Loading...
HomeMy WebLinkAbout5.283C Original Contract1 Contract Documents 1 1 1 Contract No. 2C Port Angeles Landfill 1 Expansion Improvements Leachate Pretreatment Facilities 1 Project 91 25C 1 City of Port Angeles, Washington Department of Public Works 1 1 September 1992 Parametrix, Inc. 1231 Fryer Avenue P.O. Box 460 Sumner, Washington 98390 5,c2g A Prepared by: Checked by: Approved by: CONTRACT DOCUMENTS for CONTRACT NO. 2C PORT ANGELES LANDFILL EXPANSION IMPROVEMENTS LEACHATE PRETREATMENT FACILITIES Project 91 -25C Prepared for: City of Port Angeles Department of Public Works 321 E. Fifth P.O. Box 1150 Port Angeles, WA 98362 Prepared by: Parametrix, Inc. 1231 Fryar Avenue P.O. Box 460 Sumner, WA 98390 9,f,0i /go Contract 2C September 21, 1992 21- 2191 -01 Item CONTRACT DOCUMENTS for CONTRACT NO. 2C PORT ANGELES LANDFILL EXPANSION IMPROVEMENTS PROJECT 91 -25C TABLE OF CONTENTS PART 1 BIDDING REQUIREMENTS Invitation to Bid 1 -1 Instructions to Bidders 1 -2 Bidder's Checklist 1 -7 Proposal 1 -8 Noncollusion Affidavit 1 -11 Statement of Intended Surety 1 -12 Statement of Bidder's Qualifications 1 -13 PART 2 CONTRACT FORMS Contract 2 -1 Performance and Payment Bond 2 -3 PART 3 STANDARD SPECIFICATIONS AND AMENDMENTS PART 4 SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS 4 -1 Section 1 01 Acronyms, Abbreviations and Definitions 4 Section 1 -01.3 Definitions 4 -1 Section 1 -03 Award and Execution of Contract 4 -1 Section 1 -03.3 Execution of Contract 4 -1 Section 1 -04 Scope of Work 4 -2 Section 1 -04.2 Project Description 4 -2 Section 1 -04.11 Final Cleanup 4 -2 Section 1 -05 Control of Work 4 -2 Section 1 -05.3 Plans and Working Drawings 4 -2 Section 1 -05.4 Conformity with and Deviations from Plans and Stakes 4 -11 Section 1 -05.5 Construction Stakes (APWA Only) 4 -12 Section 1- 05.5(1) General (APWA Only) 4 -12 Contract 2C September 21, 1992 ii 21- 2191 -01 Section 1- 05.5(2) Roadway and Utility Surveys (APWA Only) 4 -12 Section 1- 05.5(3) Bridge and Structure Surveys (APWA Only) 4 -12 Section 1 -05.12 Final Acceptance 4 -12 Section 1 -05.14 Cooperation with Other Contractors 4 -12 Section 1 -05.18 On -Site Traffic Control 4 -13 Section 1 -06 Control of Materials 4 -13 Section 1 -06.1 Source of Supply and Quality of Materials 4 -13 Section 1 -07 Legal Relations and Responsibility to the Public 4 -13 Section 1 -07.8 Health and Safety Plan 4 -13 Section 1- 07.8(1) Health and Safety Laws and Regulations, and Requirements for Hazardous Waste Operations 4 -13 Section 1- 07.8(2) Present Site Characterization 4 -14 Section 1- 07.8(3) Contractor's Responsibility for Health and Safety for Hazardous Waste Operations 4 -14 Section 1- 07.8(4) Measurement 4 -15 Section 1- 07.8(5) Payment 4 -15 Section 1 -07.11 Equal Employment Opportunity Responsibilities 4 -15 Section 1 -07.13 Contractor's Responsibility for Work and Damage 4 -18 Section 1 -07.15 Temporary Water Pollution /Erosion Control (APWA Only)-18 Section Section 1 -07.17 Utilities and Similar Facilities 4 -18 Section 1 -07.18 Public Liability and Property Damage Insurance 4 -19 Section 1- 07.18(4) Evidence of Insurance (APWA Only) 4 -19 Section 1- 07.18(5) All Risks Builders Risk Insurance 4 -20 Section 1 -07.28 Emergency Phone Numbers 4 -20 Section 1 -07.29 Indemnification 4 -20 Section 1 -08 Prosecution and Progress 4 -21 Section 1 -08.1 Preliminary Matters 4 -21 Section 1- 08.1(1) Preconstruction Conference (APWA Only) 4 -21 Section 1- 08.1(3) Hours of Work (APWA Only) 4 -21 Section 1 -08.5 Time for Completion 4 -22 Section 1 -08.7 Maintenance During Suspension 4 -22 Section 1 -08.9 Liquidated Damages 4 -23 Section 1 -09 Measurement and Payment 4 -23 Section 1 -09.9 Payments (APWA Only) 4 -23 Section 1- 09.9(1) Progress Payments (APWA Only) 4 -23 PART 5 TECHNICAL SPECIFICATIONS Section 11303 Stationary Refrigerated Sampler 11303 -1 1. General 11303 -1 1.1 Description 11303 -1 1.2 Submittals 11303 -1 1.3 Acceptable Products 11303 -1 2. Products 11303 -1 Contract 2C September 21, 1992 iii 21- 2191 -01 2.1 Sampler Construction 11303 -1 2.2 Sampler Pad and Appurtenance 11303 -2 2.3 Sampler Operation 11303 -2 3. Execution 11303 -2 3.1 Installation and Start-Up 11303 -2 3.2 Warranty 11303 -3 Section 11375 Alterations to Floating Aerators 11375 -1 1. General 11375 -1 1.1 Description 11375 -1 1.2 Submittals 11375 -1 2. Requirements 11375 -1 2.1 Removal of Post Mooring Systems 11375 -1 2.2 Manufacturer's Qualifications 11375 -2 2.3 Mooring 11375 -2 2.4 Control Panel 11375 -2 3. Execution 11375 -2 3.1 Mooring 11375 -2 3.2 Mechanical Support of Power Cable 11375 -3 3.3 Aerator Reinstallation 11375 -3 3.4 Field Tests 11375 -3 3.5 Warranty 11375 -3 Section 11401 Floating Baffle 11401 -1 1. General 11401 -1 1.1 Description 11401 -1 1.2 Submittals 11401 -1 1.3 Experience 11401 -1 2. Material 11401 -2 2.1 Floatation 11401 -2 2.2 Lagoon Baffle Skirt 11401 -2 2.3 Bottom Ballast 11401 -3 2.4 Tension Members 11401 -4 2.5 Connectors 11401 -4 2.6 Section Lengths 11401 -4 2.7 "Flow- Through" Windows 11401 -5 2.8 Anchors 11401 -5 3. Execution 11401 -5 3.1 Delivery 11401 -5 3.2 Quality Control 11401 -5 3.3 Warranty 11401 -6 Section 15060 Pipe, Fittings, Valves, Structures 15060 -1 1. General 15060 -1 1.1 Description 15060 -1 1.2 Submittals 15060 -1 2. Products 15060 -1 Contract 2C September 21, 1992 iv 21- 2191 -01 2.1 High Density Polyethylene (HDPE) Pipe 15060 -1 2.2 Plug Valves 15060 -1 2.3 Appurtenances 15060 -2 2.4 Concrete Structures 15060 -2 3. Execution 15060 -2 3.1 Installation of HDPE Pipe 15060 -2 3.2 Installation of Manhole and Vaults 15060 -3 3.3 Installation of Appurtenances 15060 -3 3.4 Pond Dewatering and Flow Diversion 15060 -3 3.5 Testing 15060 -4 Section 16010 Electrical 16010 -1 1. General 16010 -1 1.01 Description of Work 16010 -1 1.02 Standards and Codes 16010 -3 1.03 Contract Documents 16010 -3 1.04 Reference Documents 16010 -3 1.05 Site Familiarization 16010 -3 1.06 Electrical Submittals 16010 -4 1.07 Project Record Drawings 16010 -4 1.08 Guarantee 16010 -4 1.09 Cleanup 16010 -4 1.10 Test Reports 16010 -5 Section 16110 Raceways 16110 -1 1. General 16110 -1 1.01 Description of Work 16110 -1 1.02 Standards and Codes 16110 -1 1.03 Submittals 16110 -1 1.04 Area Classifications 16110 -1 2. Products 16110 -2 2.01 General 16110 -2 2.02 Raceway 16110 -2 2.03 Fittings and Boxes 16110 -3 2.04 Conduit Cable Supports 16110 -4 2.05 Conduit Schedule 16110 -5 3. Execution 16110 -5 3.01 Conduit 16110 -5 3.02 Outlet Boxes 16110 -8 3.03 Handholes 16110 -8 Section 16120 Wire and Cable 16120 -1 1. General 16120 -1 1.01 Description of Work 16120 -1 1.02 Standards and Codes 16120 -1 1.03 Submittals 16120 -1 2. Products 16120 -1 Contract 2C September 21. 1992 v 21- 2191 -01 2.01 Conductors 16120 -1 2.02 Connectors 16120 -1 2.03 Splice Insulation 16120 -2 2.04 Shielded Signal Cable 16120 -2 2.05 Wiring Schedule 16120 -2 3. Execution 16120 -2 3.01 General 16120 -2 3.02 Wire and Cable Termination 16120 -2 3.03 General Tests 16120 -3 Section 16140 Wiring Devices 16140 -1 1. General 16140 -1 1.01 Description of Work 16140 -1 1.02 Standards and Codes 16140 -1 1.03 Submittals 16140 -1 2. Products 16140 -1 2.01 Switches and Receptacles 16140 -1 2.02 Plates 16140 -2 2.03 Outlet Boxes 16140 -2 3. Execution 16140 -2 3.01 Position of Outlets 16140 -2 3.02 Mounting Heights 16140 -2 Section 16150 Motors 16150 -1 1. General 16150 -1 1.01 Description of Work 16150 -1 1.02 Standards and Codes 16150 -1 1.03 Submittals 16150 -1 2. Products 16150 -1 2.01 General 16150 -1 2.02 Enclosures 16150 -2 2.03 Insulation Class 16150 -3 2.04 Service Factor 16150 -4 2.05 Power Ratings 16150 -4 2.06 Synchronous Speed 16150 5 2.07 Standard Rated Voltage Phase and Frequency 16150 -5 2.08 Bearings Shafts 16150 -5 2.09 Duty Cycle 16150 -5 2.10 Lubrication 16150 -6 2.11 Efficiency 16150 -6 2.12 Shop Tests 16150 -6 3. Execution 16150 -6 3.01 Erection 16150 -6 3.02 Installation Check 16150 -7 3.03 Tests 16150 -7 Contract 2C September 21. 1992 vi 21- 2191 -01 Contract 2C Section 16180 Overcurrent Protective Devices 1. General 1.01 Description of Work 1.02 Standards and Codes 1.03 Submittals 2. Products 2.01 Fuses 2.02 Molded Case Circuit Breakers 2.03 Uses 3. Execution 3.01 Section 16460 1. General 1.01 1.02 1.03 1.04 1.05 2. Products 2.01 Type 2.02 Windings 2.03 Primary Taps 2.04 Capacity 2.05 Connections 2.06 Noise Level 2.07 Acceptable Manufacturers 3. Execution 3.01 Mounting 3.02 Connection 3.03 Identification Section 16919 Bubbler System 1. General 1.01 Description of Work 1.02 System Description 1.03 Submittals 2. Products 2.01 Air Compressors and Tank 2.02 Piping and Tubing 2.03 Fittings 2.04 Enclosure 2.05 Low Flow Indicators (Rotameter) 2.06 Pressure Transmitter 2.07 Valves 2.08 Gauges Installation Dry Type Transformers Description of Work Materials Standards and Codes Equipment Size Submittals 16180 -1 16180 -1 16180 -1 16180 -1 16180 -1 16180 -1 16180 -2 16180 -2 16180 -2 16180 -2 16460 -1 16460 -1 16460 -1 16460 -1 16460 -1 16460 -1 16460 -1 16460 -2 16460 -2 16460 -2 16460 -2 16460 -2 16460 -2 16460 -2 16460 -2 16460 -2 16460 -2 16460 -3 16460 -3 16919 -1 16919 -1 16919 -1 16919 -1 16919 -1 16919 -2 16919 -2 16919 -2 16919 -2 16919 -2 16919 -2 16919 -2 16919 -3 16919 -3 September 21, 1992 vii 21- 2191 -01 Contract 2C 2.09 Pressure Regulators 16919 -3 2.10 Pressure Switch 16919 -3 2.11 Compressed Air Tank Drain 16919 -3 3. Execution 16919 -3 3.01 Installation 16919 -3 3.02 Calibration and Startup 16919 -4 Section 16922 Power and Control Panel 16922 -1 1. General 16922 -1 1.01 Description of Work 16922 -1 1.02 System Description 16922 -1 1.03 Responsibility of Contractor Control System Manufacturer 16922 -2 1.04 Standards and Codes 16922 -2 1.05 Integration With Other Equipment and Devices 16922 -3 1.06 Shop Drawings 16922 -3 1.07 Submittals 16922 -3 1.08 Warranty 16922 -4 1.09 Equipment Size 16922 -4 1.10 Operation and Maintenance Data 16922 -4 2. Products 16922 -5 2.01 Manufacturer of Power and Control Panel 16922 -5 2.02 Design and Assembly 16922 -7 2.03 Interconnecting Wiring 16922 -8 2.04 Factory Testing 16922 -8 2.05 Motor Starters 16922 -9 2.06 Circuit Breakers 16922 -9 2.07 Selector Switches 16922 -9 2.08 Indicating Lights 16922 -9 2.09 Control Relays 16922 -9 2.10 Terminal Boards 16922 -9 2.11 Wireways 16922 -9 2.12 Intrinsically Safe Repeater Relays (ISRR) 16922 -10 2.13 Level Float Switches 16922 -10 2.14 Phase Failure Relay (PFR) 16922 -10 2.15 Enclosure (outdoor) 16922 -10 2.16 Enclosure Door Latches 16922 -10 2.17 Flow Totalizers and Counters 16922 -10 2.18 Level and Flow Indicator 16922 -10 2.19 Strip Chart Recorder 16922 -11 2.20 Signal Conditioners 16922 -11 2.21 Data Logger 16922 -11 2.22 120 VAC Counter 16922 -11 2.23 Signal Alarm Modules 16922 -12 2.24 Control Panel Circuit Breakers 16922 -12 September 21, 1992 viii 21- 2191 -01 Contract 2C 3. Execution 16922 -12 3.01 Operating Device Location 16922 -12 3.02 Installation 16922 -12 3.03 Modify Leachate Pump Station 1/4 16922 -13 3.04 Inspection and Verification of Installation 16922 -13 3.05 Calibration and Start -Up 16922 -13 3.06 Operation and Maintenance Training 16922 -14 Section 16925 Control Components 16925 -1 1. General 16925 -1 1.01 Description of Work 16925 -1 1.02 Standards and Codes 16925 -1 1.03 Submittals 16925 -1 1.04 Interface Responsibility 16925 -1 2. Products 16925 -1 2.01 Magnetic Flowmeter 16925 -1 2.02 Electric Valve Actuator for Plug Valve Open -Close Service 16925 -2 2.03 Plug Valve 16925 -5 3. Execution 16925 -5 3.01 Flowmeter Installation 16925 -5 3.02 Calibration and Adjustment 16925 -5 3.03 Valve Actuator 16925 -6 September 21, 1992 u 21- 2191 -01 ATTACHMENTS Attachment Attachment Attachment Contract 2C A: B: C: Attachment D: State Prevailing Wage Rates Submittal Transmittal Form 90 -10 Standard Plans B -23a Manhole Type 1 48" 54" B -24 Miscellaneous Manhole Details B -25 Manhole Ring and Cover Thrust Block Detail Electrical Plans SK -E1 Alarm Wiring Diagram Additions Panel 9010 El Existing Pump Station Wiring Program Triangle Pump Equipment, Inc. September 21, 1992 x 21- 2191 -01 Contract 2C PART 1 BIDDING REQUIREMENTS September 21, 1992 21- 2191 -01 CITY OF PORT ANGELES INVITATION TO BID for PORT ANGELES LANDFILL EXPANSION INIPROVEMENTS LEACHATE PRETREATMENT FACILITIES CONTRACT NO. 2C PROJECT NO. 91 -25C Sealed bids will be received by the City Clerk until close of business, Tuesday, October 13, 1992, at Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. The project to be bid is for Contract No. 2C, Port Angeles Landfill Expansion Improvements, Leachate Pretreatment Facilities, Project 91 -25C and includes modifications to the leachate pretreatment facilities. These modifications include adding a floating baffle to Pond No. 2, altering aerators in Ponds 1 and 2, adding piping and appurtenances to Ponds 1 and 2 and the sludge holding pond, adding a motor actuated valve to the new discharge from Pond No. 1, adding an automated leachate sampler, a bubbler level control and control panel, a magnetic flow meter and vault, a high water alarm for Pond No. 1, stair and float access for Ponds No. 1 and 2, revise piping discharge from Pump Station No. 1 meter vault, and such dewatering of ponds and diversion of flow as required. This is a general description of the work and all materials, quantities and work shall be in accordance with the Plans and Specifications which are provided. A pre -bid construction visit can be scheduled through the City Engineer's Office, 321 East Fifth Street, PO Box 1150, Port Angeles, Washington 98362, (206) 457 -0411. All bidders are urged to arrange this site visit. All bids must be on the form provided. The City of Port Angeles reserves the right to reject any or all bids and to waiver informalities in the bidding process. The contract will be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE OCTOBER 13, 1992, PROJECT 91 -25C Name and address of the bidder should also appear on the outside of the envelope. Bids should be addressed to the City Clerk, PO Box 1150, 321 East Fifth Street, Port Angeles, Washington 98362. Becky J. Upton, City Clerk Contract 2C September 21, 1992 1 -1 21- 2191 -01 Contract 2C INSTRUCTION TO BIDDERS 1. Intent of Plans and Specifications. It is the intention of these specifications to provide for careful, thorough and workmanlike construction procedure in the installation of materials and equipment and in the manufacture and delivery of such materials and equipment. The bidder to whom the contract is awarded shall furnish all the material and labor necessary to complete said contract in accordance with all of its terms and conditions. The plans and specifications shall be considered and used together; anything appearing as a requirement of either shall be accepted as applicable to both even though not so stated therein or shown. The Engineer may furnish supplemental plans and specifications to define more clearly any requirement of the original documents; these shall be accepted by the Contractor as of the same force and effect as though they had been included among the listed drawings and in case of any conflict between the listed and the supplemental drawings, the latter shall govern. The Contractor shall not be entitled to extra payment because of his compliance with the requirements of such supplemental drawings unless they contain new requirements involving costs which clearly could not have been anticipated by an experienced contractor in his examination of the original listed drawings or could not reasonably be inferred therefrom as requirements of the contract. All specifications and notes appearing on the plans shall have the same force and effect as though they were repeated herein. 2. Examination of Contract Documents. Each bidder shall thoroughly examine and be familiar with legal and procedural documents, general conditions, specifications, drawings and addenda (if any). The submission of a proposal shall constitute an acknowledgement that the bidder has thoroughly examined and is familiar with the contract documents. The failure or neglect of a bidder to receive or examine any of the contract documents shall in no way relieve him from any obligations with respect to his proposal or to the contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract document, and the Owner will in no case be responsible for any loss or for unanticipated costs that may be suffered by the Contractor as a result of conditions pertaining to the work. 3. Examination of Site and Conditions. Before making a proposal, the bidder shall examine the site of the work and ascertain for himself all the physical conditions in relation thereto. Failure to take this precaution shall not release him from his obligation as implied by the proposal he submits nor excuse him from performing the work in strict accordance with the requirements of the contract documents. September 21, 1992 1 -2 21- 2191 -01 No statement made by any officer, agent, or employee of the Owner pertaining to the site of the work or the conditions under which the work must be performed will be binding on the Owner. 4. Addenda and Interpretations of Documents. No interpretation of meaning of the plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation shall be submitted in writing, addressed to the City Engineer, and to be given consideration, shall be received at least five days prior to date fixed for opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed or otherwise delivered to each prospective bidder. Failure of any bidder to receive any such addendum shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become a part of the contract documents. 5. Preparation of Proposal. Bids must be submitted by filling in with ink (or typing) each and every blank provided for such purpose in the form headed "Proposal or if the bidder is required to provide a special form appropriate to the nature of his bid, then such form shall be complete in all respects as required by the specifications if it is to merit consideration by the Owner. Where indicated, all blank spaces shall be filled in with words and figures. Written amounts shall take precedence where there is a conflict between the written amount and the figure. If the proposal is made by a partnership, it should contain the name of each partner and should be signed in the firm name, followed by the signature of a partner or that of a person duly authorized to act for and on behalf of such partnership. If made by a corporation, the proposal should be signed with the name of the corporation and the state in which incorporated, followed by the written signature of the qualified officer and the designation of the office he holds in the corporation. The address of the person, firm or corporation in whose behalf the proposal is submitted shall be given. The bidder shall comply with all other specific requirements of the proposal form. 6. Approximate Ouantities. On all items on which bids are to be received on a unit price basis the quantities stated in the bid will not be used in establishing final payment due the Contractor. The quantities stated, on which unit prices are invited, are approximate only, and each bidder shall make his own estimate from the contract drawings of the quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bidding schedule. Payment on the contract on unit price items will be based on the actual number of units installed in the completed work. Contract 2C September 21, 1992 1 -3 21- 2191 -01 7. Material Substitution. Each bidder shall base his bid upon the materials and equipment as described in the bidding documents. The successful contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the Owner before installing any work in variance with the requirements of the contract documents. 8. Supplemental Schedule of Unit Prices. Where the bid form requires a lump sum bid for a particular item (or items) and further requires bidder to submit a supplemental schedule of unit prices for possible construction changes in such item(s), the Owner may, if it considers such unit prices reasonable, include these prices in the construction contract. If the Owner considers such unit prices as unreasonable he may omit them from the construction contract. Rejection prior to execution of the contract of such unit prices for construction changes as stated in the bid shall not otherwise affect the balance of the bid or construction contract. 9. Alteration of Documents Prohibited. Except as may be provided otherwise herein, proposals which are incomplete, are conditioned in any way which the plans or specifications do not authorize, contain unverified erasures or alterations, include items which are not named in the proposal form or which are unlawful, may be rejected as informal. 10. Submission of Proposal. Each proposal shall be completely sealed in a package addressed as required by the official advertisement, marked with the name of the bidder and the title of the project; it must be delivered to the address at or before the time named in said advertisement. If forwarded by mail, the sealed envelope containing the proposal shall be enclosed in another envelope addressed as specified in the bid form. 11. Modification of Proposal. Change in a proposal already delivered will be permitted only if a request for the privilege of making such modification is made in writing signed by the bidder and the specific modification itself is stated prior to the scheduled closing time for the receipt of proposals. To be effective every modification must be made in writing over the signature of the bidder; no other form of procedure will be acceptable. 12. Withdrawal of Proposal. A proposal may be withdrawn at any time prior to the scheduled closing time for filing bids. This may be done by the bidder in person, or upon his telegraphic or written request. A telephoned request for withdrawal of a proposal will not be recognized for this purpose. If withdrawal is made personally, a written acknowledgement thereof will be required. After the scheduled closing time for filing bids, no bidder will be permitted to withdraw his proposal unless no award of contract has been made prior to the expiration of sixty (60) days immediately following the time when bids are submitted. Bids received after the scheduled closing time will be returned to the bidder unopened. Contract 2C September 21, 1992 1 -4 21- 2191 -01 13. Qualification of Bidders. It is the intention of the Owner to award a contract only to a bidder who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities and plant to enable him to prosecute the work successfully and promptly, and to complete the work within the time specified in the contract documents. The Owner may make such investigations as he deems necessary to determine the ability of the Bidder to perform the work and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. Each bidder shall possess state and local licenses in accordance with the applicable state and local laws and shall furnish satisfactory proof to the Owner upon request that the licenses are in effect during the entire period of the contract. 14. Disaualification of Bidders. More than one bid for the same work described in this document, from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one bid for the work contemplated will cause the rejection of all bids in which such bidder is interested. If there is reasonable grounds for believing that collusion exists among the bidders, the bids of the participants in such collusion will not be considered. 15. Award of Contract. The award of any contract or contracts will be made to the lowest responsive, responsible bidder or bidders. The Owner reserves the right to reject any or all bids, or to waive irregularities or informalities at its discretion, if it is believed that the best interest of the Owner will be served thereby. 16. Effective Date of Award. If a contract is awarded by the Owner, such award shall be effective when formal notice of such award, signed by the authorized representative of the Owner, has been delivered to the intended awardee, or mailed to him at the main business address shown on his bid, by some officer or agent of the Owner duly authorized to give such notice. 17. Execution of Agreement. Copies of the agreement in the number stated in the Special Provisions of these Specifications, shall be executed by the successful bidder, and returned, together with the required bonds and insurance, within 10 calendar days from and after the date of the award of the contract. Effective date of bonds shall be the same or later than the date of the agreement. 18. Failure to Execute Agreement and File Bonds and Insurance. Failure of a successful bidder to execute the agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the award. On failure of a successful bidder to execute the agreement and file the required bonds and insurance within the required time, he shall forfeit his bid security as agreed herein before. Upon annulment of an award as aforesaid, the Owner may then award a contract to the next responsible selected Contract 2C September 21, 1992 1-5 21- 2191 -01 bidder. 19. Commencement and Completion of Work. The successful bidder shall commence work within 7 calendar days from and after the issuance by the Owner of a written notice to proceed and shall complete all work in accordance with the terms and conditions of the contract documents within the Contract time as stated in the Proposal. 20. Information Available to Bidders. A complete set of record design drawings and specifications for the existing landfill construction are available. These documents are available for review at Parametrix, Inc., 5700 Kitsap Way, Suite 202, Bremerton, Washington and at the City Engineer's offices. 21. Wages. This contract is subject to Chapter 39.12 RCW, and amendments thereto and regulations issued thereunder, relating to prevailing wages. Bidders are advised to examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or misunderstanding of any such requirements by the bidder /Contractor. 22. Taxes. The work to be performed under this contract constitutes a "retail sale" as such term is defined in Revised Code of Washington "RCW 82.04.050, and the contract price is subject to the State of Washington retail sales tax. The sales tax shall be stated separately in the space provided and shall not be included in the unit or lump sum prices stated in the Proposal. All applicable taxes which the Contractor is required to pay, other than state retail sales tax as specified above, shall be included in the bidder's bid price(s) for the work under this contract. No adjustment will be made in the amount to be paid by the Owner under this contract because of any misunderstanding by or lack of knowledge of the bidder /Contractor as to liability for, or the amount of, any taxes for which the bidder /Contractor is liable or responsible by law or under this contract or because of any increases in tax rates imposed by any federal, state or local government. 23. Progress and Completion. Time shall be of the essence of this contract. Progress and completion of the work shall comply with the requirements of herein. The submission of a bid shall constitute the bidder's acknowledgement that such progress and completion requirements have been taken into account in formulating a price for this work. Contract 2C September 21, 1992 1 -6 21- 2191 -01 This checklist has been prepared and furnished to aid Bidders in including all necessary supporting information with their bid. Bidders' submittals should include, but are not limited to, the following: Contract 2C BIDDER'S CHECKLIST Item 1. Proposal (Bid) 2. Acknowledgement of Addenda (in Proposal) 3. Non Collusion Affidavit 4. Statement of Intended Surety 5. Statement of Bidder's Qualifications Checked September 21, 1992 1 -7 21- 2191 -01 2 TO: The City Council Port Angeles, Washington Contract 2C PROPOSAL Contract No. 2C Port Angeles Landfill Expansion Improvements Leachate Pretreatment Facilities Project 91.25C 1. This certifies that the undersigned has examined the location of project (the "project and the Plans, Specifications and Contract Documents governing the work embraced in this Public Works project improvement and the method by which payment will be made of said work is understood. The undersigned hereby proposes to undertake and complete the work embraced in this project, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and Contract documents, and the following schedule of rates and prices. (Note: All items shall be filled out. Show unit prices and total amount on each item. The unit prices shall include all applicable taxes and levies except for Washington State Sales Tax.) Item Approx. Item with Unit Price Bid -Unit Unit Price Amount o. Qty. jPrices to be Written in Words) Dollars Cents Dollars Cents 1 Lump Sum Leachate Pretreament Facilities Improvements Complete at C OE e/ Qrm Tw ry 77hus o i/I oo (Words) Lump Sum 2 EA Pond Stair Float Access Wo Thlovsmog Av 4 /mo _2S' ©O, (Words) Each 3 Lump Sum Site Health and Safety Plan Ave r z6 usnwe j ~7cO'c.) (Words) Lump Sum TOTAL BID ITEMS 14 /de oD b. 0 a 000 /34600. September 21, 1992 21.2191 -01 WASHINGTON STATE SALES TAX (7.8 7145 a o GRAND TOTAL 144, 4, /yo. 0 0 2. The Contract amount shall be the unit price of each item. Correct extensions based on the unit prices bid and the approximate quantities shown are for the comparison of bids only and payments for unit priced items will be based on actual quantities measured in accordance with the requirements of the Contract Specifications. Limits of lump sum priced items will be as described in the Contract Drawings and Specifications. Contract 2C The undersigned has checked the above amounts and understands that the Owner will not be responsible for any errors or omissions on the part of the undersigned in making up this proposal. In order for the Owner to consider a proposal, all items on the proposal must be filled completely. 3. The undersigned understands that the City of Port Angeles reserves the right to reject any or all bids and to waive any informality in bids received that in the judgment of the Owner is in the best interest of the Owner. 4. It is agreed that this proposal may not be withdrawn within a period of sixty (60) days after the date set for the opening thereof. 5. In accordance with the Specifications, the undersigned further agrees to so plan the work and to prosecute it with such diligence that said work shall be commenced within seven (7) days after receipt of a notice from the Owner to proceed with the work. All work on this project shall be completed within seventy -five (75) consecutive days. 6. Receipt of the following Addenda to the Plans and /or Specifications is hereto acknowledged: Addendum Addendum No. Receipt Date 1 2 3 4 Signed Acknowledgment (NOTE: Failure to acknowledge receipt of the addenda may be considered as an 1 -9 September 21, 1992 21- 2191 -01 1 1 1 1 1 1 1 1 l 1 1 irregularity in the proposal.) 7. The following list of subcontractors are proposed to be utilized for this project: SETON CONSTRUCTION, INC. (Bidder) SETONCI1650A (Contractor's License No.) By: NOTES: 1. If the bidder is a co- partnership, so state, giving firm name under which business is transacted. 2. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. Contract 2C Washington Contractor's Trade Subcontractor Name /Address Registration Number Electrical Straits Electric STRAIE *0990Z P.O. Box 2914 Port Angeles, WA 98368 Liner (Authorized Official) 4640 So. Discovery RD. (Address) Port Townsend, WA 98368 Northwest Linings NORTHLG189J6 20017 89th Ave. S Kent, WA 98031 Sepzember 21, 1992 1 -10 21- 2191 -01 10/13/92 (Date) STATE OF WASHINGTON ss COUNTY OF aKicrar Contract 2C NONCOLLUSION AI r IllAVIT Bruce B. Seton being duly sworn, on his/her oath, says that the Bid Proposal above submitted is a genuine and not a sham or collusive Bid Proposal, or made in the interest of or on the behalf of any person not therein named; and he /she further says that the said bidder has not directly or indirectly induced or solicited any bidder or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure toiaiself an advantage over any other bidder or bidders. il.,, /Joe, Contractor Subscribed and sworn to before me this 1 3thlay of october 1992. Notary Public in and for the State of Washington my appointment expires 5/11/95 September 21, 1992 1 -11 21- 2191.01 Contract 2C Date: 10/13/92 STATEMENT OF BIDDER'S QUALIFICATIONS Each bidder submitting a Bid Proposal on work included in these specifications shall prepare and submit as part of his Bid Proposal, the data requested in the following schedule: 1. Name of Bidder: SETON CONSTRUCTION. INC. 2. Business Address: 4640 So. 1r overy Rd. Port Townsend, WA 98368 3. Telephone Number: (206) 385-0213 4. How many years has said bidder been engaged in the contracting business under the present firm name? 18 yrs. 5. Contracts now in hand (gross amount): 700.000.00 6. General character of work performed by said Company: Excavation, Water Mains, Sanitary Sewer, and Storm Drainage Systems and Road Building 7. List of more important projects constructed by said company, including approximate costs and dates (submit added sheet if necessary): Port Angeles Landfill Expansion Contract 2B $697,000 August to November 92 8. List of company's major equipment (submit added sheet if necessary): See Attached 9. Bank References: Seafirst Port Townsend, Branch, 734 Water Street Jeff Reynolds (206) 385 -1890 10. Washington State Contractor's License Number: SETONCI1650A 11. Amount Bondable:$ 1 to 2 Millmon Bonding Company: EMPLOYERS INSURANCE OF WAUSAU, A Mutual Co. Name of er: By: Title: 1 -13 President CTION, INC. September 21, 1992 21- 2191 -01 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 87/28/92 IDOL F -MAINT CATEGORY EQUIPMENT CODE t Seton Construction EQUIPMENT LIST DESCRIPPTION BE 812 1977 880 CASE EXCAVATOR BE 813 1985 UH 16 EITACE: EXCAVATOR 88 614 1986 UE123 EITACE: EXCAVATOR 88 815 PC200 KOMATSU EXCAVA'CF 6E 816 5102 JD 4X4 BACEEGE BE 817 1990 4122 JD 4X4 6ACRE:E BE B18 1975 125 CLARK LOA:EE BE 619 310C JD BACKECE GENE'S EE 922 1256 CLARE WHEEL LCA :EF 8E 83 1958 58C CASE BACEECE EF 66 1977 412E JD BACFE2E 89 87 1986 41C8 JD 4Y4 EE E6 1979 758 CLAPF. FENT EN LDF F_ 89 196E 1252 CLARE FP:: END LOP 2: 1973 GAF: AME TPA: DPI {i'74CMP D: D3 1972 JOY AIR COM.. k'DF :I 012 1979 TD :SE INTEE'.... D ::EF. 0 :3 1975 T :_5C :!;:EF. D C14 1965 TD22E IN :EENA: DC :Er' 215 1989 D5ELGF CA:'E-. DC E: C16 1987 TD15E DRESS:: 22 :E: D: C5 19E7 24HIGF CA: DC2..: C: CE 1975 TREE INTEE!; 1: :A: D :E:. G: G2 1975 CLARK, 310S GF.'.__: GE. G3 1954 CATIEFILLEE 1: GEF.DEF GE 24 1976 JD 572A MOTOR G5-rEF GE 25 1978 JD E72A. MOTH GE DEE F: Fa:: 452 DO ::F F: PPC: BOBCAT F: Fa:2 310 8 :8 F: PFf4 EYDFOSEE :EF FF FEE OTEEF E4 :1FME7. F6 EEC: MARE I ENE; S :s: P: PSC: RFC: 82' RA :A: S:A FE PEN 42' EA :A: ETACFEF F: P13 19E9 CE:E.. C -32 T:8: :'F;,' F P14 1979 FOE: F252 4X4 CEEi:4.E PC P: P:E 1979 FOP: P250 47.4 F. PJ P22 1961 GM: 2522 4X4 P P.' P22 1977 GP: 25 4X4 SE:P SE: TRUCE F1 F :3 1986 FOE: F :51 4X.4 PU F. F24 1995 F25_ 4X44 PU F: P :5 1978 GM: 1522 4X4 E F:- 1986 CF::: s :C 4F.4 P. F: F: 1995 GM: 2522 4X4 F: F. P28 1999 Ca._,: 2502 4X4 P. 532 F'., F: P252 4/4 FU F. P31 1982 FC52 535: T :FE 231 F. F:_ 199: CEE E -12 4X4 F. :99: CE::. c: 4;4 u EYE? F::: F 2 Tr„- Ea: 37: ::M:::::::: F: E'YETE 22F:: 'ELI!: PAGE 1 (R190EL) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 V.21,92 I201, .7-'1A1117 CA23GCRY 3NIEH3NT 2ON 13;321:HEN:' 13S7 23SCRIE122N 31 F4 19 INC3FSCIL FA2 FLF ?I 95 1:69 SAH 7 3R78 RC:I33 FL 97 9:AT :CLEF. 921L 25H:1D RI, F8 3E33PS ?COT R.:L: sEEND FC:E3R FL 99 'AACK3R 50115R '4ALK SEEM .11.. Sla 1930 CD 362 53L? L:AD 399E EC 39 1983 3D 352 En? LOAD SCRA9ER EH MS M:SC SECP 3:2' EK Si 1373 567 21A9A EKIHER SO 5:8 EUCLID SCRAMS 11 Li 1374 9Y373R T7A1129 21 110 1373 FTNR irL31 12k2CY 131 n 111 1385 1332 TFALISR 11 :12 138i HiS23R EOCKER AX31 11 :13 1971 COLUMEA 9Up TFEISR 21 :14 1398 FREEAUF FUP IRAI1SR 2T, L15 1372 TRUCK 431D 3311Y SUMP 181 21 -.3 1972 TRUCULD 2311Y DUY.P :RI II 117 1973 TRUCKED 3311? 1U1P 291 IL :13 1338 OUST:HU:Li TIA ?UP 231 TL 119 1339 CUSTOMBUTIT TiA PUP 291 11 12 1953 PRESSRD 52381, 1N801 79:8 TL ::i BUSBY T/A PUP TFL 71 121 1994 TRAILEN1 LOWB3D TRAILKR 11 122 1983 LUFKIN 937D 3ND DUX? 181 71 123 1987 32' 1OW3:Dg 3ND OUP 218 11 124 1979 Custom hilt 7,A Plp Trlr 7L .1 1F73 FNCR :i'LL:Amsr 3323 AF.31 21 ';2 CORM 3SCP 'IAN 2FAIHR TR r:a 1954 7EN0923 SOCX :FUCK :8 111 1978 MACK RS720 TRACTOR 78 1'12 1978 MACK R1.531 DUMP TRUCK 28 213 1979 MACK 83E23 DUMP TRUCK 78 215 1967 MACK 8500 SHOP TRUCK 28 217 1975 MACK DX831 OFF iWY DUMP TR 718 1977 MACK DM300 OFF RWY DUMP TR 220 1918 MACK 11933 OFF HWY DUMP TR 22I 1977 MACK nue OFF HWY DUMP TR 722 1989 MACK 8W713 TRACTOR rR 723 1976 MACK DX320 OFF HWY DUMP 28 726 1986 MACK RSE30 DUMP TRUCK TR 221 1986 MACK Rs6aa DUMP TRUCK TR 728 1984 MACK MS230 W/VAN BODY 18 129 1974 INrIirr, W/VAN BODY PIPS TR TR 731 1971 FORD C638 W/VAN BODY rR 231 1986 MACK 803395 DUMP TRUCK 78 132 1335 MACK 9D539S DUMP TRUCK Wr 71 1944 GMC WATER TRUCK WT 713 K8NWORT8 WATER TRUCK WI' 72 1961 INTRRNATIONAL FUR TRUCK WT 73 1965 FWD FUR TRAILER WT 74 1951 DOG R WHIR TRUCK WT 76 1959 DODGE( ?UR TRUCK ,R::i8L1 THIS CONTRACT, made and entered into this 22nd day of December 1992, between the City of Port Angeles, hereinafter called "Owner and Bruce B. Seton o f Seton Construction, Inc for themselves, their heirs, executors, administrators, successors, and assigns, hereinafter called "Contractor." That in consideration of the payments, covenants and agreements, hereinafter mentioned to be made and performed by the parties hereto, the parties hereto covenant and agree as follows: 1. The Contractor shall do all work and furnish all tools, materials and equipment for: Contract No. 2C, Port Angeles Landfill Expansion Improvements, Leachate Pretreatment Facilities in accordance with and as described in the attached Plans, Specifications and Contract Documents and in full compliance with the terms, conditions, and stipulations herein set forth and attached, now referred to and by such reference incorporated herein and made part hereof as fully for all purposes as if here set forth in length, and shall perform any alterations in or additions to the work covered by this Contract and every part thereof and any force account work which may be ordered as provided in this Contract and every part thereof. The Contractor shall provide and bear the expense of all materials, labor, carriage, tools, implements and conveniences and things of every description that may be requisite for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof. 2. The Owner hereby promises and agrees with the Contractor to employe, and does employ the Contractor to provide the materials and to do and cause to be done this above described work and to complete and finish the same according to the attached Plans, Specifications and Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract and every part thereof. The Owner further agrees to employ the Contractor to perform any alterations in or additions to the work covered by the Contract and every part thereof and any force account work that may be ordered and to pay for the same under the terms of this Contract and the attached Plans, Specifications and Contract Documents. 3. The Contractor, for himself, and for his heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. Contract 2C WITNESSETH: CONTRACT September 21, 1992 2 -1 21- 2191 -01 4. Contractor agrees to timely perform all work involved in this Contract and the Owner agrees to pay the Contractor for the work completed and materials located on -site upon the terms set forth in the Specifications. CITY OF PO IXNGELES CONTRACTOR APPRO C 2C ATTEST: AP City Cl N City Attorney' 2 -2 (Title) J President December 22, 1992 (Date) Sep:embcr 21, 19::3: 21-2:5!-0: 1 PERFORMANCE AND PAYMENT BOND SEA MD NO. 2350 07 052482 KNOW ALL PERSONS BY THESE PRESENTS, THAT SETON CONSTRUCTION, INC. Canwita a tkiiiiiiitedWorporadon organized under the laws of the State of WASHINGTON and registered to do business in the State of Washington as a Contractor, as Principal, and EMPLOYERS INSURANCE OF WAUSAU. A MUTUAL COMPANY a Vaistiershipkorporation organized under the laws of the State of WISCONSIN a n d registered to transact business in the State of Washington as surety, as Surety, their heirs, I executors, administrators, successors and assigns, are jointly and severely held and bound unto the City of Port Angeles, Washington, hereinafter called CITY, and to the RCW 39.08.010 statutory beneficiaries in the sum of ONE HUNDRED FORTY THOUSAND ONE HUNDRFO FORTY qua nn>> nn ,BLS. Dollars 140 ,140.00******** 1. THE CONDITIONS OF THIS BOND OBLIGATION ARE THAT: WHEREAS, on the 22nd day of December 19 92, the Principal executed a Contract with the City of Port Angeles for 1 Contract No. 2C Port Angeles Landfill Expansion Improvements, Leachate Pretreatment Facilities In which the Principal contracted to undertake and complete the project according to the maps, plans, specifications and other documents made a part of the contract, which Contract as so I executed is by this reference incorporated herein and made a part hereof; and WHEREAS, the Principal must provide a bond complying with the requirements of I Chapter 39.08 of the Revised Code of Washington (RCW) and any other further conditions or obligations not in conflict with the state statute; 1 NOW, THEREFORE, if the Principal shall faithfully and truly observe and comply with the terns, conditions and provisions of the Contract in all respects and shall fully and faithfully perform all matters and things undertaken to be performed under the contract, including any contractual guaranty or warranty, upon the terms proposed in the contract, and within the time prescribed in the contract, and until the project is accepted by the City and all guaranties or I warranties fulfilled by the Principal, and if the Principal shall pay all laborers, mechanics, subcontractors, agents, and materialmen, and all persons who supply such persons or subcontractors with provisions and supplies for the carrying on of the project, and if the I Principal complies with all federal, state, and local laws and regulations, then this obligation is Sspsembrr u.1992 24 11.119141 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 to be void; otherwise it is to remain in full force and effect. WITNESS our hands this Title: SURD 1'Y: EMPLOYERS INSURANCE OF WAUSAU, A MUTUAL COMPANY,) Attorney 4 Face for Surety* P. D. DINEEN RARSH TICi t C. 720 OLIVE WAY SEATTLE, WASHINGTON 98101 Name and Address of Local Office or Agent APPRO F,D% as to form only: By: f City Atikney Dated: comma 2C B 51444A_ (Signature of Authorized Representative) -3,/f7 20TH d of OCTOBER PRINCIPAL: SETON CONSTRUCTION, INC. 4640 SOUTH DISCOVERY ROAD PORT TOWNgND, WASHINGTON 98368 President (Name) (Typed Name) Bruce B. Seton (Typed Name of Authorized Representative) 'This bond must be accompanied by a fully executed Power of Attorney appointing the Attorney -in Fact. 19 92 (Name) (Address) September 21.1992 2-4 214191.1 No. 223 -219- 00010 EMPLOYERS INSURANCE OF WAUSAU A Mutual Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a corporation duly organized and existing under the laws of the State of Wisconsin, and having its principal office in the City of Wausau, County of Marathon, State of Wisconsin, has made, constituted and appointed, and does by these presents make, constitute and appoint P.D. DINEEN its true and lawful attorney -in -fact, with full power and authority hereby conferred in its name. place and stead, to execute, seal, acknowledge and deliver ANY OR ALL BONDS, UNDERTAKINGS, RECOGNIZANCES OR OTHER WRITTEN OBLIGATIONS iN THE NATURE THEREOF INCLUDING CONSENTS OF SURETY AND WAIVERS TO THE CONDITIONS OF CONTRACTS. NOT TO EXCEED THE PENAL SUM OF TEN MILLION DOLLARS ($10 000 000). and to hind the corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attorney -in -fact may do in the premises This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duly called and held on the 18th day of May, 1973, which resolution is still in effect: "RESOLVED, that the President and any Vice President elective or appointive of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company bonds, undertakings and all contracts of suretyship; and that any secretary or assistant secretary be, and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company." "FURTHER RESOLVED, that the signatures of such officers and the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company may he affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate hearing such facsimile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached." iN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be signed by the senior vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST day of MAY 19 92 EMPLOYERS INSURANCE OF WAUSAU A Mutual Company Wymore Attest R J. B(steman STATE OF WISCONSIN COUNTY OF MARATHON ss By Bill D Assistant Secretary Q I l �l.('�Q�v►Rat iv► Executive Vice President On this 1ST day of MAY 19 92 before me personally came Bill D Wvmore to me known, who being by me duly sworn. did depose and say that he is an executive vice president of the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, the corporation described in and which executed the above instrument, that he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. I" WITNESS WHEREOF I have hereunto 'et my hand and affixed my official seal the day and year herein first above written. Patricia A. Kleman NOTARY PUBLIC STATE OF WISCONSIN I STATE OF WISCONSIN CITY OF WAUSAU ss MY COMMISSION EXPIRES MAY 29, 1994 COUNTY OF MARATHON I CERTIFICATE I, the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin corporation. du hereby certify that the foregoing and attached power of attorney, WHICH MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN THEREOF iN REI) INK, remains in full force and has not been revoked, and furthermore that the resolution of the Board of Directors set forth in the power of attorney is still in force Signed and sealed in the City of Wausau, Marathon County, State of Wisconsin, this 20TH of OCTOBER 19.2 R J Besteman Notary Public 1 ti t 1.7 11�IYY" day Assistant Secretary NOTE IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, ('ALI, TOLL. FREE (8011i 826-1661 (IN WISCONSIN, ('Alt. (800) 472 -0041) CO LTR 1 A1:11I:I). CERTIFICATE. OF INSURANCE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW- KURESMAN INSURANCE, INC. 9222 -A SILVERDALE WAY SILVERDALE, WA 98383 INSURED SETON CONSTRUCTION, INC. 4640 DISCOVERY ROAD PT TOWNSEND, WA 98368 COVERAGES A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CO2 1 0- 2 5- 2 8 CLAIMS MADE OCCUR OWNER'S CONTRACTOR'S PROT AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM OTHER TYPE OF INSURANCE POLICY NUMBER WORKER'S COMPENSATION AND EMPLOYERS' LIABIUTY CERTIFICATE HOLDER CITY OF PORT ANGELES 321 E 5TH ST PO BOX 1150 PORT ANGELES, WA 98362 ATTN: GARY KENWORTHY, CITY I ACORD 25 -S (719 ENG COMPANY ANORTH PACIFIC INSURANCE COMPANY COMPANY B LETTER COMPANY LETTER COMPANY D LETTER COMPANY LETTER COMPANIES AFFORDING COVERAGE THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION DATE (MM /DD /YY) DATE (MM /DD/YY) GENERAL AGGREGATE 10-30-91 10-30-93 PRODUCTS- COMP /OP AGG PERSONAL ADV INJURY EACH OCCURRENCE FIRE DAMAGE (Any one tire) MED. EXPENSE (Any one person) COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS PORT ANGELES LAND FILL PARAMETRIX, INC. IS LISTED AS ADDITIONAL INSURED PER ATTACHED. ...CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE ISSUE DATE (MM /DD/YY) 08 -17 -92 LIMITS PROPERTY DAMAGE EACH OCCURRENCE AGGREGATE $2,000,000 $1_,000,000 $1,000,000 $1,000,000 _10,000 000 STATUTORY LIMITS EACH ACCIDENT DISEASE—POLICY LIMIT DISEASE —EACH EMPLOYEE 5 nnn ti ©ACORD .CORPORATION 1990 POLICY NUMBER: CO2 10-25-28 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: P ARAME T R I X, INC 5700 KITSAP WY STE 202 BREMERTON, WA 98312 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS (FORM B) (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 2010 11 85 Copyright, Insurance Services Office, Inc., 1984 0 The Standard Specifications for this project shall be the "1991 Standard Specifications for Road, Bridge, and Municipal Construction," prepared by Washington State Department of Transportation and American Public Works Association (WSDOT /APWA) and the "1991 APWA Supplement to Division One of the 1991 WSDOT /APWA Standard Specifications." Standard Plans shall be the "Standard Plans for Road, Bridge, and Municipal Construction," prepared by WSDOT /APWA. Work under this Contract shall be performed in accordance with the Standard Specifications and supplement referred to above and the Special Provisions found in Part 4 Special Provisions of these Contract documents. The requirements of the Special Provisions shall take precedence over the supplement to the Standard Specifications adopted by the WSDOT /APWA. The supplement to Division One of the Standard Specifications shall take precedence over the Standard Specifications. Contract 2C PART 3 STANDARD SPECIFICATIONS AND AMENDMENTS September 21, 1992 21- 2191 -01 Contract 2C PART 4 SPECIAL PROVISIONS September 21, 1992 21- 2191 -01 SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS SECTION 1 -01 ACRONYMS, ABBREVIATIONS AND DEFINITIONS 1 -01.3 Definitions Supplement this Section with the following: Where the term "Engineer" appears in the Contract Documents (including the Standard Specifications) it shall mean Parametrix, Inc., located at 1231 Fryar Avenue, Sumner, Washington, acting as the duly authorized representative of the City of Port Angeles in the administrative management of the Contract. Where the term "Owner" appears in the Contract Documents (including the Standard Specifications) it shall mean the City of Port Angeles, as represented by its authorized officers, employees or agents including the City Engineer. Where the terms "Commission "Washington Transportation Commission "Department "Department of Transportation "State" or "State of Washington" appears in the Contract Documents it shall mean Owner, except "State" shall be construed to mean State of Washington as indicated: (a) Whenever the words refer to Agencies or Department of the State of Washington other than the Washington State Department of Transportation, State sales tax, State employment agencies, State wage rates and State laws. (b) When referring to the Washington State Department of Transportation Laboratory manual. SECTION 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.3 Execution of Contract Replace "Within 20 calendar days, with "Within 10 calendar days, Contract 2C September 21, 1992 4 21- 2191 -01 SECTION 1 -04 SCOPE OF WORK 1 -04.2 Project Description (New Section) The Specifications and Plans show and describe the location and type of work to be constructed under this Contract. This Contract No. 2C involves modifications to the leachate pretreatment facilities. These modifications include adding a floating baffle to Pond No. 2, altering aerators in Ponds 1 and 2, adding piping and appurtenances to Ponds 1 and 2 and the sludge holding pond, adding a motor actuated valve to the new discharge from Pond No. 1, adding a automated leachate sampler, a bubbler level control and control panel, a magnetic flow meter and vault, a high water alarm for Pond No.1, stair and float access for Ponds No. 1 and 2, revise piping discharge from Pump Station No. 1 meter vault, and such dewatering of ponds and diversion of flow as required. The timely execution of this Contract is essential to provide for leachate management, particularly as the wetter winter season approaches. This is a general description of the work and all quantities and work shall be in accordance with the Plans and Specifications. 1 -04.11 Final Cleanup Supplement this Section with the following: Final cleanup shall be performed as specified in this Section on the landfill, the leachate pretreatment facilities, the staging areas and such other areas the Contractor may have impacted. SECTION 1 -05 CONTROL OF WORK 1 -05.3 Plans and Working Drawings Supplement this Section with the following: TECHNICAL SUBMITTALS A. General 1. Requirements in this section are in addition to any specific requirements for submittals specified in other divisions and sections of these Contract Documents. Contract 2C September 21, 1992 4-2 21- 2191 -01 2. Submittals to the Engineer shall be addressed to Parametrix, Inc., 5700 Kitsap Way, Bremerton, WA 98312. 3. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. 4. Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of materials, and procedures submitted or requested of the Contractor shall not add to the Contract amount, and all additional costs which may result therefrom shall be solely the obligation of the Contractor. 5. The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefore. 6. It shall not be the responsibility of the Owner to provide engineering or other services to protect the Contractor from additional costs accruing from such approvals. 7. No equipment or material for which listings, drawings, or descriptive material is required shall be fabricated, purchased, or installed until the Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. 8. Submittals will be acted upon by the Engineer as promptly as possible, and returned to the Contractor not later than the time allowed for review in Paragraph 1- 05.3B, SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not constitute reason for an extension of Contract time. B. Shop Drawing Submittal Procedure 1. The Contractor shall submit six copies of all submittals 8 -1/2" x 14" or smaller. All submittal larger than 8 -1/2" x 14" shall have submitted one print copy and one reproducible (diazo process). The Contractor shall submit the copies to the Engineer for his review; shop drawings, electrical diagrams, and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment) furnished under this Contract. Shop drawings shall be submitted in sufficient time to allow the Engineer 10 calendar days to examine the shop drawings. Contract 2C September 21, 1992 4-3 21- 2191 -01 1 1 2. These shop drawings shall be accurate, distinct, and complete, and shall contain all required information, including satisfactory identification of I items, units, and assemblies in relation to the Contract Drawings and Specifications. I 3. Shop drawings shall be submitted only by the Contractor, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the Contractor) has checked and approved the shop 1 drawings, and that the work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with work of all other trades involved. The practice of submitting incomplete 1 or unchecked shop drawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be 1 considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. 4. When the shop drawings have been reviewed by the Engineer, three sets I P g Y g of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one set will be returned to the Contractor with such changes I or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in the same manner and quantity as specified for the original submittal, unless otherwise directed by the Engineer. If changes I are made by the Contractor (in addition to those requested by the Engineer) on the resubmitted shop drawings, such changes shall be clearly explained in a transmittal letter accompanying the resubmitted shop 1 drawings. 5. For each item requiring shop drawing submittal the Engineer will make I up to two reviews at no cost to the Contractor. If a third review is required, the expense of that review and any subsequent reviews will be borne by the Contractor. The Contractor will be billed at the Engineer's 1 current rate. 6. The review of such shop drawings and catalog cuts by the Engineer shall 1 not relieve the Contractor from responsibility for correctness of dimensions, fabrication details, and space requirements, or for deviations from the Contract Drawings or Specifications, unless the Contractor has 1 called attention to such deviations in writing by a letter accompanying the shop drawings and the Engineer approves the change or deviation in writing at the time of submission; nor shall review by the Engineer relieve 1 the Contractor from the responsibility for errors in the shop drawings. 1 Contract 2C September 21, 1992 4 4 21- 2191 -01 1 7. The Contractor agrees that shop drawing submittals processed by the Engineer do not become Contract Documents and are not Change Orders; that the purpose of the shop drawing review is to establish a reporting procedure and is intended for the Contractor's convenience in organizing his work and to permit the Engineer to monitor the Contractor's progress and understanding of the design. C. Shop Drawing Requirements: Shop drawings referred to herein shall include shop drawings and other submittals for both shop and field fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or manufactured structural, mechanical, electrical, plumbing, process systems, and equipment: 1. General a. Shop drawings or equipment drawings, including dimensions, size and location of connection to other work, and weight of equipment. b. Catalog information and cuts. c. Installation or placing drawings for equipment, drives, and bases. d. Supporting calculations for equipment and associated supports, or hangers required or specified to be designed by equipment manufacturers. e. Complete manufacturer's specifications, including materials description and paint system. f. Performance data and pump curves. g. Suggested spare parts list with specified spare parts with current price information. h. List of special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) i. List of special tools furnished with the equipment. J. List of materials and supplies required for the equipment prior to, and during startup. Contract 2C September 21, 1992 4-5 21- 2191 -01 Contract 2C k. List of materials and supplies furnished with the equipment. 1. Special handling instructions. m. Requirements for storage and protection prior to installation. n. Requirements for routine maintenance required prior to plant startup. o. List of all requested exceptions to the Contract Documents. 2. Electrical a. Wiring and control diagrams of systems and equipment. b. List of special motor features being provided (i.e.: space heaters, altitude corrections, thermal protectors, etc.). c. Complete motor rating for all motors 15 hp and larger, including motor no -load, starting, and full -load current at rated voltage; full load speed and full -load current at 110 percent voltage; motor efficiency and power factor at 1/2, 3/4, and full -load at rated voltage; recommended maximum kVAR of power factor correction capacitors when capacitors are switched with motor. d. See Division 16, ELECTRICAL, for additional specific submittal requirements. 3. Power and Control Panel a. See Section 16922, POWER AND CONTROL PANEL, for additional specific submittal requirements. b. The submittals shall include satisfactory identification of items, units, and assemblies in relation to the Specification section number, and the system or equipment identification or tag number shown on the Drawings, the Process Diagram, or as provided in the applicable Specification section. c. Should the Contractor propose any item on his shop drawings, or incorporate any item into the work, and that item should subsequently prove to be defective or otherwise unsatisfactory (regardless of the Engineer's preliminary review), the Contractor shall, at his own expense, replace the item with another item that will perform satisfactorily. September 21, 1992 4-6 21- 2191 -01 Contract 2C D. Submittals Required for Foreign Manufactured Items: In addition to the submittal requirements stated above, suppliers of foreign manufactured items shall submit the names and addresses of companies within the United States that maintain technical service representatives and a complete inventory of spare parts and accessories for each foreign -made item proposed for incorporation into the work. Failure to provide the foregoing capabilities shall be just cause for rejection of the foreign manufactured items. E. Transmittal Procedure 1. General a. Submittals regarding material and equipment shall be accompanied by the submittal transmittal (Form 90 -10), attached, duly completed and signed by the Contractor or his authorized representative. Equipment numbers shall be listed on Form for items being submitted. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. b. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX where "XXX" is the sequential number assigned by the Contractor. Resubmittals shall have the following format: "XXX -Y where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B, or C being the 1st, 2nd, and 3rd resubmittals, respectively. Submittals 25B, for example, is the second resubmittal of submittal 25. 2. Deviation from Contract a. If the Contractor proposes to provide material or equipment which does not conform to the specifications and drawings, he shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. He shall prepare his reason for a change, including cost differential, and shall request a change order to cover the deviations. 3. Submittal Completeness September 21. 1992 4-7 21- 2191 -01 a. Submittals which do not have all the information required to be submitted, including deviations, and the required signatures are not acceptable and will be returned without review. OPERATION AND MAINTENANCE (O &M) MANUALS A. The Contractor shall furnish six copies of a complete instruction manual for installation, operation, maintenance, and lubrication requirements for each component of mechanical and electrical equipment or system. All equipment manufacturers shall be made aware of these requirements and all associated costs shall be included in the costs for furnishing the equipment or system. Each instruction manual furnished shall be fixed in hard -back cover or file folder which is clearly labeled to designate the system or equipment for which it is intended with reference to the building and equipment number, and the Specification section where the item is specified. B. The manuals shall be furnished prior to the scheduled completion of the work. Any deficiencies found by the Engineer to exist in the manuals submitted shall be corrected by the Contractor within 30 calendar days following notification by the Engineer of the deficiencies. C. Each instrument manual shall include, but not be limited to, the following: 1. Equipment number 2. Diagrams and illustrations 3. Detailed description of the function of each principal component of the system 4. Performance and nameplate data 5. Name, address, and telephone of vendor and spare parts sources. 6. Installation instructions 7. Procedure for starting 8. Proper adjustment 9. Test procedures 10. Procedure for operating Contract 2C September 21, 1992 4-8 21- 2191 -01 Contract 2C 11. Manufacturer's warranties 12. Shutdown instructions 13. Emergency operating instructions and troubleshooting guide 14. Safety precautions 15. Maintenance and overhaul instructions which shall include detailed assembly drawings with part numbers, parts list, instructions for ordering spare parts, and complete preventive maintenance instructions required to ensure satisfactory performance and longevity of the equipment. 16. Lubrication instructions which shall list point to be greased or oiled, shall recommend type, grade, and temperature range of lubricants, and shall recommend frequency of lubrication. 17. List of electrical relay settings and control and alarm contact settings. 18. Electrical interconnection wiring diagram for equipment furnished, including all control and lighting systems. D. The manual shall be complete in all respects for all equipment, controls, accessories, and associated appurtenances. E. Each copy of the manual shall be assembled in one or more binders, each with title page, typed table of contents, and heavy section dividers with numbered plastic index tabs. Each manual shall be divided into sections paralleling the equipment Specifications. Binders shall be three -ring, hard -back type. All data shall be punched for binding and composition and printing shall be arranged so that punching does not obliterate any data. The project title, Division designation, and manual title printed thereon shall be as furnished by the Engineer. F. Where more than one binder is required, they shall be labeled Vol. 1 "Vol. 2 and so on. The table of contents for the entire set, identified by volume number, shall appear in each binder. Submit manual organization and format to the Engineer for approval prior to manual preparation. G. Manuals shall be transmitted to the Engineer prior to installation of the equipment and all equipment shall be serviced in accordance with the manufacturer's recommendation on each item of equipment and shall be delivered to the Engineer prior to final acceptance of the project. September 21, 1992 4-9 21- 2191 -01 Contract 2C H. Form 1. The operating and maintenance instructions shall be the first item listed for each piece of equipment. It shall include, in addition to necessary details, a "summary of maintenance" substantially in the following format: a. Name of Item: b. Name of Manufacturer: Address: c. Name Plate Information: d. Nearest Local Representative: Address: Telephone No.: e. Maintenance Date or Reauirements Freauencv Lubrication f. Spare Parts List (to be kept on hand) g. Type of Lubricant (if required) Shell: Standard: Texaco: Union: Other: Remarks 2. The second item of each listing shall be a detailed narrative description of both the equipment and control circuits and a description of the recommended method for trouble shooting. 3. The third item of each listing shall be the lubrication chart required in Section 01750 SPARE PARTS AND MAINTENANCE MATERIALS, followed by drawings, charts and details. September 21, 1992 4-10 21- 2191 -01 CERTIFICATES OF COMPLIANCE A. A Certificate of Compliance shall be furnished for materials specified to a recognized standard or code prior to the use of any such materials in the work. The Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. B. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not. C. The Engineer reserves the right to refuse permission for use of material on the basis of a Certificate of Compliance. D. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. RECORD DRAWINGS A. The Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Each month, or as otherwise agreed, the Contractor shall submit to the Engineer a current listing and description of each change incorporated into the work since the preceding submittal. 1 05.4 Conformity with and Deviations from Plans and Stakes Delete the first paragraph and replace with the following: "The Engineer shall provide 2 horizontal and 2 vertical control points for use by the Contractor. The Contractor shall set any construction stakes and marks needed to establish the lines, grades, slopes and cross sections to govern his work. The Contractor shall take full responsibility for detailed dimensions, elevations and slopes. The Engineer reserves the right to enter the work area to verify the accuracy of all marks and stakes and the accuracy of all excavation and rough grading as needed." Contract 2C September 21, 1992 4-11 21- 2191 -01 1 -05.5 Construction Stakes (APWA only) 1- 05.5(1) General (APWA only) Delete the first and second paragraphs and replace with the following: "The Engineer shall provide horizontal and vertical control points in accordance with Section 1 -05.4. The Contractor shall assume full responsibility for all construction staking from these control points." 1- 05.5(2) Roadway, and Utility Surveys (APWA only) Delete this subsection. 1- 05.5(3) Bridge and Structure Surveys (APWA only) Delete the first and second paragraphs and replace with the following: "For all structural work the Contractor shall retain as a part of Contractor organization an experienced team of surveyors and shall ensure that required field measurements and locations, match and fulfill the intended plan dimensions. The Contractor shall provide all surveys required to complete the structure. The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being fabricated." 1 -05.12 Final Acceptance Supplement this Section with the following: 1 -05.14 Cooperation With Other Contractors Supplement this Section with the following: It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the life of this project. Contract 2C Progress estimates shall not be construed as acceptance of any work under this contract. The Owner shall not be barred from requiring the Contractor to remove, replace, repair, or dispose of any unauthorized or defective work or from recovering damages from any such work or material. a. Daily landfill operations and activities at the Port Angeles Landfill will be in progress. Access to the Landfill will be through the main entrance. There may be other Contractors and consultants on the job site as well as 4-12 September 21, 1992 21- 2191 -01 the ongoing landfill operations. The Contractor shall cooperate with the other contractors and staff to ensure that there will be no interference or interruption of the existing landfill operations. The Contractor shall not use any of the landfill facilities except as noted in these specifications. b. Construction of the "sludge handling pond" will be completed during this project. c. Minor work for Contract No. 2B, Port Angeles Landfill Expansion Improvements may be being completed during startup of this contract. 1 05.18 On Site Traffic Control (New Section) The Contractor's construction activities shall be restricted such that the Landfill operations are not adversely impacted. Work shall be restricted to the leachate pretreatment area, except for Pump Station No. 1 discharge revisions. The Contractor shall use the landfill east side road south from the main entrance for ingress and egress to the work areas and the staging areas. SECTION 1 -06 CONTROL OF MATERIALS 1 -06.1 Source of Supply and Quality of Materials Supplement this Section with the following: SECTION 1 -07 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC 1 -07.8 Health and Safety Plan (New Section) 1.07.8(1) Health and Safety Laws and Regulations, and Requirements for Hazardous Waste Operations For all work conducted at the Port Angeles Landfill, the Contractor shall ensure compliance with all requirements of the Federal Occupational Health and Safety Act of 1970 (OSHA), as amended including, OSHA 29 CFR Part 1910 Hazardous Waste Operations and Emergency response, Final rule, and with the Washington Industrial Health and Safety Act of 1973 (WISHA), as amended, as they apply to health and safety provisions for hazardous waste operations, and all other applicable federal, state, county, and local laws, ordinances, codes, the Contract 2C Promptly after award of the Contract, the Contractor shall notify the Engineer, in writing, of the proposed sources of materials, suppliers, fabricators and installers including addresses, telephone numbers and names of contact persons. Approval by the Engineer is required for all sources of materials, suppliers, fabricators and installers before delivery is started. September 21, 1992 4-13 21- 2191 -01 requirements set forth herein, and any regulations that may be specified in other parts of this Contract. If any of these requirements are in conflict, the more stringent requirements shall apply. The Contractor's failure to thoroughly familiarize himself with the aforementioned health and safety provisions shall not relieve the Contractor of responsibility for full compliance with the obligations and requirements set forth therein. Where "Hazardous Waste Operations" is mentioned in the regulations listed above, it shall be interpreted in this Specification to include any persons potentially exposed to contaminated soil, landfill gas, landfill gas condensate, or leachate from the Port Angeles Landfill. The Contractor is cautioned that the aforementioned OSHA and WISHA regulations require, among other items, the following: 1. A site specific Health and Safety Plan. 2. A Site Health and Safety Officer as described in Section 1- 07.8(3) of these Specifications. 3. A provision of Personal Protective Equipment. 1- 07.8(2) Present Site Characterization The Landfill receives mixed municipal solid waste; has a leachate collection, pumping and pretreatment system; and collect and flares landfill gas from the old covered landfill. The exact nature of materials and wastes disposed of at the Landfill is unknown. The possibility exists of encountering gases and /or other substances during the work that may be potentially hazardous to the safety and health of personnel, especially those working in the vicinity of open excavations and pipes venting gases. Since other substances and gases may be present and may be found during work pursuant to the Contract, the Contractor shall consider the possibility of encountering other substances in preparing the Site Safety and Health Program. The work of modification to the leachate ponds, sludge handling pond, pump stations and piping will require working around leachate and landfill gas. This will include cutting the existing liner, excavation, placing the new soils and liner material, welding the liner and exposing and connecting to the existing leachate piping. The Contractor shall be aware of the potential for landfill gas and leachate to be present. The Contractor shall provide all personnel working on the project with required orientation and training on the potential hazards anticipated and the appropriate use of safety equipment. 1- 07.8(3) Contractor's Responsibility for Health and Safety for Hazardous Waste Operations The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions at the site including health and safety for the authorized persons and property in performance of the Work. This requirement shall be continuous, and Contract 2C September 21, 1992 4-14 21- 2191 -01 shall not be limited to normal working hours. The Contractor shall observe and comply with all applicable laws, regulations and requirements of Section 1- 07.8(1) above. Such information, interpretation, or representation of laws, regulations, or ordinances referenced in the Contract Documents shall not take precedence over the law, regulation, or ordinance itself, nor relieve the Contractor of responsibility for determining the true current construction and content of such laws, regulations, and ordinances. The Contractor, through his Health and Safety Officer shall be solely responsible for the detection of contaminated gases and soils. The Contractor shall provide for the protection and the health and safety of all workers and other authorized persons at the job -site from exposure to potentially hazardous substances. 1-07.8(4) Measurement No specific unit measurement shall apply to the lump sum item for "Site Health and Safety Plan." 1- 07.8(5) Payment The lump sum contract price for "Site Health and Safety Plan" shall include all costs for the work required to submit a Site Health and Safety Plan for Hazardous Waste Operations that meets the requirements specified in Section 1- 07.8(1) above. 1 -07.11 Equal Employment Opportunity Responsibilities Delete the entire Section and replace with the following: Equal Opportunity /Affirmative Action /Facilities Nondiscrimination (The following clause is applicable unless, and to the extent that, this contract is exempt under the rules, regulations, and relevant orders of the Secretary of Labor, including 41 CFR, Ch. 60.) During the performance of this contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. The Contractor will take affirmative action to employ, advance in employment, and otherwise treat qualified special disabled or Vietnam era veterans and handicapped individuals without discrimination based upon their disability or veterans' status or physical or mental Contract 2C September 21, 1992 4-1S 21- 2191 -01 Contract 2C handicap in all employment actions. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the local United States Department of Labor Office setting forth the provisions of this Equal Opportunity /Affirmative Action clause. b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, physical or mental handicap, or national origin, and that the Contractor is under the legal obligation to take affirmative action to employ, advance in employment, and otherwise treat qualified special disabled or Vietnam era veterans and handicapped individuals without discrimination based upon their disability or veterans' status or physical or mental handicap in all employment actions. All suitable employment openings existing at contract award or occurring during contract performance will be listed at the state employment source office in the locality where the opening occurs, provided that this listing requirement shall not apply to openings that the Contractor intends to fill from within its own organization or under a customary and traditional employer -union hiring agreement. c. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency Contracting Officer, advising the said labor union or workers' representative of the Contractor's commitments under this Equal Opportunity /Affirmative Action clause, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor, including, but not limited to, the rules, regulations and orders issued by the Secretary of Labor under the Vietnam Era Veterans' Readjustment Assistance Act of 1972, and the Rehabilitation Act of 1973 (29 USC 793), as amended. e. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigations to ascertain compliance with such rules, regulations and orders. September 21, 1992 4-16 21- 2191 -01 f. The Contractor will not, on grounds of race, color, religion, sex, physical or mental handicap, or national origin: g. 1. Deny an individual any services or other benefits provided under this agreement; 2. Provide any service(s) or other benefits to an individual which are different, or are provided in a different manner from those provided to others under this agreement; 3. Subject an individual to segregation or separate treatment in any manner related to the receipt of any service(s) of other benefits provided under this agreement; 4. Deny any individual an opportunity to participate in any program provided by this Agreement through the provision of services or otherwise, or afford an opportunity to do which is different from that afforded others under this Agreement. The Contractor, in determining (1) the types of services or other benefits to be provided, or (2) the class of individuals to whom, or the situation in which, such services or other benefits will be provided, or (3) the class of individuals to be afforded an opportunity to participate in any services or other benefits, will not utilize criteria or methods of administration which have the effect of subjecting individuals to discrimination because of their race, color, sex, religion, national origin, creed, or the presence of any sensory, mental or physical handicap. In the event of Contractor noncompliance with the nondiscrimination requirements of this contract or with any of the said rules, regulations, or orders, this contract many be canceled, terminated or suspended, in whole or in part, and the Contractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. h. The Contractor will include the provisions of paragraphs a through g in every subcontract unless exempted by the rules, regulations, or orders of the Secretary of Labor. Contract 2C September 21, 1992 4-17 21- 2191 -01 1 -07.13 Contractor's Responsibility for Work and Damage Supplement this Section with the following: Monitoring wells and gas probes are located on site and noted on the plans. The Contractor shall locate and protect wells and gas probes and shall take all necessary precautions to avoid disturbing any well casing or gas probe. The Contractor shall not encroach within ten (10) feet of any monitoring well or gas probe. If the Engineer determines that a well casing or gas probe has been disturbed, the Contractor shall be responsible for all damages and repair to the satisfaction of the City and regulatory agencies. This could include replacement of a well which could result in a cost of $50,000 or more for replacement. 1 -07.15 Temporary Water Pollution /Erosion Control (APWA Only) Supplement this Section with the following: Permanent and temporary erosion control measures have been and will be installed throughout the site. The Contractor shall coordinate temporary erosion control measures with the permanent drainage and erosion control work. Any required temporary measures shall be installed in accordance with the temporary water pollution /erosion control plan provided by the Contractor and approved by the Engineer, as proposed by the Contractor and approved by the Engineer or ordered by the Engineer. Temporary erosion control measures deemed useful to the Landfill at the completion of this contract will be identified by the Engineer and the Contractor shall be directed to leave those measures in place. Temporary ditches and berms shall be constructed as required and all costs for this work shall be considered incidental to other work pay items. 1 -07.17 Utilities and Similar Facilities Add the following: The existence and approximate location of underground utilities or similar facilities will be indicated in the plans insofar as it is possible to do so. The existence and approximate locations will be determined by a search of available records; however, additional utilities may be encountered and the locations of the utilities indicated therein may vary from the actual locations of the utilities as indicated. The Contractor shall take the necessary precautionary measures to protect the existing utilities and structures indicated and any of the utilities or structures which may be encountered at the site during construction. Failure of the Owner to show the existence of subsurface objects or facilities on the plans shall not relieve the Contractor from the responsibility to make an independent surface check of the project site, nor relieve the Contractor from all liability for damages resulting from the Contractor's operations. Contract 2C September 21, 1992 4-18 21- 2191 -01 The utilities in Clallam County work together in a Council to help prevent accidents and damages to underground facilities. One telephone call to 1- 800 424 -5555, 48 hours prior to digging (excluding weekends and holidays) will relay a message to these utilities, as necessary. These agencies will give assistance in the location of the various utilities, but such assistance shall not relieve the Contractor from the responsibility for damage incurred, except where the installations are not located as closely as is normally possible with an electronic pipe locator or meet the additional exception criteria listed herein. Existing underground utilities, whether public or private, which are damaged by the Contractor, will be repaired by the utility owner. The Contractor shall be liable for all costs resulting from the damage to a utility if: 1. The utility system is in a standard location adopted by the local jurisdiction, or is indicated in the Plans, and the actual location of any portion of the utility is within 24 inches horizontally of the standard location, or the location indicated on the Plans, or 2. The utility has field located and marked its facilities and the actual location of any portion of the utility is within 24 inches horizontally of said location mark, or 3. The utility system is visible or has become visible or can be reasonably assumed to exist at the location due to visible evidence prior to the damage, or 4. The Contractor has failed to provide the required notification to the utility owner of the utility that has been damaged. The depth of the utility, if indicated, is for the Contractor's convenience only, and the Contractor's responsibility for damage as specified above shall not be altered due to the actual depth being different or other than that indicated on the plans. The Contractor shall notify the proper utility immediately upon breakage or damage to any utility line or appurtenance, or the interruption of their service. He shall notify the proper utility when his operations may affect the service or cause damage to the utility involved. Any loss of time suffered by the Contractor due to delay and removal or relocation of any utility or other facility by others may be adjusted in accordance with Section 1 -08.8 permitting extensions of time. 1 -07.18 Public Liability and Property Damage Insurance 1- 07.18(4) Evidence of Insurance (APWA Only) Revise Item 1.a. "Names the Contracting Agency as an additional insured," to read "Names the Owner and Parametrix, Inc. as an additional insured,." Contract 2C September 21, 1992 4-19 21- 2191 -01 1- 07.18(5) All Risks Builders Risk Insurance Add the following new subsection: The Contractor shall maintain during the life of the contract, "All Risks Builders Risk Insurance" per the "A.L.S. Contractors Installation or Builder's Risk Form 1967" including Fire and Extended Coverage, Earthquake, Flood and Landslide on a 100 percent completed value basis for the benefit of the Owner, Contractor and all subcontractors as their interests may appear. 1 -07.28 Emergency Phone Numbers (New Section) The Contractor shall supply to the City the names and phone numbers of responsible personnel representing the Contractor and each subcontractor for the purpose of contacting these individuals in the event of an emergency. 1 -07.29 Indemnification (New Section) Hold Harmless and Indemnification The Contractor shall indemnify, defend, and hold harmless Parametrix, Inc. and the City, its elected officials, officers, employees, agents and representatives, from all claims, losses, suits, actions, legal or administrative proceedings, costs, attorneys' fees (including attorneys' fees in establishing indemnification of whatsoever nature), litigation costs, expenses, damages, penalties, fines, judgments, or decrees by reason of any death, injury or disability to or of any person or party, including employees, and /or damage to any property or business, including loss of use, caused in whole or in part by any act, error or omission of the Contractor, Contractor's employees, agents, or subcontractors arising out of or suffered, directly or indirectly, by reason of or in connection with the performance of this Contract or at any time before final acceptance. The Contractor's obligation shall include, but not be limited to, investigating, adjusting, and defending all claims alleging loss from any action, error or omission or breach of any common law, statutory or other delegated duty by the Contractor, Contractor's employees, agents, or subcontractors. The Contractor's obligations to indemnify, defend, and hold harmless shall apply even if the injuries, death or damages, directly or indirectly, result from, arise out of or relate to, one or more negligent acts or omissions of Parametrix, Inc. and /or City or its elected officials, officers, employees, agents, representatives, or any other party acting for or on behalf of Parametrix, Inc. and /or City, except where caused by the sole negligence and /or willful misconduct of Parametrix, Inc. and /or the City, its agents and its employees acting within the scope of their employment. If the claim, suit, or action for injuries, death, or damages as provided for in the preceding paragraphs of this specification is caused by or results from the concurrent negligence of (a) Parametrix, Inc., the City or the City's agents or employees and (b) the Contractor or the Contractor's agents or employees, the indemnity provisions provided for in the preceding Contract 2C September 21, 1992 4-20 21- 2191 -01 paragraphs of these specifications shall be valid and enforceable only to the extent of the Contractor's negligence. It is specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under the State Industrial Insurance law, Title 51 RCW, solely for the purpose of this indemnification. The Contractor expressly agrees that he has provided for this waiver of immunity in the bid price for this Contract. In addition to any remedy authorized by law, the City may retain so much of the money due the Contractor as deemed necessary by the Owner to assure indemnification until disposition has been made of any suits or claims. SECTION 1 -08 PROSECUTION AND PROGRESS 1 -08.1 Preliminary Matters 1- 08.1(1) Preconstruction Conference (APWA Only) Amend this subsection as follows: The Engineer will provide the Contractor with five (5) copies of the Contract Documents. A preconstruction conference may be held within ten (10) days after the contract award. 1- 08.1(3) Hours of Work (APWA Only) Amend this subsection with the following: Working hours at and near the landfill for this Project are restricted to 7:00 a.m. to 6:00 p.m. as required in this Section. In no cases except emergencies will work be allowed outside of 7:00 a.m. to 10:00 p.m. to comply with City requirements. Landfill normal operating hours are 9:00 a.m. to 5:00 p.m., Monday through Saturday. Permission to work longer than an 8 -hour period between 7:00 a.m. and 10:00 p.m. shall be requested no later than noon on the working day prior to the day(s) for which the Contractor is requesting permission to work. If the Contractor desires to work on Sundays or Holidays that the landfill is not open, work shall be restricted to the landfill site such that the main entrance gate does not have to remain open. The Owner will provide construction support services as required for overtime conditions at no additional cost to the Contractor, except that if landfill operations personnel are required as determined by the Engineer, the Contractor shall reimburse the Owner for such costs. Contract 2C September 21, 1992 4-21 21- 2191 -01 1 -08.5 Time for Completion (APWA Only) Delete this entire section and replace with the following: This project shall be completed in its entirety within seventy -five (75) calendar days. The Contract time shall commence seven (7) days after date of delivery of the Notice to Proceed. The Contractor will be notified of the actual starting date by letter from the Engineer. The Contractor shall notify the Engineer in writing when the entire work is substantially complete. Upon completion of all work required by the Contract, the Engineer pursuant to Section 1 -05.11 will advise the Contractor and Owner in writing of the date on which such work was substantially completed, taking into account weather delays and other approved time extensions. Such notification of date of completion shall not constitute acceptance of the work by the Owner (see Section 1 -05.12 Final Acceptance). The Contract time shall commence after receipt of the initial Notice to Proceed. The Contractor will be notified of the actual starting date by letter from the Engineer. Upon completion of all work required by the Contract, the Engineer pursuant to Section 1 -05.11 will advise the Contractor and Owner in writing the date on which such work was completed, taking into account weather delays and other approved time extensions. Such date shall constitute the date of completion of the Contract. Such notification of date of completion shall not constitute acceptance of work by the Owner (see Section 1 -05.12 Final Acceptance). 1 -08.7 Maintenance During Suspension Delete this Section and replace with the following: In preparation for and during suspensions of the Work pursuant to Section 1 -08.6 of these Specifications, the Contractor shall prevent damage to or deterioration of all portions of the Work which have not received Final Acceptance pursuant to Section 1- 05.12. Suspension of the Work shall not relieve the Contractor of any of the Contractor's responsibilities under the Contract. The Contractor shall maintain all erosion control and stormwater facilities in a clean and free flowing condition in all portions of the Work which have not received Final Acceptance pursuant to Section 1- 05.12. If the Engineer determines that the Contractor failed to pursue the work diligently before the suspension, or failed to comply with the contract or orders, then the Contractor shall maintain the erosion control and stormwater facilities in use during suspension. In this case, the Contractor shall bear the maintenance costs. If the Contractor fails to maintain the facilities, the Contracting Agency will do the work and deduct all resulting costs from Contract 2C September 21. 1992 4-22 21- 2191 -01 payments due to the Contractor. If the Engineer determines that the Contractor has pursued the work diligently before the suspension, then the Contractor will do the routine maintenance work and shall be paid in accordance with Section 1 -09.6 Force Account. 1 -08.9 Liquidated Damages Delete the first paragraph and replace with the following: Time is of the essence for this Contract. Any delay in the prosecution of the work will inconvenience and be expensive to the Owner. The costs to the Owner in the administration of the Contract, including engineering, inspection, and supervision will be increased by such delays. Significant damages that may be incurred by a delay could include leachate hauling and disposal charges to an alternative disposal site, and increased operations, supervisory, and administrative costs. As liquidated damages to the Owner caused by the failure to complete construction of this Contract within the stipulated time periods, the Contractor agrees to pay and authorizes and directs the Owner to deduct from any money due or coming due to the Contractor the sums calculated per the liquidated damages formula in paragraph two of Section 1 -08.9 of the Standard Specifications. Additional damages resulting from hauling, processing and disposal of leachate at an alternative site will be considered if applicable. SECTION 1 -09 MEASUREMENT AND PAYMENT 1 -09.3 Scope of Payment Amend this subsection as follows: Payment for "Leachate Pretreatment Facilities Improvements Complete" shall be payment for furnishing and installing all equipment and material as detailed in these Contract Documents except for other listed bid items. All units and system shall be complete and operational. 1 -09.9 Payments (APWA Only) 1- 09.9(1) Progress Payments (APWA Only) Amend this subsection as follows: Progress payments will be prepared by the Contractor and approved by the Engineer. Contract 2C September 21, 1992 4-33 21-2191-01 Contract 2C PART 5 TECHNICAL SPECIFICATIONS September 21, 1992 21- 2191 -01 1. GENERAL 1.1 DESCRIPTION SECTION 11303 STATIONARY REFRIGERATED SAMPLER A. Furnish and install a stationary refrigerated sampler and all appurtenances required for the automatic collection and preservation of composite landfill leachate samples. The sampler will be located near the flow measurement vault and receive its pacing signal from the magnetic flow meter. 1.2 SUBMITTALS A. Provide manufacturer's catalog cut sheets, standard technical specifications of the equipment to be supplied, materials of construction, programming instructions, and certification that the sampler is suitable for the continuous sampling of landfill leachate. 1.3 ACCEPTABLE PRODUCTS A. Refrigerated sampler shall be Manning Products Model 6900, or approved equal. 2. PRODUCTS 2.1 SAMPLER CONSTRUCTION A. The sampler shall be capable of collecting composite samples in eight 2,000 ml glass containers. The collected samples shall be stored in a refrigerated enclosure capable of maintaining a sample temperature of 39 °F in ambient temperatures from -20 °F to 120 °F. The refrigerator shall be self defrosting and designed to prevent the sample from freezing when the ambient temperature drops below freezing. B. The refrigerator shall have a hinged, reinforced and lockable fiberglass plastic controller enclosure. The refrigerator's door shall have hasps to allow the door to be padlocked shut. The refrigerator power supply and thermostat shall be contained in a sealed, NEMA 4 equivalent enclosure. C. All mechanical and electronic components shall be housed in a watertight control box mounted on top of the sampler's refrigerator. The controller shall conform to NEMA 5 standards for submersible, watertight and dust -tight operation. Port Angeles Landfill Technical Specifications 11303 -1 21- 2191 -01 September 1992 D. Samples shall be collected using a vacuum compressor pump capable of producing a line velocity of 2.5 ft/sec in 3/8 -inch ID suction line at three feet of head. The pump shall be capable of producing at least 26 feet of lift. The pump shall air purge the sample line before and after each sample is collected. The sampler shall deliver repeatable and accurate sample volumes regardless of changing head or intermittent flow in the suction line. E. The materials in contact with the flow stream shall be Teflon or stainless steel. The suction line shall be made of 3/8 -inch ID Teflon with a length of 25 feet. 2.2 SAMPLER PAD AND APPURTENANCE A. The Contractor shall provide a concrete pad for the sampler, 3/4 inch PVC conduit for the sampler line to the valve vault and such other appurtenances the sampler manufacturer recommends for installation. 2.3 SAMPLER OPERATION A. The sampling program shall be established using a keypad and LCD display. The display shall continuously display the sampler's status. The sampler shall be capable of storing up to three different sampling programs. The sampler shall collect composite samples at equal flow volume intervals based on flow pulse inputs from the magnetic flow meter. The flow intervals shall be selectable from 1 to 10,000 flow pulses. The sampler shall switch bottles after a predetermined number of samples are collected. B. The sampler shall be capable of storing key information for each sampling routine, such as start time, the time each sample was collected and the cause of any missed samples. C. The sampler shall operate on 120 volt AC, 50 /60Hz line power. The sampler shall contain an internal lithium battery which will have a minimum life of 5 years and shall maintain the sampler's program settings when the sampler is turned off or there is an external power failure. 3. EXECUTION 3.1 INSTALLATION AND START -UP A. After the sampler and flow meter are installed, the manufacturer's representative shall visit the site and certify that the equipment is properly installed in accordance with the manufacturer's recommendations. A manufacturer's representative trained in the calibration, start-up, operation and maintenance of the flow meter and sampler shall visit the site to provide start-up service and to Pon Angeles Landfill Technical Specifications 11303 -2 21- 2191 -01 September 1992 B. Four copies of the operation and maintenance manual for the refrigerated sampler shall be provided. C. The sampler shall be installed on a concrete pad provided by the Contractor and the Contractor shall route the Teflon sample tube in a 3/4 inch PVC conduit to the existing valve vault. The sample tube shall be tapped into the HDPE discharge line downstream of the valves with an appropriate saddle as required. 3.2 WARRANTY A. The sampler manufacturer shall provide a one -year- written warranty from date of acceptance. Port Angeles Landfill Technual Spectfcanons train the Owner's personnel in the proper operation and maintenance of the system. The manufacturer's representative shall provide one follow -up visit within 6 months of the date of installation as directed by the Owner. END OF SECTION 11303 -3 21- 2191 -01 September 1992 1. GENERAL 1.1 DESCRIPTION SECTION 11375 ALTERATIONS TO FLOATING AERATORS A. This section covers alterations to the four floating aerators and reinstalling of three existing 25 -HP floating aerators, mooring equipment and anchors, control panel and cables as shown on the attached drawings and herein described. All cables and mounting hardware necessary for mooring the aerators and supplying power to the aerators as shown on the drawings shall be furnished by the aerator manufacturer. B. The existing post mooring systems for each of four aerators shall be removed in preparation for reinstallation of three aerators with cable mooring systems. C. Each aerator shall be reinstalled with the existing motor and impeller, a new draft tube as required, a new mooring system as shown on the Drawings, and new electrical cables. 1.2 SUBMITTALS A. Provide manufacturer's catalog cut sheets, standard technical specifications for the new equipment to be furnished, materials of construction and certification that the revised floating aerators are suitable for continuous operation in a landfill leachate treatment application. A complete parts list showing all anchoring hardware and mooring and electrical cable lengths shall be submitted. 2. REQUIREMENTS 2.1 REMOVAL OF POST MOORING SYSTEMS A. The post mooring systems shall be removed from each aerator in the two leachate ponds as shown on the Drawings. The anchor bolts shall be cut flush with the concrete pads. B. The Contractor shall remove all materials from the existing post mooring systems off site for salvage or disposal. The one existing aerator not reinstalled shall be returned to the Owner. All other materials removed shall become the property of the Contractor. Port Angeles Landfill Technical Specifications 11375 1 21- 2191 -01 September 1992 2.2 MANUFACTURER'S QUALIFICATIONS A. The mooring systems for the floating aerators shall be a product of a reputable manufacturer, routinely engaged in the design and fabrication of equipment as specified herein. B. Existing floating aerators are Aqua- Aerobic System, Inc.'s. 2.3 MOORING A. The maximum amount of anticipated water level variation in the lagoons is 12 feet. Sufficient anchor cable shall be furnished to moor the aerators as is shown on the Drawings and to permit aerators to rise and fall with water level variations yet minimize lateral movement. All anchoring hardware, including shackles, thimbles, cable clamps and turnbuckles necessary to anchor the mooring cables at the aerator and the mooring posts shall be supplied by the aerator manufacturer. B. Anchor cable shall be 7x19 construction, 304 stainless steel and 3/16-inch diameter. All anchoring hardware shall be stainless steel. C. The existing power cables shall be maintained with a watertight seal at the aerator and shall be wired into the relocated control panel by the Contractor. D. Only flexible type copper stranded cable with four individually jacketed conductors bound together with a non wicking filler and sheathed in a PVC, neoprene or approved equal overjacket will be approved if any cable must be replaced. 2.4 CONTROL PANEL A. Existing control panels containing motor starters for the aerators hand /off /auto hand switches shall be relocated and rewired as required and shown on the Plans. 3. EXECUTION 3.1 MOORING A. Mooring of aerators shall conform to the details shown on the drawings. Except as shown otherwise on the drawings, the anchor cable shall be installed as recommended by the manufacturer so the aerator can rise and fall with water level variations of 12 feet under normal operating conditions, yet have a minimum of lateral movement. Port Angeles Landfill Technical Specifications 11375 -2 21- 2191 -01 September 1992 3.2 MECHANICAL SUPPORT OF POWER CABLE A. Electrical power cable connections shall be made in accordance with manufacturer's recommendations to prevent mechanical damage to the power cable and its insulation. A power cable support bracket shall be provided on the float to prevent abrasion of the power cable insulation. Independent floats shall be provided for supporting the power cables; power cables shall not be attached to the mooring cables. Strain relief shall be provided using Kellems grips on each end of the power cables to prevent cables from pulling out of the cable brackets and junction boxes. Electrical and control materials are specified separately. 3.3 AERATOR REINSTALLATION A. The aerators shall be reinstalled as herein described in this section and as shown on the Plans. The aerators shall be cleaned and shall be lubricated in accordance with the manufacturer's recommendations prior to startup. 3.4 FIELD TESTS A. Functional Test: Prior to system start-up, each aerator and its control system shall be inspected for proper alignment and installation. 3.5 WARRANTY A. The aerator manufacturer shall provide a one -year written warranty for all new equipment and material from date of acceptance on all new equipment furnished. Pon Angeles Landfill Technical Spectficanans In addition to the above test, the Contractor shall demonstrate proper operation and performance of the aerator installation with regard to all systems including, but not limited to, the mooring, electrical and control systems to the satisfaction of the Engineer. END OF SECTION 11375 -3 21- 2191 -01 September 1992 1. GENERAL 1.1 DESCRIPTION SECTION 11401 FLOATING BAFFLE A. This section covers furnishing and installing a floating baffle as shown on the drawings. B. The baffles shall consist of floatation components, plastic skirt, and bottom edge ballast. Tension member shall be provided at locations as determined by the manufacturer. Necessary connecting and anchoring hardware attached to the baffles shall be provided. The baffles shall be fully assembled. Field installation shall only require connection of the individual sections. Baffle system shall be as manufactured by J.P.S. Oiltrol, Bristol, N.H., or equal. 1.2 SUBMITTALS A. The baffle skirt manufacturer shall submit a certification stating that the skirt meets physical property requirements for the intended application. B. In order to qualify as an approved material manufacturer, the Contractor shall submit baffle skirt material samples and minimum specifications to the Engineer prior to fabrication. The specification sheet shall give full details of minimum physical properties and test methods used and a certificate confirming compliance of the materials with the minimum specifications. A list of similar projects completed in which the manufactured material has been successfully used shall be submitted to the Engineer. C. The manufacturer or his designated representative shall furnish drawings of the assembled baffles for approval prior to manufacture. 1.3 EXPERIENCE A. The manufacturer of the baffle system described herein shall have had at least 10 years experience in the design and manufacture of floating lagoon baffles. B. Design of the baffle shall be such that the floatation and ballast components can be removed from the coated skirt and replaced in the field. The manufacturer shall maintain a stock of replacement parts for a period of not less than five years for user support. Pon Angeles Landfill Technical Specifications 11401 -1 21- 2191 -01 September 1992 C. The manufacturer shall furnish complete written instructions for the storage, handling, and installation of the baffles in compliance with this specification and the condition of his warranty. D. The baffle supplier shall furnish complete written instructions for the repair of the skirt fabric. 2. MATERIAL 2.1 FLOATATION A. Floatation shall consist of closed cell polyethylene foam floats encapsulated in blow molded polypropylene external shells. The floatation members shall be in two halves bolted to the fabric skirt with stainless steel nuts and bolts. The individual floats are to be not less than 20" long by 6" high spaced on 36" centers. The encapsulating shell molded floatation shell shall contain UV inhibitors and anti oxidants in order to assure long life. The color of the floats shall be black. The floatation shall extend 6" above the water surface. 2.2 LAGOON BAFFLE SKIRT A. The lagoon baffle skirt shall consist of polyester reinforced chlorosulfonated polyethylene (Hypalon) 3 -ply fabric. The fabric shall be of good appearance and free of defects such as holes, tears, delaminations, blisters, and any other defects that may affect its serviceability. The fabric shall be not less than 36 mils thickness. Min. Physical Properties: Test Method Property Gauge, Nominal (mil) 36 Plies, Reinforcing, 10 x 10 100d polyester 1 Thickness (mil min.) ASTM D 751 1. Overall 34 2. Over Scrim Optical Method 11 Breaking Strength, Fabric (lbs. min.) ASTM D 751 Method A 200 Tear Strength (lbs. min.) ASTM D 751 Modified 1. Initial 80 2. After Aging 35 Pon Angeles Landfill Technual Specificanons Specifications are as follows: 11401 -2 21- 2191 -01 September 1992 Low Temperature °F) Dimensional Stability (max. change each direction) Volatile Loss, 30 mil sheet loss max.) Resistance to Soil Burial change max. from original values) a. 30 mil unsupported sheet b. Membrane Fabric Breaking Strength Hydrostatic Resistance (psi min.) Ply Adhesion (min. lbs. /in. each direction) Water Absorption weight gain max.) 2.3 BOTTOM BALLAST Pon Angeles Landfill Technical Specifications 11401 -3 ASTM D 2136 1/8 in. mandrel, 4 hrs Pass ASTM D 1204 212 °F, 1 hr ASTM D 1203 Method A ASTM D 3083, para. 9.5 -40 2 1. Breaking Strength 5 2. Elongation at Break 20 3. Modulus at 100% Elongation 20 ASTM D 751 Method A 25 ASTM D 751 Method A, Proc. 1 250 ASTM D 413 Machine Method ASTM D 413 Modified Method 0.5 8 10 ASTM D 741, 30 mil sheet 14 Days 70 °F 1.5 30 Days 70 °F 2.0 14 Days 158 °F 30.0 30 Days 158 °F 30.0 A. The baffle shall be maintained in position by attaching a 5/16 inch hot dip galvanized chain. The ballast chain shall be sewn into the bottom of the baffle skirt. Where auxiliary ballast is necessary, the anchoring weights shall be provided to minimize movement of the baffle resulting from flow, wind or aeration. The anchor weights shall be attached to the baffle by a minimum 3/8 inch nylon rope to provide shock absorption. 21- 2191 -01 September 1992 2.4 TENSION MEMBERS A. The baffle section shall be constructed so that tension members are provided to help absorb and distribute forces on the baffle evenly. These tension members shall be constructed of 2 inch wide nylon webbed strap and shall be sewn to the baffle fabric. The nylon webbing shall exhibit excellent resistance to moist conditions, concentrated acids, alkalis and solvents. It shall be impervious to rot, mildew, and degradation associated with marine organisms. Materials used in the construction of the tension member shall not be affected by continuous immersion in sewage. The breaking strength of each tension member shall be approximately 12,000 lbs. B. The nylon webbing shall be located such that one is at the top edge of the baffle. It shall be straight and parallel with the long axis of the baffle. The lower tension member shall be located along the bottom edge of the baffle and next to the anchor chain sleeve. Both tension members are to be sewn to permit even distribution of the forces against the baffle. No heat bonded joints or fasteners between connections or to the skirt are permitted. C. The baffle shall connect to the end connectors and intermediate section connectors with suitable hardware. The anchor connections and end connections shall be attached through grommets attached to the tension webbing. All hardware associated with the tension members shall be stainless steel. 2.5 CONNECTORS A. Formed stainless steel end connectors not less than 12" in height shall be installed at each end of the baffle. The end connectors shall be bolted to the baffle in a manner to properly transfer forces from the curtain to the mooring post. All tension members shall be mechanically joined to the end connections for proper transfer of forces. Stainless steel hardware shall be used to attach the end connector plates to the baffle skirt material. B. The baffles shall be sectioned as shown on the Drawings. Stainless steel fasteners shall be provided for joining the baffle sections together. 2.6 SECTION LENGTHS A. The baffle section lengths shall be as shown on the Drawings. Port Angeles Landfill Technical Speclftcanons 11401 -4 21- 2191 -01 September 1992 2.7 "FLOW- THROUGH" WINDOWS A. Flow- through windows shall be of the size and location as shown on the Drawings. The windows are to be reinforced on all edges with 3 inch wide nylon webbing sewn to the baffle fabric with a double stitch. 2.8 ANCHORS A. The Contractor shall provide materials for the baffle anchors and mooring posts as shown on the Plans. 3. EXECUTION 3.1 DELIVERY A. The lagoon baffles shall be delivered to the job site by the manufacturer in sturdy shipping containers on a four -way entry pallet acceptable for motor freight transport. Containers shall be marked with the section number as identified on the installation drawings. B. The manufacturer shall provide the Owner and installation contractor with installation drawings and instructions to enable the contractor to install the baffle in the locations as shown on the drawings. C. The manufacturer shall provide the services of a qualified field representative to supervise the installation by the installation Contractor. D. The lagoon baffles shall be completely assembled upon delivery by the installation Contractor. Installation shall consist of attaching end connectors and section connectors to anchor blocks and mooring posts. E. The Contractor shall install baffle anchors and mooring posts as shown on the Plans. F. All connections and connecting hardware shall be made as shown on the drawings and as required by the particular manufacturer. 3.2 QUALITY CONTROL A. A quality control technician representing the baffle skirt manufacturer shall inspect the installed baffles. Any area showing a defect shall be marked and repaired in accordance with baffle manufacturer's written instructions. Pon Angeles Landfill Technical Spec�fcanans 11401 -5 21- 2191 -01 September 1992 3.3 WARRANTY A. The baffle manufacturer shall provide a one -year written warranty from date of acceptance on all equipment furnished. Port Angeles Landfill Technical Specifications END OF SECTION 11401 -6 21- 2191 -01 September 1992 1. GENERAL 1.1 DESCRIPTION 1.2 SUBMITTALS 2. PRODUCTS 2.2 PLUG VALVES Pon Angeles Landfill Technical Specifications SECTION 15060 PIPE, FITTINGS, VALVES, STRUCTURES A. Furnish and install all pipe, fittings, valves, vaults, manholes, connections, concrete anchors and blocks, connections and geomembrane liner penetration and restore all areas disturbed including pond geomembrane liners that are disrupted. Installation, pipe and fitting sizes, and details shall be as shown on the Plans. Dewatering of Ponds No. 1 and No. 2 to the nearby sludge holding pond and diversion of incoming flow shall be included in this work. A. Provide manufacturers' catalog sheets and fabrication drawings where appropriate for piping, valves, vaults, manholes, geomembrane, and portable pump connection. 2.1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE A. HDPE pipe and fitting shall be Standard Dimension Ration (SDR) 17 manufactured from a PE3408 polyethylene compound and shall conform to cell classification 345434C or 355434C in accordance with ASTM D 3350. B. Fittings shall be of the same material as the pipe and fabricated in accordance with the manufacturer's standards. Flange joints shall be in accordance with ANSI B18.1 Class 125 or 150. A. Plug valves shall be for wastewater service and shall be non lubricated eccentric plug valves as manufactured by DeZurik, Homestead or Pratt, or equal. Valve construction shall be semi -steel or alloy steel cast iron rated 175 pounds W.O.G. with plug coated with a durable and resilient material suitable for raw sewage containing grit and capable of providing driptight shutoff. Plug coating shall be neoprene with welded -in nickel seats. Buried valves shall have gear operator suitable for buried /submerged service with square head key and valve box. Buried plug valves shall be provided with an extension stem with a 2 -inch 15060-1 21- 2191 -01 September 1992 operating nut approximately 1 foot below finished grade. The exterior stem shall also be provided with a 1/4-inch plate debris stop welded to the stem below the nut. Provide two tee wrenches five feet in length. 2.3 APPURTENANCES A. Flexible couplings shall be Romac Industries Inc. Style 501 or approved equal. B. Floor drains shall be cast iron body and grate with integral trap and cleanout, brass cleanout plug by J.R. Smith No. 2510 or equal. C. Manhole adapters (waterstops) shall be elastomeric rings to stop water leakage at pipe penetration of manholes and vault walls by Fernco or equal. 2.4 CONCRETE STRUCTURES A. Manholes shall be in accordance with WSDOT /APWA Standard Specifications Section 7 -05 and Standard Plan B -23a and Standard Plan B -24, attached. Manhole ring and cover shall be in accordance with Standard Plan B -25, Type 1, attached. For the new manholes, all concrete surface with potential immersion exposure to leachate shall have all surface irregularities filled, finished flush, and shall be approved by the Engineer. The prepared surface shall be coated with Tnemic Series 61 -5002 TNEME LINER, or approved equal, and shall be applied at 10 percent thinning to a dry film thickness of four to six mils. The second coating application shall be Tnemic Series 61 -5001 TNEME- LINER, or approved equal, and shall be applied at no thinning to a dry film thickness of eight to ten mils. B. Vaults shall be by Utility Vault, Co.; Pipe, Inc.; or equal as shown on the Plans. The vaults shall be designed for the applications shown and submittals shall be made in accordance with Section 1 -05.3 of the Special Provisions. 3. EXECUTION 3.1 INSTALLATION OF HDPE PIPE A. Install pipe, fittings and accessories in accordance with ANSI /ASTM D 2774 and manufacturer's instructions. Place pipe on minimum 4 -inch deep bedding layer (Std. Spec Section 9- 03.16, Bedding Material for Flexible Pipe). HDPE pipe shall be joined using butt fusion welding and valves and fittings joined by flanges and flexible couplings as shown on the drawings. Thrust blocking shall be per attached detail. Port Angeles Landfill Technical Specifications 15060 -2 21- 2191 -01 September 1992 B. Installation made through 60 mil HDPE liner of ponds shall be restored to original condition. Trenches shall be backfilled with native materials as specified in A. A one foot drain layer shall be placed under the 60 mil HDPE liner to be restored. The drain material shall be: Natural or processed granular material; *washed if necessary,* free of clay, shale, organic matter, free from sharp angular pieces, rounded to subround; graded in accordance with ASTM C 117, C 136 and D 1140, wet sieving, within the following limits: 3.3 INSTALLATION OF APPURTENANCES Port Angeles Landfill Technical Specificanons Sieve Size Percent Passing 'h inch 100 3 /8 inch 85 -95 No. 4 55 -70 No. 8 30 -50 No. 40 20 -25 No. 200 0 -1 C. The 60 mil HDPE liner shall be restored and tested in accordance with Section 8 -06 of the Special Provisions. The liner shall be 60 mil smooth HDPE in accordance with Section 9 -33.1. 3.2 INSTALLATION OF MANHOLE AND VAULTS A. Manholes and vaults shall be installed in accordance with WSDOT /APWA Section 7 -05 and as herein specified. The bottom of the structure shall be set on a firm, smooth foundation and not less than 4 inches thickness of a well graded granular bedding course conforming to the requirements for sewer bedding and extending to the limits of the excavation of 12 inches outside the limits of the base section. In the latter case the balance of the excavated areas shall be filled with select material, well tamped to the level of the top of bedding to prevent lateral movement. Structures shall be set to elevations shown on the Plans. A. Install appurtenances in accordance with manufacturers' written instructions and recommendations. 3.4 POND DEWATERING AND FLOW DIVERSION A. The Contractor shall be responsible for dewatering Ponds No. 1 and No. 2, to the sludge holding pond or to one pond and diverting incoming flow from Pump Station No. 1 to the sludge holding pond, if necessary. The Contractor shall coordinate this with his work schedule as necessary to install the designed facilities and coordinate with the Landfill Operator. Upon completion of essential 15060 -3 21- 2191 -01 September 1992 B. Quantities and flow rates of leachate incoming are variable depending on many conditions. Estimates provided can only be offered to the Contractor as a guide and actual quantities can vary significantly. 3.5 TESTING Port Angeles Landfill Technical Specrficanons work in each pond to allow use of that pond, the Contractor shall return leachate to that pond. This transfer of leachate shall be coordinated with the Engineer and Landfill Operator. The Contractor shall schedule work to minimize down time of Ponds No. 1 and No. 2 and shall obtain the Engineer's permission to have both Ponds inoperable at one time. The average daily flow prior to bringing the new landfill cell on line is estimated between 3,200 to 5,100 gallons per day (gpd). The new cell is planned to be on line by the latter part of October. Estimated average daily flow is 13,000 gpd and estimated peak day flow is 55,400 gpd. Estimated total wastewater generated including rainfall on Ponds No. 1 and No. 2 area as follows: October 1992 November 1992 December 1992 231,000 gallons 398,000 gallons 648,000 gallons The capacity of the sludge holding pond is 400,000 gallons. The maximum discharge rate from the Ponds to the City system is 10,000 gpd of pretreated leachate. A. General: 1. All pipe and fittings shall be cleaned and pressure- tested as specified herein. After completion of installation, all piping work specified herein shall be tested. 2. The Contractor shall furnish all material, equipment, and labor for testing and retesting the piping system. 3. Each system may be tested as a unit or in sections, but each complete system shall successfully meet the requirements specified herein before acceptance by the Owner. 15060 -4 21-2191-01 September 1992 B. Hydrostatic Test for Liquid Lines: Port Angeles Landfill Technical Specifications 4. Should any defects appear in the pipe or fittings, the necessary repair shall be made, and the line retested until it shall meet the requirements. 5. The Contractor shall take all necessary precautions to prevent any joints from drawing while the pipelines and their appurtenances are being tested and he shall at his own expense repair any damage to the pipes and their appurtenances or to any other structures resulting from or caused by these tests. 6. The Contractor shall inform the Owner at least two days in advance of the time set for testing the piping system. 7. The Contractor shall perform testing while all joints can be accessed for inspection. 1. The tests shall be at the greater of (1) 150% of the maximum working pressure or (2) 70 psi. The test shall be made by closing valves or providing bulkheads or plugs and filling the pipeline with water. Provisions shall be made for release of all air in the lines. Lines may be filled with water sometime before testing to allow for absorption of water by pipe or joint material. After all joints are apparently tight and there is no evidence of leakage, the test pressure must be maintained a minimum of one hour or sufficiently longer to permit the Engineer to make an inspection of the system. During the test, pipe, fittings and joints shall be completely tight. END OF SECTION 15060-5 21- 2191 -01 September 1992 PART 1 GENERAL 1.01 Description of Work SECTION 16010 ELECTRICAL GENERAL The Contractor shall provide all labor, material, tools, equipment and services required to complete the furnishing, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical equipment, devices and components as indicated and implied by the plans and these specifications. In general the project consists of the below basic portions of electrical and control work: A. The power and control panel including bubbler system and instrumentation devices B. The installation of the leachate stationary sampler C. The instalation of the motor operated valve and flowmeter, supplied by the owner. D. Provide all conduit and wire and bubbler tubing and the float switch shown on the drawings. Complete the wiring, connection, adjustment, calibration, testing and operation of mechanical equipment having electric motors and /or built -in or furnished electrical components. Install electrical components that are furnished with mechanical equipment. The Contractor shall install and make all connections to the equipment furnished by the Owner. Provide all HVAC equipment shown on drawings including thermostats and any required mounting hardware. Provide the size, type and rating of motor control devices, equipment and wiring necessary to match the ratings of motors furnished with mechanical equipment. Provide adequate space for the electrical installation, including but not limited to, determination of access -ways and doorways, shipping sections, wall and floor space, and space occupied by mechanical equipment. Provide electrical equipment that fits in the areas shown on the drawings. All equipment shall be readily accessible for maintenance, shall have electrical clearances in accordance with NEC and shall be installed in locations which will provide adequate cooling. 16010 -1 Complete the procurement, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical devices, components, accessories and equipment which is not shown or specified but which is nonetheless required to make the systems shown and specified function properly Test electrical equipment prior to installation so that defective equipment is not installed. Provide start -up, follow -up and training of the owner's personnel for electrical systems. Make all corrective measures required during start -up. Provide field services of qualified technicians to supervise and check out the installation of the equipment, to supervise and check out interconnecting wiring, to conduct start -up of operation of the equipment, and to correct any problems which occur during start -up. Provide circuit breakers, conduit, wire and installation for all items which require 120 VAC power. Nameplates shall be provided on all motor control equipment, MCC cubicles, control stations, and all electrical control equipment enclosures. Nameplates shall be made of 1/16" thick machine engraved laminated phenolic having white letters not less than 3/16" high on black background. All nameplates shall include the equipment name or number. All H -O -A switches shall be provided with "RUN- OFF AUTO" nameplates. Definitions: The words "plans" and "drawings" are used interchangeably in this specification and in all cases shall be interpreted to mean "drawings The word "provide" shall be interpreted to mean furnish and install. Remove all existing electrical equipment, electrical portion of mechanical equipment, conduit, and wiring which is not required or needed in the final facility. Electrical demolition and rework shown on the drawings shall be used as the basis for determining the general intent of this work. Repair and refinish areas damaged in removal to prior condition. Provide for temporary facility operation during construction. Provide power and control systems, circuits and components, and connections for all motors and equipment which remains in operation during construction. 16010 -2 1.02 Standards and Codes Permits, licenses, approvals and other arrangements for work shall be obtained and paid for by the Contractor and included in the bid price. Electrical work shall be executed in strict accordance with the latest edition of the National Electrical Code and local ordinances and regulations. All electrical equipment, materials, construction methods, tests and definitions shall be in strict conformity with the established standards of the following in their latest adopted revision: A. Underwriters' Laboratories, Inc. (UL) B. National Electrical Manufacturers Association (NEMA) C. Canadian Standards Association (CSA) D. Electrical Testing Laboratories (ETL) E. Factory Mutual (F.M.) All materials and equipment specified herein shall, within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All materials shall be new, free from defects, of current manufacture, of quality specified or shown. Each type of material shall be of the same manufacture throughout the work. 1.03 Contract Documents The electrical layouts are generally diagrammatic. The location of equipment is approximate unless dimensioned. Exact locations and routing of conduits shall be governed by structural conditions and physical interferences and by locations of electrical terminations on equipment. 1.04 Reference Documents The Contractor shall refer to the drawings, project data and shop drawings of other trades for additional details which affect the proper installation of the work. Diagrams and symbols showing electrical connections are diagrammatic only, and so do not necessarily show the exact physical arrangement of the equipment. 1.05 Site Familiarization Before submitting a bid, the Electrical Contractor shall familiarize himself with all features of the site which may affect the execution of his work. The Contractor shall take all 16010 -3 field measurements necessary for his work and shall assume full responsibility for their accuracy. 1.06 Electrical Submittals Electrical submittals shall be submittals shall be submitted bound in a jacket, labeled with the project name and Contractor's name and indexed with section tabs per the electrical specifications by sections. The package of submittals shall be largely complete when first submitted. Long lead items may be submitted separately. Each item shall be provided with adequate sales and technical information to clearly show conformance with all aspects of the specification. Packages not provided as described above or largely incomplete shall be returned to the Contractor, without view. Control panels and control systems submittals may be provided separately, but must be followed in a timely manner as to allow coordinated review. Control submittals shall be provided with a Bill of Materials showing quantity, manufacturer's name, catalog number, and supplier name and phone number. The Engineer will review the original submittal and one resubmittal on each item. subsequent resubmittals shall be conducted at the Contractor's expense. 1.07 Proiect Record Drawinas A set of drawings shall be maintained at the job site showing any deviations in the electrical systems from the original design. Minor changes in branch circuit wiring may be omitted. A set of electrical drawings marked in red to indicate the routing of conduit runs, shall be submitted to the Engineer for review at the completion of conduit rough -in and prior to cover. 1.08 Guarantee The Contractor shall guarantee his work and all components thereof, excluding incandescent and fluorescent lamps for a period of 1 year from date of acceptance of the installation. He shall remedy any defects in workmanship and repair or replace any faulty equipment which shall appear within the guarantee period without additional cost to the Owner. 1.09 Cleanup The premises must be kept free of accumulated materials, rubbish and debris at all times. Surplus material, tools and equipment must not be stored at the job site. At the completion of the job, all equipment and fixtures shall be left clean and in proper condition for their intended use. 16010 -4 Lamps and fluorescent tubes shall be cleaned and defective units replaced at the time of final acceptance. 1.10 Test Reports Testing for installed feeder cables and motors is required as specified in Sections 16120 and 16150. Transformers shall be tested per as specified in Section 16460 and control and instrumentation devices and wiring shall be tested as specified in Section 16921. Test reports shall be submitted to the engineer prior to final acceptance. END OF SECTION 16010 -5 PART 1 GENERAL 1.01 Description of Work Ground Conductor: 1.02 Standards and Codes 1.03 Submittals 1.04 Area Classifications SECTION 16110 RACEWAYS This section covers the furnishing and installation of all raceways, fittings and boxes used in this project. All wiring shall be in a raceway system. All power distribution raceways shall contain a minimum of one continuous copper equipment grounding conductor sized in accordance with the N.E.C. All materials and equipment specified herein shall within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All materials and equipment specified herein shall conform with all applicable NEMA, ANSI and IEEE standards. All materials and equipment specified herein and their installation methods shall conform to the latest published version of the National Electric Code, N.E.C.. Submit catalog data showing material information and conformance with specifications. The intended use of each item shall be indicated. The following classification of areas shall be used as a reference in determining application of material covered by this Section: Hazardous areas: Leachate wetwells Corrosive Areas: Exposed to leachate General Purpose areas: All other areas not described above. 16110 -1 PART 2 PRODUCTS 2.01 General All materials shall be new, free from defects, of current manufacture, of quality specified or shown. Each type of material shall be of the same manufacturer throughout the work. 2.02 Raceway, Application: A. All conduits above ground and sweeps underground shall be galvanized rigid steel (G.R.C.) or intermediate metal conduit (I.M.C.) unless otherwise noted. B. Conduit above ground exposed to leachate shall be PVC coated rigid steel. C. All connections to vibrating equipment or motors shall be liquidtight flexible metallic conduit. D. Underground conduit runs shall be schedule 40 PVC. Rigid steel conduit: Rigid conduit shall be steel, hot dipped galvanized. Terminations shall be by means of threaded hubs or double locknuts and insulating grounding type bushings. Intermediate metal conduit: Intermediate metal conduit shall be of steel and shall be hot dipped galvanized in accordance with UL 1242. Fittings shall be threaded. Liquidtight flexible metal conduit: Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Nonmetallic Conduit: Nonmetallic conduit shall be rigid PVC, Schedule 40. Fittings shall be of the same material as the raceway and installed with solvent per the manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same manufacturer. All 90 degree elbows and penetrations or transition from below grade shall be made with galvanized rigid steel. PVC Coated Rigid Steel Conduit: Coating: A Polyvinyl Chloride (PVC) coating shall be bonded to the galvanized outer surface of rigid steel conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. The thickness of the 16110 -2 PVC coating shall be a minimum of .035" (35 mil) (40 mil nominal). Couplings: A loose coupling shall be furnished with each length of conduit. A PVC coating shall be bonded to the outer surface of the coupling and a PVC sleeve equal to the outside diameter of 2 whichever is smaller. The wall thickness of the coating on the coupling and the sleeve shall be a minimum of .055" (55 mil). 2.03 Fittings and Boxes Unions shall be of the type designated as UNF and UNY and shall be suitable for use in moist atmospheres. Unions shall be of cast ferrous alloy, electroplated with zinc. Locknuts shall be extra heavy steel electroplated with zinc for sizes 3/4" to 2 Locknuts larger than 2" shall be of malleable iron, electroplated with zinc. Bushings: General: Bushings shall be steel or malleable iron threaded type electroplated with zinc or hot -dip galvanized. Bushings shall have a molded phenolic or nylon insulating collar. Grounding Bushings: Grounding -type bushings shall have a projecting portion drilled for the size grounding cable used and shall be provided with a clamp or set screw for securing the cable. In addition, a set screw shall be provided to securely lock the bushing to the conduit. Grounding bushings shall be Gedney Type IBC -LS, Type BL, or T &B No. 3870 through 3880. Bushed Openings: Bushings for protection of cables passing through metal boxes or troughs shall all be phenolic type and shall be OZ Type ABB. Hubs for connection of conduit to boxes shall be of zinc. Hubs for use in corrosive areas shall be PVC coated zinc. The hubs shall provide a liquidtight connection to the box and an insulating bushing for the wiring. Hubs shall be Thomas and Betts bullet type. Connectors for liquidtight conduit shall be electroplated zinc malleable iron. An 0-ring gasket and an approved grounding insert shall be part of the unit. 45 degree and 90 degree fittings shall be used where applicable. Liquid -tight connectors shall be by O.Z. Gedney. Expansion fittings in exposed runs shall be of the weatherproof type and shall be provided with an external bonding jumper. The expansion fittings shall allow for 4" longitudinal movement and shall be designed so that when completely assembled the end of 16110 -3 each conduit entering the fitting is bushed. Fittings shall be O.Z. Gedney, Type EX. Expansion fittings in embedded runs shall be of the watertight type and shall be provided with an internal bonding jumper. The expansion material shall be neoprene and shall allow for 3/4" movement in any direction. Fittings shall be O.Z. Gedney, Type DX Junction boxes, device boxes, fixture support boxes, oblong, round and rectangular conduit fittings (condulets) for use on galvanized rigid steel raceways shall be zinc electroplated cast ferrous alloy. Integrally cast threaded hubs or bosses shall be provided for all conduit entrances and shall provide for full 5 thread contact on tightening. Drilling and threading shall be done before finishing. The cover plate shall be of similar cast ferrous alloy material and finish. A full body neoprene gasket shall be provided with the cover. Stainless steel screws shall be provided for all covers. Outlet and device boxes shall be ganged where two or more devices are to be installed side -by -side. Device covers shall be provided with neoprene gaskets. Covers shall be of cast ferrous alloy finished as described for box unless the particular device requires a cover that is not manufactured in this material. Where NEMA 12 boxes are called out, they shall be of heavy gauge sheet steel, or if they are device boxes they shall be cast metal. All NEMA 12 boxes shall be UL labeled, provided with a 5 mil thick light gray thermo -epoxy finish, and designed so that moisture will drain away from the gasketed cover joint. Covers for sheet steel boxes shall have turned edges, ground smooth to form a tight seal against the gasket when the cover is closed. Fittings and boxes in hazardous areas shall be rated for Class I, Division 1. Conduit fittings shall be rigid steel. Seal fittings for hazardous areas shall be Crouse Hinds "EYS Outlet boxes in non classified areas shall be recessed where conduit is recessed and surface mounted "FS" or "FD" boxes where conduit is surface mounted. 2.04 Conduit Cable Suo orts Conduit clamps shall be of the one -hole type of hot -dip galvanized malleable iron. Clamp backs and nesting backs shall be of similar material and finish. Clamps shall be as manufactured by O.Z. Gedney Electric Company. Ceiling hangers for single conduit shall be of the adjustable wrought steel ring type. Hanger rods shall be 1/2" all- thread rod. Hangers and rods shall be electrogalvanized after 16110 -4 fabrication. Hangers shall be as manufactured by Grinnel Company. Racks shall be constructed from framing channel. Channels and hanger rods shall be steel, hot dip galvanized, 1.5 oz. /sq. ft. after fabrication. Field cuts shall be re- galvanized by the Galv- A-Weld process or by Gal- Van -Ize as manufactured by Lawson Products Inc. Hardware shall be electrogalvanized. Channels attached directly to building surfaces shall be 14 gauge minimum thickness, 1 -5/8" deep. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channels on all exterior areas and in corrosive areas shall be aluminum or Fiberglass. All hardware shall be stainless steel. Hanger rods may be steel electrogalvanized. Channel section shall be sufficient to limit deflection to 1/360 of span. 2.05 Conduit Schedule Refer to conduit and cable schedule for raceway sizing and routing description. PART 3 EXECUTION 3.01 Conduit Exposed conduit shall be installed with runs parallel or perpendicular to walls, structural members or intersections of vertical planes and ceiling. No conduit shall approach closer than 6" to any object operating above the rated temperature of the insulation of the wiring in the conduit. Frequency of conduit supports shall be per N.E.C. Conduit supported directly from the building structure shall be spaced out at least 5/8" using framing channel. Framing channel shall meet the requirements of paragraph 2.04. Where three or more conduits are suspended from ceiling or overhang, they shall be supported by racks of threaded rod and framing channel. Welding, brazing or otherwise heating of the conduit is not allowed. Plumber's perforated strap hanger iron shall not be used for any purpose. Where required for ease of pulling and as necessary to meet codes, install junction boxes, pull boxes or handholes even though not shown on the drawings. Conduit shall terminate in junction boxes, outlet boxes or panels with proper fittings. Conduit entering free standing panels shall 16110 -5 terminate in clear wiring space. Where such conduits are located on drawings with dimensions or elevations, adjust as necessary for conduits to enter clear wiring space and they shall be terminated with a grounding bushing. All conduit entering sheet -steel NEMA 1 boxes or cabinets shall be secured by locknuts on both the interior and exterior and an insulating bushing installed over the conduit end. All conduit entering NEMA 12 or JIC boxes shall be terminated with a raintight hub. All surface mounted cast boxes shall have threaded hubs. All joints shall be made with standard couplings or specified unions. Running threads shall not be used in lieu of conduit nipples, nor shall excessive threads be used on any conduit. Conduit terminated in NEMA 4 boxes shall be terminated with raintight hubs. Conduits terminated in cast boxes shall have five full threads of contact. The ends of all conduit shall be cut square, reamed and threaded with straight threads. Conduit joints shall be made up with T &B Kopr- Shield which shall be applied to the male threads only. Exposed threads on PVC coated GRC conduits located below grade and all surfaces of GRS conduit routed in corrosive areas are to be coated in the field following installation with either bitu- mastic or brush applied Rob Roy coating. Spray -on coating is not allowed. Underground electrical conduit shall be kept 3' 0" horizontally and 1' 0" vertically at crossings from other underground utilities except telephone. Minimum cover shall be 2' 0 After trench excavation, the bottom of the trench shall be trimmed by hand to prepare a smooth, even bed. Excavated material shall be deemed acceptable for backfill by the Engineer. If deemed not acceptable, then borrow material which possess a 1/2" screen shall be used. Six inches of backfill shall be required above and below conduit or direct buried cable installation. After 12" of compacted backfill is installed above the conduit, a yellow warning tape shall be placed in the trench. The warning tape shall be of a non biodegradable material and shall have the words "caution buried electrical conductors below." A separate foil type warning tape is to be installed directly above PVC conduits which have been installed as spares, for future location of the conduit. Conduit installed in concrete slabs or walls shall be placed in the middle third where possible. Slabs laid on the earth shall be thickened by trenching, if the conduit cannot be placed within the slab thickness shown. Conduits under floating slabs shall be separately encased from the slab and care shall be taken to avoid tying non floating beams to the floating slab through the encasement. Conduits rising through floating slabs shall be brought through sleeves in the slab which shall be sealed with non hardening mastic after installation. Where the conduit is subject to movement (embedded in a floating slab) any extension to fixed walls or equipment shall be made through a suitable expansion fitting or flexible jacketed conduit. Clearances equal to the conduit trade diameter but not less than 1- 1/2" shall be maintained between conduits encased in slabs. Clearances of less than 1 -1/2" at conduit crossings and terminating locations may be allowed by the Engineer at his discretion. No conduit shall be installed in beams or footings. Flexible conduit shall not be used as a general purpose raceway, but shall be provided in locations requiring flexibility. Flexible conduit shall be used for all motor connections. Where flexibility is required for electrical raceways on equipment, flexible conduit shall be used in accordance with JIC standards, these specifications, and the local inspection agency. The maximum length of flexible conduit shall be 72" unless otherwise shown, and the terminating fittings and sealing shall be similar to existing installations. All conduits scheduled at the end of this section shall be identified at each end with a permanent metal marker. Designation shall be pressure stamped into the tag, and be labeled as identified on the Conduit and Cable Schedule. The tag shall be a 1 1/4" minimum diameter brass tag attached to cables or conduit by using a nylon cable tie. Identify conduits entering equipment, panelboards, or enclosures by attaching marker tag to cables as they exit the conduit. Embedded conduits and conduits routed underground shall be labeled also at point of entry and exit, by attaching a marker tag to the exterior of the conduit. Spare conduits shall contain one 3/16" diameter nylon pull rope. Exercise the necessary precautions to prevent the lodging of dirt, concrete or trash in the conduit, fittings and boxes during the course of installation. After the conduit has been installed, the conduit shall be tested for obstructions or flattening by pulling a mandrel of appropriate size through the conduit. If an obstruction is found, that section is to be replaced. Cleaning conduits shall be performed by drawing a brush with stiff bristles and a swab through each duct and conduit to make certain no foreign materials are left in the conduit. Cleaning and mandrelling operations may be performed simultaneously. Where conduit enters the facility below grade, the conduit shall be sealed with duct seal. 16110 -7 When rigid steel and PVC coated rigid steel conduit is threaded in the field, the threads shall be re- galvanized by the Galv -a- weld process or by Gal van -ize as manufactured by Lawson Products, Inc. 3.02 Outlet Boxes Outlet boxes shall be located to provide ample clearance between fixtures, pipes, beams and ducts. The location of all outlets shown is approximate. The exact location shall be verified on the job to avoid conflict with other work. Boxes shall be accurately placed and independently and securely supported. Wooden plugs inserted in masonry or concrete shall not be used as a base to secure boxes. Boxes shall be secured by galvanized brackets, expansion bolts, toggle bolts, or machine or wood screws depending on the type of construction. 3.03 Handholes Conduits entering handholes shall have conduit ends sealed with Permagum sealing compound. Where conduits enter through sides of handholes the penetration shall be made watertight. END OF SECTION 16110 -8 PART 1 GENERAL 1.01 Description of Work SECTION 16120 WIRE AND CABLE This section covers furnishing and installation of all wiring used in the construction of this facility. All wiring shall be in raceways. 1.02 Standards and Codes All materials and equipment specified herein shall, within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All materials and equipment specified herein shall conform with all applicable NEMA, ANSI and IEEE standards. All materials and equipment specified herein and their installation methods shall conform to the latest published version of the National Electric Code, N.E.C.. 1.03 Submittals Submit catalog data showing material information and conformance with specifications. The intended use of each item shall be indicated. PART 2 PRODUCTS 2.01 Conductors Conductors shall be copper. Sizes AWG No. 14, 12 and 10 shall be solid except in control panels, all larger conductors shall be stranded. Insulation shall be THW, THWN, or THHN, chosen to satisfy environmental conditions. Conductors used for power circuits shall not be smaller than No.12. Control conductors may be No. 14. 2.02 Connectors Utilize Ideal Industries "Wing Nut" or 3M Company "Scotchlock" preinsulated connectors for splices and taps in conductors No.10 AWG and smaller. For No.8 AWG and larger conductors, utilize T &B compression connectors. Compress using recommended die and tools. 16120 -1 2.03 Splice Insulation Splice insulation shall be equal to the conductor utilized. Insulate all connections that are undergrouond or connected to wetwells with cast epoxy type insulation which covers the jacket of all cords and the insulation on all wire. Epoxy splice shall be Scotch #3570 or equal. 2.04 Shielded Sianal Cable Signal conductor cable shall be AWG #16 individually twisted, shielded pairs. Belden #8719, or equal. Conductors shall be tinned copper with color coded 90 degrees C PVC insulation and individual conductor jacket of nylon. Shielding shall be aluminum polyester 100% shield coverage with drain wire. The cable shall have an overall PVC jacket. The insulation system shall be rated for 300 volts. 2.05 Wirina Schedule Refer to conduit and cable schedule for description of conductors required. PART 3 EXECUTION 3.01 General Keep all conductors within the allowable tension limits during installation. Lubricants for wire pulling, if used, shall be approved for the insulation and raceway material. Observe cable manufacturer's and industry standard cable bending radius recommendations. Incoming cables in panels and motor control centers, No.6 AWG and smaller, shall be bundled and laced at intervals not greater than 6" and neatly spread into trees and connected to their respective terminals. Sufficient slack shall be allowed in cables for alterations in terminal connections. Lacing shall be done with plastic cable ties using a tensioning tool designed for that purpose. Cables crossing hinges shall be made up into groups not exceeding 12 and shall be so arranged that they will be protected from chafing when the hinged member is moved. 3.02 Wire and Cable Termination Power conductors, No. 8 AWG and larger may be terminated directly in box -type lugs without terminals. Insulated terminals of the 16120 -2 spade or ring- tongue type shall be used on all stranded control and power conductors No. 12 AWG and smaller. Insulated terminals shall be used also on all stranded instrumentation wiring. Special instrumentation cables shall be terminated in accordance with the recommendations of the manufacturer of the equipment and subject to review by the Engineer. No splices shall be used in power, control and /or signal wiring. The wiring shall be continuous from point -to- point. Extending existing cables will not be allowed. Existing wiring must be removed and replaced with new. Terminals and connectors shall be installed with the compression tool recommended by the terminal manufacturer. Solid wire shall not be lugged, but shall be terminated with a full ring eye of the wire under the binding -head screw or saddle of the terminal block. Electrical spring connectors may be used only on lighting circuits. All control conductors in instrument and relay compartments of motor control centers, in control panels, instrument panels, field panels and control stations, as well as connections to mechanical equipment, shall be tagged at each end with legible, permanently coded tight fitting wire marking sleeve showing the complete wire designation. Control conductors within a single motor control cubicle need not be marked, except that the conductors connected to the control terminal board shall be tagged with the basic wire number. All field wiring to pushbutton stations and other isolated control devices shall be labeled at each end with the complete circuit number. All control wiring, between the phase failure relay (PFR) and individual motor control cubicles shall be wired and labeled by the manufacturer in the factory. All wiring to other panels, relay compartments of the same panel or interlocking wiring shall have the applicable identification at each end of the conductors. When selecting wire labels for field installed wires, the contractor shall incorporate either the remote device tag name or the output terminal number at the original equipment or control panel whenever possible. Field installed wire markers shall be T &B SMS pre printed clip -on markers, or equal. 3.03 General Tests The Contractor shall perform voltage, current and resistance tests as required to complete the Electrical System Test Report form included herein. Test reports must be submitted to the engineer prior to final acceptance by the owner. 16120 -3 If the test results indicate corrective measures are required, the Contractor shall undertake all such corrective measures. No additional compensation will be paid for corrective measures. Test Scope: A. The Contractor shall provide all material, equipment, labor and technical supervision to perform tests and inspections as specified herein. B. It is the intent of these tests to assure that all electrical equipment as supplied and installed by the Contractor is operational within the industry and manufacturer`s tolerances and is installed in accordance with the design documents. C. The tests and inspection shall determine the suitability for energization. Conductor Tests: A. Following the completion of installation; test the following: 1. All 480 volt Power Feeders scheduled in Conduit Cable Schedule. 2. Service feeder and pump feeder power cabling 3. All new grounding; measure ground resistance at each ground rod. Visual and Mechanical Inspections: A. Inspect exposed section for physical damage. B. Verify cable is supplied and connected in accordance with specifications and one line diagram, and that phases are labeled correctly. Electrical Tests: A. Perform insulation resistance test on each cable with respect to ground and adjacent cables. B. Perform continuity test to ensure proper cable connection. Test Values: A. Insulation resistance tests shall be performed at 500 volts DC for one -half minute. 16120 -4 B. Minimum megger readings at 20 degrees C shall be one megohm C. The minimum acceptable reading for an individual ground rod shall be 25 ohms as required by the NEC and measured by the three rod method. The composite ground electrode shall have a minimum acceptable reading of 15 ohms. END OF SECTION ATTACHMENT: ELECTRICAL SYSTEM TEST REPORT 600V CABLE 16120 -5 16120 ELECTRICAL SYSTEM TEST REPORT 600V CABLE ELECTRICAL SYSTEM DESCRIPTION DATA SERVICE DESCRIPTION: nominal voltage, phase to phase/ phase to neutral single or three phase number of conductors SERVICE CONDUCTORS: phase size and insulation type neutral size and insulation type ground size and insulation type SERVICE DISCONNECT DESCRIPTION: circuit breaker or disconnect switch size (amps) fuse (amps) MEASURED CONDITIONS DATA Operating Load Voltage Volts Vab Vbc Vca Van Vbn Vcn Operating Load Feeder Current Amps Ia Ib Ic Conductor Insulation Megohms a -b b -c c -a Resistance (record the indica- ted meas. for each of the Megohms a -g b -g c -g following circuits:) 1. Power and Control Panel Feeder 2. MOV Feeder 16120 -6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART 1 GENERAL 1.01 Description of Work This section covers furnishing and installing all receptacles, switches and other wiring devices indicated on the drawings. 1.02 Standards and Codes All materials and equipment specified herein shall within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All materials and equipment specified herein shall conform with all applicable NEMA, ANSI and IEEE standards. All materials and equipment specified herein and their installation methods shall conform to the latest published version of the National Electric Code, N.E.C.. 1.03 Submittals Submit catalog data showing material information and conformance with specifications. The intended use of each item shall be indicated. PART 2 PRODUCTS 2.01 Switches and Receptacles Standard wall switches shall be single -pole, or double -pole, three -way, as shown on the drawings and shall be AC quiet type rated 20 amp, 125/277 volt with screw terminals. Wiring devices shall be ivory colored for general use and brown when installed in service areas or dark finished walls. Approved manufacturers are: Manufacturer SECTION 16140 WIRING DEVICES Switch Receptacle Arrow Hart 1991 Series 5362I Series Bryant 4901 5362I Hubbel 1221 5362I P &S 20AC1 5362I 16140 -1 2.02 Plates Scope: Provide plate for each wiring device, for each signal or communication outlet. Device plates on flush devices, in general, shall be satin finish stainless steel Sierra 302 stainless steel line or approved equal, modern classic design, corrosion resistant. Special finish plates shall be provided to match special paneled walls as directed by Architect. Device plates for switches and receptacles in outdoor areas shall have weatherproof plates with hinged cover. Sierra Electric WP series or equal. Plates on exposed wiring shall be of metal, of manufacture as the conduit fittings; specifically device and fitting used. Blank, Bushed or Special Outlet Plates: Provide for communication system outlets as required. 2.03 Outlet Boxes See Section 16110 PART 3 EXECUTION 3.01 Position of Outlets Center all outlets with regard to building lines, furring and trim. Symmetrically arrange outlets in the room. Satisfactorily correct outlets improperly located or installed. Repair or replace damaged finished. Set outlets plumb and extend flush surface of the wall, ceiling or floor same. Install symmetrically all receptacles, on the trim and where necessary, set plate horizontal or gang in tandem. 3.02 Mounting Heights END OF SECTION outlets without switches the long the same suited for all signal to the finished projecting beyond and outlets shown dimension of the Wall mounted outlet devices shall generally be 24 inches above the floor, 18" in Architecturally treated areas. Switches shall be 48 inches above the floor. PART 1 GENERAL 1.01 Description of Work 1.02 Standards and Codes SECTION 16150 MOTORS This section covers motors which are supplied with and as part of connected equipment specified in other sections of this specification. All materials and equipment specified herein shall within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All materials and equipment specified herein shall conform with all applicable NEMA, ANSI and IEEE standards. All materials and equipment specified herein and their installation methods shall conform to the latest published version of the National Electric Code, N.E.C.. 1.03 Submittals Project data on motors for all equipment shall include the following with the submittal for the equipment: Drawings and Data: Catalog information and complete name- plate and efficiency information. Refer to individual equipment specification requirements. Submit the motor manufacturer's certification of conformance to the specified bearing life on all motors 20 horsepower and larger. Also submit, upon the Engineer's request, certification of bearing life on smaller motors. PART 2 PRODUCTS 2.01 General Unless specifically excepted, all motors shall be of the "energy efficient" or "energy saver" type. Normal efficiency motors shall not be supplied. In addition, all motors shall have a minimum 16150 -1 power factor rating of .85 at full load, motors rated at a lower power factor shall not be supplied. Provide motors in accordance with standard NEMA type classifications as specified. The use of industry standard subclassifications such as "Mill and Chemical" motors and similar "standard" heavy -duty designs are encouraged where they meet or exceed the specified minimum requirements. All Motors shall be suitable both electrically and mechanically to drive the connected equipment under any and all modes of operation. The speed, horsepower, torque, base, bearing, shaft, insulation, and enclosure shall be closely coordinated with equipment requirements specified herein and in other portions of this specification so as to provide a satisfactory, efficient drive without overloading, overheating, abnormal noise or vibration. All Motors shall be designed and built for long, trouble -free life in industrial service and shall be capable of operating successfully under the following application conditions: A. 40 degrees centigrade maximum ambient temperature to -20 degrees centigrade minimum ambient temperature. B. 3,300 ft. maximum altitude C. Voltage variations to plus or minus 10% of nameplate rating. D. Frequency variations to plus or minus 5% of nameplate rating. E. Variable speed motor suitable for use with variable speed controller. F. .85 minimum full load power factor. All motors shall be rated for full voltage starting, NEMA Design B, normal torque, normal starting current, unless otherwise required by the driven equipment or specified. All motors shall be suitable for the environment in which they are to be installed. The environment in which motors will be installed in this project will be 100% humidity continuously. 2.02 Enclosures Totally enclosed fan cooled (TEFC) unless otherwise specified. Hazardous areas, scheduled in 16110 -1.04 explosion proof non ventilated (XPNV) or fan cooled (XPFC). 16150 -2 1 1 1 1 1 1 1 1 1 B. Motor Leads: Provide motor leads compatible with motor insulation system, permanently identified. C. Eyebolts: Provide drilling and tapping for eyebolts on all motors weighing more than 83 pounds. D. Nameplates: Provide one or more engraved stainless steel stamped metal nameplates with the information required by NEMA -MG1 -10.38 and the following additional information: 1. Maximum ambient temperature for which motor is rated. 2. Class of insulation. 3. Service factor. 4. Bearing number. 5. Motor connection diagram if more than three leads. 6. Power rating in KW if driven equipment ratings are given in metric units. 1 1 1 1 1 1 1 Cast iron stator frames and end shields, rigid construction. Heavy fabricated steel, or cast iron for single phase motors. Motor Accessories: A. Conduit Entrance: Provide conduit entrance box on the right hand side of all horizontal motors, when facing motor end opposite shaft extension unless otherwise detailed on the drawings or required by the unique characteristics of the equipment served. Provide conduit entrance box size and drilling to conform to the conduit or wiring requirements indicated on the electrical drawings. Include motor leads and all accessory leads in a common conduit entrance box. E. All single -phase motors shall be self protected unless specified "for separate protection and the self protection characteristic shall be indicated on the motor nameplate. Protection shall be manual or automatic -reset type as specified or required by safety considerations of the equipment served. F. Enclosed Motors: Provide drainplugs for non explosion proof motors and drain and breather for explosion proof motors. G. Finish: Provide a prime and final finish of the manufacturer's standard colors. 2.03 Insulation Class Provide NEMA Class B insulation with additional nonhygroscopic moisture protection which will maintain a minimum resistance of 1.0 megohms after 168 hours of exposure at 100% humidity. 16150 -3 Class F insulation with additional nonhygroscopic moisture protection as specified above may be utilized at the Contractor's option, however, the temperature rise as measured by resistance when operating at rated service factor and load shall conform to the limiting observable temperatures in NEMA -MGI, for class B insulation. Class A insulating materials shall not be utilized. 2.04 Service Factor The rated nameplate horsepower of the motor, when operating at a service factor of 1.0, shall be equal to or greater than the horsepower required to drive the connected equipment under any and all modes of operation. Provide motors with a 1.15 service factor at maximum motor operating load. Definite purpose submersible motors shall conform to the following: A. Motor shall be designed for service in a liquid temperature of 25 degrees centigrade. Set controls to permit operation only when fully submerged unless specifically rated for non submerged duty. B. Motor shall have two mechanical seals; the lower one outside the motor and protecting the upper one which shall be in an oil filled chamber. C. Provide imbedded thermostats for thermal alarm or motor cut- out. D. Provide water detector probes in seal oil chamber. E. Provide one or more multiconductor cables of approved construction and suitable length to extend from the motor to the indicated receptacle or junction box. Provide strain relief for the cable. F. Separate cables shall be provided for power and alarm conductors. 2.05 Power Ratinas Motor horsepower, if indicated in the detailed equipment specifications, are minimum size acceptable. Ratings indicated on the electrical drawings are for guidance only and do not limit the equipment size. 16150 -4 Frame /hp relationships shall conform to the latest NEMA standards for "T" or "U" frames, and all dimensions shall meet NEMA standards. 2.06 Synchronous Speed In general, the motor speed indicated is the rated synchronous speed. Provide motor rated full -load speeds which are compatible with the specified performance of the driven equipment. 2.07 Standard Rated Voltage Phase and Freauencv Provide motors nameplate -rated for 60 hertz power supply as follows unless otherwise specified or shown on the drawings: A. Motors less than 1/6 hp, single phase, 115 volts. B. Motors 1/6 hp to 1/2 hp, single phase, 115/230 volts. C. Motors 1/2 hp through 100 hp, three -phase 230/460 volts. D. Multi -speed and part winding start motors may have single voltage rating if manufacturer's standard. Conform to the specified service conditions and the equipment specifications without reduction in the service factor. 2.08 Bearings Shafts All bearings shall be antifriction -type AFBMA standard sizes. All motors shall provide a minimum bearing life of one year (approximately 17,500) hours. All motors shall have thrust ratings not less than the combined static and dynamic loads to be imposed. Shafts shall be in accordance with NEMA "T" or "TS" dimensions. Long shafts shall be suitable for belt, chain or gear drive within limits established by good industrial practice and documented by NEMA. Short shafts shall be used for direct connection. Vertical motors shall be the solid -shaft type except where application requires a hollow -shaft design. Balance and Vibration: Conform to NEMA standard, MG1, latest revision. 2.09 Duty Cycle Provide motors rated for continuous duty unless otherwise specified. 16150 -5 2.10 Lubrication Horizontal polyphase motors shall be grease lubricated. The bearing housing shall be large enough to hold sufficient lubricant to minimize the need for frequent relubrication but facilities shall be provided for adding new grease and draining out old grease without major motor disassembly. Motors 180T frame and smaller may utilize grease release fitting in lieu of grease drain plug. The bearing housing shall have long, tight, running fits or rotating seals to protect against the entrance of foreign matter into the bearings or leakage of grease out of the bearing cavity. Vertical polyphase motor lubrication shall conform to the motor manufacturer's recommendations. Except as otherwise recommended, guide bearings shall be ball bearings, grease lubricated; thrust bearings shall be grease lubricated through frame 280T, oil lubricated in larger frame sizes. 2.11 Efficiency Efficiency shall be determined by testing production motors with a dynamometer at rated output, voltage and frequency in accordance with IEEE Specification 112A, paragraph B. 2.12 Shop Tests Each polyphase motor shall be given a routine test to determine that it is free from electrical or mechanical defects and provide assurance that it meets the specifications. The routine test shall conform to applicable NEMA and IEEE standards latest revision and shall be as generally defined as "Standard Commercial Test." Copies of the test report will not be required unless actual operation and installation suggests the motors' performance should be verified, in which case certified copies of the test report shall be submitted upon the Engineer's request. PART 3 EXECUTION 3.01 Erection Motors shall be factory installed on common bases, stands, etc., with the driven equipment. Provide suitable couplings and guards between motor and driven equipment. Align and connect to driven equipment. Provide suitable personnel guards over all shafts, couplings, or others exposed moving parts. 16150 -6 Connect motors to power supply and controllers. Verify correct rotation of equipment. 3.02 Installation Check Provide services of an experienced, competent, and authorized representative of manufacturer to visit site of work and inspect, check, adjust if necessary, and approve equipment installation for motors. Assure that equipment manufacturer's representative is present when equipment is placed in operation. Verify that equipment representative revisits job site as often as necessary until all trouble is corrected and equipment installation and operation are satisfactory, in opinion of Engineer. Verify that motor overcurrent protection is in accordance with the N.E.C. 3.03 Tests The Contractor shall perform voltage, current and resistance tests as required to complete the Motor Test Report form included herein. a. Voltage, current and circuit and winding resistance readings shall be taken with a volt ohm meter. b. Insulation resistance readings shall be taken with a 500 volt megger for 30 seconds with the circuit conductors connected to the motor. Test reports must be submitted to the Engineer prior to final acceptance by the Owner. If the test results indicate corrective measures are required, the Contractor shall undertake all such corrective measures until the electrical system is accepted by the Engineer. No additional compensation will be paid for corrective measures. END OF SECTION ATTACHMENT MOTOR TEST REPORT EQUIPMENT NAME AND NUMBER: EQUIPMENT SPECIFICATION SECTION: MOTOR STARTER LOCATION CONTRACTORS REEPRESENTATIVE MOTOR NAMEPLATE DATA MFR Name /Model No. Voltage /Phase /HP FLA/ LRA Efficiency Index NEMA Design Code Letter Insulation Type Temperature Rise Ambient Temperature RPM Enclosures Thermal Trip Setting Space HTR: Watts /Volts Other Data MOTOR STARTER INFORMATION Manufacturer Overload Heater No RECORDED FULL LOAD DATA VOLTS A -G B -G C -G FULL LOAD OPERATING VOLTAGE VOLTS A -B B -C C -A FULL LOAD OPERATING CURRENT AMPS A B C INSULATION RESISTANCE MEGOHMS MOTOR CIRCUIT RESISTANCE OHMS 16150 MOTOR DATA AND TEST REPORT VOLTAGE CURRENT READINGS SHALL BE TAKEN AT THE CLOSEST ACCESSIBLE POINT TO THE LOAD DATE A -G B -G C -G A -B B -C C -A PART 1 GENERAL 1.01 Description of Work This section covers the furnishing and installation of all fuses and circuit breakers used in this project. 1.02 Standards and Codes 1.03 Submittals PART 2 PRODUCTS 2.01 Fuses SECTION 16180 OVERCURRENT PROTECTIVE DEVICES All materials and equipment specified herein shall within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All materials and equipment specified herein shall conform with all applicable NEMA, ANSI and IEEE standards. All materials and equipment specified herein and their installation methods shall conform to the latest published version of the National Electric Code, N.E.C.. Submit catalog data showing material information and conformance with specifications. The intended use of each item shall be indicated. Fuses shall be of the type and amperage indicated on the drawings. The voltage rating shall be appropriate for the application indicated. The fuse types indicated on the drawings imply a certain set of fuse characteristics. No substitutions of fuse types will be allowed without written approval from the Engineer. Where fuses in motor circuits are indicated but not sized, provide Manufacturer's recommended fuse size based on actual motor installed. Provide in -line or integrally- mounted fuse clips on control power or low- voltage transformer. Provide fuse puller or pullers for Provide surface mounted cabinet, fuses at location coordinated with Provide two sets of spare fuses for each size and type used. Acceptable Manufacturers: A. B. C D. Bussman Gould Shawmut Littlefuse Reliance 2.02 Molded Case Circuit Breakers fuse sizes used. sized to store required spare Owners Representative. Molded case circuit breakers shall be quick -make and quick -break type. They shall have wiping type contacts. Each shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees C. Molded case circuit breakers shall be trip -free. Each breaker shall have trip indication independent of the ON or OFF positions. Breakers shall have lugs UL listed for both copper and aluminum. Breakers shall have the interrupting rating and trip rating indicated on the drawings. 2.03 Uses Breakers covered under this specification may be installed in switchboards, panelboards, motor control centers, combination motor starters and individual enclosures. PART 3 EXECUTION 3.01 Installation Fuses and circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. END OF SECTION 16180 -2 SECTION 16460 DRY TYPE TRANSFORMERS PART 1 GENERAL 1.01 Description of Work Provide dry type transformers for supplying building 120/208V and 240V requirements from building 480 volt system. 1.02 Materials All materials shall be new, free from defects, of current manufacture, of quality specified or shown. Each type of material shall be of the same manufacture throughout the work. 1.03 Standards and Codes All materials and equipment specified herein shall within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All materials and equipment specified herein shall conform with all applicable NEMA, ANSI and IEEE standards. All materials and equipment specified herein and their installation methods shall conform to the latest published version of the National Electric Code, N.E.C.. 1.04 Equipment Size Electrical equipment shall fit in the space provided on the plan drawings or as specified. Equipment heights shall not exceed those shown or specified. Larger equipment shall not be considered acceptable. Equipment that is larger than specified shall not be considered equivalent. 1.05 Submittals Submit catalog data showing material information and conformance with specifications. The intended use of each item shall be indicated. PART 2 PRODUCTS 2.01 Type Steel panel cover core, coil and terminal chamber with guarded openings for convection cooling. 2.02 Windings Separate primary and secondary. Windings shall have Class H insulation and shall be rated for continuous operation at rated kVA with temperature rise of not over 150 degrees C above a 40 degree C ambient, with a maximum hot spot temperature of 220 degrees C. Windings and core and coil assembly shall be treated and built to resist the effects of dirt and moisture. 2.03 Primary Taps Unless otherwise noted or shown transformers shall be provided with a minimum of four full capacity taps, minimum of two 2 -1/2 percent above and two 2 -1/2 percent below normal (rated) primary voltage. 2.04 Capacity Transformers furnished shall have a continuous rating of not less than the size noted on the drawings. 2.05 Connections Provisions for external connections shall be made by means of a terminal board employing lugs compatible for the external conductors to be installed. 2.06 Noise Level ASA rated quiet type. 2.07 Acceptable Manufacturers Acceptable manufacturers for dry type transformers shall be General Electric, Westinghouse, Square D, Hevi -Duty and approved equals. PART 3 EXECUTION 3.01 Mounting Transformers shall include internal "rubber -in- shear" isolation mounts selected per manufacturer's recommendations or shall be installed with "Korfund" or equal external vibration isolators. 16460 -2 Wall mounting shall be allowed on masonry. Mounting hardware shall be per manufacturer's instructions. Transformers with enclosures designed for floor mounting where suspended from above shall be suspended on a trapeze constructed of a minimum of two horizontal structural channels hung from threaded rod attached to structural slab with inserts. Channel rod and inserts shall be sized for not less than 400% load safety factor. Transformer raceway connections shall be flexible metal conduit as specified herein before for equipment subject to vibration. 3.02 Connection Transformers shall be considered "grounded neutral separately derived systems" and neutral shall be grounded accordingly to the building ground grid utilizing a direct connection. 3.03 Identification The transformer shall be identified with phenolic nameplates. Nameplates shall be black background with 1/4" white letters, secured in place with screws. The nameplate shall state the following: EXAMPLE Identification No.: GE -1 Rating: 480V= 120/208V, 3 ph Primary Source: Primary Breaker at MCC GE END OF SECTION 16460 -3 PART 1 GENERAL 1.01 Description of Work SECTION 16919 BUBBLER SYSTEM Work and materials specified in this section include all devices required to provide a bubbler type sensing system with control and indicating functions. 1.02 System Description The bubbler system shall include the compressors, tank, valves, fittings, pressure switches, control switches, indicating lights, enclosure and other components. The bubbler system shall be designed, assembled and wired by the Control System Manufacturer to provide: A. Control of one (1) motor operated valve between lagoon #1 and lagoon #2 to maintain a level range in lagoon #2. B. Indication and alarming of level conditions, as required and shown on the plans. The bubbler system shall be an integrated system composed completely of components which are specifically designed and used for pneumatic and pump control systems and equipment. All components shall be standard catalog listed products. The bubbler system shall provide the capabilities indicated and implied by the plans and specifications and such additional capabilities as may be necessary for proper control and monitoring of the pumps and equipment. The bubbler system shall be supplied by the Power and Control Panel manufacturer as a complete system with all required components internal to the enclosure. 1.03 Submittals In accordance with the requirements of submittal section, submit the following project data: Drawings and catalog data showing manufacturers model numbers, catalog information, ratings and capacity on all equipment. 16919 -1 PART 2 PRODUCTS The bubbler system shall include the following major components and features: 2.01 Air Compressors and Tank Provide two 1/12 hp 120 VAC, single phase, ITT air compressors with starters and a 2.5 gallon compressed air tank to maintain between 35 and 45 PSI. Provide controls to alternate the compressor operation and two pressure switches. The first pressure switch shall call on the compressor next to run. The second pressure switch shall be set at a lower pressure and shall start the other compressor and send an alarm for compressor failure. 2.02 Pipina and Tubina Piping from the air compressor to the bubbler panel and inside the panel shall be Polyflo (or equal) 1/2" O.D.. Tubing from the panel to the wetwell shall be 1/2" Polyflo. Provide reducing unions and tubing necessary to connect bubbler tube to isolation valves in the panel. Tubing in the manhole shall be 1/4" Polyflo. 2.03 Fittinas All fittings outside the panel shall be of the same material as the tubing or pipe. Tubing fittings shall be double ferrule swage design by Swagelok, Gyrolok, or equal, brass inside the panel, stainless steel outside. Bulkhead fittings shall be stainless steel. 2.04 Enclosure The bubbler system shall be mounted in the Power and Control Panel. A hinged inner door shall have the rotometer, level gauge, and bleed valve mounted on it. The door shall be painted with white enamel. 2.05 Low Flow Indicators (Rotameter) Low flow indicators shall be glass tube type with an adjustable needle valve and stainless steel ball float. Flow rate shall be adjustable between .5 and 5 SCFH. Unit shall be panel mounted as shown on the drawings. Units shall be Brooks Sho -Rate II model 1350 -V or equal. 2.06 Pressure Transmitter Pressure transmitters, when used for measuring liquid level, shall be differential pressure type. They shall be 2 wire 16919 -2 devices complete with zero and span output adjustments. The output signal shall be 4 -20 mADC. The range shall be determined by the measurable depth of the manhole. Unit shall be Dieterich Standard Corp. model 1151 DP or equal. 2.07 Valves Shut off valves and bleed valves shall be brass ball valves allowing 1/4 turn movement for open close. Units shall have a black nylon handle. Connections shall be NPT OT Swagelok as required. 2.08 Gauaes Pressure gauges shall be a minimum of 2 1/2" in diameter. Gauges on the air set regulators shall measure the adjustable range of the regulator. Units measuring level shall be scaled in inches or feet of water column. Gauges shall be Ashcroft bellows gauge Series 1190 for level and series 1009 for pressure (or equal). 2.09 Pressure Regulators Units shall be adjustable with output indicators. Regulators shall be sized for the application. Use Fisher series AFR or equal. 2.10 Pressure Switch Pressure switch shall be bellows or diaphragm actuated and have a maximum allowable pressure of 200 PSI. Adjustable range of actuation shall be 2 -80 PSI minimum. The contacts shall be SPDT and rated for 120 VAC, 5 amp with NEMA 1 enclosure. The switch shall send a low pressure alarm to the PLC for alarming. Unit shall be Allen- Bradley, Bulletin 836 -C, Square D class 9012 type G or equal. 2.11 Compressed Air Tank Drain Manual valve shall be provided for this purpose. PART 3 EXECUTION 3.01 Installation The bubbler system shall be installed in accordance with the installation drawings and instructions prepared by the Bubbler System Manufacturer. Installation shall be performed by workers who are skilled and experienced in the installation of instrumentation and control systems. 16919 -3 Installation shall include all elements and components of the control system and all conduit and interconnecting wiring and piping between all elements, components, sensors and valves. All wiring terminations shall be made with solderless pressure connectors. All equipment and control devices shall be labeled according to their function and tag number. Tubing shall be provided on supports spaced not more than 3 feet apart and shall be run parallel or perpendicular to walls, structural members or intersections of vertical planes and the ceiling. Unless otherwise specified, tubing shall follow building surfaces closely or shall be carried in trays or conduit. Tubing shall be supported from piping or equipment except at process taps or final operators. Tubes supported directly from concrete shall be spaced at least 1/8 inch from concrete. Tubing support shall be one -hole malleable iron clamps with clamp backs as required. Bends shall be formed to uniform radii without flattening. Ends of tubing shall be square -cut and cleaned before being inserted in fittings. Compression fittings shall be used for splices, turns and connections near instruments; bulkhead assemblies shall be provided in panels. Instrument lines shall be cleaned with dry, oil -free air before final connection to instruments. Taps to horizontal air supply headers shall be made from the top of the pipe. 3.02 Calibration and Start -up All components of the bubbler system shall be calibrated by the Bubbler System Manufacturer after completion of installation. Each component shall be adjusted to be within the required range and for the specific application. Components that cannot be properly calibrated or that are found to exceed the specified range or accuracy shall be removed and replaced. END OF SECTION 16919 -4 PART 1 GENERAL 1.01 Description of Work 1.02 System Description SECTION 16922 POWER AND CONTROL PANEL Work and materials specified in this section include the equipment for control of the pumps and other equipment in the pump station. This section covers the main control system indicated on the drawings and specified herein. The work shall include, but not be limited to the following: A. Provide a complete motor operated valve control system consisting of a bubbler level sensor /transmitter unit, signal setpoint modules, a reversing starter, associated control equipment, relays, indicating lights and selector switches. The control components shall be supplied and installed as an integrated system which includes all accessories necessary for operation. The manufacturer of the control system shall assemble the system to provide the control functions and sequences indicated by the drawings and specifications. B. Provide recorder for level and flow record. C. Provide flow and level indicator and flow totalizer and flow signal to the leachate sampler for pacing. D. Provide alarm wiring and device additions to the Control Alarm Panel located in the Scale House as shown on sketch SK -E1 attached to this section. E. Modify Leachate Pump Station 2/4 controls as shown in Section 3.03. F. Provide a bubbler system as specified in Section 16919. The power and control panel shall be designed and assembled by the manufacturer to: A. Be an integrated system composed of components which are specifically designed and used for control and operation of motor operated valves equipment and which are standard, catalog listed products. 16922 -1 B. Provide the capabilities indicated and implied by the plans and these specifications and such additional capabilities as may be necessary for proper operation of the valve and instrumentation equipment. 1.03 Responsibility of Contractor Control System Manufacturer The manufacturer of the power and control panel shall be fully and completely responsible for the design and assembly of the system as specified herein and shall be enjoined by the contractor as a subcontractor. The assignment of specific responsibilities herein to the manufacturer shall not, in any way and under any conditions, diminish or usurp the contractor's full and complete responsibility for all work performed and all materials installed under the contract. The contract between the contractor and the manufacturer shall specifically require that the manufacturer conform to and meet all requirements specified herein. 1.04 Standards and Codes All equipment and materials shall conform to the latest revised editions of applicable standards published by the following organizations: A. American National Standards Institute (ANSI). B. Institute of Electrical and Electronic Engineers (IEEE). C. National Electrical Manufacturers Association (NEMA). D. Underwriters' Laboratories (U /L). E. Instrument Society of America (ISA). F. National Fire Protection Association (NFPA 20). All electrical equipment and materials, and the design, construction, installation, and application thereof shall comply with all applicable provisions of the National Electrical Code (NEC), the Occupational Safety and Health Act (OSHA), and any applicable federal, state, and local ordinances, rules and regulations. All materials and equipment specified herein shall within the scope of UL examination services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All control panels shall bear a label by an approved testing authority for the completed assembled panel. 16922 -2 1.05 Integration With Other Eauipment and Devices The manufacturer of the power and control panel shall be solely and completely responsible for integration of the panel with all equipment and devices as indicated and implied by the plans and these specifications. The manufacturer of the power and control panel shall define specific operating characteristics of all equipment and devices, shall define requirements for and furnish all interfacing devices and shall define specific requirements for interconnecting wiring. The manufacturer of the power and control panel shall inform the contractor of operating requirements for all equipment and devices so that such requirements may be included by the contractor in purchases orders for the equipment and devices. Only equipment and devices with operating characteristics as defined by the manufacturer of the power and control panel shall be installed. Equipment and devices with operating characteristics other than as defined by the manufacturer of the power and control panel shall be removed and proper equipment and devices shall be installed at no additional cost to the Owner. 1.06 Shop Drawings The manufacturer of the power and control panel shall develop all shop drawings required for design, fabrication, assembly, programming and installation of the system. Shop drawings shall include all drawings required in manufacture of components and assembly and installation of the system. Installation details shall include the size, number, type and location of all interconnecting wiring between the power and control panel and all other cabinets, enclosures, sensors and equipment which must be connected to or with the power and control panel. Shop drawings shall be submitted to the contractor for review and approval. After approval by the contractor, copies of all shop drawings shall be provided to the engineer. 1.07 Submittals The control system manufacturer shall develop and the contractor shall submit to the engineer, for review and approval, the following project data: A. System schematic diagrams with all components indicated. B. Technical data sheets for all components. 16922 -3 C. General arrangement and dimensional drawings of the power and control panel with all panel front- and internal mounted equipment indicators, switches, and devices indicated. D. Explanatory text which describes in detail the operation of the entire control system and all components. E. Interconnecting wiring diagrams complete with terminal numbers, and description of wire markers to be used. F. Nameplate Schedule. 1.08 Warranty In accordance with the general requirements, the contractor shall guarantee the control system to be free of defects in design, materials and workmanship for a period of one (1) year following the date of acceptance, by formal action of the Owner, of all work under the contract. As part of the guarantee, the contractor and the manufacturer of the power and control panel shall indemnify and hold harmless the owner, the consultant and their officers, agents and employees against and from all claims and liability arising from all damage and injury due to defects in the control system. The contractor shall cause the manufacturer of the power and control panel to make any and all repairs, replacements, modifications and adjustments within thirty -six (36) hours of notification. Should the manufacturer fail to begin the work within 12 hours or complete the work within 36 hours, the owner may proceed to undertake or complete the work. In such event, the contractor and his surety shall be liable for all costs incurred by the owner. 1.09 Equipment Size Electrical equipment shall fit in the space provided on the plan drawings or as specified. Equipment heights and widths shall not exceed those shown or specified. Larger equipment shall not be considered acceptable. Equipment that is larger than specified shall not be considered equivalent. 1.10 Operation and Maintenance Data The manufacturer of the power and control panel shall prepare and assemble detailed operation and maintenance manuals in accordance with the general requirements. The manuals shall include, but not limited to the following: 1. Preventative maintenance procedures 2. Trouble- shooting 16922 -4 3. Calibration 4. Testing 3. Replacement of components 6. Automatic mode operation 7. Manual mode operation 8. System schematics 9. As -built wiring diagrams 10. Catalog data and complete parts list for all and control devices 11. Listing of recommended spare parts 12. Listing of recommended maintenance tools and PART 2 PRODUCTS 2.01 Manufacturer of Power and Control Panel equipment equipment The manufacturer of the power and control panel shall be selected by the contractor from the following acceptable companies: 1. Automation Services, Inc. 2. Technical Systems, Inc. 3. Superior Custom Controls, Inc. Other alternate panel manufacturers not listed above shall be considered for acceptability by the owner based on the qualifications noted below. The manufacturer of the Power and Control Panel shall be an instrument and control system manufacturing company that conforms to the following requirements: 1. The company shall be located in the Seattle metropolitan area. 2. The company shall have specialized in the design, assembly, testing, installation and service of municipal control systems in the Pacific Northwest for at least five years. 3. The company shall employ technicians and engineers with documented experience in the design, assembly, testing, installation, operation, calibration, trouble- shooting, service and repair of control systems for municipal waterworks and sewerage facilities. 4. The company shall have completed the design, assembly, testing and installation of control systems which include the instruments and devices cited on the Plans by specific manufacturer's name. 16922 -5 5. The company shall maintain a stock of spare parts for the instruments and devices cited on the Plans by specific manufacturer's name. The manufacturer selected by the Contractor shall be subject to the approval of the Owner. Prior to placement of purchase orders for services and equipment, the Contractor shall provide the following information about the selected manufacturer for review by the Owner: 1. Description of ownership and organization of company. 2. Resumes of principals and /or key employees. 3. Description of expertise in design, assembly, testing and installation of control systems for municipal waterworks and sewerage facilities. 4. Description of municipal control systems designed, assembled and installed in the last five (5) years. Description shall include: o Names of employees involved in each system. o Detailed description and drawings of each system. o Cost of each system. o Names and telephone numbers of persons involved in operation and maintenance of each system. 5. Description of the service capabilities normally provided by the company including resumes of employees assigned to field service and listing of service equipment. 6. Description of spare parts normally stocked and of restocking procedures. 7. Additional information that may assist the Owner in ascertaining the company's general ability to perform the work. Acceptability of the company will be determined solely by the Owner. The Contractor and the selected manufacturer shall anticipate that the Owner may withhold approval of the selected manufacturer if, in the opinion of the Owner, the manufacturer does not have the experience, capability or for performance and execution of similar projects in the past. The Contractor and any manufacturer not approved by the Owner shall not be entitled to an extension of time or to any claim for damages because of extra and unanticipated costs, hindrances, 16922 -6 delays or complications caused by or resulting from failure by the Owner to approve any manufacturer for whatever reason. 2.02 Design and Assembly The manufacturer of the power and control panel shall be solely and completely responsible for the design and assembly of the entire panel. The panel shall be designed to provide the control capabilities and functions indicated and implied by the plans and these specifications and to provide trouble -free operation with minimum maintenance. All equipment and materials utilized in the panel shall be the products of reputable, experienced manufacturers with at least five (5) years experience in the manufacture of similar equipment. Similar items in the panel shall be the products of the same manufacturer. All equipment shall be of industrial grade and of standard construction, shall be capable of reliable, trouble -free service, and shall be specifically intended for operation and control of pumps and associated equipment. All equipment shall be of modular design to facilitate interchangeability of parts and to assure ease of servicing. All equipment, where practical, shall be of solid state, integrated circuit design. The power and control panel shall be completely assembled in the shop by the manufacturer. All components and equipment shall be prewired to the maximum extent possible. All interconnecting wires installed by the manufacturer shall be numbered at each end using custom pre printed heatshrink sleeve markers. Markers shall be T &B SHRINK -KON HVM or approved equal. Terminations shall be made using solderless pressure connectors at all terminations. All conductors shall be stranded wire with thermoplastic insulation and shall be cabled in groups and supported so as to prevent breaking and to present an orderly arrangement and neat appearance. all outgoing wiring shall be terminated on a marked terminal strip capable of connection of at least No.12 wire and all terminal connections shall be numbered consecutively throughout the system. Control and signal conductors shall be bundled separately from alternating current circuits. All wiring shall be neatly tied in position with nylon cable ties. Instruments with portable cord connections shall be fed through the instrument panel plug strip which shall be located near the top of the panel directly above the instruments. Instrument supply cords shall be the only panel wiring which is not continuously supported and tied. All wiring and tubing crossing hinges shall be installed in a manner to prevent chafing. Bundles of similar conductors shall be clamped securely to the door and to the panel, and the bundles 16922 -7 1 1 I shall run parallel to the hinge for at least 12 inches. Spiral nylon cable wrap shall be provided in the hinge section of the bundle to fully protect the conductors or tubing against chafing. II All components, including both internally and face mounted instruments and devices, shall be clearly identified with phenolic nameplates of black background with white letters. 11 2.03 Interconnecting Wiring I The manufacturer of the power and control panel shall determine all requirements for field installed interconnecting wiring between the panel and all other cabinets, enclosures, sensors and II equipment. The manufacturer shall determine the location number, size, and type of wires. The wire shown on the plans shall be considered only as general I guidelines for signal and control circuits. The manufacturer shall determine all specific requirements and shall confirm or modify the wiring shown on the plans to conform to such II requirements. 2.04 Factory Testing II Operation of the complete panel shall be tested in the shop by the manufacturer. Testing shall include, but not be limited to the following: II A. Varying manhole level conditions shall be simulated and the panel and associated equipment shall be operated 24 hours I per day for a continuous period of at least three (3) days. B. Input to the existing telemetry system shall be simulated. I Testing of the panel shall be considered completed only after the panel has operated continuously, 24 hours per day, for at least three days under varying simulated conditions. II The manufacturer shall continuously monitor operation of the control system during testing and shall maintain complete records of performance of the system. II After completion of testing, the manufacturer shall repeat the testing for inspection by the engineer and owner. The repeat I testing shall be conducted for a period of at least four (4) hours while representatives of the engineer and owner are in the manufacturer's shop. All control functions and all status and I alarm monitoring and indication shall be demonstrated for the engineer and owner under simulated operating conditions. The manufacturer shall revise, modify, adjust and reprogram the system as required by the engineer and owner during the test II period. 1 16922 -8 2.05 Motor Starters Motor starter units shall be of the combination type with components and wiring readily accessible. The motor starter units shall contain the magnetic starters and control components as indicated on the drawings and specified herein. Magnetic contactors shall be heavy duty NEMA rated, Square D type S, Furnas Innova or equal. Thermal overload relays on starters shall be non ambient compensated bimetallic type for manual reset, separate N.O. overload contact shall be provided in addition to standard N.C. overload contact. All starters shall be provided with two field convertible auxiliary contacts. 2.06 Circuit Breakers Circuit breakers shall be molded case thermal- magnetic type. Circuit breakers shall be capable of being padlocked in the open position and shall conform to Section 16180. 2.07 Selector Switches Shall be heavy duty oiltight industrial type, for use on 120VAC control circuits. Contacts shall have a continuous current rating of 10 Amperes both inductive and resistive. 2.08 Indicating Liahts Indicating lights shall be heavy -duty industrial oiltight, push to test AC transformer type with 6.3 volt lamps. 2.09 Control Relays Shall be IDEC RH SERIES SNAP MOUNT or equal and shall be interchangeable with one another. One spare relay of each type shall be provided with the system. Control relays shall have indicating light to show energized position and time delay relays shall have additional indicating light to show timed out feature. 2.10 Terminal Boards Terminal boards shall be 300 volt modular terminal blocks ENTRELEC #110- 280 -07 or equal. 2.11 Wireways Shall be provided for interconnecting major groups of devices mounted within the panel. The wireways shall be 2 -1/2" X 2 -1/2" or 4" X 4" steel wireways. PVC slotted side panel wiring duct (PANDUIT) shall be provided adjacent to relays and may also be used for control wire. The duct shall be arranged in horizontal 16922 -9 configurations to pass near all relays and devices being fed from the duct. Header ducts shall, in general, be steel wireways as specified above. 2.12 Intrinsically Safe Repeater Relays (ISRR) Intrinsically Safe Repeater Relays shall be GEMS "SAFE -PAK" as manufactured by R. Transamerica Delaval. 2.13 Level Float Switches Level switches for in -plant pumpstation and lagoons shall be mercury tube switch type enclosed in a sealed 5 1/2" diameter stainless steel float. Switches shall be Consolidated Electric Model 9G. 3/C #14 fine stranded flexible type SO 300 volt cord shall be integral with float switch and shall be sufficient length to reach nearest junction box. 2.14 Phase Failure Relay (PFR), Provide a phase failure relay which monitors phase loss and unbalance, low voltage and reverse phasing with automatic reset factory adjusted time delay and a minimum of (2) Form C contacts. Manufacturer Gotronic Model 51- 48011 -02. 2.15 Enclosures (outdoor) Enclosures for outdoor control panels shall be NEMA 12 steel construction interior with UL -508 exterior (or as shown on drawings). Enclosures shall be steel construction equal to Hoffman Co. standards and quality of manufacture. Enclosure sizes shall be as shown on the drawings. 2.16 Enclosure Door Latches Door latches shall be fast operating type" 3 point latch door handle; or where 3 point latch will not meet rating requirements use fast operating clamp assembles as manufactured by Hoffman or equal. 2.17 Flow Totalizers and Counters Flow totalizers shall be 8 digit liquid crystal display type. They shall receive a contact closure and increment 1 count every pulse. They shall have an integral battery and be completely self contained. No reset button should be accessible. Unit shall be Veeder -Root mini LX series or equal. 2.18 Level and Flow Indicator Vertical bar graph with digital display, 120V power and 4 -20 mA signal input. Bar shall have a minimum of 100 segments on a 4" 16922 -10 long scale digital display with a 4 digit LED Dixon model BB101AXTX 4 -20 MADC or equal. 2.19 Strin Chart Recorder The strip chart recorder shall be 3 pen, continuous writing on 7" wide Z -fold paper. The recorder shall have fully programmable input ranges, scaled units, and chart speeds. Recorders shall have both a digital display and a bar graph. The time of day and scaling information shall be printed periodically on the chart. Provide spare pens and chart paper to last 1 year at 25 mm /hr. chart speed. Unit shall have battery backed up memory and operate on 115V 60 Hz. power. Unit shall be Yokogawa UR180 model No.4173- 555 -32 /PS or equal. 2.20 Sianal Conditioners The current to current (I /I convertors and current to voltage (I /V) convertors shall provide an isolated DC output proportional to the DC input while providing complete electrical isolation between the output and input. The device shall plug into a standard 8 -pin relay socket which is capable of being mounted either on a flat surface or track. Provide appropriate scaling as required. Converter shall be Wilkerson MM4380 or equal. 2.21 Data Loaaer Provide a data logger to store discrete status and analog signal data as shown on the drawings. It shall have 4 analog signal inputs, 4 discrete status inputs and shall store 24,000 samples in non volatile RAM memory. Intervals may be set from 1 second to 1 day for each input. The logger shall be provided with a long life memory battery (minimum 5 years) and shall operate a 9 volt battery or 115 VAC. The logger shall operate between 0 °C and 50 °C, 0 95% non condensing humidity. The data logger shall have an RS 232 port for downloading to a computer and shall down load at 4800 baud direct or 1200/2400 via modem. Transfer of the entire memory shall take less than 3 minutes when directly connected. Data logger shall be Lakewood Ultra Logger UL -16 or equal. 2.22 120 VAC Counter Counter shall be an electro mechanical operations counter powered and actuated by 120 VAC. Counter shall be HECON or equal. 2.23 Sianal Alarm Modules Provide signal alarm modules for the control of each of the loads and the alarms. Modules shall accept an input of 1 -5 volts dc and provide dry contact output for each module. Each module shall have adjustments for pickup and dropout with pickup and dropout relays. A rack shall be provided for all modules to be mounted in and shall provide terminals for input and output wiring connected via the backplane to the module. Signal alarm modules shall be AGM Electronics model #EA -4035 Sam Dual or equal. 2.24 Control Panel Circuit Breakers Control panel circuit breakers shall be thermal- magnetic type, supplementary overcurrent devices. Circuit breakers shall be snap mountable on five different types of mounting rails. Circuit breakers shall be sized for actual circuit load. Control panel circuit breakers shall be Allen- Bradley 1492 -GE no equal. PART 3 EXECUTION 3.01 Operatina Device Location Operating devices shall be mounted no higher than 6' 6" and no lower than 4' 0" above finished floor when panel is installed unless otherwise approved by engineer. 3.02 Installation The power and control panel shall be installed by the contractor or, at the option of the contractor, by the manufacturer of the panel in accordance with the installation drawings and instructions prepared by the manufacturer. Installation shall be performed by workers who are skilled and experienced in the installation of electrical instrumentation and control systems. Installation shall include all elements and components of the panel and all interconnecting wiring between all equipment, components, and sensors. All wiring between cabinets, sensors and equipment shall be labeled at both ends for ease of servicing. All terminations shall be made with solderless pressure connectors. All wiring shall be in accordance with the requirements of Section 16120. Intrinsically safe wiring shall be barriered per NEC requirements. 16922 -12 Connection between the power and control panel and the existing telemetry equipment shall be included as indicated on the drawings and will be the responsibility of the contractor. 3.03 Modify Leachate Pump Station 2/4 Provide a time delay relay TDR which has a 5 second delay on energization to automatically reset the high temperature relays r7 and r8 after power has been restored after an outage. See Triangle Pump drawing 9010 El attached. 3.04 Inspection and Verification of Installation After completion of the installation of the panel, the manufacturer shall inspect the installation and verify that all components and wiring are correctly installed. The manufacturer shall determine the exact scope and nature of work required to correct deficiencies and errors in the work and shall supervise the performance of such work. 3.05 Calibration and Start -Up All components of the panel shall be calibrated by the manufacturer after completion of installation. Each component shall be adjusted to be within the required range and for the specific application. Components that cannot be properly calibrated or that are found to exceed the specified range or accuracy shall be removed and replaced. After completion of construction of the pump station, the panel shall be placed into operation by the manufacturer. Installation shall be performed by workers who are skilled and experienced in the installation of electrical instrumentation and control systems. The manufacturer of the power control panel shall be solely and completely responsible for all maintenance of the system from time of start -up to the date of acceptance, by formal action of the Owner, of all work under the contract. The manufacturer shall correct all deficiencies and defects and make any and all repairs, replacements, modifications, and adjustments as malfunctions or failures occur. The manufacturer shall perform all such work required or considered to be required by the owner to cause and maintain proper operation of the system and to properly maintain the systems. The contractor and the manufacturer of the power control panel shall anticipate that the owner may delay acceptance of all work under the contract if, in the judgement of the owner, malfunctions or failures in operation of the panel occur after start -up. Both the contractor and the manufacturer shall not be entitled to an extension of time or to any claim for damages because of hindrances, delays or complications caused by or resulting from delay by the owner in accepting the work because of malfunctions or failures in operation of the panel. 3.06 Operation and Maintenance Training The manufacturer of the power control panel shall conduct specifically organized training sessions in operation and maintenance of the panel for personnel employed by the owner. The training sessions shall be conducted to educate and train the personnel in maintenance and operation of all components of the panel. Training shall include, but not be limited to, the following: A. Preventative maintenance procedures B. Trouble- shooting C. Calibration D. Testing E. Replacement of components F. Automatic mode operation G. Manual mode operation One (1) training session, at least two (2) hours in duration, shall be conducted at the site (after start -up of the system) concerning instruction and operation of the power and control panel, and all associated electrical equipment and devices. The manufacturer shall prepare and assemble specific instruction materials for each training session and shall supply such materials to the owner at least two (2) weeks prior to the time of the training. END OF SECTION 16922 -14 PART 1 GENERAL 1.01 Description of Work The supplier shall furnish the material specified herein. 1.02 Standards and Codes All materials and equipment specified herein shall within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All materials and equipment specified herein shall conform with all applicable NEMA, ANSI and IEEE standards. All materials and equipment specified herein and their installation methods shall conform to the latest published version of the National Electric Code, N.E.C.. 1.03 Submittals Submit the following project data: Complete shop drawings, nameplate schedules, electrical schematics and connection drawings. Project data shall clearly delineate equipment, manufacturer and model number accuracy, repeatability and other performance data, location, pertinent dimensions and mounting details in sufficient detail to allow an evaluation of the proposed installation and conformance to these specifications. 1.04 Interface Responsibility The Contractor shall supply control components which interface with and operate as a functional unit with Power and Control Panel. PART 2 PRODUCTS 2.01 Maanetic Flowmeter SECTION 16925 CONTROL COMPONENTS Flowmeter shall be magnetic type. Flowmeter shall consist of a sensor, signal transmitter and a local flow indictor and a local totalizer counter. Acceptable Manufacturers: A. Brooks "Wafermag" B. Fisher /Porter "Mini -Mag" C. Foxboro D. Yokogawa E. Sparling Magpak The flowmeter shall have the following features: A. Flow Range 0 -500 Gallon /Min, 6" diameter flow tube B. Output 4 -20mA DC with 20mA output at high scale GPM and pulsed totalizer output C. Input 120VAC D. Repeatability: 0.1% full scale E. Accuracy 0.5% of rate The sensing device shall be a 304 stainless steel wafer type flow tube designed to mount between ANSI Class 150 lb flanges. The flow tube shall have a Teflon lining. Electrodes shall be stainless steel 316 tipped with zirconium or approved equal. The sensor housing shall be corrosion resistant construction with NEMA 4X rating. The transmitter shall be flowmeter mounted, housed in a NEMA -4X industrial grade, UL listed, aluminum enclosure with gasket and cover. The flowmeter will be horizontally mounted; mount meters accordingly. The transmitter temperature range shall be 10 F to +100 F. 2.02 Electric Valve Actuator for Plua Valve Open -Close Service A. Actuator The electric valve actuator shall include the motor, actuator unit gearing, position limit switches, torque switches, local selector switch and open /close pushbuttons, declutch lever and handwheel as a self- contained unit. Starter to be provided by others. The actuator shall meet the latest revision of the applicable AWWA specification. Actuator shall be Rotork Synoroset 11A /1W5, Limitorque L120 -10 or equal. See Section 2.03 or plug valve. B. Enclosure The valve actuator motor and all electrical enclosures shall be Class I Division II Group D. C. Motor 16925 -2 The motor shall be specifically designed for valve actuator service and shall be of high starting torque, totally enclosed, non ventilated construction. Motor insulation shall be a minimum NEMA Class F, with a maximum continuous temperature rating of 155 degrees C (rise plus ambient) for the duty cycle specified. The motor shall be a three phase induction motor at the voltage shown. The motor shall be of sufficient size to open or close the valve at the maximum stated torque. The motor shall be capable of operating at plus or minus 10% of specified voltage. The motor duty rating shall be sufficient for one complete cycle (open close -open, or reverse) without exceeding its temperature rating. Motor bearings shall be of the anti friction type, and permanently lubricated. The motor shall be an independent sub assembly such that the power gearing shall not be an integral part of the motor assembly, to allow for motor or gear changes dictated by system operation changes. The motor shall be equipped with internal thermal contacts, to protect against motor overload, and 120 volt heaters. Starting contactor shall not be provided with the unit. Reversing starter is provided by others. D. Power Gearing The actuator shall be a multiple reduction unit with power gearing consisting of spur or helical gears and worm gearing. There shall be a self locking worm gear set in the drive train to maintain valve position. The spur or helical gearing and worm shall be of hardened allow steel, and the worm gear shall be alloy bronze. All power gearing shall be accurately cut; non- metallic, aluminum, or cast gearing shall not be allowed. Anti friction bearings with caged balls or rollers shall be used throughout. E. Lubrication All rotating power train components shall be immersed in grease or an oil bath with provisions for inspection and re- lubrication without disassembly. Lubricants shall be suitable for ambient conditions of minus 20 degrees F to 150 degrees F. Adequate seals shall be provided on all shafting. F. Lost Motion Device The actuator shall have a built -in device, which allows the motor to reach full speed before engaging the valve load when required by unseating applications. 16925 -3 G. Manual Operation A metallic handwheel shall be provided for manual operation with arrow to indicate "open" rotation. The actuator shall be provided with a position indicator. The handwheel shall not rotate during motor operation. A fused motor shall not prevent manual operation. When in manual operating mode, the actuator will remain in this mode until the motor is energized, at which time the actuator will automatically return to electric operation. Movement from motor operation to handwheel operation shall be accomplished by a positive, padlockable declutching lever, which mechanically disengages the motor and related gearing. It shall be impossible for simultaneous manual and motor operation to occur. Friction type declutch mechanism are not acceptable. H. Position Limit Switches Position limit switches and associated gearing if used shall be an integral part of the valve actuator. Two pairs of auxiliary limit switches shall provide remote position and interlock signals. Two end position switches shall work with torque switches to disconnect motor contactor as a function of torque or position as required for valve type. Contacts shall be convertible from N/O to N/C or reverse. Switch shall be adjustable, allowing for trip points from fully open to fully closed positions of valve travel. They shall not be subject to breakage or slippage due to over travel. Switches design shall permit visible verification of switch position without disassembly. I. Toraue Switch Each valve actuator shall be equipped with a switch, that will interrupt the control circuit in both the opening and closing directions when valve torque overload occurs. Contacts shall be silver plated. The torque switch shall have graduated dials for both open and close directions of travel, and each shall be independently adjustable. The torque switch shall include a positive means to limit adjustability so as not to exceed the actuator output torque capability. Switch design shall permit visible verification of switch position without disassembly. J. Switch Contact Ratinas The position limit switch and torque switch contacts shall be rated 600 volts per NEMA standard ICS 2 -125, heavy duty. 16925 -4 K. Control Compartment Heater The control compartment shall be provided with a 120 volt space heater. L. Local Controls The actuator shall be provided with a local /remote control switch and open /close pushbuttons suitable for the enclosure rating specified. 2.03 Plua Valve A. General Control valve shall be 8" eccentric plug valve, straight flow, non lubricated resilient plug type with port suitable for drip tight, bidirectional shutoff at the specified design pressure. Valve shall have a minimum of 80 percent of adjacent full pipe area when fully open. The maximum operating pressure across the closed valve will be 20 psi. Valve shall be DeZurik, Fig. 118, or equal. B. Materials of Construction Valve body and plug shall be cast iron with neoprene or Buna -N plug facing, valve shall be provided with flanged ends, ANSI class 150 lbs. Valve body seat shall be a welded in overlay of 90% nickel. Valve packing shall be adjustable Buna V -flex or TFE. Valve shall be rated for operation to 150 psi. minimum. PART 3 EXECUTION 3.01 Flowmeter Installation Upon delivery to site, contractor shall install 12" long spool pieces of appropriate pipe on the flowmeter. During storage and installation the flowmeter with spools shall be handled as a single unit. At no time shall construction materials touch the interior lining of the flowmeter. Contractor shall provide a separate spool of length equal to installed flowmeter and dual spool unit, for each flowmeter location. This is to provide the owner with the ability to operate the piping system while the flowmeter unit has been removed for maintenance. 3.02 Calibration and Adiustment All control devices shall be factory or field- adjusted by the Contractor's qualified technicians to the values specified or 16925 -5 provided by the Engineer. The Contractor is advised that several readjustments of each device may be required to obtain satisfactory operation, and he shall have qualified personnel available at all times during startup and initial testing. 3.03 Valve Acutator Connect power and control wiring as shown on the plans and detailed drawings and final wiring diagrams from the manufacturer of the power and control panel. END OF SECTION 16925 -6 ATTACHMENT A STATE PREVAILING WAGE RATES (To Be Provided) September 21, 1992 21- 2191 -01 ATTACHMENT B SUBMITTAL TRANSMITTAL FORM 90-10 September 21, 1992 21- 2191 -01 SHOP DRAWING TRANSMITTAL o Parametrix, Inc. TO: Parametrix, Inc. 5700 Kitsap Way Suite 202 Bremerton, WA 98310 ATTN: Project: Project No.: Owner: Location: Previous Transmittal No. (if resubmitted): USE ONE FORM PER ITEM SUBMITTED Spec. Spec. Para. Page Qty. No. No. DEVIATIONS: Enclosed are legend: A. No Exceptions Taken B. Make Corrections Noted C. Rejected D. Revise and Resubmit E. Submit Specified Item Item Description and Use By: Contractor Signature (THIS SPACE FOR ENGINEER) To: Date: PARAMETRIX, INC. Transmittal No.: Date: Approval Dwg. Status Manufacturer No(s). (Engineer) By this submittal, the Contractor represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data, or will do so, and that he has checked and coordinated each Shop Drawing with the project requirements and of the Contract Documents. Deviations from the Contract Documents are noted below. copies of the above item. Approval status as noted above is in accordance with the following FORM 90.10 17l901 ATTACHMENT C STANDARD PLANS Contract 2C September 21, 1992 21- 2191 -01 I MI NM r M M- OM MI UN MI MI N M 'i •t Mortar net b 72" DIA -8 96" DIA -12" i x For separate cost in place only "0" PoNC 1 Precast Bos• Joint 40" or 54" io 72" or 98" 3• tiond+ade 24 Precast cons (eccentric unless otherwise specified) Precast now sections Ladder Step Slop. 1 /2 /FT (TTP.) ConsWct in Mid channel/. shelf to the crown of the pipe ti Reinforcing steel g (for precast taw with integral rlserl 024 SO IN/FT in each direction la 72 "DIA 0 29 SO 84/FT In each dr.ctoet for 96" 04A .f y Prsco.t base with Integral deer I Grovel backlit for pipe bedding. 8" MIN compacted depth. For precast bases -2' I Sparats cast b plots or separate precast boss L Reinforcing steel (for separate base only) 0 33 SO IN /FT kin .och *section for 72" DA 0.39 SO 14/FT r• sock d.ectan for 96 "OIA Ring and Cover Adlustm.nt section (levelling Wicks or grade rings opuond) Design Assumptions Height' 8' to 12' I Sal Dearing value equate 3300 •/FT 2 (MIN) Height Over 12' to 25'. Sol Deanne value equols 3800 •/FT 2 (MIN) •algr.I 5.•4•84 1•.1 Ill 7)- It N ..unurs ■20••• •rare ..i.n a..,woa. pearl Der 1..•t. WI 1 RI, C n NOTES Mcnholes to be constructed in occordance with AASHTO 1.4-199 (ASTM C 478) unless otherwise shown cn plans or noted in the Standard Specifications. Handnolds in adjustment section shall have 3" minimum clearance. Steps in manhole shall have 6" minimum clearance. See Standard Plan "Miscellaneous Manhole Details." Al reinforced cost In place concrete shall be Class A. Non reinforced concrete in channel and shelf shall be Class C. NI precost concrete shall be Class M. Precast bases shall be furnished with cutouts or knockouts. Knockouts shall'hav• a wall thickness of 2" minimum. Knockout or cutout hole size is equal to pipe outer diameter plus manhole wall thickness. Maximum hole size is 60" for 72" manhole, 84" for 96" manhole. Minimum distance between holes Is 12 Manhole rings and covers shall be in accordance with Standard Specificotions and meet the strength requirements of Federal Specification RR -F -621 D. Mating surfaces shall be finished to assure non rocking fit with any cover position. All base reinforcing steel shall have a minimum yield strength of 60,000 PSI and be ploced In the upper half of the base with 1" minimum clearance. For details showing Grade Ring, Ladder, Steps, Handholds and Top Slobs, see Standard Plan "Miscellaneous Manhole Details." See the Standard Specifications for Joint requirements. only. MANHOLE TYPE 2 72" 96" man e® November 8, 1983 1 a Y ere i t., STANDARD PLAN B -23b I er I.rru0 I— UM MO all M— r r I E MI MI I r r MO r 2" CLR TYP 2" CLR TYP 2" CLR TYP 48" I 96" TOP SLAB 48" 72" TOP SLAB 1 24" �I I -•e 48" b 54" TOP SLAB 9 6 Bars 0 7" centers bottom face with 1" MIN cover •5 Bars 0 6" centers bottom face with 1" MIN cover •4 Bars 0 6" centers bottom face with 1" MIN cover 12" MIN HANDHOLD 12" MIN MANHOLE STEP GRADE RING •8 galvanized deformed rebar 12" MIN 1 DROP RUNG MANHOLE STEP 51 24" 151 HE 1" clearance •4 bar NOTES: Proprietary manhole steps are acceptable, provided that they conform to Section R. ASTM C 478 (AASHTO M 199) and meet all WISHA requirements. Manhole step legs shall be parallel or approximately radial at the option of the manufacturer, except that all steps in any manhole sholl be similor. Penetrotion of outer wall by o leg is prohibited. •8 galvanized deformed rebor bar 11 Ye" center to center— PREFABRICATED LADDER a 6' •7 galvanized smooth steel MISCELLANEOUS MANHOLE DETAILS mucr enar er arm November 8. 1985 STANDARD PLAN B-24 MN I MI MI I M• MI MI MI r NM 2'-3%' 2' -2%" L—! :I io 2' -2Y1" 2'- 10�/s" SECTION A A v, 1 71, SECTION 8 B TYPE 1 STANDARD See Bolt Down Ceta.1 See Blind pick notch detail Specify Lettering J 4 W. 1 1/4 COVER SKID DESIGN DETAIL Drill Top 5 /9" x 11 hole for 1 /2 x 5 /e stainless steel socket ad cap screw 2'-3%" 2'-244" 2' -0" 2' -23"." 2'- 10� /p" SECTION A A TYPE 2 1 �6 r Washer 1 J— r j {--'/2" MIN L 1/4" Dovetail groove with Neoprene Gasket (See notes) BOLT —DOWN WATERTIGHT DETAIL 4" N 5/ e DATE I SECTION B B TYPE 3 CAMLOCK BLIND PICK NOTCH DETAIL 3 -6 -90 Revisec treads on bolt -down manhole KJ REVISION Notes Gasket and groove may be in the sent or underside of cover. For bolt down manhole ring and covers that ore not wotertight, the neoprene gosket, groove and washer ore not required. Wosher shall be leod or neoprene Unless otherwise shown on the P■cns, or specified in the Special Provisions, Type 1, Standard Monhole Rings and Covers shall be used on WSDOT contracts. In lieu of blind pick notch for storm sewer manhole covers, drill three 1 inch diameter holes at 120' spacing. For Manholes Type 4.5,& 6 see Standard Specifications For Monhole Rings and Covers. 6%" BY APPR'D BOLT ON CAM TYPE LOCKING DEVICE SECTION C 3 dr s 5 /B" thick m'/4" BOLT ON CAM TYPE LOCKING DEVICE SECTION D MANHOLE RING AND COVER oan v,n,ar v It 1AI t, •••orw .E. r+ ear+.n rat r..mr rww ade..r 0. set STANDARD PLAN B -25 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 NOTE: 1. CONCRETE THRUST BLOCKING TO BE POURED AGAINST UNDISTURBED EARTH. 2. KEEP CONCRETE CLEAR OF JOINT AND ACCESSORIES. 3. THE REQUIRED THRUST BEARINGGREAS FOR SPECIAL CONNECTIONS ARE SHOWN ENCIRCLED ON THE PLANS, e.g. 15 INDICA TES 15 SQUARE FEET BEARING AREA REQUIRED. 4. IF NOT SHOWN ON PLANS REQUIRED BEARING AREAS AT FITTING SHALL BE AS PRESSURE(S) AND ALLOWABLE SOIL BEARING STRESS(ES) STATED IN THE SPECIAL SPECIFICATIONS. 5. BEARING AREAS AND SPECIAL BLOCKING DETAILS SHOWN ON PLANS TAKE PRECEDENCE OVER BEARING AREAS AND BLOCKING DETAILS SHOWN ON TH15 STANDARD DETAIL. BEARING AREA OF THRUST BLOCKS IN SO. FT. TEE, WYE 90'BEND TEE FITTING PLUG OR PLUGGED ON RGUN 45EEN0 22.5I3EN011 2513ENC SIZE CAP CROSS 2 13 4 1 6 I 8 1 10 12 14 16 18 1 20 24 NOTL 0.2 0.5 1.0 2.1 3.8 5.9 8.5 11 5 15.0 190 23.5 34.0 All A2 0.4 0.61 0.41 a2 as 1.2 0.81 0.5 1.4 1.9 1.41 1.0 3.0 4.3 3.0 1.6 5.3 7.6 5.4 2 9 8.4 11.8 8.4 4.6 12.0 17.0 12.0 6.6 16.3 23.0 16.3 8.9 21.3 30 0 21.3 11.6 27 0 38.0 27.0 14 6 33.3 47.0 33.3 18.1 48.0 68.0 48.0 26.2 ABOVE BEARING AREAS BASED ON TEST PRESSURE OF 150 psi AND AN ALLOWABLE SOIL BEARING STRESS OF 2.000 POUNDS PER SQUARE FOOT. TO COMPUTE BEARING AREAS FOR DIFFERENT TEST PRESSURES AND SOIL BEARING STRESSES, USE THE FOLLOIMING EQUATION: BEARING AREA (TEST PRESSURE /150)x(2,000 /SOIL BEARING STRESS)x (TABLE VALUE). IF 1 t 0.2 0.4 1.0 1.5 2.4 3.4 46 6.0 7.6 9.4 13.6 EACH AREA 15 1/2 OF REQUIRED TOTAL. AREA FITTING ROD SIZE I SIZE EMBEDMENT 8" LESS I 15 I 24" 10 -16" I #8 I 36" THRUST BLOCK DETAIL NO SCALE 0.2 0.5 1.0 1.2 1.7 2.3 .3.0 3.8 4.7 6.8 1/4" PLYWOOD OVER FACE OF BOLTS PLUGGED TEE BEND WYE PLUG OR CAP TEE PLUGGED CROSS PLUGGED CROSS DETAIL TITLE T IPST&X DETAIL SCALE 1 =1 VERTICAL BEND I ATTACHMENT D ELECTRICAL PLANS Contract 2C September 21, 1992 21- 2191 -01 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ti (.1: CP I CR 120 VAC EXISTING EXISTING EXISTING EXIS TING CPj3 CR RESET P8 L1 HL P CP ##3 COMMON ALARM LAGOON #1 0-0-0-1 IGH LEVEL CRHL RR CRR BEACON CR L1 HL j ALARM WIRING DIAGRAM ADDITIONS p Q o o CENTRAL ALARM PANEL ELEVATION ADD INDICATING LIGHT AND NAMEPLATE AND CONTROL WIRING AS SHOWN. USE THE TWO SPARE ALARM CABLES IN PS 2/4 CP TO TRANSMIT ALARMS. A LAGOON #1 HIGH LEVEL 8 POWER CONTROL PNL #3 TROUBLE O CENTRAL ALARM PANEL TERMINAL O PUMP STATION #2/4 CONTROL PNL TERM. O POWER CONTROL PNL #3 TERMINAL DWG: SK -E1 9/10/92 92083 II a aok ti T LT ISR 2 i' 15123 I D l� I l 1 cif on both on i r l H 1 1 1 5t2 alt. 6 Sr1 l sri 1r IHIDO11$7 III•SO11 —11 s 17 h o 0. 1 C h o ru r, 01 Q remote prose mon. 4 r I n r s I; -I! remote phase mon. 1133 E371 seal sent L probe .I prODe h19h FI p 2 0 ic on t —Q delay Olterna o l hlyh pi dry pz Art moist,rre �1 m013Iure r•� X1 Yemo alo�m �l'CDoE 55EC- reszti motor ii;ermal pt m l el fI mt oI remote Inierlock To 1 1R mote( thermal p'. r B i n 77 l r e RCVI TRIANGLE PUMP EQUIPMENT, INC. 1 1111. Clackamas, Oregon 5CALE: NONE 14PPROVEw OT DRAWN 51 OATE: 6 JO I JG E Project) PORT C.NGELE2 L NDFI LL IMPROVEMENT 1_EACHAT E PLUMP STATIONS Customer: 'WC MECHANICAL In high temp pi overload pz overload 1 •.t pl hlyh Iemp i 2 Hb DT RKIT 8-t, DRAWING ROUSER 9010 E 1 A NO. 1 REV1SONS 1 1. 1 NO OWNER PROVIDED EQUIP ........:::::::-..i.Ziali.iir...—.,—.=rx..........- "2 1 PORTABLE PUMP CONNECITON 1 SEE DBTAI i I DATE 19-18-92 1 CND "s DESIGNED DRAWN CHECKED CHO CJW CHD DATE 0 SCME SLUDGE HOLDING POND 1 1 vAr r l I 1 1*=20" 20 mt, 1"=20' AUGUST,1992 40 I.E. 134.3 r 1-6"x6"x6" TEE ALL FLANGE 2-6" PLUG VALVES FxF W/2'' OPERATING NUTS AND VALVE BOXES 70 SURFACE. 2-FLG., COUPLING ADAPTERS 1-CONC. THRUST BLOCK I E. 133.9 45 BEND CONC. THRUST143LOCK MAKE CONNEC rim TO EXIST. MH I.E. 134'4‘ WiRE.4 16 ,e2 LL DISCHARGE INSTALL 6" TEE ALL FLANGE SEE DETAIL 2-6" PLUG VALVES FxF W/2" 01 NI' I.E. 134.3 45' BEND CONC. THRUST BLOCK 90' BEND CONC. THRUST BLOCK E, 134.0 I EXPIRES 9-21-93 GRADE BREAK I.E. 145.7 7 •B" OVERFLOW, ST) T--- :7-As,. -t........ L_ ...i 1•: ...!.2..C; :2 ".i 4? .":1...T N. )1) EL 1 3 6 .0 1 1 1.0 1 14 ...("3":. N....! Parametrtx. Inc. INTERCEPT EXISTING AERATOR- .........—..EEPE_R_CEXTcNID TO NEW LOCATION. REMOVE AERATOR\ AND MOORING POSTS- REINSTALL AERATOR WITH CABLE MOORINGS '-AERATOR CABLE MOORING POS SEE DETAIL w 4 NUTS AND VALVE BOXES TO SU, FACE a o 2 FLANGED COUPUNG ADAPT S Z 1-CONCRETE THRUST BLOCK S 4 ANMO: V 2 CO (Z:VST.) k....-' PI Of 8 .100 Swear anningten f16300 200-530-0100 200-003-51221 3700 101300 00” 0 a. 2 Brem.30. 620.$0, 08312 200-S17-0210 BAFFLE/AERATOR CABLE MOORING POST SEE DETAIL (2 PLACES) RELOCATED AERATOR POWER CONTROL PANEL POND STAIR-4 FLOAT ACCES SEE DETAIL REMOVE AERATORS AND MOORING POSTS AND REINSTAU. AERATORS M114 CABLE MOORINGS (2 PLACES) 3000 00•Ingten 291-1112-10100 7020 NC Sults B-0 Par:mut Orygen B7210 303..230-3014 '.r.5 Cr r DISCHARGE SEE DETAIL 35' 100-324-0394 EL. 136.0 EL. 150.0 POND STAIR FLOAT ACCES SEE DETAIL REMOVE WIRE FROM THIS SECTION OF CONDUIT. CAP ABANDON CONDUIT IN PLACE. 2-8" PLUG VALVES FxF 2-FLG. COUPIJNG ADAPTERS 2-CONC. THRUST BLOCKS 35 •••111-1 HOPE OUTLET PIPES SEE DETAIL INSTALL FLOATING BAFFLE ANCHOR !BLOCK BUOY SEE DETAIL rE„dzo' cE. f 29.5 'Z?"' REMOVE AERATOR AND MOORING POSTS AND RETURN AERA TOR TO OWNER. 30' 30' PROJECT NAME 49 NO. 20' 1 POND 1 AERATOR CABLE MOORING POST SEE DETAIL Ea (4 PLACES) LEACHATE MANHOLE NO. 14 54" WITH BUBBLER LEVEL CONTROL I.E. 128.4 8" IN LE 131 2 8" IN I E. 128.4 8" OUT SEE DETAIL I G 2 LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES 21219101 I DRAWN° Na 21910121 '+.4H NO 2 6'f:" INSTALL 8"x12 TEE ALL FLANGE /I „...4---1"...X:ST -rACHATIr 144 Nil.. t'1 12" N W PLUG 12" HOPE TO WEST W/NON-SHRINK GROUT INSTALL 8 MOTOR IN VAULT SEE DETAIL OPERATED VALVE ED 8" OUTLET PIPE I.E. 143.00 SEE DETAIL HIGH WATER ALARM SEE DETAIL 6) INSTALL MAGNETIC FLOW METER AND VAULT SEE DETAIL FLOOR DRAINS rer6TAit; f..r.4 •:P !.;"..14P S7A1gW S S REMOVE AERATOR CONTROL PANEL AND SUPPORTS RELOCATE AS. SHOWN. CAP CONDUIT ABANDON. INSTALL LEACHATE SAMPLER ON PAD. INSTALL -44" TEFLON SUCTION UNE IN CONTRACTOR PROVIDED CONDUIT TO VALVE VAULT AND TAP INTO DISCHARGE LINE DOWNSTREAM OF VALVES. POWER CONTROL PANEL Pi.40 S r Ut.; 2 127 :11 NE's`s 3" A. LEACHATE PRETREATMENT FACILITIES LEACHATE LAGOON PLAN SHEET NO. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W 0 No 0 NOTE: ELEVATIONS SHOWN ARE PER NORTHWESTERN TERRITORIES INC. AUGUST 28. 1992 NO SCALE TREAD CONNECTION DETAIL NO SCALE 2- 1 "x6 "x6" GALVANIZED STEEL PLA TES. FASTEN TO STRINGER W /4- %s'x3V" S.S. COUNTERSUNK BOLTS. STRINGER CONNECTION (2 PLACES) 2"x18' STAIR DETAIL STRINGER (2 PLACES) 5\\\5\\\5 0 N 2 x10' STRINGER 2 TREAD 2 "x3' CLEAT FASTEN TO STRINGER W /3 -V4 x4" S S BOLTS W/2 S.S. WASHERS S.S. NUT FOAM FLOATS ATTACHED TO TOP OF BAFFLE u u u 2 :x4" S.S. BOLT DOUBLE NUT FASTEN LOOSE TO ALLOEW STAIRS TO PIVOT NO. DAIS I ST 2 FLOW THROUGH OPENINGS 1 i 1 1 1 1 1 1 1 I ADD FLOAT CONNECTION NOTE 1 9 -22 -921 CHD 4' 4' 7 84' 4 "x4" (2 PLACES EA SIDE OF STAIRS) CHD CJW r 1 2'0" SEE TREAD I DESIGNED ORANN CHECxw CHD EN 00 N a 0 O W [BAFFLE SEE STRINGER CONNECTION DETAIL CONNECTION DETAIL APPROVED SCALE DATE 117.7' WEIGHTED BOTTOM COARSE STONE (EXISTING) 36' FLOATING BAFFLE SECTION A 2"x6" 2'x4' 1 44 x6" GALV. STEEL PLATE EXISTING 2 7" GEOMEMBRANE 4' a 0 W e N W ELEVATION POND STAIR AND FLOAT DETAIL AS SHOWN AUGUST,1 992 W -J GEOMEMBRANE (EXISTING) FLOAT TO STAIR CONNECTION, SEE DETAIL 10'9' IEXPIRES 9-21-931 OVERFLOW WATER SURFACE EL 135 NORMAL MAXIMUM WATER SURFACE EL. 134 NORMAL MINIMUM WATER SURFACE EL. 129.5 00 CI C .D Parametrlx. Inc. Peet 0111• Bon 460 9o41r, 1e411614w 46390 209-630-9010 790- 603.6118 67001041p 41 4 944 202 305-335-00114 44012 GALV. ANGLE CUPS (4 PLACES) FASTEN W /6- //8x1" S.S. WOOD SCREWS 2 -2 "x4' SUPPORTS -EACH FLOAT FASTEN FLOATS W /4- 1 A'x6" S.S. BOLTS f GALV ANGLE CUPS (24 PLACES) FASTEN W/4 -88x1" 5.S. WOOD SCREWS T 1. i l I II T I t II I I I II 1 I I I BAFFLE /AERATOR MOORING POST CONNECTIONS SEE DETAIL 2"x6" DECKING FASTEN WITH 2 EA END #16 GALV. NAILS 2 "x6' SIDE PIECES (2 PLACES) 2'x6" CROSS PIECES (2 PLACES) g 66 6' DURA FLOATS 17" DIA. X 36' GULL WING SECTION BY ROTACAST FLOATATION PRODUCTS. ALTERNATE FLOAT END PLACEMENT 70 DISTRIBUTE LOAD EVENLY NOTES: 1. ALL LUMBER TO BE DOUGLAS RR STRUCTURAL NO. 1 PENETRANT TREATED WITH WATERBOURNE PRESERVATIVE ACZA -APWA STANDARDS 1 I 2 "x10 FLOAT TO STAIR CONNECTION (2 PLACES) DETAIL n NO SCALE APPROX 6' IMMERSION WITH NO UVE LOAD NQRM, MAX_ WATFE POND 1 EL 148 POND 2 EL 134 2. LINE BOTTOM OF STAIR STRINGER OVER EXISTING GEOMEMBRANE LINER WITH Vs" X.2" NEOPRENE RUBBER. FASTEN W/ #10 X 1394" SS WOOD SCREWS 6' 0.C. 1104 6 seal. tt. 1100 1 309941. Ranb*66. 000U NaMIO. 11 ems/ aee13 2000 600 624-02114 7020 NC Ha61n6t 9�4 6-0 ',rum. a.. 47210 206 6441 PROJECT NAME JOB NO. 2- V'x3 "x6" GALV STEEL Q!'S, FASTEN 70 FLOAT STRINGER STAIR STRINGER W/4- 1/42(31/2" S.S. COUNTERSUNK BOLTS 2"x6" 1 44"x5" S.S. BOLT, DOUBLE NUT W/ 2 S.S WASHERS. FASTEN LOOSE TO ALLOW TO PIVOT 2- 45 "xl 5.S. HINGE STRAP FASTEN TO STRINGERS W /4- 3•13 SS. LAG SCREWS GEOMEMBRANE (EXISTING) 3'x3'x6" CONCRETE PAD REINFORCED W /g4 AT 12" EACH WAY FILL LAYER QUARRY SPALLS ALL AROUND LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES 21219101 I DRA6(NG NO. 21910122 SUSPEND WEIGH TED FLOA SWITCH FROM TOP FLANGE W/ GROMMET /GRIP FRP STOP LOG (EXIST) H.W ALARM F;_ 149 STATIC H W.L POND NO. 1 EL. 148 6 "x6 "x4" NEMA 4x JUNCTION BOX (CABLE SPLICE BOX), MOUNT USING UNISTRUT ER UNE TO BAFFLE (10') CONNECT TO BAFFLE PER MANUFACTURES REQ. PLAN 20 00 WEIR (EXIST) 7= a 0 FL 148 70 I00 20 DETAIL L 1 1/2 =1 -0" A 1 =1 -0 A EXISTING OUTLET STRUCTURE CONDUCTORS TO CONTROL PANEL 8 FLANGED PERF. HOPE STILLING WELL POND NO.1 W /MERCURY PLT FLOAT SECURE 70 CONC. W/S.S. STRAPS ELEVATION BUOY MOORING EYE S.S. SNAP HOOK 46" S.S. CABLE (18') S.S. CUP THIMBLE S. SHACKLE S.& EYEBOLT W /I43"x2x2 SS WASHER AND NUT FOR ANCHORAGE LEACHATE PRETREATMENT FACILITIES LEACHATE LAGOON DETAILS OUTLET STRUCTURE (EXISTING) 60 MIL HOPE LINER (EXIST.) 6" DRAIN MATERIAL (EXISTING) W K//`i s,\\ /j, /jam 1 FLOATING BAFFLE ANCHOR BLOCK BUOY DETAIL 1 SHEET NO. 7 90' BEND EL 150 "iii 4O" 6" HOPE CABLE TO AERATOR NO. I REVISIONS 1. I NO OWNER PROVIDED EQUIP 4' -6' 'I 6' HOPE 1 1- 4' -0 "N y p CONCRETE SUPPORT EL. 146 7 ONCRETE THRUSTBLOCK DISCHARGE TO POND NO.1 DETAIL ("S1 1/2 =1' -o" A PVC CAP EYEBOLT (TYP.) QUICK DISCONNECT THIMBLE (TYP.) CABLE CLAMP (TYP.) EXISTING) 60 MIL. HDPE MEMBRANE 3- 1/4"X2" S.S. STRAPS W/2 EA. 0 S.S. ANCHOR BOLTS A T 18" EACH WAY 4' 6" HOPE GEOMEMBRANE (EXISTING) NOTES: 1. ALL CONNECTING HARDWARE AND CABLES TO BE 304 STAINLESS STEEL. I DATE I BY I I I I I I 19- 18 -92 CHO 1 30' 3 co 0 N EL. 136 4 SCH 40 STEEL PIPE GALVANIZED AFTER FABRICATION AERATOR CABLE MOORING POST DETAIL (71 A I DESGNED DRAIN 1 01ECxED SLOPE TO MH OR TEE AS SHOWN ON PLAN CH CJW CHD PENETRATION OF EXIST. LINER, SEE DETAIL APPROVED SCALE OATE AS SHOWN AUGUST,1992 8 HOPE OUTLET PIPE- IE. AS SHOWN ON PLAN. HOPE GEOMEMBRANE 5' -O" 2" HOT DIPPED GALVANIZED SCREEN. SECURE WITH STAINLESS STEEL CLAMP. OUTLET PIPE DETAIL re■ NO SCALE A 6' DPW KAMLOK COUPLER 633 -LBS FLANGED WITH 6" 634A PLUG EL 138 I 6' EXIST 1 AGGREGATE BASE EXPIRES 9 21 93I 3' 6 HOPE 1 CONCRETE COLLAR 6' HOPE EXTRUSION WELD ll LIQUID CARRYING PIPE DETAIL NO SCALE Parametrix, Inc 4' Port 011lc: 0.$ NO w..1.; also D 276 $03-11 170010Onp t611 Soto 202 6aM1,11.. StOA1$ta. $6112 206- sf ■w1. f CONCRETE SUPPORT POST BURIED 3 FT. INTO GROUND WITH 2 S.S. BANDS STRAPPING PIPE TO POST 13 C C 6" 90' BEND HDPE W /FLANGE 7 -6' 90' BEND CONC. THRUST BLOCK EL. 134 3 PORTABLE PUMP CONNECTION DETAIL 12 NO SCALE A MO.; Obahlrortoo 00033 7610 ME Moines WI. 9-6 Oblon O'.00 V216 w6- zle-Sw CLOSED CELL NEOPRENE PACKING 4 SLEEVE BOOT PIPE PENETRATION DETAIL NO SCALE C EXIST HOPE GEOMEMBRANE 60 MIL HOPE GEOMEMBRANE (NEW) EXTRUSION WELD 16ia1�ian4 SS ar We 076 -MFWa4 1/8" x 2" S.S. CLAMP SEALANT 44, PROJECT NAME JOB NO. BAFFLE FLOAT BAFFLE OVERFLOW W.S. FL 135 BATTENS 4 SIDES S.S. ANCHOR g0LT �3/8" x 3 1/2 6 O.C. as. NUT/WASHER 1/4' X 2" S.S. BATTEN NORMAL W.S. Ff CORRESPONDS TO A WATER DEPTH OF 12'. c, 1/4" x 2' CLOSED CELL NEOPRENE GASKET W /ADHESIVE TO CONCRETE (n?. ALL SIDES) 60 MIL HOPE GEOMEMBRANE (EXIST LANDFILL EXPANSION IMPROVEMENTS_ CITY OF PORT ANGELES 21219101 I DRANINO NO 21910123 'eb x12 "x6" S.S. PLATE FASTENED TO BAFFLE BOTTOM CORNER ROUNDED TO 1'h" RADIUS. 2- Vi "x2" S.S. STRAPS W/2 EA. 1 /2 "0 S.S. ANCHOR BOLTS FABRICATED 6" -18.4' BEND JI 3 (EXISTING) TURNBUCKLE, 6" MIN. TAKEUP W /THLMBLE CLAMP ON EACH SIDE HEW 13 j14 AT 18" EACH WAY PVC CAP EYEBOLT (TYP QUICK DISCONNECT CABLE TO AERATOR CABLE CLAMP (TYP.) THIMBLE (TYP.) SHACKLE (TYP.) CONCRETE 4' -6' SUPPORT EL. 135 6 HOPEd HOPE GEOMEMBRANE J� CONCRETE THRUSTBLOCKJ DISCHARGE TO SLUDGE HOLDING POND DETAIL A EXISTING `D 60 MIL HOPE MEMBRANE SCH 40 STEEL PIPE NOTES: 1. ALL CONNECTING HARDWARE AND CABLES TO BE .304 STAINLESS STEEL 2. INSTALL BAFFLE WITH WATER SURFACE AT NORMAL ELEVATION. BAFFLE /AERATOR MOORING POST CONNECTIONS DETAIL 1/2" =1' A LEACHATE PRETREATMENT FACILITIES LEACHATE LAGOON DETAILS EL 138 90' BEND GALVANIZED AFTER FABRICATION SHEET NO. CONCRETE VAULT BY UTILITY VAULT CO. NO. 507LA W /6" RISER OR EQUAL 4' PVC DRAIN CONNECT TO EXISTING DRAIN FROM EXISTING VAULTS FOR DISCHARGE TO PUMP STATION. 2'9 "x2'9" SPRING ASSISTED STEEL COVER AND FRAME 4MTH RECESSED LIFT HANDLE, H2O WHEEL LOAD, HOT DIPPED GALV. AFTER FABRICATION STEEL LADDER HOT DIPPED GALV AFTER FABRICA TION TO COMPLY WITH WISHA /OSHA SIDS FASTEN TO VAULT 6" MAGNETIC FLOW METER EXIST. EL 129.0 rF CONTRACTOR TO VERIFY FOR FABRICATION OF VAULT 12' MIN. GRAVEL BACKFILL No. 1 1 1 1. I NO OWNER PROVIDED EQUIP MAGNETIC FLOW METER VAULT DETAIL 1/2•=1.0• A ONE BY 1 1 1 1 1 I9 -18 -92 CND 4'8' PLAN ELEVATION DESIGNED DRANK I CHECKED CHD c.1w CHD ELEV. 134.5 6'x1•0• HOPE SPOOL FxF (2 PLACES) 6' FLANGED COUPUNG ADAPTER ■PPRO4ED SCALE DALE EXIST. 6' PIPE AS SHOWN AUGUST,1992 1 1 W POLY TUBING V4" NPT x 1 ,4" TUBE1 1" x REDUCER 1/2" SUP x THREAD CONNECTOR 1/2" GALV. STEEL SUPPORT BRACKET 3'i PVC CONDUIT 1" PVC CONDUIT FIBERGLASS UNISTRUT TUBE SUPPORT 6' -0' ON CENTER CUT 1" DEEP NOTCH EXISTING 6° HDPE FM- EXISTING METER VAULT <.Y EXISTING 6: HDPE FM I.E. 144.5 111 CONTRACTOR VERIFY MH COVER F7. 177.5 BUBBLER LEVEL CONTROL- MANHOLE NO.4 DETAIL 1 p NO SCALE A k EXISTING 4 PVC PLAN ELEVATION 5700 1O••• an. 202 ID:FIRES 9 -21 -931 -Dmi .Y: Lti EL. 136 0 TO BUBBLER CONTROL PANEL EXISTING METER VAULT EXISTING 6" HDPE EXISTING FLOW METER EXISTING ',1 FLOWMETER EL. 142.50 METER VAULT EXISTING LEACHATE PUMP STATION NO.1 RELAY DISCHARGE LINE TO FLOOD METER DETAIL 1 NOT TO SCALE D Parametrlx. inc. PAM Wm Dm um %now. ~MM. 94701) q �4Ma.MMee 118 0.11 200- 4111-9110 Z00-061-5125 YObd7Y l6ED Pa 117218 11-11 5W-0DO -SN4 OOO- 524 -00., 36" MIN. REGRADE EXISTING GROUND IF NECESSARY 11M 0•d0 SM•1. sw 1•00 Heyday 11o46 96813 RELAY EXISTING 6 HOPE TD PROVIDE FULL FLOW IN METER 2 -6" 45' BENDS EXISTING 6' HOPE PRQEGT 6IAYE JOB NO. a 2 2'9 "x2'9 SPRING ASSISTED STEEL COVER AND FRAME WITH RECESSED LIFT HANDLE, "'�0 H2O WHEEL LOAO, HOT DIPPED GALV. AFTER FABRICATION 12 "x8" TEE ALL FLANGE 8- HOPE J 9=4,20 I I. E. 133.31 EXIST. 12" HDPE CONTRACTOR TO VERIFY 12' MIN. GRAVEL BACKFILL EL 133.5 EL. 138.5;1 LANDFILL EXPANSION IMPROVEMENTS' CITY OF PORT ANGELES 21- 2191 -01 I °RAVING ND. 21910124 PLAN 4'8" ELEVATION MOTOR ACTUATED VALVE VAULT INSTALLATION DETAIL 11 1/2 "_1'0' A CONCRETE THRUST BLOCK 12 HOPE SPOOL (2 PLACES) 12' FLEXIBLE COUPLING (2 PLACES) EXIST. 12" HDPE CONCRETE VAULT BY UTILITY VAULT CO. NO. 507LA OR EQUAL STEEL LADDER HOT DIPPED GALV. AFTER FABRICATION TO COMPLY WITH WISHA /OSHA SIDS FASTEN TO VAULT 8' PLUG VALVE MOTOR OPERATOR (BY OWNER) 6 FLANGED COUPUNG ADAPTER S °0. 8' HOPE 8 -9' FABRICATED BEND 8- FLEXIBLE COUPUNG (2 PLACES) WALL FLANGE (2 PLACES) LEACHATE PRETREATMENT FACILITIES LEACHATE LAGOON DETAILS SKEET N4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PUMP STATION 2/4 CP PNL P2 CNT 7,9,10 (REPLACE THE 15/3 RETURN TO OWNER) 1 POWER CONTROL PANEL #3 30A, 480V, 30, 3W, 14,000 AIC_ OC MOTOR OPERATED VALVE ONE -LINE DIAGRAM N.T.S. DRY XSFR. I/I I/I FLUORESCENT LIGHT POWER CONTROL PANEL INTERNAL ELEVATIONS N.T.S. (OUTER h INNER O0.06URE DOORS NOT SHORN) LEACHATE MN NO.4 BUBBLER TSTA P FR CR MAIN DISC. BRIMS. 2.5 GALLON COMPRESSED AIR STORAGE TANK /1TT DRY TRANSFORMER T ry'� 400V- 120 /240VAc I 3KVA, 14, 3W is 0 2 FV OC CPT VAL FV cc �A C82 C83 C84 CBs C136 C87 C88 C89 KLA TEO RJC LEVEL CONTROLS RECORDER FLOSAETER SYSTEM %RIF SPARE LIGHT, HEATER, TSTAT LEACHATE SAMPLER SPARE DRAIN(` AossoWD oak CONDUIT SCHEDULE: NONE L� September 1992 3/10 1#10G 4#14 3/4 C, 3#12 1#12G 1 C, 16/14 1#12G 1/2'C. 1#8G 3/4 "C, 2/12 1 #12G 2TSP/16 1 PVC, 1/4' POLY BUBBLER TUBE 3/4 C, 2012 1#12G EXISTING 2'C, 3/2/0 1/6 G 3/4 "C, 2#12 1#12 G 3/4 "C, TSP/16 CLOSE VALVE (CV) OPEN VALVE (0V) OPEN LOCAL osir LO� AUTO OPEN I CL CONTROL POSER ON SIGNAL ALARM MODULE S Z S Li Vu INDICATOR 4-20mA 11 4 4 24 Vde 120VAC C88 I SAMPLER FLOW L DATA LOGGER TSTAT MOTOR OPERATED VALVE STOP OT PFR-CR 12W SEALER 3 Z �J CV MOV AUTO CLOSE OAS CAS CA.SNZ E CINSERJNR PA Mt 7 R OMR, nNU 406-s OV MOV AUTO OPEN ParametrIx- Inc. 1 C87 1 o— 6-- --0 FLUORESCENT LIGHT Pr 00.6 AO 0.606 NON 1}1 BUBBLER SYS. POSER PAD NPHM- x711 /0P-M-6104 120V DG) 150W /VVV LAGOON /1 HIGH LEVEL SW. C82 o RECORDER' .1� Y I TOTALIZER PULSE OUTPUT C84 L .i. CONTROL INSTR. WIRING DIAGRAM N.T.S. coupnER r VALVE CoIMTER MOTOR OPERATED VALVE CONTROL WIRING N. T. S. AM 7-0 10[10. bee 0-6 PP's 0= 67110 VALVE OPEN VALVE CLOSED OPEN VALVE CLOSE VALVE MOV SELECTOR SWITCH IN REMOTE/ POWER ON CP3 COWb1 ALARM l BUBBLER 1 PER 1 MOV WORM. T FAIL T CR T FAIL ALARM 3 PPP.PNL j TO CENTRAL CRHL ALARM PANEL T LAGOON /1 HIGH LEVEL ALARM PWp6► NNW SYMBOL DESCRIPTION I 88 CITE Cal am 0 cap cfm FLEX CONDUIT CONDUIT EXPOSED CONDUIT UNDERGROUND CONDUIT UP 3 CONDUIT DOWN TO BE REMOVED CONDUCTORS NOT COMECTED. CONDUCTORS cotexECTED. HoMERLJNN 2/12 k 1/12 C (UNLESS 01NERWISE SHOWN) 5C REC 2P ABBREVIATIONS BR/0R BREAKER C CONDUIT (CRS) CAS CLOSE AUXILIARY SWITCH CC CLOSE COIL COMP COMPRESSOR CT/LS CLOSE TORQUE LIMIT SWITCH DISC DISCONNECT E EXISTING FV FULL VOLTAGE STARTER G CND GROUND CRS GALVANIZED RIGID STEEL (CONDUIT) HP HORSE POWER H1R HEATER NOV MOTOR OPERATED VALVE OAS OPEN AUXILIARY SWITCH OC OPEN COIL OL OVERLOAD. RELAY 0T/IS OPEN TORQUE LIMIT SWITCH PFR PHASE FAILURE RELAY PS PRESSURE SWITCH, POWER SUPPLY RTM RUN TIME METER T -STAT THERMOSTAT WP WEATHER PROOF XFMR TRANSFORMER W EXPLOSION PROW' XT1111 TRANSMITTER CONTRACT #2B LANDFILL EXPANSION IMPROVEMENT CITY OF PORT ANGELES 'ea 92083 I °R MO. 92083E01 ®mm NAMEPLATE SCHEDULE 1. MAIN DISCONNECT 2. CONTROL POWER ON 3. OPEN 4. FAIL 5. CLOSED 6. CONTROL VALVE 7. OPEN AUTO -CLOSE (3 -POS. CONTROL SW.) 8. MOV REMOTE CONTROL POWER 9. RUN TIME HOURS 10. EFFLUENT FLOW GALS. x100 11. TOTAL FLOW GALS. x1000 12. LAGOON /1 HIGH LEVEL 13. LAGOON #2 LEVEL (FEET) POWER 3 CONTROL PANEL FRONT N.T.S. CR IN FLOOR SLAB. C DO FI SC REC ELEVATION SYMBOL DESCRIPTION ❑HH 10 0 0 HpA PORT ANGELES LEACHATE MOTOR STARTER FLOAT SWITCH PRESSURE SWITCH 0 SEC) TIME DELAY. ON DELAY (DELAY TIME) O SEC) t TIME DELAY. OFF DELAY (DELAY TIRED TERMINAL POINT REHOTE DEVICE TERMINAL POINT 0O41ROL PANEL ABBREVIATIONS TOTALIZER /COUNTER 0008 OPERATOR FLOW INDICATOR 2 -PEN STRIP CHART REC. SYMBOLS LEGEND ONE —LINE DIAGRAM GROUND GROUND ROD HANDHCLE WITH DESIGNATION. FLUORESCENT LIMIT TRANSFORMER LE1ETt A ARP V-VOLT SEAL FITTING THERMOSTAT JUNCTION BOX FUSE (NUMBER INDICATES AMPS) MOTOR NUMBER INDICATES HORSEPOWER) OISCOMECT SWITCH NON FUSED. NUMBER (90) (NUMBER INDICATES AMPERAGE RATING.) FULL VOLTAGE STARTER SWITCH SINGLE POLE RECEPTACLE (DUPLEX) NORMALLY OPEN CONTACT NORMALLY CLOSED CONTACT THERMAL OVERLOAD RELAY CIRCJIT BREAKER RATING/NO. OF POLES THERMAL CIRCUIT BREAKER TRIP. THERMOSTAT CONTRA RELAY INDICATING LIGHT: G ■GREEN R•RED A ■AMBER 9 WORM SELECTOR SWITCH: HARD -OFF -AUTO AS-AP SW. VS -MOLT SWITCH TWISTED SNIEIDED PAIR 1 11 L I M RT NO.