the following: a. Items 27 and 28 have been added for the 6-inch check and plug valves. b. The quantity of item 9 has been changed to 50 linear feet. 2. CSI TECHNICAL SPECIFICATION 00 01 10 – TABLE OF CONTENTS is revised as follows: Road 36 Lift Station Upgrades Addendum No. 3 Contract No. 16006 Page 4 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov 3. CSI TECHNICAL SPECIFICATION SECTION 01 22 00 is revised to include paragraphs 3.27 and 3.28 as follows: 4. CSI TECHNICAL SPECIFICATION SECTION 40 05 51 paragraph 3.3 is revised as follows. Road 36 Lift Station Upgrades Addendum No. 3 Contract No. 16006 Page 5 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov 5. The following CSI TECHNICAL SPECIFICATION will be added to Division 01. 1. 01 73 20 – OPENINGS AND PENETRATIONS IN CONSTRUCTION 6. The following CSI TECHNICAL SPECIFICATIONS will be added to Division 40. 2. 40 05 62 – PLUG VALVES 3. 40 05 66 – CHECK VALVES PLAN SHEETS The following process sheet will be replaced. Changes have been clouded. 1. D001 – WET WELL PLAN AND SECTIONS October 2020 P-1 Road 36 Lift Station Upgrades Contract No. 16006 BID PROPOSAL Road 36 Lift Station Upgrades Contract No. 16006 HONORABLE MAYOR AND CITY COUNCIL City Hall Pasco, Washington 99301 Council Members: The undersigned declares that they have carefully examined the sites at: Pasco Road 36 Lift Station, and extends from the Road 36 Lift Station to Manhole # 5062 south of the intersection of Road 36 and Tusayan Road. And has carefully examined specifications, plans, laws, and ordinances covering: All work associated with the improvements at the Road 36 Lift Station and new connecting sewer force main. In accordance with the terms, provisions, and requirements of the foregoing, the following prices are tendered as an offer to furnish the equipment, materials, appurtenances and guarantees, where required, and to perform the work in place and in good working order. BID SCHEDULE: Road 36 Lift Station Upgrades Unit prices for all items, all extensions, and total amount of bid must be shown. ALL ENTRIES SHALL BE IN INK OR TYPED TO VALIDATE BID. SP = Special Provision SS = Standard Specification ITEM QUANTITY UNIT Pay Item Description Unit Price Total Price 1 1 LS 1 Mobilization and Demobilization (6% Max) 2 1 LS 2 SPCC Plan 3 1 LS 3 Project Temporary Traffic Control 4 1 LS 4 Record Drawings $ 1,500 5 1 LS 5 Demolition 6 1 LS 6 Dust Control 7 1385 LF 7 Trench Safety 8 1370 LF 8 8-inch Ductile Iron Pipe 9 50 LF 9 6-inch Ductile Iron Pipe 10 8 LF 10 4-inch Ductile Iron Pipe 11 4 LF 11 4-inch SST Pipe 12 1 EA 12 8-inch Gate Valves 13 1 EA 13 6-inch Gate Valves 14 1 EA 14 2-inch Air Release Valves with Inlet Shut- Off Valve 15 1 EA 15 36-inch by 60-inch Access Hatch 16 2 EA 16 Submersible Pumps 17 1 LS 17 Electrical & I&C 18 1 LS 18 New 15-Inch Thick Concrete Base 19 616 SF 19 Repair Concrete Slab 20 6 EA 20 Dig and Verify 21 1 LS 21 Testing and Startup 22 1 LS 22 Bypass Pumping 23 1 EA 23 New Diesel Generator 24 27 SY 24 Trench Pavement Restoration 25 1 LS 25 Landscape Restoration 26 1 EA 26 Hot Box 27 2 EA 27 6-Inch Check Valves 28 2 EA 28 6-Inch Plug Valves SUBTOTAL TAX (8.6%) GRAND TOTAL October 2020 P-2 Road 36 Lift Station Upgrades Contract No. 16006 BID PROPOSAL Road 36 Lift Station Upgrades Contract No. 16006 The Proposal Form, Bid Bond, Noncollusion Declaration, Subcontract Disclosure and Acknowledgement of all Addenda shall be submitted as a complete integral bid package. The undersigned hereby agrees that the Capital Improvements Program (CIP) Manager for the City of Pasco shall determine the actual amount of quantities and materials to be paid under the Contract for which this Proposal is made and that all material furnished and all work performed shall be strictly in accordance with the plans and specifications. The undersigned agrees that if awarded the contract, he will commence work on the date indicated on the written Notice to proceed and that all work should be completed within 130 working days. The undersigned further agrees to pay as liquidated damage for each consecutive working day thereafter as provided in the current Standard Specification for road, bridge, and Municipal Construction Section 1-08.9. The undersigned Bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date for this Project, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. Accompanying this Proposal is a certified check, cashier's check or bid bond, payable to the City of Pasco being an amount not less than 5% of the total bid based upon the estimate of quantities at the above prices according to the conditions of the Information for Bidders. If this proposal is accepted by the City of Pasco, and the undersigned shall fail to execute a satisfactory contract and bonds, as stated in the Instructions For Bidders hereto attached, within ten (10) calendar days from the date of notice of award, then the City may, at its option, determine that the undersigned has abandoned the contract and thereupon this proposal shall be null and void and the certified check or bid bond accompanying this proposal shall be forfeited to and become the property of the City of Pasco. Otherwise, the certified check, cashier's check or bid bond accompanying this proposal shall be returned to the undersigned. Receipt is hereby acknowledged of addendum(s) No.(s) __________, __________ , _________ , and _________. DATED AT: THIS _______ DAY OF___________________, 20___ . SIGNED: __________________________________ TITLE: PRINTED NAME: NAME OF COMPANY: STATE CONTRACTOR’S LISCENCE NO.: ADDRESS: TELEPHONE: 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 OPENINGS AND PENETRATIONS IN CONSTRUCTION 01 73 20 - 1 SECTION 01 73 20 OPENINGS AND PENETRATIONS IN CONSTRUCTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Methods of installing and sealing openings and penetrations in construction. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents 2. Division 01 - General Requirements. 3. Section 05 50 00 – Metal Fabrications 4. Section 09 96 00 - High Performance Industrial Coatings. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A53, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. c. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. d. A312, Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. e. A351, Standard Specification for Castings, Austenitic, for Pressure-Containing Parts. f. A554, Standard Specification for Welded Stainless Steel Mechanical Tubing. g. A653, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. h. A666, Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. i. A995, Castings, Austenitic-Ferritic (Duplex) Stainless Steel, for Pressure-Containing Parts. 2. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC): 1) Article 501, Class 1 Locations. b. 90A, Standard for Installation of Air Conditioning and Ventilating Systems. c. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA). 1.3 DEFINITIONS A. Corrosive Areas: For the purpose of this specification section, the following areas are defined as corrosive: 1. Pump Station. 2. Manholes B. Hazardous Areas: Areas shown in the Contract Documents as having Class I or Class II area classifications. C. Washdown Areas: Areas having floor drains or hose bibbs. 1.4 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 OPENINGS AND PENETRATIONS IN CONSTRUCTION 01 73 20 - 2 2. For each structure provide dimensioned or scaled (minimum 1/8 IN = 1 FT) plan view drawings containing the following information: a. Vertical and horizontal location of all required openings and penetrations. b. Size of all openings and penetrations. c. Opening type. d. Seal type. 3. Manufacturer's installation instructions for standard manufactured products. PART 2 - PRODUCTS 2.1 MATERIALS A. Pipe Sleeves: 1. Areas listed as Corrosive Areas in PART 1: a. Stainless steel, Type 316L. b. Penetrations 24 IN DIA or less: ASTM A269, ASTM A312 or ASTM A554, Schedule 40. 2. All other Areas: a. Steel, Hot-dipped galvanized after fabrication. b. Penetrations 24 IN DIA or less: ASTM A53, Schedule 40. B. Modular Mechanical Seals: 1. Acceptable manufacturers: a. Link-Seal. 2. 316 stainless steel bolts, nuts and washers. C. Flexible Boot Connector: 1. Acceptbale manufacturers: a. Z-Lok Connector (A-Lok Products, Inc.) b. Or equal 2. Flexible, watertight seal between the pipe and concrete structure. 3. Fiberglass field sleeve provided by boot manufacturer. 4. Hardware: 316 stainless steel per ASTM C923. 5. Boot Elastomer: EPDM per ASTM C923. 6. Omni-directional deflection: 25 deg. 7. Vertical deflection offset (maintaining seal): 1.5 inches (minimum). 8. Horizontal deflection offset (mainlining seal): 1.5 inches (minimum). PART 3 - EXECUTION 3.1 FABRICATION A. Factory or shop-coat painted components in accordance with Specification Section 09 96 00. 3.2 INSTALLATION AND APPLICATION A. Obtain prior approval from Engineer when any opening larger than 100 SQIN must be made in existing or newly completed construction. B. Perform electrical penetrations in accordance with NFPA 70, Article 501. C. Size sleeves, blockouts and cutouts which will receive sealant seal such that free area to receive sealant is minimized and seal integrity may be obtained. D. Do not cut into or core drill any beams, joists, or columns. E. Do not install sleeves in beams, joists, or columns. F. Do not install recesses in beams, joists, columns, or slabs. G. Field Cutting and Coring: 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 OPENINGS AND PENETRATIONS IN CONSTRUCTION 01 73 20 - 3 1. Saw or core drill with non-impact type equipment. 2. Mark opening and drill small 3/4 IN or less holes through structure following opening outline. 3. Sawcut opening outline on both surfaces. a. Knock out within sawcuts using impact type equipment. b. Do not chip or spall face of surface to remain intact. c. Do not allow any overcut with saw kerf. H. Precast-Prestressed Concrete Construction: 1. Do not cut openings or core drill vertically or horizontally through stems of members. 2. Do not locate or install sleeves or recess sleeves vertically or horizontally through or in stems of members. 3. Cast openings and sleeves into flanges of units. 4. Cast openings larger than 6 IN in diameter or 6 IN maximum dimension in units at time of manufacture. 5. Cast openings smaller than 6 IN in diameter or 6 IN maximum dimensions in flanges of units at time of manufacture or field cut. I. Where alterations are necessary or where new and old work join, restore adjacent surfaces to their condition existing prior to start of work. J. For interior wall applications where backer rod and sealant are specified, provide backer rod and sealant at each side of wall. K. Do not make duct or conduit penetrations below high water levels when entering or leaving tankage, wet wells, or other water holding structures. L. Modular Mechanical Seals: 1. Utilize one seal for concrete thickness less than 8 IN and two seals for concrete, 8 IN thick or greater. 2. Utilize two seals for piping 16 IN diameter and larger if concrete thickness permits. 3. Install seals such that bolt heads are located on the most accessible side of the penetration. M. Flexible Boot Connector 1. Install per the manufacturer’s requirements. 2. New construction: a. Cast into new structures utilizing manufacturer provided fiberglass sleeve. 3. Existing construction: a. Grout sleeve in place with non-shrink grout. 3.3 SCHEDULES A. General Schedule of Penetrations through Floors, Roofs, Foundation Base Slabs, Foundation Walls, Foundation Footings, Partitions and Walls for Ductwork, Piping, and Conduit: 1. Provide the following opening and penetration types: a. Type A - Block out 2 IN larger than outside dimensions of duct, pipe, or conduits. b. Type B - Saw cut or line-drill opening. Place new concrete with integrally cast sheet metal or pipe sleeve. c. Type C - Fabricated sheet metal sleeve or pipe sleeve cast-in-place. Provide pipe sleeve with water ring for wet and/or washdown areas. d. Type D - Commercial type casting or fabrication. e. Type E - Saw cut or line-drill opening. Place new concrete with integrally cast pipe, duct or conduit spools. f. Type F - Integrally cast pipe, duct or conduit. g. Type G - Saw cut or line-drill and remove area 1 IN larger than outside dimensions of duct, pipe or conduit. h. Type H - Core drill. i. Type I - Block out area. At later date, place new concrete with integrally cast sheet metal or pipe sleeve. j. Type J - Grating Banding for any field cut openings. 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 OPENINGS AND PENETRATIONS IN CONSTRUCTION 01 73 20 - 4 2. Provide seals of material and method described as follows. a. Category 1 - Modular Mechanical Seal. b. Category 2 - Roof curb and flashing according to SMACNA specifications unless otherwise noted on Drawings. Refer to Specification Section 07 62 00 and roofing Specification Sections for additional requirements. c. Category 3 - 12 GA sheet metal drip sleeve set in bed of silicon sealant with backing rod and sealant used in sleeve annulus. d. Category 4 - Backer rod and sealant. e. Category 5 - Full depth compressible sealant with escutcheons on both sides of opening. f. Category 6 - Full depth compressible sealant and flanges on both sides of opening. Flanges constructed of same material as duct, fastened to duct and minimum 1/2 IN larger than opening. g. Category 7 - Full depth compressible sealant and finish sealant or full depth expanding foam sealant depending on application. h. Category 8 - Banding for all grating openings and banding and cover plate of similar materials for abandoned openings. 3. Furnish openings and sealing materials through new floors, roofs, grating, partitions and walls in accordance with Schedule A, Openings and Penetrations for New Construction. 4. Furnish openings and sealing materials through existing floors, grating, roofs, partitions and walls in accordance with Schedule B, Openings and Penetrations for Existing Construction. 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 OPENINGS AND PENETRATIONS IN CONSTRUCTION 01 73 20 - 5 SCHEDULE A. OPENINGS AND PENETRATIONS SCHEDULE FOR NEW CONSTRUCTION APPLICATIONS DUCTS PIPING CONDUIT OPENING TYPE SEAL CATEGORY OPENING TYPE SEAL CATEGORY OPENING TYPE SEAL CATEGORY Through floors with bottom side a hazardous location C F I 7 Not Req 7 D F I (1) Not Req Not Req 7 C F 7 Not Req Through exterior wall below grade above water table C F I 7 Not Req 7 C D F I (1) 1 Not Req Not Req 1 F I (1) Not Req 7 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 OPENINGS AND PENETRATIONS IN CONSTRUCTION 01 73 20 - 6 SCHEDULE B. OPENINGS AND PENETRATIONS SCHEDULE FOR EXISTING CONSTRUCTION APPLICATIONS DUCTS PIPING CONDUIT OPENING TYPE SEAL CATEGORY OPENING TYPE SEAL CATEGORY OPENING TYPE SEAL CATEGORY Through walls where one side is a hazardous area B E 7 Not Req B (1) B (3)_ E H (2) 7 1 Not Req 7 B (1) (3) E H (2) 7 Not Req 7 (1) Multiple piping 3 IN and smaller or multiple conduits. (2) Single pipe 3 IN and smaller or single conduit. (3) Single pipe or conduit larger than 3 IN. END OF SECTION 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 PLUG VALVES 40 05 62 - 1 SECTION 40 05 62 PLUG VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Plug valves. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 40 05 51 - Valves - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125 and 250. 2. ASTM International (ASTM): a. A126, Standard Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings. b. A536, Standard Specification for Ductile Iron Castings. c. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 3. American Water Works Association (AWWA): a. C517 Resilient-Seated Cast-Iron Eccentric Plug Valves 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 40 05 51. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. 2. See Specification Section 40 05 51. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the manufacturers listed under the specific valve types are acceptable. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 NON-LUBRICATED ECCENTRIC PLUG VALVES [(SEWAGE, SLUDGE, SEWAGE GAS APPLICATIONS)] A. Manufacturers: 1. DeZurik. 2. Henry Pratt. 3. Millikin. 4. ValMatic. B. Materials: 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 PLUG VALVES 40 05 62 - 2 1. Body: Cast-iron ASTM A126, Class B. 2. Plug: One or two-piece construction ductile iron, ASTM A536 65-45-12 or cast iron, ASTM A126 Class B. 3. Plug facing: Grease and/or petroleum-resistant resilient Neoprene or Buna-N compound, 70 Type A durometer hardness per ASTM D2240. 4. Shaft bearing bushings: Permanently lubricated TFE or Delrin sleeve type stainless steel or bronze. 5. Valve seats: Welded-in overlay of 90 PCT nickel, (minimum 1/8 IN thick). 6. Stem seal: per AWWA C517, Section 4.4.7. 2.3 ACCESSORIES A. Refer to Drawings and valve schedule for type of actuator. 1. Furnish actuator integral with valve. B. Refer to Specification Section 40 05 51 for actuator requirements. 2.4 DESIGN REQUIREMENTS A. Non-Lubricated Eccentric Plug Valves (Wastewater, Sludge): 1. Port area: a. Valves 4 IN through 20 IN: Equal to or exceed 80 PCT of full pipe area. 2. Valve body: Fitted with bolted bonnet. 3. End connections: See Specification Section 40 05 51. 4. Stem seal: Adjustable and replaceable without disassembling valve or bonnet. 5. Designed for seating drip tight in any flow direction. 6. Rating: a. 1/2 through 12 IN, 175 PSI working pressure. b. 14 through 36 IN, 150 PSI working pressure. 7. Actuator: a. Actuator gearing in enclosure suitable for running in oil with seals on shaft to prevent entry of dirt or water. b. Positive identification on actuator indicating valve position. c. Adjustable stop to set closing torque. 2.5 FABRICATION A. See Specification Section 40 05 51. PART 3 - EXECUTION 3.1 INSTALLATION A. See Specification Section 40 05 51. B. Install valves with valve stem horizontal, plug seat on inlet side and with plug rotating up into the open position for valves in horizontal lines. C. Install valve with actuator above pipe or plug centerline. END OF SECTION 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 CHECK VALVES 40 05 66 - 1 SECTION 40 05 66 CHECK VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Check valves. B. Related Specification Sections include but are not necessarily limited to: 1. City of Pasco Front End Documents. 2. Division 01 - General Requirements. 3. Section 40 05 51 - Valves - Basic Requirements. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250. 2. American Water Works Association (AWWA): a. C508, Standard for Swing-Check Valves for Waterworks Service, 2 IN through 24 IN NPS. 3. Manufacturers Standardization Society of the Valve and Fittings Industry Inc. (MSS): a. SP-71, Cast Iron Swing Check Valves, Flanged and Threaded Ends. b. SP-80, Bronze Gate, Globe, Angle and Check Valves. 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 01 33 00 for requirements for the mechanics and administration of the submittal process. 2. See Specification Section 40 05 51. B. Contract Closeout Information: 1. Operation and Maintenance Data: a. See Specification Section 01 33 04 for requirements for the mechanics, administration, and the content of Operation and Maintenance Manual submittals. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, manufacturers listed under the valve with types are acceptable. B. Submit request for substitution in accordance with Specification Section 01 25 13. 2.2 SWING CHECK VALVES: 3 IN TO 24 IN A. Swing Check Valves (Water, Wastewater, Sludge): 1. Comply with AWWA C508. 2. Acceptable manufacturers: a. Clow. b. American Darling. c. Golden Anderson. 3. Materials: a. Body and cover: Cast iron. b. Seat ring, hinge: Bronze. 10076241 City of Pasco October 2020 Road 36 Lift Station Addendum 3 CHECK VALVES 40 05 66 - 2 c. Disc: 1) 3 to 4 IN: Bronze. 2) 6 to 24 IN: Cast iron with bronze face. 3) 6 to 24 IN: Cast iron with rubber face. d. Hinge shaft: Stainless steel. e. Bearings, connecting hardware: Bronze. 4. Design requirements: a. 175 PSI working pressure (3 to 12 IN). b. Furnish with outside weight and lever or lever and spring. c. Limit Switch, 120 VAC PART 3 - EXECUTION 3.1 INSTALLATION A. See Specification Section 40 05 51. B. Install in accordance with manufacturer's instructions. END OF SECTION 1 A B C 2 3 4 5 6 7 8 D ISSUE DATE DESCRIPTION PROJECT MANAGER HDR PROJECT NO. 0 1"2"FILENAME SCALE SHEET City of Pasco Lift Station Improvements PROCESS STRUCTURAL ELECTRICAL MECHANICAL / HVAC M KALIEVA J KOCH 10076241 E SIMMONS DESIGN LEAD/QC INSTRUMENTATION 16006PASCO PROJECT NO. Know what's below. before you dig.Call 0 ISSUE FOR BID05/22/2020 ROAD 36 LIFT STATION WET WELL PLAN AND SECTIONS D001.dwg AS NOTED D001 B - A - SECTION 3/8" = 1'-0" A - SECTION 3/8" = 1'-0" B - ROAD 36 LIFT STATION DETAIL 3/8" = 1'-0" 1 - 1 KEYNOTES: 94" X 84" REINFORCED CONCRETE SLAB, SEE SHEET S001. 36" X 60" ALUMINUM ACCESS HATCH. INSTALL CORE MOUNT SLEEVE BY DBI-SALA OR EQUAL. SEE SHEET S001 NEW HOT BOX OR APPROVED EQUAL. REPLACE EXISTING 6" PLUG VALVE, SEE SPECIFICATIONS SECTION 40 05 62. REPLACE EXISTING 6" CHECK VALVE, SEE SPECIFICATION SECTION 40 05 62. 2" TAP WITH 2" THREADED BOSS AND AIR RELEASE VALVE WITH ISOLATION VALVE. SEE SPECIFICATION SECTION 40 05 52. 4" SST VENT PIPING WITH BUG SCREEN. 2" STAINLESS STEEL GUIDE RAIL. STAINLESS STEEL LIFTING CHAIN/CABLE. 4" FLYGT CAST IRON DISCHARGE ELBOW, FL. SUBMERSIBLE PUMP. SEE SPECIFICATION SECTION 43 25 13. 6" DI 90 DEGREE BASE BEND, FL. 4" X 6" REDUCER, FL. 6" X 6" X 6" DIP TEE, FL. PIPE SUPPORT, SEE DETAIL THIS SHEET. RESTRAINED 6" FLANGED ADAPTER. TILT TYPE FLOAT SWITCH, SEE SHEET E006. 6" DI, FL x FL. 4" DI 22.5° BEND, FL. SUBMERSIBLE LEVEL SENSOR AND TRANSMITTER. 8"x6" DI REDUCING 90 DEGREE BEND, MJ. 1/2" SCHEDULE 40 GALVANIZED STEEL PIPE. ROUTE TO WETWELL. SEAL PIPE FLOOR PENETRATION WITH A MODULAR CASING SUCH AS LINK-SEAL OR APPROVED EQUAL. 6" DI, FL x PE 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 EXISTING 72" DIAMETER WETWELL 1212 1 3 2 5 6 8 13 7 15 13 4 5 6 16 12 12 18 12 10 9 5 6 19 14 11 EXISTING 72" DIAMETER WETWELL 19 13 EXISTING 72" DIAMETER WETWELL GROUT 20 21 16.67% SLO P E 1 6 . 6 7% S LO P E 21 (BEYOND) EXISTING 6" 22 22 13 BOTTOM EL 386.33 (FIELD VERIFY) LOW LEVEL ALARM EL 387.50 HIGH LEVEL ALARM EL 396.80 EXISTING 8" PVC INVERT EL 396.80 (FIELD VERIFY) LAG PUMP ON EL 396.60 LEAD PUMP ON EL 395.00 PUMP OFF EL 388.00 17 CV-2 PV-2 CV-1 PV-1 16 LIFT PUMP 1 LIFT PUMP 2 LIFT PUMP 2 17 CV-2 PV-2 6'-0"3'-0"6'-0"PIPE SUPPORT 1" = 1'-0" 2 - PIPE PLATE SECTION NTS 8"1 1/2"TYP1/2" STEEL PLATE WITH 1/2" RADIUS CORNERS CONCRETE SLAB 1" NON-SHRINK GROUT AS REQUIRED(4) 5/8" DIAMETER EPOXY ADHESIVE ANCHORS 5" EMBEDDED 3/8" 4" SCH 40 PIPE 3/8" 3/8" 4" SCH 40 90° BEND STEEL FLANGE TO MATCH BASE ELBOW WITH 4 BOLTS 11/16" DIAMENTER INSULATING FLANGE 4 4 TOP OF CONCRETE EL 406.42 23 23 23 CL EL 401.67 24 24 19 25 25 1 10/23/2020 ADDENDUM 3 1 1 1 251 1 66 25 10/26/2020 Road 36 Lift Station Upgrades Addendum No. 4 Contract No. 16006 Page 1 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov ADDENDUM NO. 04 ROAD 36 LIFT STATION UPGRADES Contract No. 16006 OCTOBER 30, 2020 Addendum No. 4 Acknowledgement Page This addendum includes: 2 – 8 ½ x 11” Acknowledgement and Certification Pages 4 – 8 ½ x 11” Specification and Plan Sheet Clarifications/Changes Pages 6 Total Sheets ************************************************************************************************** NOTICE is hereby given that this acknowledgement page must be signed and enclosed with the sealed bid for the ROAD 36 LIFT STATION UPGRADES, Contract No. 16006 as evidence that the bidder has familiarized themselves with all information incorporated herein. Do NOT include the entire contents of this Addendum in your bid submission. Only this signed acknowledgement page is required. ______________________________________________________________________ Company Name ______________________________________________________________________ Name (Please Print) Title ______________________________________________________________________ Signature Road 36 Lift Station Upgrades Addendum No. 4 Contract No. 16006 Page 3 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov SPECIFICATION AND PLAN SHEET CLARIFICATIONS/CHANGES This Addendum No. 4 is hereby issued for the Road 36 Lift Station Upgrades project, and therefore made a part of and incorporated into that certain Contract No. 16006, referred to as “Contract Documents”. CLARIFICATIONS The Information for Bidders, Submission of Bid Proposal, seventh paragraph, on Page IB 2 of 4 is revised as follows: Within 48 hours of the bid being due, an original copy of the Bid Security (surety bond) shall be mailed in a sealed envelope received by either mail or hand-delivered in a sealed envelope to the office of the City Clerk, City Hall 1st Floor, 525 North 3rd Avenue, Pasco, Washington, 99301, addressed to the City Clerk’s Office. The sealed envelope shall clearly indicate the company name, and project (i.e. ROAD 36 LIFT STATION UPGRADES, CONTRACT NO. 16006) for which they are intended. QUESTIONS On October 29, 2020 the following question was submitted to the City of Pasco: Question: I am writing in regards to the “New 15-inch Thick Concrete Base” as shown on Sheet C004 & S001. Per the Specifications, it appears that the intent of this slab is to cast-in-place. Is the City of Pasco open to accepting this lid a precast? Response: See ‘Specifications’ below. SPECIFICATIONS 1. CSI Technical Specification 03 09 00 is supplemented with the following: For the “New 15-in Thick Concrete Base”, the Contractor, at their option, may elect to provide a pre-cast reinforced concrete slab with the Engineer’s approval. The Contractor shall be responsible for the design, materials, labor, and equipment necessary to transport, receive, and furnish the pre-cast slab in conformance with the Contract Documents. If the Contractor elects to provide a pre-cast slab then the following conditions shall apply:  The pre-cast slab shall be cast per sheet S001.  The pre-cast slab shall meet the material and concrete mix requirements given in Paragraphs 2.2 and 2.3 of Specification Section 03 09 00.  Demonstrate that the following qualifications can be met: o Provide pre-cast and prestressed concrete units produced by an active member of the Pre-cast/Prestressed Concrete Institute. Road 36 Lift Station Upgrades Addendum No. 4 Contract No. 16006 Page 4 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov o Plant to be certified by the Pre-cast/Prestressed Concrete Institute, Plant Certification Program, as applicable:  Certification Code C1: Pre-cast Concrete Products. o Plant shall be certified by the International Accreditation Service (IAS). o Manufacturer's testing facilities meet requirements of ASTM E329. o Welding operators and processes to be qualified in accordance with:  AWS D1.1 for welding steel shapes and plates.  AWS D1.4 for welding reinforcing bars. o Welding operators to have passed qualification tests for type of welding required during the previous 12 months prior to commencement of welding. o Engineer for all pre-cast or prestressed members: Professional Engineer licensed in the State of Washington.  Engineer to have minimum five years of experience in design of pre-cast and prestressed members with scope similar to this Project. o Pre-cast erector:  Minimum three years of experience with projects of similar size and complexity  Provide the following submittals in accordance with Specification Section 01 33 00: o Product technical data including:  Acknowledgement that the pre-cast slab submitted meets the requirements identified herein.  Manufacturer's installation instructions  Sizes, types and manufacturer of bearing pads.  Hardware to be utilized to support suspended appurtenances. o Shop Drawings and erection plans for the pre-cast slab, its connections and supports showing:  Member size and location.  Size, configuration, location and quantity of reinforcing bars.  Size and location of openings verified by Contractor.  Size, number, and locations of embedded metal items and connections.  Required concrete strengths. o Calculations for the pre-cast base and connections designed by fabricator.  Calculations shall be sealed by a professional Structural Engineer registered in the State of Washington.  Perform calculations using the dead load of the members plus the superimposed uniform and concentrated loads shown on the Drawings and indicated in this Specification Section.  Indicate the following:  Design for maximum moment, maximum shear and maximum torsion.  Final top and bottom flexural stresses resulting from the stresses due to maximum moment and prestress force. Road 36 Lift Station Upgrades Addendum No. 4 Contract No. 16006 Page 5 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov  Ultimate moment capacity.  Final top and bottom flexural stresses, ultimate moment capacity, and ultimate shear capacity, if affected, for members with reduced cross sections due to openings or penetrations. o Submit test results showing that embedded connection items will adequately support the indicated loads.  Connection items to have an ultimate load capacity of at least two times the required indicated load. o Concrete mix design(s) including submittal information defined in Specification Section 03 09 00. o Fabricator's quality control documentation. o Copies of source quality control tests. o Certification of manufacturer's testing facility qualifications.  It is the Contractor’s responsibility to Verify acceptability and location of supports to receive units and check bearing surfaces to determine that they are level and uniform.  Bearing pads under the slab shall meet the following requirements: o Plastic bearing strips. o Minimum compressive strength: 8,000 PSI with no fracture at 26,000 PSI. o Korolath of New England, Inc., or equal.  Steel plates or shapes embedded in the pre-cast slab shall meet the standards of ASTM A36.  The pre-cast slab shall not be fabricated until Shop Drawings have been approved by the Engineer and returned to the Contactor and support locations have been field verified by the Contractor.  Use sand cement grout mixture to fill all air pockets and voids, and to repair chipped edges.  Finish all repairs smooth and to match adjacent surface texture and color.  Incorporate embedded plates, angles, and flange welding strips into the pre-cast slab at time of manufacture. o Cast lifting handles into units at or near support points.  Remove lifting handles after units are erected.  Cast openings larger than 6 IN SQ or 6 IN DIA in units at time of manufacture. o Make smaller openings by neat cutting or neat drilling by trades requiring them. o Coordinate sizes and locations of all openings before fabrication of units.  During production of the pre-cast concrete slab, the fabricator shall conduct strength tests of concrete placed in units as required in Specification Section 03 09 00 for concrete placed during fabrication. o Results of strength tests to be sent immediately to Engineer, Contractor and Owner. o Test reports to indicate units they represent. Road 36 Lift Station Upgrades Addendum No. 4 Contract No. 16006 Page 6 PUBLIC WORK DEPARTMENT (509) 543-5738 / FAX (509) 543-5737 P.O. Box 293 (525 North 3rd Avenue) Pasco, Washington 99301 / www.pasco-wa.gov  When approved by Engineer, strength tests may be made after the Contractor has submitted certification that the pre-cast fabricator’s testing facilities meet the requirements of ASTM E329.  Perform concrete tests as specified in Section 03 09 00. Frequency of tests: Per PCI MNL-116 or PCI MNL-117 as applicable.  When installing the pre-cast slab the Contractor shall o Sequence the installation to provide a balance of loads across the top of the existing wetwell. o Be responsible for bracing the pre-cast slab as necessary to resist forces that may occur before the installation is completed. o Use only equipment that is adequate for placing the pre-cast slab at the lines and elevations as indicated on the Drawings. o Not damage the existing wetwell during installation. o Install the pre-cast slab using lifting handles cast into the slab. o Place the pre-cast slab on a continuous 1/4 IN thick bearing pad so that width equals bearing length -1 IN. o Verify that there is no direct contact between bottom of units and supporting members.  Where direct contact occurs, install additional layers of bearing material to raise units off supports. o Weld steel shapes and plates per AWS D1.1 and reinforcing steel per AWS D1.4.  When welding galvanized members, remove galvanizing at welds prior to welding. o Fill all keyways between slabs with concrete sand cement grout.  See Specification Section 03 09 00. o After all pre-cast units are erected and all pre-cast unit connections have been made, coat all exposed surfaces of the connections.  See Specification Section 09 96 00.  Causes for rejection of units include, but are not necessarily limited to the following: o Cracked units. o Chipped, broken, or spalled edges. o Units not within allowable casting tolerances. o Voids or air pockets which, in opinion of Engineer, are too numerous or too large. o Non-uniform finish or appearance. o Low concrete strength. o Improperly placed embedded items and/or openings. o Exposed wire mesh, reinforcing or prestressing strands