REQUEST FOR BIDS SMALL PUBLIC WORKS PROJECT Bids are due by 11 AM, Wednesday, October 7th, 2020 Prevailing Wages Are Required To Be Paid Please examine the enclosed sample contract documents and contract specifications carefully so that you will be familiar with the requirements of the Small Public Works Contract. PROJECT TITLE: CIP 20-02, Sumner Viewpoint Booster Pump Station Electrical Upgrades Description of Work Procurement and installation of a diesel standby power generator and motor control center along with other upgrades at the Sumner Viewpoint Booster Pump Station. The work is further described in the Exhibits, Plans, and Specifications attached to this Request for Bids. All work shall be completed in conformance with the 2020 WSDOT Standard Specifications for Road, Bridge and Municipal Construction and the City of Sumner Development Specifications and Standard Details. Project Location Locations are shown on the attached maps. The project is located within the City of Sumner. Site Visit A pre-bid site visit is planned for September 30th at 11am. Masks are required of participants and social distancing protocols will be followed. Engineer’s Estimate The engineer’s estimate is between $250,000 and $275,000. Addenda Bidders are responsible to check the City of Sumner website at http://sumnerwa.gov/ for the issuance of any addenda prior to submitting a bid. Bid Submittal Bids must be submitted on the enclosed Proposal and be completed in the itemized format for each item of work and material required to produce the finished product(s). Bids must be emailed Jason Van Gilder, Associate City Engineer, at [email protected] no later than the bid date and time listed above. A formal bid opening will not be held. Upon selection of a contractor, a summary of all bids received for this project will be available on the City of Sumner website at http://sumnerwa.gov/

Page 1 of 4

Prevailing Wages This project is subject to all provisions of RCW 39.12. A copy of the applicable prevailing wage schedule will be furnished upon request or can be obtained at Labor and Industries website at http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/. No payment shall be issued until the City receives a “Statement of Intent to Pay Prevailing Wages” form, approved by the State Department of Labor and Industries from the Contractor and every Subcontractor performing work on the site. No release of retainage will be made until 45 days the City receives an “Affidavit of Wages Paid” from all contractors performing work on the site; receipt of releases from the Department of Revenue, Department of Labor & Industries, and the Employment Security Department; and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. Industrial Insurance (Workers Comp) All Contractors and Subcontractors are required to pay industrial insurance for all employees involved in the performance of the work described herein. Failure to pay will be a breach and justify a demand on the contract bond. This obligation survives final acceptance. Industrial Insurance rates may be found on the web at http://www.lni.wa.gov/ClaimsIns/Insurance/RatesRisk/default.asp. Insurance Contractor shall procure and keep in during the term of this contract Commercial General Liability insurance on an occurrence basis in an amount not less than $1,000,000 per occurrence and at least $2,000,000 in the annual aggregate, including but not limited to premises/operations (including off-site operations), blanket contractual liability and broad form property damage. Prior to the Contractor performing any work under this contract, Contractor shall provide the City with a Certificate of Insurance evidencing the insurance required and, by endorsement to Contractor’s liability policy(ies), naming the City of Sumner, its officers, employees and agents as Additional Insureds. The Contractor agrees to repair and replace all property of the City and all property of others damaged by itself, its employees, and subcontractors, and agents. It is understood that the whole of the work under this contract is to be done at the Contractor’s risk and that he has familiarized itself with the conditions of excavation, backfill, materials, climatic conditions, and other contingencies likely to affect the work and has made its bid accordingly and that he is to assume the responsibility and risk of all loss or damage to materials or work which may arise from any cause whatsoever prior to completion. City of Sumner Business License A City of Sumner Business License is required from the Contractor and all Subcontractors prior to performing work in the City of Sumner. You may obtain an application by visiting our website at: http://sumnerwa.gov/living/business/license/. Bid Award In addition to the quoted price, the contract for this project will be awarded to the lowest responsible bidder based on the bidder’s ability, capacity and skill to perform the required work within the specified time, the quality of the bidder’s performance of previous contracts or services and the bidder’s compliance with laws relating to the contracts or services.

Page 2 of 4

The City of Sumner shall issue a contract to the successful bidder. Work may proceed when the following conditions have been met: • The contract has been fully executed by both parties • A Certificate of Insurance together with a CG2010 endorsement of equivalent has been found acceptable by the City Attorney • A Contract Bond has been executed • A Statement of Intent to Pay Prevailing Wages, approved by the State Department of Labor and Industries has been received from the Contractor and each and every Subcontractor • A City of Sumner Business License has been submitted by the contractor and each subcontractor providing labor at the project site. The City of Sumner reserves the right to reject any or all bids, waive technicalities or irregularities and to accept any bid if such action is believed to be in the best interest of the City. Retainage Pursuant to RCW 60.28, a sum of five percent (5%) of the monies earned by the Contractor will be retained. No release of retainage will be made until 45 days the City receives an “Affidavit of Wages Paid” from all contractors performing work on the site; receipt of releases from the Department of Revenue, Department of Labor & Industries, and the Employment Security Department; and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. Performance & Payment Bond Pursuant to RCW 39.08.010, a performance & payment bond shall be required for this project. Payment Schedule Payment shall be made according to the payment schedule contained in Exhibit A. No release of retainage will be made until 45 days the City receives an “Affidavit of Wages Paid” from all contractors performing work on the site; receipt of releases from the Department of Revenue, Department of Labor & Industries, and the Employment Security Department; and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. Time of Completion Work shall start ten (10) calendar days after execution of the contract and the issuance of a Notice to Proceed. The contractor shall have twelve (12) weeks from the start of the work for the approval of submittals and the procurement of equipment and materials. Physical work at the site shall start within thirteen (13) weeks from the start of work and be limited to no more than fifteen (15) consecutive working days. Contact Person Jason Van Gilder, Associate City Engineer at 253-299-5703 or [email protected].

Page 3 of 4

Attachments • Bid Submittal Sheet • Certificate of Compliance • Example “Public Works Small Works Roster Contract” • Exhibit A • Washington State Prevailing Wage Rates effective 9/2/2020. • Technical Specifications prepared by Follet Engineering, PLLC consisting of the following sections:16010, 16011, 16145, 16200, and 16921 • Drawings set entitled “City of Sumner View Point Water System” dated 9/16/2020 prepared by Follett Engineering, PLLC consisting of sheets E1 through E12.

Page 4 of 4

BID SUBMITTAL SHEET SMALL PUBLIC WORKS PROJECT

CIP 20-02 Sumner Viewpoint Booster Pump Station Electrical Upgrades

Submitted by:

I certify under penalty of perjury under the laws of the State of Washington that I am the official authorized to submit this quote on behalf of:

FIRM NAME

Address

Phone Number Fax Number

Authorized Official Title (Please Print Name)

Signature Date

By my signature above, I acknowledge and agree to the conditions set forth in the Request for Bids.

Contractor’s State License Number Expiration Date Contractor’s State Tax Registration Number (UBI) Federal Tax ID Number City of Sumner Business License Number (not needed at bid time)

The bid items and descriptions shall be per “Proposal” attached with this document. The Proposal must be filled out in its entirety for the bid to be considered valid.

Addenda By my signature above, I acknowledge that Addenda Numbers _____ through _____ have been received, examined, and taken into account as part of the Bid.

Bid Schedule CIP 20-02 – Sumner Viewpoint Booster Pump Station Electrical Upgrades Price Per Item Item Description Bid Total Amount Unit Unit No. Quantity (Dollars) (Dollars) Sumner Viewpoint Booster Pump 1 1 LS Station Electrical Upgrades – Complete Price Per Unit in Words:

Bid Subtotal before WSST: ______

WSST 9.3% of Bid Subtotal ______

Total Bid inclusive of WSST ______

Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date of ______, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct.

Bidder’s Business Name

Signature of Authorized Official*

Printed Name

Title

Date City State Check One: Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐

State of Incorporation, or if not a corporation, State where business entity was formed:

If a co-partnership, give firm name under which business is transacted:

* If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Exhibit A – Bid Item Description

Sumner Viewpoint Booster Pump Station Electrical Upgrades Complete

Payment for this item shall be per lump sum. The price shall include all labor, tools, equipment, and materials to perform the work depicted in the contract documents, drawings, and specifications.

Payment* shall be made according to the following schedule: Approval of equipment and material submittals 30% Substantial completion of the project 50% Final Completion 20%

* All payments will be subject to retention on monies paid pursuant to RCW 60.28.

Sumner Viewpoint Booster Pump Station CIP 20-02 Page 1 of 1

PUBLIC WORKS SMALL WORKS ROSTER CONTRACT between City of Sumner and

[Insert Contractor's Company Name]

THIS CONTRACT is made and entered into this [Enter Day] day of [Enter Month], [Year], by and between the City of Sumner, a Washington municipal corporation (hereinafter the "City"), and [Insert Contractor's Co. Name] organized under the laws of the State of [Insert State Co. Formed Under], located and doing business at [Insert Contractor's Address, Phone Number, and Contact Person] (hereinafter the "Contractor").

CONTRACT

The parties agree as follows:

I. DESCRIPTION OF WORK. Contractor shall perform the services for the City as specifically described in Exhibit "A" Scope and Schedule of Work, attached hereto and incorporated herein by reference.

[Insert a brief description of services contractor is providing. Attach as Exhibit A a detailed Scope and Schedule of Work. All attached exhibits should be clearly referenced and identified by title and date].

a. Contractor represents that the services furnished under this Contract will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed.

b. The Contractor shall provide and furnish any and all labor, materials, tools, equipment and utility and transportation services along with all miscellaneous items necessary to perform this Contract except for the following items which will be furnished by the City:

[List and describe items to be furnished by the City]

c. All work shall be accomplished in a workmanlike manner in strict conformity with the attached plans and specifications including any and all Addenda issued by the City, City Regulations and Standards, other Contract Documents hereinafter enumerated. In addition, the work shall be in conformance with the following documents which are by reference incorporated herein and made part hereof:

(i) the Standard Specifications of the Washington State Department of Transportation (WSDOT) (current edition);

(ii) the American Public Works Association (APWA) (current edition);

(iii) the Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways (current edition);

(iv) the Standard Plans for Road, Bridge and Municipal Construction (as prepared by the WSDOT/APWA current edition);

(v) the American Water Works Association Standard (AWWA) (current edition), and;

(vi) shall perform any changes in the work in accord with the Contract Documents.

d. Any inconsistency in the parts of the Contract and the documents referenced in section I c above shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Terms and provisions of the Contract 2. Addenda, 3. Proposal Form, 4. Special Provisions, including APWA General Special Provisions, if they are included, 5. Contract Plans, 6. Amendments to the Standard Specifications, 7. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 8. Contracting Agency’s Standard Plans (if any), and 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.

II. TIME OF COMPLETION. The parties agree that work on the tasks described in Section I above and more specifically detailed in Exhibit A attached hereto will begin immediately upon execution of this Contract. Upon the effective date of this Contract, the Contractor shall complete the work described in Section I [Type either "within" or "by" depending on deadline in next form field] [Insert either a date specific or enter # of days, weeks, months, years, etc.]. If said work is not completed within the time specified, the Contractor agrees to pay the City the sum specified in Section VI - Liquidated Damages of this contract.

III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed [Insert maximum dollar amount to be paid for services. You may type out the dollar amount and place the numerical dollar amount in parentheses or you may just enter the numerical dollar amount.], plus any applicable Washington State Sales Tax, for the work and services contemplated in this Contract. If the work and services to be performed as specified in Exhibit A “Scope and Schedule of Work” is for street, place, road, highway, etc. as defined in WAC 458- 20-171, then the applicable Washington State Retail Sales Tax on this contract shall be governed by WAC 458-20-171 and its related rules for the work contemplated in this Contract. The Contractor shall invoice the City monthly. The City shall pay to the Contractor, as full consideration for the performance of the Contract, an amount equal to the unit and lump sum prices set forth in the bid. The Contractor will submit requests for Progress payments on a monthly basis and the City will make progress payment within 45 days after receipt of the Contractor’s request until the work is complete and accepted by the City. Any payment by the City shall not constitute a waiver of the City’s right to final inspection and acceptance of the project.

A. Retainage . The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor and Industries and until settlement of any liens filed under Chapter 60.28 RCW. If Contractor plans to submit a bond in lieu of the retainage specified above, the bond must be in a form acceptable to the City and submitted within 30 days upon entering into this Contract, through a bonding company meeting standards established by the City.

B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Contract; and extra work and materials furnished without the City’s written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. “Additional costs” shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. Notwithstanding the terms of this section, the City’s payment to contractor for work performed shall not be a waiver of any claims the City may have against Contractor for defective or unauthorized work.

C. Final Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR’S CLAIMS, EXCEPT THOSE PREVIOUSLY, TIMELY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED.

IV. INDEPENDENT CONTRACTOR. The parties understand and agree that Contractor is a firm skilled in matters pertaining to construction and will perform independent functions and responsibilities in the area of its particular field of expertise. Contractor and its personnel, subcontractors, agents and assigns, shall act as independent contractors and not employees of the City. As such, they have no authority to bind the City or control employees of the City, contractors, or other entities. The City’s Public Works Director or his or her designated representative shall have authority to ensure that the terms of the Contract are performed in the appropriate manner.

The Contractor acknowledges that all mandatory deductions, charges and taxes imposed by any and all federal, state, and local laws and regulations shall be the sole responsibility of the Contractor. The Contractor represents and warrants that all such deductions, charges and taxes imposed by law and/or regulations upon the Contractor are, and will remain, current. If the City is assessed, liable or responsible in any manner for those deductions, charges or taxes, the Contractor agrees to indemnify and hold the City harmless from those costs, including attorney's fees.

V. TERMINATION. The City may terminate this Contract for good cause. “Good cause” shall include, without limitation, any one or more of the following events:

A. The Contractor’s refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work.

B. The Contractor’s failure to complete the work within the time specified in this Contract.

C. The Contractor’s failure to make full and prompt payment to subcontractors or for material or labor.

D. The Contractor’s persistent disregard of federal, state or local laws, rules or regulations.

E. The Contractor’s filing for bankruptcy or becoming adjudged bankrupt.

F. The Contractor’s breach of any portion of this Contract.

If the City terminates this Contract for good cause, the Contractor shall not receive any further money due under this Contract except those amounts authorized and satisfactorily completed prior to the termination date. After termination, the City may take possession of all records and data within the Contractor’s possession pertaining to this project which may be used by the City without restriction.

VI. LIQUIDATED DAMAGES. This section of the Contract shall apply only in the event of a delay in the completion of the work within the timeframe specified in the Contract. This being a Public Works project performed for the benefit of the public, and there being a need for the completion of the project in the time specified in the Contract, City and Contractor agree that damages for delay in the performance or completion of the work are extremely difficult to ascertain. However, City and Contractor agree that due to the expenditure of public funds for the work specified in this Contract, and the need to provide the work for the benefit of the health, safety and welfare of the public, the failure to complete the work within the time specified in the Contract will result in loss and damage to City. City and Contractor agree that a delay will result in, but not be limited to, expense to the City in the form of salaries to City employees, the extended use of City equipment, delays in other portions of the project on which Contractor is working, increased cost to the City for the project, delays in other projects planned by City, and loss of use and inconvenience to the public.

Although difficult to quantify and ascertain, City and Contractor agree that the sum listed as liquidated damages represents a fair and reasonable forecast of the actual damage caused by a delay in the performance or completion of the work specified in the Contract. In addition, City and Contractor agree that the liquidated damages set forth below are intended to compensate the City for its loss and damage caused by delay. The liquidated damages are not intended to induce the performance of Contractor.

Contractor declares that it is familiar with liquidated damages provisions, and understands their intent and purpose. By signing this Contract, Contractor further declares that it understands the liquidated damages provision of this contract, that it is a product of negotiation, and that it is a fair estimation of the damage and loss that City will suffer in the event of delay.

City and Contractor further agree that the contractor shall not be charged with liquidated damages because of any delays in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of the contractor, including, but not restricted to, acts of God, or of the public enemy, acts of the Government, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of subcontractors due to such causes.

City and Contractor agree that for each day beyond the completion date specified in the Contract that the project is not completed, the sum of $[enter amount (compute the amount to be entered using the following formula: 0.15xoriginal contract amount divided by original time for completion. Delete these instructions after entering computed amount)] shall be deducted from the amount to be paid Contractor and shall be retained by City as damages.

In the event that the Contract is terminated by City for cause pursuant to the general conditions of the contract, this liquidated damages section shall apply, but only to the extent that the contract is delayed. In addition to liquidated damages, City shall be permitted to recover from

Contractor the cost of completion of the work if the cost of completion exceeds the original sum of money agreed upon.

VII. PREVAILING WAGES. Contractor shall file a “Statement of Intent to Pay Prevailing Wages,” with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Statement of Intent to Pay Prevailing Wages,” shall include Contractor’s registration certificate number and the prevailing rate of wage for each classification of workers entitled to prevailing wages under RCW 39.12.020, and the estimated number of workers in each classification.

For small public works projects under $2,500 inclusive of tax, the City may permit the Contractor to submit a combined Intent to Pay and Affidavit of Wages Paid form (the “Combined Form”). The Combined Form does not have a corresponding form/filing fee. Before commencing work on the Contract, the Contractor is required to request the use of the Combined Form. If the City authorizes the Contractor to utilize the Combined Form process, the Contractor shall obtain the pre-approved L&I Combined Form directly from the City. Contractor shall complete and submit the Combined Form to the City together with its final invoice at the completion of the Contract work. Upon receipt, the City will review and approve the form before causing it to be filed with L&I within thirty (30) days of receipt from the Contractor.

Irrespective of the above process, Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries must be submitted to the City by Contractor. It shall be the responsibility of Contractor to require all subcontractors to comply with Chapter 39.12 RCW and this section of the Contract.

VIII. HOURS OF LABOR. Contractor shall comply with the “hours of labor” requirements and limitations as set forth in Chapter 49.28 RCW. It shall be the responsibility of Contractor to require all subcontractors to comply with the provisions of Chapter 49.28 RCW and this section of the Contract. The Contractor shall pay all reasonable costs (such as over-time of crews) incurred by the City as a result of work beyond eight (8) hours per day or forty (40) hours per week. Additional hours beyond a forty (40)-hour workweek will be pro-rated against contractual workdays.

IX. COMPLIANCE WITH WAGE, HOUR, SAFETY, AND HEALTH LAWS. The Contractor shall comply with the rules and regulations of the Fair Labor Standards Act, 294 U.S.C. 201 et seq, the Occupational Safety and Health Act of 1970, 29 U.S.C. 651, et seq, the Washington Industrial Safety and Health Act, Chapter 49.17 RCW, and any other state or federal laws applicable to wage, hours, safety, or health standards.

X. DAYS AND TIME OF WORK. The working hours for this project will be limited to Monday through Friday from 7:00 a.m. to 6:00 p.m. unless otherwise approved by the City.

XI. WORKER’S COMPENSATION. The Contractor shall maintain Workmen’s Compensation insurance in the amount and type required by law for all employees employed under this Contract who may come within the protection of Workmen’s Compensation Laws. In jurisdictions not providing complete Workmen’s Compensation protection, the Contractor shall maintain Employer’s Liability Insurance in the amount, form and company satisfactory to the City for the benefit of all employees not protected by Workmen’s Compensation Laws.

The Contractor shall make all payments arising from the performance of this Contract due to the State of Washington pursuant to Titles 50 and 51 of the Revised Code of Washington.

Whenever any work by the Contractor under the authority of this Contract is on or about navigable waters of the United States, Workers’ Compensation coverage shall be extended to include United States Longshoreman and harbor worker coverage. The Contractor shall provide the City with a copy of the necessary documentation prior to the start of any activity.

XII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Contract. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Contract, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below.

The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change.

VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Contract or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Contract.

At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below.

FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY.

A. Notice of Claim. Provide a signed written notice of claim that provides the following information:

1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim;

3. The provisions in this Contract that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption.

B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest.

The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest.

C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Contract.

D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination).

E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination).

IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS CONTRACT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR’S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD.

X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a two-year warranty bond in the amount of 20% of the total consideration paid to the Contractor under this Contract and in a form acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City’s acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not initiate or complete the corrective work within a reasonable time in the sole discretion of the City, the City may elect to complete the identified defect(s) and pass through any and all costs of correction to the Contractor. By signature hereon, Contractor agrees to be responsible for any and all costs expended by the City to correct identified defects in Contractor’s work within the above warranty periods.

XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Contract or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age,

sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates.

XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including attorney fees, arising out of or in connection with the Contractor's performance of this Contract, except for injuries and damages caused by the sole negligence of the City.

Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence.

IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THIS WAIVER HAS BEEN MUTUALLY NEGOTIATED BY THE PARTIES.

The provisions of this section shall survive the expiration or termination of this Contract.

The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification.

XIII. INSURANCE. The Contractor shall, at least ten (10) days prior to the commencement of work, obtain and keep in force during the term of the Contract, insurance against claims for property damage or personal injury which may arise from or in connection with the performance of the contract work by the Contractor, their agents, representatives, employees, or subcontractors as follows: No Limitation . Contractor’s maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.

2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be

named as an insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington.

4. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance

Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit.

3. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance and Builders Risk:

1. The Contractor’s insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2. The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City.

D. Contractor’s Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences.

E. Waiver of Subrogation

The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. Verification of Coverage

Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. G. Subcontractors

Contractor shall ensure that each subcontractor of every tier obtain at a minimum the same insurance coverage and limits as stated herein for the Contractor (with the exception of Builders Risk insurance). Upon request by the City, the Contractor shall provide evidence of such insurance.

XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work.

XV. BOND. Pursuant to Chapter 39.08 RCW, the Contractor shall, prior to the execution of the Contract, furnish a performance and payment bond to the City in the full amount of the bid with a surety company as surety, ensuring that the Contractor shall faithfully perform all the provisions of this Contract and pay all laborers, mechanics, and subcontractors and materialmen, and all persons who supply such Contractor or subcontractors with provisions and supplies for the carrying on of such work. Such bond shall provide that any person or persons performing such services or furnishing material to any subcontractor shall have the same right under the provisions of such bond as if such work, services or material was furnished to the original Contractor. In addition, the surety company providing such bond shall agree to be bound to the laws of the state of Washington, and subjected to the jurisdiction of the state of Washington and the Pierce County Superior Court in any proceeding to enforce the bond. This Contract shall not become effective until said bond is supplied and approved by the Engineer and filed with the City Clerk.

In the event that the Compensation called for in Section III of this Contract is less than $150,000.00, which sum shall be determined after the addition of applicable Washington State sales tax, the Contractor may, prior to the execution to this contract and in lieu of the above

mentioned bond, elect to have the City retain 10% of the contract amount for a period of either thirty (30) days after final acceptance, or until receipt of all necessary releases from the department of revenue and the department of labor and industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is later.

XVI. DEBARMENT. The Contractor must certify that it, and its subcontractors, have not been and are not currently on the Federal or the Washington State Debarment List and if the Contractor or its subcontractors become listed on the Federal or State Debarment List, the City will be notified immediately.

XVII. MISCELLANEOUS PROVISIONS.

A. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Contract, or to exercise any option conferred by this Contract in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect.

B. Resolution of Disputes and Governing Law.

1. Alternative Dispute Resolution. If a dispute arises from or relates to this Contract or the breach thereof and if the dispute cannot be resolved through direct discussions, the parties agree to endeavor first to settle the dispute in an amicable manner by mediation administered by a mediator under JAMS Alternative Dispute Resolution service rules or policies before resorting to arbitration. The mediator may be selected by agreement of the parties or through JAMS. Following mediation, or upon written Contract of the parties to waive mediation, any unresolved controversy or claim arising from or relating to this Contract or breach thereof shall be settled through arbitration which shall be conducted under JAMS rules or policies. The arbitrator may be selected by agreement of the parties or through JAMS. All fees and expenses for mediation or arbitration shall be borne by the parties equally. However, each party shall bear the expense of its own counsel, experts, witnesses, and preparation and presentation of evidence.

2. Applicable Law and Jurisdiction. This Contract shall be governed by the laws of the State of Washington. Although the agreed to and designated primary dispute resolution method as set forth above, in the event any claim, dispute or action arising from or relating to this Contract cannot be submitted to arbitration, then it shall be commenced exclusively in the Pierce County Superior Court or the United States District Court, Western District of Washington as appropriate. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Contract.

C. Written Notice. All communications regarding this Contract shall be sent to the parties at the addresses listed on the signature page of the Contract, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Contract or such other address as may be hereafter specified in writing.

D. Assignment. Any assignment of this Contract by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to

any assignment, the terms of this Contract shall continue in full force and effect and no further assignment shall be made without additional written consent.

E. Modification. No waiver, alteration, or modification of any of the provisions of this Contract shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor.

F. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Contract or accruing out of the performance of those operations.

G. Counterparts. This Contract may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Contract.

H. Business License. Contractor shall comply with the provisions of Title 5 Chapter 5.04 of the Sumner Municipal.

I. Contractor’s Employees – Employment Eligibility Requirements (E-Verify).

For contracts of $35,000 or more the Contractor and any subcontractors shall comply with E-Verify as set forth in Sumner Municipal Code Chapter 3.30. E-Verify is an Internet-based system operated by United States Citizenship and Immigration Services in partnership with the Social Security Administration. E-Verify is free to employers and is available in all 50 states. E-Verify provides an automated link to federal databases to help employers determine employment eligibility of new hires and the validity of their Social Security numbers. The Contractor shall enroll in, participate in and document use of E-Verify as a condition of the award of this contract. The Contractor shall continue participation in E-Verify throughout the course of the Contractor’s contractual relationship with the City. If the Contractor uses or employs any subcontractor in the performance of work under this contract, or any subsequent renewals, modifications or extension of this contract, the subcontractor shall register in and participate in E-Verify and certify such participation to the Contractor. Upon execution of this Contract, the Contractor shall provide proof of compliance with this section by filling out and signing the attached Certification of Compliance with Sumner’s Municipal Code 3.30 “E-Verify” attached hereto as Exhibit [Insert Exhibit number containing the Certificate]

J. Entire Contract . The written provisions and terms of this Contract, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Contract. All of the above documents are hereby made a part of this Contract. However, should any language in any of the Exhibits to this Contract conflict with any language contained in this Contract, then the order of precedence shall be in accordance with Section I c of this Contract.

K. Severability. If any one or more sections, sub-sections, or sentences of this Contract are held to be unconstitutional or invalid, that decision shall not affect the validity of the remaining portion of this Contract and the remainder shall remain in full force and effect.

L. Application of Uniform Guidance. If this contract involves the use, in whole or in part, of federal award(s), provisions (A)-(J) in Appendix II to Part 200 of the Uniform Guidance (2 CFR Ch. 11 (1-1-14 edition) are hereby incorporated, as applicable, as if fully set forth herein. See attached Exhibit C.

IN WITNESS, the parties below execute this Contract, which shall become effective on the last date entered below.

CONTRACTOR : CITY OF SUMNER:

By: By: (signature) (signature) Print Name: Print Name: William L. Pugh Its Mayor Its (Title) (Title) DATE:

DATE: By: (signature) Print Name: John Galle Its City Administrator (Title) DATE:

Attest: Approved as to form:

City Clerk City Attorney DATE: DATE:

NOTICES TO BE SENT TO: NOTICES TO BE SENT TO:

CONTRACTOR: CITY OF SUMNER:

[Insert Contact Name] [Insert Name of City Rep. to Receive Notice] [Insert Company Name] City of Sumner [Insert Address] 1104 Maple Street [Address - Continued] Sumner, WA 98390 [Insert Telephone Number] (telephone) [Insert Telephone Number] (telephone) [Insert Fax Number] (facsimile) [Insert Fax Number] (facsimile)

8/27/2020 about:blank

State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540

Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key.

Prevailing wage rates which have been published On: 8/3/2020 and will be effective from: 9/2/2020

County Trade Job Classification Wage Holiday Overtime Note Pierce Asbestos Abatement Workers Journey Level $52.39 5D 1H Pierce Boilermakers Journey Level $69.29 5N 1C Pierce Brick Mason Journey Level $60.57 7E 1N Pierce Brick Mason Pointer-Caulker-Cleaner $60.57 7E 1N Pierce Building Service Employees Janitor $20.29 5S 2F Pierce Building Service Employees Traveling Waxer / $20.39 5S 2F Shampooer Pierce Building Service Employees Window Cleaner (High Time) $27.29 5S 2F Pierce Building Service Employees Window Cleaner (Non-High $26.29 5S 2F Time) Pierce Cabinet Makers (In Shop) Journey Level $28.36 1 Pierce Carpenters Acoustical Worker $64.94 7A 4C Pierce Carpenters Carpenter $64.94 7A 4C Pierce Carpenters Carpenters on Stationary $65.07 7A 4C Tools Pierce Carpenters Creosoted Material $65.07 7A 4C Pierce Carpenters Floor Finisher $64.94 7A 4C Pierce Carpenters Floor Layer $64.94 7A 4C Pierce Carpenters Scaffold Erector $64.94 7A 4C Pierce Cement Masons Application of all $64.84 7A 4U Composition Mastic Pierce Cement Masons Application of all Epoxy $64.34 7A 4U Material Pierce Cement Masons Application of all Plastic $64.84 7A 4U Material Pierce Cement Masons Application of Sealing $64.34 7A 4U Compound Pierce Cement Masons Application of Underlayment $64.84 7A 4U Pierce Cement Masons Building General $64.34 7A 4U Pierce Cement Masons Composition or Kalman $64.84 7A 4U Floors Pierce Cement Masons Concrete Paving $64.34 7A 4U about:blank 1/18 8/27/2020 about:blank Pierce Cement Masons Curb & Gutter Machine $64.84 7A 4U Pierce Cement Masons Curb & Gutter, Sidewalks $64.34 7A 4U Pierce Cement Masons Curing Concrete $64.34 7A 4U Pierce Cement Masons Finish Colored Concrete $64.84 7A 4U Pierce Cement Masons Floor Grinding $64.84 7A 4U Pierce Cement Masons Floor Grinding/Polisher $64.34 7A 4U Pierce Cement Masons Green Concrete Saw, self- $64.84 7A 4U powered Pierce Cement Masons Grouting of all Plates $64.34 7A 4U Pierce Cement Masons Grouting of all Tilt-up Panels $64.34 7A 4U Pierce Cement Masons Gunite Nozzleman $64.84 7A 4U Pierce Cement Masons Hand Powered Grinder $64.84 7A 4U Pierce Cement Masons Journey Level $64.34 7A 4U Pierce Cement Masons Patching Concrete $64.34 7A 4U Pierce Cement Masons Pneumatic Power Tools $64.84 7A 4U Pierce Cement Masons Power Chipping & Brushing $64.84 7A 4U Pierce Cement Masons Sand Blasting Architectural $64.84 7A 4U Finish Pierce Cement Masons Screed & Rodding Machine $64.84 7A 4U Pierce Cement Masons Spackling or Skim Coat $64.34 7A 4U Concrete Pierce Cement Masons Troweling Machine Operator $64.84 7A 4U Pierce Cement Masons Troweling Machine Operator $64.84 7A 4U on Colored Slabs Pierce Cement Masons Tunnel Workers $64.84 7A 4U Pierce Divers & Tenders Bell/Vehicle or Submersible $116.80 7A 4C Operator (Not Under ) Pierce Divers & Tenders Dive Supervisor/Master $81.98 7A 4C Pierce Divers & Tenders Diver $118.80 7A 4C 8V Pierce Divers & Tenders Diver On Standby $76.98 7A 4C Pierce Divers & Tenders Diver Tender $69.91 7A 4C Pierce Divers & Tenders Manifold Operator $69.91 7A 4C Pierce Divers & Tenders Manifold Operator Mixed Gas $74.91 7A 4C Pierce Divers & Tenders Remote Operated Vehicle $69.91 7A 4C Operator/Technician Pierce Divers & Tenders Remote Operated Vehicle $65.19 7A 4C Tender Pierce Dredge Workers Assistant Engineer $70.62 5D 3F Pierce Dredge Workers Assistant Mate (Deckhand) $70.07 5D 3F Pierce Dredge Workers Boatmen $70.62 5D 3F Pierce Dredge Workers Engineer Welder $71.97 5D 3F Pierce Dredge Workers Leverman, Hydraulic $73.41 5D 3F Pierce Dredge Workers Mates $70.62 5D 3F Pierce Dredge Workers Oiler $70.07 5D 3F Pierce Drywall Applicator Journey Level $64.94 5D 1H Pierce Drywall Tapers Journey Level $65.31 5P 1E Pierce Electrical Fixture Journey Level $17.76 1 about:blank 2/18 8/27/2020 about:blank Maintenance Workers Pierce Electricians - Inside Cable Splicer $77.53 5C 1G Pierce Electricians - Inside Journey Level $72.56 5C 1G Pierce Electricians - Inside Lead Covered Cable Splicer $82.51 5C 1G Pierce Electricians - Inside Welder $77.53 5C 1G Pierce Electricians - Motor Shop Craftsman $15.37 1 Pierce Electricians - Motor Shop Journey Level $14.69 1 Pierce Electricians - Powerline Cable Splicer $82.39 5A 4D Construction Pierce Electricians - Powerline Certified Line Welder $75.64 5A 4D Construction Pierce Electricians - Powerline Groundperson $49.17 5A 4D Construction Pierce Electricians - Powerline Heavy Line Equipment $75.64 5A 4D Construction Operator Pierce Electricians - Powerline Journey Level Lineperson $75.64 5A 4D Construction Pierce Electricians - Powerline Line Equipment Operator $64.54 5A 4D Construction Pierce Electricians - Powerline Meter Installer $49.17 5A 4D 8W Construction Pierce Electricians - Powerline Pole Sprayer $75.64 5A 4D Construction Pierce Electricians - Powerline Powderperson $56.49 5A 4D Construction Pierce Electronic Technicians Journey Level $46.47 6Z 1B Pierce Elevator Constructors Mechanic $97.31 7D 4A Pierce Elevator Constructors Mechanic In Charge $105.06 7D 4A Pierce Fabricated Precast Concrete Journey Level $15.00 1 Products Pierce Fence Erectors Fence Erector $43.11 7A 4V 8Y Pierce Fence Erectors Fence Laborer $43.11 7A 4V 8Y Pierce Flaggers Journey Level $43.11 7A 4V 8Y Pierce Glaziers Journey Level $69.26 7L 1Y Pierce Heat & Frost Insulators And Journeyman $79.43 5J 4H Asbestos Workers Pierce Heating Equipment Journey Level $89.61 7F 1E Mechanics Pierce Hod Carriers & Mason Journey Level $52.44 7A 4V 8Y Tenders Pierce Industrial Power Vacuum Journey Level $13.50 1 Cleaner Pierce Inland Boatmen Boat Operator $61.41 5B 1K Pierce Inland Boatmen Cook $56.48 5B 1K Pierce Inland Boatmen Deckhand $57.48 5B 1K Pierce Inland Boatmen Deckhand Engineer $58.81 5B 1K Pierce Inland Boatmen Launch Operator $58.89 5B 1K Pierce Inland Boatmen Mate $57.31 5B 1K Pierce Inspection/Cleaning/Sealing Cleaner Operator, Foamer $13.50 1 Of Sewer & Water Systems Operator about:blank 3/18 8/27/2020 about:blank By Remote Control Pierce Inspection/Cleaning/Sealing Grout Truck Operator $13.50 1 Of Sewer & Water Systems By Remote Control Pierce Inspection/Cleaning/Sealing Head Operator $13.50 1 Of Sewer & Water Systems By Remote Control Pierce Inspection/Cleaning/Sealing Technician $13.50 1 Of Sewer & Water Systems By Remote Control Pierce Inspection/Cleaning/Sealing Tv Truck Operator $13.50 1 Of Sewer & Water Systems By Remote Control Pierce Insulation Applicators Journey Level $64.94 7A 4C Pierce Ironworkers Journeyman $75.23 7N 1O Pierce Laborers Air, Gas Or Electric Vibrating $50.86 7A 4V 8Y Screed Pierce Laborers Airtrac Drill Operator $52.44 7A 4V 8Y Pierce Laborers Ballast Regular Machine $50.86 7A 4V 8Y Pierce Laborers Batch Weighman $43.11 7A 4V 8Y Pierce Laborers Brick Pavers $50.86 7A 4V 8Y Pierce Laborers Brush Cutter $50.86 7A 4V 8Y Pierce Laborers Brush Hog Feeder $50.86 7A 4V 8Y Pierce Laborers Burner $50.86 7A 4V 8Y Pierce Laborers Caisson Worker $52.44 7A 4V 8Y Pierce Laborers Carpenter Tender $50.86 7A 4V 8Y Pierce Laborers Cement Dumper-paving $51.80 7A 4V 8Y Pierce Laborers Cement Finisher Tender $50.86 7A 4V 8Y Pierce Laborers Change House Or Dry Shack $50.86 7A 4V 8Y Pierce Laborers Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y Over) Pierce Laborers Chipping Gun (Under 30 $50.86 7A 4V 8Y Lbs.) Pierce Laborers Choker Setter $50.86 7A 4V 8Y Pierce Laborers Chuck Tender $50.86 7A 4V 8Y Pierce Laborers Clary Power Spreader $51.80 7A 4V 8Y Pierce Laborers Clean-up Laborer $50.86 7A 4V 8Y Pierce Laborers Concrete Dumper/Chute $51.80 7A 4V 8Y Operator Pierce Laborers Concrete Form Stripper $50.86 7A 4V 8Y Pierce Laborers Concrete Placement Crew $51.80 7A 4V 8Y Pierce Laborers Concrete Saw Operator/Core $51.80 7A 4V 8Y Driller Pierce Laborers Crusher Feeder $43.11 7A 4V 8Y Pierce Laborers Curing Laborer $50.86 7A 4V 8Y Pierce Laborers Demolition: Wrecking & $50.86 7A 4V 8Y Moving (Incl. Charred Material) Pierce Laborers Ditch Digger $50.86 7A 4V 8Y Pierce Laborers Diver $52.44 7A 4V 8Y about:blank 4/18 8/27/2020 about:blank Pierce Laborers Drill Operator (Hydraulic, $51.80 7A 4V 8Y Diamond) Pierce Laborers Dry Stack Walls $50.86 7A 4V 8Y Pierce Laborers Dump Person $50.86 7A 4V 8Y Pierce Laborers Epoxy Technician $50.86 7A 4V 8Y Pierce Laborers Erosion Control Worker $50.86 7A 4V 8Y Pierce Laborers Faller & Bucker Chain Saw $51.80 7A 4V 8Y Pierce Laborers Fine Graders $50.86 7A 4V 8Y Pierce Laborers Firewatch $43.11 7A 4V 8Y Pierce Laborers Form Setter $50.86 7A 4V 8Y Pierce Laborers Gabian Basket Builders $50.86 7A 4V 8Y Pierce Laborers General Laborer $50.86 7A 4V 8Y Pierce Laborers Grade Checker & Transit $52.44 7A 4V 8Y Person Pierce Laborers Grinders $50.86 7A 4V 8Y Pierce Laborers Grout Machine Tender $50.86 7A 4V 8Y Pierce Laborers Groutmen (Pressure) $51.80 7A 4V 8Y Including Post Tension Beams Pierce Laborers Guardrail Erector $50.86 7A 4V 8Y Pierce Laborers Hazardous Waste Worker $52.44 7A 4V 8Y (Level A) Pierce Laborers Hazardous Waste Worker $51.80 7A 4V 8Y (Level B) Pierce Laborers Hazardous Waste Worker $50.86 7A 4V 8Y (Level C) Pierce Laborers High Scaler $52.44 7A 4V 8Y Pierce Laborers Jackhammer $51.80 7A 4V 8Y Pierce Laborers Laserbeam Operator $51.80 7A 4V 8Y Pierce Laborers Maintenance Person $50.86 7A 4V 8Y Pierce Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y Pierce Laborers Material Yard Person $50.86 7A 4V 8Y Pierce Laborers Motorman-Dinky Locomotive $51.80 7A 4V 8Y Pierce Laborers Nozzleman (Concrete Pump, $51.80 7A 4V 8Y Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) Pierce Laborers Pavement Breaker $51.80 7A 4V 8Y Pierce Laborers Pilot Car $43.11 7A 4V 8Y Pierce Laborers Pipe Layer Lead $52.44 7A 4V 8Y Pierce Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y Pierce Laborers Pipe Pot Tender $51.80 7A 4V 8Y Pierce Laborers Pipe Reliner $51.80 7A 4V 8Y Pierce Laborers Pipe Wrapper $51.80 7A 4V 8Y Pierce Laborers Pot Tender $50.86 7A 4V 8Y Pierce Laborers Powderman $52.44 7A 4V 8Y Pierce Laborers Powderman's Helper $50.86 7A 4V 8Y about:blank 5/18 8/27/2020 about:blank Pierce Laborers Power Jacks $51.80 7A 4V 8Y Pierce Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y Pierce Laborers Raker - Asphalt $52.44 7A 4V 8Y Pierce Laborers Re-timberman $52.44 7A 4V 8Y Pierce Laborers Remote Equipment Operator $51.80 7A 4V 8Y Pierce Laborers Rigger/Signal Person $51.80 7A 4V 8Y Pierce Laborers Rip Rap Person $50.86 7A 4V 8Y Pierce Laborers Rivet Buster $51.80 7A 4V 8Y Pierce Laborers Rodder $51.80 7A 4V 8Y Pierce Laborers Scaffold Erector $50.86 7A 4V 8Y Pierce Laborers Scale Person $50.86 7A 4V 8Y Pierce Laborers Sloper (Over 20") $51.80 7A 4V 8Y Pierce Laborers Sloper Sprayer $50.86 7A 4V 8Y Pierce Laborers Spreader (Concrete) $51.80 7A 4V 8Y Pierce Laborers Stake Hopper $50.86 7A 4V 8Y Pierce Laborers Stock Piler $50.86 7A 4V 8Y Pierce Laborers Swinging Stage/Boatswain $43.11 7A 4V 8Y Chair Pierce Laborers Tamper & Similar Electric, $51.80 7A 4V 8Y Air & Gas Operated Tools Pierce Laborers Tamper (Multiple & Self- $51.80 7A 4V 8Y propelled) Pierce Laborers Timber Person - Sewer $51.80 7A 4V 8Y (Lagger, Shorer & Cribber) Pierce Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y Pierce Laborers Topper $50.86 7A 4V 8Y Pierce Laborers Track Laborer $50.86 7A 4V 8Y Pierce Laborers Track Liner (Power) $51.80 7A 4V 8Y Pierce Laborers Traffic Control Laborer $46.10 7A 4V 9C Pierce Laborers Traffic Control Supervisor $48.84 7A 4V 9C Pierce Laborers Truck Spotter $50.86 7A 4V 8Y Pierce Laborers Tugger Operator $51.80 7A 4V 8Y Pierce Laborers Tunnel Work- $120.61 7A 4V 9B Worker 0-30 psi Pierce Laborers Tunnel Work-Compressed Air $125.64 7A 4V 9B Worker 30.01-44.00 psi Pierce Laborers Tunnel Work-Compressed Air $129.32 7A 4V 9B Worker 44.01-54.00 psi Pierce Laborers Tunnel Work-Compressed Air $135.02 7A 4V 9B Worker 54.01-60.00 psi Pierce Laborers Tunnel Work-Compressed Air $137.14 7A 4V 9B Worker 60.01-64.00 psi Pierce Laborers Tunnel Work-Compressed Air $142.24 7A 4V 9B Worker 64.01-68.00 psi Pierce Laborers Tunnel Work-Compressed Air $144.14 7A 4V 9B Worker 68.01-70.00 psi Pierce Laborers Tunnel Work-Compressed Air $146.14 7A 4V 9B Worker 70.01-72.00 psi Pierce Laborers Tunnel Work-Compressed Air $148.14 7A 4V 9B Worker 72.01-74.00 psi about:blank 6/18 8/27/2020 about:blank

Pierce Laborers Tunnel Work-Guage and Lock $52.54 7A 4V 8Y Tender Pierce Laborers Tunnel Work-Miner $52.54 7A 4V 8Y Pierce Laborers Vibrator $51.80 7A 4V 8Y Pierce Laborers Vinyl Seamer $50.86 7A 4V 8Y Pierce Laborers Watchman $39.18 7A 4V 8Y Pierce Laborers Welder $51.80 7A 4V 8Y Pierce Laborers Well Point Laborer $51.80 7A 4V 8Y Pierce Laborers Window Washer/Cleaner $39.18 7A 4V 8Y Pierce Laborers - Underground General Laborer & Topman $50.86 7A 4V 8Y Sewer & Water Pierce Laborers - Underground Pipe Layer $51.80 7A 4V 8Y Sewer & Water Pierce Landscape Construction Landscape $39.18 7A 4V 8Y Construction/Landscaping Or Planting Laborers Pierce Landscape Construction Landscape Operator $70.07 7A 3K 8X Pierce Landscape Maintenance Groundskeeper $17.07 1 Pierce Lathers Journey Level $64.94 5D 1H Pierce Marble Setters Journey Level $60.57 7E 1N Pierce Metal Fabrication (In Shop) Journey Level $36.54 1 Pierce Millwright Journey Level $66.44 7A 4C Pierce Modular Buildings Journey Level $13.50 1 Pierce Painters Journey Level $43.40 6Z 2B Pierce Pile Driver Crew Tender $69.91 7A 4C Pierce Pile Driver Crew Tender/Technician $69.91 7A 4C Pierce Pile Driver Hyperbaric Worker - $80.76 7A 4C Compressed Air Worker 0- 30.00 PSI Pierce Pile Driver Hyperbaric Worker - $85.76 7A 4C Compressed Air Worker 30.01 - 44.00 PSI Pierce Pile Driver Hyperbaric Worker - $89.76 7A 4C Compressed Air Worker 44.01 - 54.00 PSI Pierce Pile Driver Hyperbaric Worker - $94.76 7A 4C Compressed Air Worker 54.01 - 60.00 PSI Pierce Pile Driver Hyperbaric Worker - $97.26 7A 4C Compressed Air Worker 60.01 - 64.00 PSI Pierce Pile Driver Hyperbaric Worker - $102.26 7A 4C Compressed Air Worker 64.01 - 68.00 PSI Pierce Pile Driver Hyperbaric Worker - $104.26 7A 4C Compressed Air Worker 68.01 - 70.00 PSI Pierce Pile Driver Hyperbaric Worker - $106.26 7A 4C Compressed Air Worker 70.01 - 72.00 PSI Pierce Pile Driver Hyperbaric Worker - $108.26 7A 4C about:blank 7/18 8/27/2020 about:blank Compressed Air Worker 72.01 - 74.00 PSI Pierce Pile Driver Journey Level $65.19 7A 4C Pierce Plasterers Journey Level $61.67 7Q 1R Pierce Playground & Park Journey Level $13.50 1 Equipment Installers Pierce Plumbers & Pipefitters Journey Level $77.97 5A 1G Pierce Power Equipment Operators Asphalt Plant Operator $71.24 7A 3K 8X Pierce Power Equipment Operators Assistant Engineer $69.16 7A 3K 8P Pierce Power Equipment Operators Barrier Machine (zipper) $70.62 7A 3K 8X Pierce Power Equipment Operators Batch Plant Operator: $70.62 7A 3K 8X Concrete Pierce Power Equipment Operators Bobcat $67.02 7A 3K 8X Pierce Power Equipment Operators Brokk - Remote Demolition $67.02 7A 3K 8X Equipment Pierce Power Equipment Operators Brooms $67.02 7A 3K 8X Pierce Power Equipment Operators Bump Cutter $70.62 7A 3K 8X Pierce Power Equipment Operators Cableways $71.24 7A 3K 8X Pierce Power Equipment Operators Chipper $70.62 7A 3K 8X Pierce Power Equipment Operators $67.02 7A 3K 8X Pierce Power Equipment Operators Concrete Pump: Truck Mount $71.24 7A 3K 8X With Boom Attachment Over 42m Pierce Power Equipment Operators Concrete Finish Machine - $67.02 7A 3K 8X laser Screed Pierce Power Equipment Operators Concrete Pump - Mounted Or $70.07 7A 3K 8X Trailer High Pressure Line Pump, Pump High Pressure Pierce Power Equipment Operators Concrete Pump: Truck Mount $70.62 7A 3K 8X With Boom Attachment Up To 42m Pierce Power Equipment Operators Conveyors $70.07 7A 3K 8X Pierce Power Equipment Operators Cranes Friction: 200 tons and $75.76 7A 3K 8P over Pierce Power Equipment Operators Cranes, A-frame: 10 tons and $69.16 7A 3K 8P under Pierce Power Equipment Operators Cranes: 100 tons through 199 $74.26 7A 3K 8P tons, or 150’ of boom (including jib with attachments) Pierce Power Equipment Operators Cranes: 20 tons through 44 $72.88 7A 3K 8P tons with attachments Pierce Power Equipment Operators Cranes: 200 tons- 299 tons, $75.03 7A 3K 8P or 250’ of boom including jib with attachments Pierce Power Equipment Operators Cranes: 300 tons and over or $75.76 7A 3K 8P 300’ of boom including jib with attachments Pierce Power Equipment Operators Cranes: 45 tons through 99 $73.53 7A 3K 8P tons, under 150’ of boom(including jib with attachments) about:blank 8/18 8/27/2020 about:blank Pierce Power Equipment Operators Cranes: Friction cranes $75.03 7A 3K 8P through 199 tons Pierce Power Equipment Operators Cranes: through 19 tons with $72.32 7A 3K 8P attachments, A-frame over 10 tons Pierce Power Equipment Operators Crusher $70.62 7A 3K 8X Pierce Power Equipment Operators Deck Engineer/deck Winches $70.62 7A 3K 8X (power) Pierce Power Equipment Operators Derricks: on building work $73.53 7A 3K 8P Pierce Power Equipment Operators Dozers D-9 & Under $70.07 7A 3K 8X Pierce Power Equipment Operators Drill Oilers: Auger Type, $70.07 7A 3K 8X Truck Or Crane Mount Pierce Power Equipment Operators Drilling Machine $71.97 7A 3K 8X Pierce Power Equipment Operators Elevator and man-lift: $69.16 7A 3K 8P permanent and shaft type Pierce Power Equipment Operators Finishing Machine, Bidwell $70.62 7A 3K 8X And Gamaco & Similar Equipment Pierce Power Equipment Operators Forklift: 3000 lbs and over $72.32 7A 3K 8P with attachments Pierce Power Equipment Operators Forklift: 3000 Lbs And Over $70.07 7A 3K 8X With Attachments Pierce Power Equipment Operators Forklifts: under 3000 lbs. $69.16 7A 3K 8P with attachments Pierce Power Equipment Operators Grade Engineer: Using $70.62 7A 3K 8X Blueprints, Cut Sheets,etc. Pierce Power Equipment Operators Gradechecker/stakeman $67.02 7A 3K 8X Pierce Power Equipment Operators Guardrail punch/Auger $70.62 7A 3K 8X Pierce Power Equipment Operators Hard Tail End Dump $71.24 7A 3K 8X Articulating Off- Road Equipment 45 Yards. & Over Pierce Power Equipment Operators Hard Tail End Dump $70.62 7A 3K 8X Articulating Off-road Equipment Under 45 Yards Pierce Power Equipment Operators Horizontal/directional Drill $70.07 7A 3K 8X Locator Pierce Power Equipment Operators Horizontal/directional Drill $70.62 7A 3K 8X Operator Pierce Power Equipment Operators Hydralifts/boom trucks: 10 $69.16 7A 3K 8P tons and under Pierce Power Equipment Operators Hydralifts/boom trucks: over $72.32 7A 3K 8P 10 tons Pierce Power Equipment Operators Loader, Overhead 8 Yards. & $71.97 7A 3K 8X Over Pierce Power Equipment Operators Loader, Overhead, 6 Yards. $71.24 7A 3K 8X But Not Including 8 Yards Pierce Power Equipment Operators Loaders, Overhead Under 6 $70.62 7A 3K 8X Yards Pierce Power Equipment Operators Loaders, Plant Feed $70.62 7A 3K 8X Pierce Power Equipment Operators Loaders: Elevating Type Belt $70.07 7A 3K 8X Pierce Power Equipment Operators Locomotives, All $70.62 7A 3K 8X Pierce Power Equipment Operators Material Transfer Device $70.62 7A 3K 8X about:blank 9/18 8/27/2020 about:blank Pierce Power Equipment Operators Mechanics: all (Leadmen - $74.26 7A 3K 8P $0.50 per hour over mechanic) Pierce Power Equipment Operators Motor patrol graders $71.24 7A 3K 8X Pierce Power Equipment Operators Mucking Machine, Mole, $71.24 7A 3K 8X Tunnel Drill, Boring, Road Header And/or Shield Pierce Power Equipment Operators Oil Distributors, Blower $67.02 7A 3K 8X Distribution & Mulch Seeding Operator Pierce Power Equipment Operators Outside Hoists (elevators and $72.32 7A 3K 8P manlifts), Air Tuggers, Strato Pierce Power Equipment Operators Overhead, bridge type $72.88 7A 3K 8P Crane: 20 tons through 44 tons Pierce Power Equipment Operators Overhead, Bridge Type $70.62 7A 3K 8X Crane: 20 Tons Through 44 Tons Pierce Power Equipment Operators Overhead, bridge type: 100 $74.26 7A 3K 8P tons and over Pierce Power Equipment Operators Overhead, bridge type: 45 $73.53 7A 3K 8P tons through 99 tons Pierce Power Equipment Operators Pavement Breaker $67.02 7A 3K 8X Pierce Power Equipment Operators Pile Driver (other Than $70.62 7A 3K 8X Crane Mount) Pierce Power Equipment Operators Plant Oiler - Asphalt, $70.07 7A 3K 8X Crusher Pierce Power Equipment Operators Posthole Digger, Mechanical $67.02 7A 3K 8X Pierce Power Equipment Operators Power Plant $67.02 7A 3K 8X Pierce Power Equipment Operators Pumps - Water $67.02 7A 3K 8X Pierce Power Equipment Operators Quad 9, HD 41, D10 And $71.24 7A 3K 8X Over Pierce Power Equipment Operators Quick Tower: no cab, under $69.16 7A 3K 8P 100 feet in height based to boom Pierce Power Equipment Operators Remote Control Operator On $71.24 7A 3K 8X Rubber Tired Earth Moving Equipment Pierce Power Equipment Operators Rigger and Bellman $69.16 7A 3K 8P Pierce Power Equipment Operators Rigger/Signal Person, $72.32 7A 3K 8P Bellman(Certified) Pierce Power Equipment Operators Rollagon $71.24 7A 3K 8X Pierce Power Equipment Operators Roller, Other Than Plant Mix $67.02 7A 3K 8X Pierce Power Equipment Operators Roller, Plant Mix Or Multi-lift $70.07 7A 3K 8X Materials Pierce Power Equipment Operators Roto-mill, Roto-grinder $70.62 7A 3K 8X Pierce Power Equipment Operators Saws - Concrete $70.07 7A 3K 8X Pierce Power Equipment Operators Scraper, Self Propelled Under $70.62 7A 3K 8X 45 Yards Pierce Power Equipment Operators Scrapers - Concrete & Carry $70.07 7A 3K 8X All Pierce Power Equipment Operators Scrapers, Self-propelled: 45 $71.24 7A 3K 8X about:blank 10/18 8/27/2020 about:blank Yards And Over Pierce Power Equipment Operators Service Engineers: $72.32 7A 3K 8P equipment Pierce Power Equipment Operators Shotcrete/gunite Equipment $67.02 7A 3K 8X Pierce Power Equipment Operators Shovel, Excavator, Backhoe, $70.07 7A 3K 8X Tractors Under 15 Metric Tons Pierce Power Equipment Operators Shovel, Excavator, Backhoe: $71.24 7A 3K 8X Over 30 Metric Tons To 50 Metric Tons Pierce Power Equipment Operators Shovel, Excavator, Backhoes, $70.62 7A 3K 8X Tractors: 15 To 30 Metric Tons Pierce Power Equipment Operators Shovel, Excavator, Backhoes: $71.97 7A 3K 8X Over 50 Metric Tons To 90 Metric Tons Pierce Power Equipment Operators Shovel, Excavator, Backhoes: $72.69 7A 3K 8X Over 90 Metric Tons Pierce Power Equipment Operators Slipform Pavers $71.24 7A 3K 8X Pierce Power Equipment Operators Spreader, Topsider & $71.24 7A 3K 8X Screedman Pierce Power Equipment Operators Subgrader Trimmer $70.62 7A 3K 8X Pierce Power Equipment Operators Tower Bucket Elevators $70.07 7A 3K 8X Pierce Power Equipment Operators Tower Crane: over 175’ $75.03 7A 3K 8P through 250’ in height, base to boom Pierce Power Equipment Operators Tower crane: up to 175’ in $74.26 7A 3K 8P height base to boom Pierce Power Equipment Operators Tower Cranes: over 250’ in $75.76 7A 3K 8P height from base to boom. Pierce Power Equipment Operators Transporters, All Track Or $71.24 7A 3K 8X Truck Type Pierce Power Equipment Operators Trenching Machines $70.07 7A 3K 8X Pierce Power Equipment Operators Truck Crane Oiler/Driver: $72.88 7A 3K 8P 100 tons and over Pierce Power Equipment Operators Truck crane oiler/driver: $72.32 7A 3K 8P under 100 tons Pierce Power Equipment Operators Truck Mount Portable $70.62 7A 3K 8X Conveyor Pierce Power Equipment Operators Welder $73.53 7A 3K 8P Pierce Power Equipment Operators Wheel Tractors, Farmall Type $67.02 7A 3K 8X Pierce Power Equipment Operators Yo Yo Pay Dozer $70.62 7A 3K 8X Pierce Power Equipment Operators- Asphalt Plant Operator $71.24 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Assistant Engineer $69.16 7A 3K 8P Underground Sewer & Water Pierce Power Equipment Operators- Barrier Machine (zipper) $70.62 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Batch Plant Operator: $70.62 7A 3K 8X Underground Sewer & Water Concrete Pierce Power Equipment Operators- Bobcat $67.02 7A 3K 8X Underground Sewer & Water about:blank 11/18 8/27/2020 about:blank Pierce Power Equipment Operators- Brokk - Remote Demolition $67.02 7A 3K 8X Underground Sewer & Water Equipment Pierce Power Equipment Operators- Brooms $67.02 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Bump Cutter $70.62 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Cableways $71.24 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Chipper $70.62 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Compressor $67.02 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Concrete Pump: Truck Mount $71.24 7A 3K 8X Underground Sewer & Water With Boom Attachment Over 42m Pierce Power Equipment Operators- Concrete Finish Machine - $67.02 7A 3K 8X Underground Sewer & Water laser Screed Pierce Power Equipment Operators- Concrete Pump - Mounted Or $70.07 7A 3K 8X Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure Pierce Power Equipment Operators- Concrete Pump: Truck Mount $70.62 7A 3K 8X Underground Sewer & Water With Boom Attachment Up To 42m Pierce Power Equipment Operators- Conveyors $70.07 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Cranes Friction: 200 tons and $75.76 7A 3K 8P Underground Sewer & Water over Pierce Power Equipment Operators- Cranes, A-frame: 10 tons and $69.16 7A 3K 8P Underground Sewer & Water under Pierce Power Equipment Operators- Cranes: 100 tons through 199 $74.26 7A 3K 8P Underground Sewer & Water tons, or 150’ of boom (including jib with attachments) Pierce Power Equipment Operators- Cranes: 20 tons through 44 $72.88 7A 3K 8P Underground Sewer & Water tons with attachments Pierce Power Equipment Operators- Cranes: 200 tons- 299 tons, $75.03 7A 3K 8P Underground Sewer & Water or 250’ of boom including jib with attachments Pierce Power Equipment Operators- Cranes: 300 tons and over or $75.76 7A 3K 8P Underground Sewer & Water 300’ of boom including jib with attachments Pierce Power Equipment Operators- Cranes: 45 tons through 99 $73.53 7A 3K 8P Underground Sewer & Water tons, under 150’ of boom(including jib with attachments) Pierce Power Equipment Operators- Cranes: Friction cranes $75.03 7A 3K 8P Underground Sewer & Water through 199 tons Pierce Power Equipment Operators- Cranes: through 19 tons with $72.32 7A 3K 8P Underground Sewer & Water attachments, A-frame over 10 tons Pierce Power Equipment Operators- Crusher $70.62 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Deck Engineer/deck Winches $70.62 7A 3K 8X Underground Sewer & Water (power) about:blank 12/18 8/27/2020 about:blank Pierce Power Equipment Operators- Derricks: on building work $73.53 7A 3K 8P Underground Sewer & Water Pierce Power Equipment Operators- Dozers D-9 & Under $70.07 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Drill Oilers: Auger Type, $70.07 7A 3K 8X Underground Sewer & Water Truck Or Crane Mount Pierce Power Equipment Operators- Drilling Machine $71.97 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Elevator and man-lift: $69.16 7A 3K 8P Underground Sewer & Water permanent and shaft type Pierce Power Equipment Operators- Finishing Machine, Bidwell $70.62 7A 3K 8X Underground Sewer & Water And Gamaco & Similar Equipment Pierce Power Equipment Operators- Forklift: 3000 lbs and over $72.32 7A 3K 8P Underground Sewer & Water with attachments Pierce Power Equipment Operators- Forklift: 3000 Lbs And Over $70.07 7A 3K 8X Underground Sewer & Water With Attachments Pierce Power Equipment Operators- Forklifts: under 3000 lbs. $69.16 7A 3K 8P Underground Sewer & Water with attachments Pierce Power Equipment Operators- Grade Engineer: Using $70.62 7A 3K 8X Underground Sewer & Water Blueprints, Cut Sheets,etc. Pierce Power Equipment Operators- Gradechecker/stakeman $67.02 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Guardrail punch/Auger $70.62 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Hard Tail End Dump $71.24 7A 3K 8X Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. & Over Pierce Power Equipment Operators- Hard Tail End Dump $70.62 7A 3K 8X Underground Sewer & Water Articulating Off-road Equipment Under 45 Yards Pierce Power Equipment Operators- Horizontal/directional Drill $70.07 7A 3K 8X Underground Sewer & Water Locator Pierce Power Equipment Operators- Horizontal/directional Drill $70.62 7A 3K 8X Underground Sewer & Water Operator Pierce Power Equipment Operators- Hydralifts/boom trucks: 10 $69.16 7A 3K 8P Underground Sewer & Water tons and under Pierce Power Equipment Operators- Hydralifts/boom trucks: over $72.32 7A 3K 8P Underground Sewer & Water 10 tons Pierce Power Equipment Operators- Loader, Overhead 8 Yards. & $71.97 7A 3K 8X Underground Sewer & Water Over Pierce Power Equipment Operators- Loader, Overhead, 6 Yards. $71.24 7A 3K 8X Underground Sewer & Water But Not Including 8 Yards Pierce Power Equipment Operators- Loaders, Overhead Under 6 $70.62 7A 3K 8X Underground Sewer & Water Yards Pierce Power Equipment Operators- Loaders, Plant Feed $70.62 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Loaders: Elevating Type Belt $70.07 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Locomotives, All $70.62 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Material Transfer Device $70.62 7A 3K 8X Underground Sewer & Water about:blank 13/18 8/27/2020 about:blank Pierce Power Equipment Operators- Mechanics: all (Leadmen - $74.26 7A 3K 8P Underground Sewer & Water $0.50 per hour over mechanic) Pierce Power Equipment Operators- Motor patrol graders $71.24 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Mucking Machine, Mole, $71.24 7A 3K 8X Underground Sewer & Water Tunnel Drill, Boring, Road Header And/or Shield Pierce Power Equipment Operators- Oil Distributors, Blower $67.02 7A 3K 8X Underground Sewer & Water Distribution & Mulch Seeding Operator Pierce Power Equipment Operators- Outside Hoists (elevators and $72.32 7A 3K 8P Underground Sewer & Water manlifts), Air Tuggers, Strato Pierce Power Equipment Operators- Overhead, bridge type $72.88 7A 3K 8P Underground Sewer & Water Crane: 20 tons through 44 tons Pierce Power Equipment Operators- Overhead, Bridge Type $70.62 7A 3K 8X Underground Sewer & Water Crane: 20 Tons Through 44 Tons Pierce Power Equipment Operators- Overhead, bridge type: 100 $74.26 7A 3K 8P Underground Sewer & Water tons and over Pierce Power Equipment Operators- Overhead, bridge type: 45 $73.53 7A 3K 8P Underground Sewer & Water tons through 99 tons Pierce Power Equipment Operators- Pavement Breaker $67.02 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Pile Driver (other Than $70.62 7A 3K 8X Underground Sewer & Water Crane Mount) Pierce Power Equipment Operators- Plant Oiler - Asphalt, $70.07 7A 3K 8X Underground Sewer & Water Crusher Pierce Power Equipment Operators- Posthole Digger, Mechanical $67.02 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Power Plant $67.02 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Pumps - Water $67.02 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Quad 9, HD 41, D10 And $71.24 7A 3K 8X Underground Sewer & Water Over Pierce Power Equipment Operators- Quick Tower: no cab, under $69.16 7A 3K 8P Underground Sewer & Water 100 feet in height based to boom Pierce Power Equipment Operators- Remote Control Operator On $71.24 7A 3K 8X Underground Sewer & Water Rubber Tired Earth Moving Equipment Pierce Power Equipment Operators- Rigger and Bellman $69.16 7A 3K 8P Underground Sewer & Water Pierce Power Equipment Operators- Rigger/Signal Person, $72.32 7A 3K 8P Underground Sewer & Water Bellman(Certified) Pierce Power Equipment Operators- Rollagon $71.24 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Roller, Other Than Plant Mix $67.02 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Roller, Plant Mix Or Multi-lift $70.07 7A 3K 8X Underground Sewer & Water Materials Pierce Power Equipment Operators- Roto-mill, Roto-grinder $70.62 7A 3K 8X about:blank 14/18 8/27/2020 about:blank Underground Sewer & Water Pierce Power Equipment Operators- Saws - Concrete $70.07 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Scraper, Self Propelled Under $70.62 7A 3K 8X Underground Sewer & Water 45 Yards Pierce Power Equipment Operators- Scrapers - Concrete & Carry $70.07 7A 3K 8X Underground Sewer & Water All Pierce Power Equipment Operators- Scrapers, Self-propelled: 45 $71.24 7A 3K 8X Underground Sewer & Water Yards And Over Pierce Power Equipment Operators- Service Engineers: $72.32 7A 3K 8P Underground Sewer & Water equipment Pierce Power Equipment Operators- Shotcrete/gunite Equipment $67.02 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Shovel, Excavator, Backhoe, $70.07 7A 3K 8X Underground Sewer & Water Tractors Under 15 Metric Tons Pierce Power Equipment Operators- Shovel, Excavator, Backhoe: $71.24 7A 3K 8X Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons Pierce Power Equipment Operators- Shovel, Excavator, Backhoes, $70.62 7A 3K 8X Underground Sewer & Water Tractors: 15 To 30 Metric Tons Pierce Power Equipment Operators- Shovel, Excavator, Backhoes: $71.97 7A 3K 8X Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons Pierce Power Equipment Operators- Slipform Pavers $71.24 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Spreader, Topsider & $71.24 7A 3K 8X Underground Sewer & Water Screedman Pierce Power Equipment Operators- Subgrader Trimmer $70.62 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Tower Bucket Elevators $70.07 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Tower Crane: over 175’ $75.03 7A 3K 8P Underground Sewer & Water through 250’ in height, base to boom Pierce Power Equipment Operators- Tower crane: up to 175’ in $74.26 7A 3K 8P Underground Sewer & Water height base to boom Pierce Power Equipment Operators- Tower Cranes: over 250’ in $75.76 7A 3K 8P Underground Sewer & Water height from base to boom. Pierce Power Equipment Operators- Transporters, All Track Or $71.24 7A 3K 8X Underground Sewer & Water Truck Type Pierce Power Equipment Operators- Trenching Machines $70.07 7A 3K 8X Underground Sewer & Water Pierce Power Equipment Operators- Truck Crane Oiler/Driver: $72.88 7A 3K 8P Underground Sewer & Water 100 tons and over Pierce Power Equipment Operators- Truck crane oiler/driver: $72.32 7A 3K 8P Underground Sewer & Water under 100 tons Pierce Power Equipment Operators- Truck Mount Portable $70.62 7A 3K 8X Underground Sewer & Water Conveyor Pierce Power Equipment Operators- Welder $73.53 7A 3K 8P Underground Sewer & Water Pierce Power Equipment Operators- Wheel Tractors, Farmall Type $67.02 7A 3K 8X about:blank 15/18 8/27/2020 about:blank Underground Sewer & Water Pierce Power Equipment Operators- Yo Yo Pay Dozer $70.62 7A 3K 8X Underground Sewer & Water Pierce Power Line Clearance Tree Journey Level In Charge $53.10 5A 4A Trimmers Pierce Power Line Clearance Tree Spray Person $50.40 5A 4A Trimmers Pierce Power Line Clearance Tree Tree Equipment Operator $53.10 5A 4A Trimmers Pierce Power Line Clearance Tree Tree Trimmer $47.48 5A 4A Trimmers Pierce Power Line Clearance Tree Tree Trimmer Groundperson $36.10 5A 4A Trimmers Pierce Refrigeration & Air Journey Level $77.96 5A 1G Conditioning Mechanics Pierce Residential Brick Mason Journey Level $27.02 1 Pierce Residential Carpenters Journey Level $48.17 7A 4C Pierce Residential Cement Masons Journey Level $64.34 7A 4U Pierce Residential Drywall Journey Level $48.17 7A 4C Applicators Pierce Residential Drywall Tapers Journey Level $47.73 5P 1E Pierce Residential Electricians Journey Level $34.65 1 Pierce Residential Glaziers Journey Level $45.90 7L 1H Pierce Residential Insulation Journey Level $24.16 1 Applicators Pierce Residential Laborers Journey Level $23.86 1 Pierce Residential Marble Setters Journey Level $29.29 1 Pierce Residential Painters Journey Level $29.70 1 Pierce Residential Plumbers & Journey Level $55.87 5A 1G Pipefitters Pierce Residential Refrigeration & Journey Level $45.22 5A 1G Air Conditioning Mechanics Pierce Residential Sheet Metal Journey Level (Field or Shop) $54.01 7F 1R Workers Pierce Residential Soft Floor Layers Journey Level $51.07 5A 3J Pierce Residential Sprinkler Fitters Journey Level $50.89 5C 2R (Fire Protection) Pierce Residential Stone Masons Journey Level $29.29 1 Pierce Residential Terrazzo Workers Journey Level $14.86 1 Pierce Residential Terrazzo/Tile Journey Level $21.96 1 Finishers Pierce Residential Tile Setters Journey Level $25.98 1 Pierce Roofers Journey Level $54.62 5A 2O Pierce Roofers Using Irritable Bituminous $57.62 5A 2O Materials Pierce Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1E Pierce Shipbuilding & Ship Repair New Construction $36.36 7V 1 Boilermaker Pierce Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1 Pierce Shipbuilding & Ship Repair New Construction Crane $36.36 7V 1 about:blank 16/18 8/27/2020 about:blank Operator Pierce Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1 Pierce Shipbuilding & Ship Repair New Construction Heat & $79.43 5J 4H Frost Insulator Pierce Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 Pierce Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1 Pierce Shipbuilding & Ship Repair New Construction Operating $36.36 7V 1 Engineer Pierce Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 Pierce Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1 Pierce Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 Pierce Shipbuilding & Ship Repair New Construction Sheet $36.36 7V 1 Metal Pierce Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1 Pierce Shipbuilding & Ship Repair New Construction $36.36 7V 1 Warehouse/Teamster Pierce Shipbuilding & Ship Repair New Construction Welder / $36.36 7V 1 Burner Pierce Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K Pierce Shipbuilding & Ship Repair Ship Repair Electrician $47.42 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Heat & Frost $79.43 5J 4H Insulator Pierce Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Operating $45.06 7Y 4K Engineer Pierce Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J Pierce Shipbuilding & Ship Repair Ship Repair Warehouse / $45.06 7Y 4K Teamster Pierce Sign Makers & Installers Sign Installer $26.17 1 (Electrical) Pierce Sign Makers & Installers Sign Maker $20.33 1 (Electrical) Pierce Sign Makers & Installers Sign Installer $33.43 1 (Non-Electrical) Pierce Sign Makers & Installers Sign Maker $22.79 1 (Non-Electrical) Pierce Soft Floor Layers Journey Level $51.07 5A 3J Pierce Solar Controls For Windows Journey Level $13.50 1 Pierce Sprinkler Fitters (Fire Journey Level $84.39 5C 1X Protection) Pierce Stage Rigging Mechanics Journey Level $13.50 1 (Non Structural) Pierce Stone Masons Journey Level $60.57 7E 1N about:blank 17/18 8/27/2020 about:blank Pierce Street And Parking Lot Journey Level $21.69 1 Sweeper Workers Pierce Surveyors Chain Person $68.39 7A 3K Pierce Surveyors Instrument Person $69.02 7A 3K Pierce Surveyors Party Chief $70.17 7A 3K Pierce Telecommunication Journey Level $46.47 6Z 1B Technicians Pierce Telephone Line Construction Cable Splicer $41.81 5A 2B - Outside Pierce Telephone Line Construction Hole Digger/Ground Person $23.53 5A 2B - Outside Pierce Telephone Line Construction Installer (Repairer) $40.09 5A 2B - Outside Pierce Telephone Line Construction Special Aparatus Installer I $41.81 5A 2B - Outside Pierce Telephone Line Construction Special Apparatus Installer II $40.99 5A 2B - Outside Pierce Telephone Line Construction Telephone Equipment $41.81 5A 2B - Outside Operator (Heavy) Pierce Telephone Line Construction Telephone Equipment $38.92 5A 2B - Outside Operator (Light) Pierce Telephone Line Construction Telephone Lineperson $38.92 5A 2B - Outside Pierce Telephone Line Construction Television Groundperson $22.32 5A 2B - Outside Pierce Telephone Line Construction Television $29.60 5A 2B - Outside Lineperson/Installer Pierce Telephone Line Construction Television System Technician $35.20 5A 2B - Outside Pierce Telephone Line Construction Television Technician $31.67 5A 2B - Outside Pierce Telephone Line Construction Tree Trimmer $38.92 5A 2B - Outside Pierce Terrazzo Workers Journey Level $55.71 7E 1N Pierce Tile Setters Journey Level $55.71 7E 1N Pierce Tile, Marble & Terrazzo Finisher $46.54 7E 1N Finishers Pierce Traffic Control Stripers Journey Level $49.13 7A 1K Pierce Truck Drivers Asphalt Mix Over 16 Yards $63.85 5D 4Y 8L Pierce Truck Drivers Asphalt Mix To 16 Yards $63.71 5D 4Y 8L Pierce Truck Drivers Dump Truck $63.71 5D 4Y 8L Pierce Truck Drivers Dump Truck & Trailer $63.85 5D 4Y 8L Pierce Truck Drivers Other Trucks $63.85 5D 4Y 8L Pierce Truck Drivers - Ready Mix Transit Mix $63.85 5D 4Y 8L Pierce Well Drillers & Irrigation Irrigation Pump Installer $16.09 1 Pump Installers Pierce Well Drillers & Irrigation Oiler $15.39 1 Pump Installers Pierce Well Drillers & Irrigation Well Driller $18.30 1 Pump Installers

about:blank 18/18 Sumner Vpt. ELECTRICAL GENERAL

SECTION 16010

ELECTRICAL GENERAL

PART 1 GENERAL

1.1 SCOPE: A. This section specifies general requirements for electrical work. Detailed requirements for specific electrical items are specified in other sections but are subject to the general requirements of this section. The electrical drawings and schedules included in this project manual are functional in nature and do not specify exact locations of equipment or equipment terminations.

1.2 DEFINITIONS:

A. The word "provide" shall be interpreted to mean furnish and install. B. “Owner” City of Sumner C. “Contractor” is the party who furnishes and installs all materials and equipment. This includes the Prime Contractor, Electrical Contractor, Control System Integrator, and all other Contractors and Sub Contractors. D. “Control System Integrator” also referred to as the System Integrator or Integrator or control system manufacturer is the Party that furnishes all control components including motor controls, VFDs and motor control centers and designs the detailed control wiring diagrams plus the layout and assembly of the custom control panels. E. “Control System” includes all equipment, instruments, computers and wiring for control and monitoring of all operating pumps and equipment. This includes custom control panels, motor control center, packaged control panels, and control equipment furnished with other systems and mechanical equipment. All sensing, transmitting, indicating, control and recording of all functions as specified and shown are also included in the control system. F. “System Programmer” – Provides all programming and related service – has been pre-selected for this project to be 1. QCC Quality Controls, Lynnwood WA Contact James Cross 425-778- 8280

1.3 GENERAL DESCRIPTION OF WORK: A. The Contractor shall: 1. 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

FOLLETT ENGINEERING, PLLC 16010-1 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

and components as indicated and implied by the plans and these specifications. 2. Provide identification (nameplates and wire tags) of all electrical equipment and wiring. 3. Complete the wiring to, connection to, adjustment and calibration of, testing of equipment having electric motors and/or built-in or furnished electrical components. Install electrical components that are furnished with mechanical equipment. 4. 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. 5. Provide the size, type and rating of motor control devices, equipment and wiring necessary to match the ratings of motors furnished with mechanical equipment. 6. 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 that will provide adequate cooling. 7. Provide detailed wiring diagrams showing all equipment and instrumentation connections and terminations. 8. Check electrical equipment prior to installation so that defective equipment is not installed. Acceptance testing for electrical equipment shall be performed as discussed in Section 16921. 9. Provide start-up, follow-up and training of the Owner's personnel for electrical systems. Make all corrective measures required during start- up. See specific requirements for training and start-up in other specification sections. 10. 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. 11. Provide demolition of existing equipment per specification section 16011. 12. The VFDs, control panels, and instrumentation shall be supplied through the Control System Integrator and shop tested in the integrator’s shop.

1.4 EQUIPMENT COORDINATION A. The Contractor is responsible to coordinate the equipment supplied from other manufacturers. This includes but is not limited to:

FOLLETT ENGINEERING, PLLC 16010-2 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

1. Obtaining specific information on equipment ratings and sizes and verifying the electrical components supplied meet, or match the requirements such as voltage, phase, frequency, starter types, etc. 2. Verifying the equipment supplied will fit within the space allocated. 3. Coordination of equipment and the electrical power and control requirements. Provided in all sections of the specifications and drawings. 4. Providing power and control equipment, wiring, and raceways to meet the requirements of the mechanical equipment supplied. 5. Providing all necessary control wiring and components for any special requirements from an equipment manufacturer. B. The Contractor shall verify as a minimum: 1. Correct voltage, phase and frequency 2. Size and space requirements 3. Mounting requirements 4. Correct motor starter type 5. Proper coordination with the controls and control system Integrator. C. Any discrepancies between the electrical and other equipment shall be brought to the immediate attention of the Engineer. D. The Contractor shall take precautions to minimize instrumentation or control interferences that are created by the variable frequency drives (VFD’s) or power wiring. The Contractor shall coordinate with the VFD manufacturer to provide necessary separation of conductors or shielding and/or filtering equipment as required by the VFD manufacturer. All power wiring shall be separated from instrumentation and control wiring by a minimum of 12” and 18” to any VFD power wiring.

1.5 PROJECT DESCRIPTION: A. In general the project consists of adding a generator, VFDs for the pumps and upgrading the control system at an existing pump station. B. The following statements highlight the main portion of the electrical work: 1. Demolish existing equipment at the site and re-use instrumentation and other equipment as shown on the plans. 2. Provide on-site standby generator and connect to the existing automatic transfer switch. 3. Provide VFDs for the existing pumps for conversion of single phase to 3 phase. 4. Provide a MCP – Main Control Panel with PLC for control and monitoring and alarming of all equipment. 5. Interface the existing equipment and instrumentation to the new VFDs and MCP. 6. Provide new instrumentation as shown.

FOLLETT ENGINEERING, PLLC 16010-3 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

7. Provide wire and raceways for all equipment power and control circuits. 8. Provide O&M, record drawings and training.

1.6 TEMPORARY OPERATION AND CONSTRUCTION POWER:

1.6.1 FACILITY OPERATION POWER: A. If necessary, provide temporary power service for facility operation during construction. Provide power and control systems, circuits and components, and connections for all motors and equipment that remains in operation during construction. The Contractor shall pay for all coordination with the utility and associated construction costs for temporary facility power. B. Any necessary modifications to the existing electrical system for construction power shall be coordinated and paid for by the Contractor C. The Owner shall pay for the energy costs as billed by the utility and these costs shall not be included in the Contractors bid price.

1.6.2 CONSTRUCTION POWER: A. If the existing service is adequate for facility operation and construction power, then the existing service may be used for construction power and the Owner shall pay all energy costs as billed by the utility on the existing meter. B. Any necessary modifications to the existing electrical system for construction power shall be coordinated and paid for by the Contractor.

1.7 STANDARDS AND CODES: A. Permits, licenses, approvals and other arrangements for work shall be obtained and paid for by the Contractor and included in the bid price. B. Electrical work shall be executed in strict accordance with the latest edition of the National Electrical Code and local ordinances and regulations. C. 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: 1. Underwriters' Laboratories, Inc. (UL) 2. National Electrical Manufacturers Association (NEMA) 3. Canadian Standards Association (CSA) 4. Electrical Testing Laboratories (ETL) 5. Factory Mutual (FM) 6. All applicable Washington State Codes and local City Codes. D. 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.

FOLLETT ENGINEERING, PLLC 16010-4 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

E. 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.

1.8 CONTRACT DOCUMENTS: A. 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 interference’s and by locations of electrical terminations on equipment.

1.9 REFERENCE DOCUMENTS: A. 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.

1.10 SITE FAMILIARIZATION: A. Before submitting a bid, the Electrical Contractor shall become familiar with all features of the site, which may affect the execution of the work. The Contractor shall take all field measurements necessary for the work and shall assume full responsibility for their accuracy. The Contractor shall take full responsibility for locating and avoiding all substructures. Any damage to existing equipment shall be repaired or replaced by the Contractor at a cost negotiated with the Owner.

1.11 GROUND SYSTEM A. Provide grounding and ground system per the NEC. B. Provide a minimum of one additional 10 foot x ¾” copper bonded high carbon steel ground rods or more if required by the drawings. Use pressure type connectors for underground connections and bolted type for exposed. C. Construct metallic raceways to provide a continuous ground path D. Connect all electrical equipment enclosures to the ground system. E. Nonelectrical equipment with metallic enclosures and metallic piping shall be connected to the grounding system as required by NEC. F. Ground rods shall be high carbon steel with electroplated copper coating bonded. G. Ground system shall be tested per IEEE standard 81. If greater than 2 ohms then additional ground rods shall be added and paid for as extra work H. Bond ground system to metallic piping as required by NEC. I. Bond ground system to building steel in at least one location and at other locations as shown on the drawings.

FOLLETT ENGINEERING, PLLC 16010-5 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

1.12 SUBMITTALS: A. Project data shall be submitted in accordance with the general requirements and the following: B. In the front of each submittal document, provide a list of any deviations to the contract documents: materials/products, or installation method that are different than specified. C. Submittal documents shall be submitted via E-mail in PDF format. Separate Submittal e-mails shall be provided for each spec section. All products for each spec section shall be included in a single PDF document including the cover sheet and index in one single document. Submittals shall be indexed and identified as follows: 1. Email subject line shall be “project name, EI&C submittal submittal #, spec section# - description.” 2. Cover sheet with: a) The project name and submittal # b) Contractor's and sub-contractor’s name, phone number, and email address. c) Index sheet showing each product being submitted. 3. PDF index tabs per the electrical specifications by section and paragraph or equipment name e.g. provide a minimum of one tab section for each piece of equipment in all of the PART 2 PRODUCT Sections 2.01 - 2.**. 4. Label each equipment submittal sheet with equipment name and number. Indicate location where each item of equipment submitted will be used on the job. Use equipment numbers when available. 5. Identify specific options and cross hatch out any information that is not a part of the specific information for the submitted component. D. Submittals shall include the manufacturer’s name, address, trade name, catalog model or number, nameplate data, size, layout dimensions, capacity, project specification and paragraph reference. Include other information necessary to establish contract compliance of each item proposed to furnish. E. Long lead items may be submitted separately – if pre-approved by the Engineer. F. Each item shall be clearly marked and 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 comment. G. I&C (Instrument & Control) submittals shall be provided with a Bill of Materials showing quantity, manufacturer's name, catalog number, and supplier name and phone number.

FOLLETT ENGINEERING, PLLC 16010-6 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

H. Certify on all submittals that the material being proposed conforms to the contract requirements. In the event of any variance, state specifically which portions vary and request a variance in writing. I. Certify that all furnished equipment is able to be installed in the allocated spaces by stating on each item: ”This equipment will be able to be installed in the spaces allocated” J. Shop Drawings shall be provided on 11” x 17” sheets maximum size, and shall be scaled using standard engineering or architectural scales. Wiring diagrams shall identify circuit terminals, and indicate the internal wiring for each item of equipment and the interconnection between each item of equipment. K. NOTE: submittals received that do not meet the requirements outlined above and in the individual spec sections will be returned without review. L. Contractor should anticipate in the schedule that submittals will take a minimum of 4 weeks for comments to return. M. The engineer will have a minimum of 2 weeks to review submittals and a minimum of 3 weeks to review I&C submittals.

PART 2 PRODUCTS

2.1 NAMEPLATES: A. Nameplates shall be provided on all electrical devices, (including but not limited to motor control equipment, MCC cubicles, control stations, junction boxes, panels, motors, instruments, solenoids, switches, indicating lights, meters, and all electrical equipment enclosures.) B. Nameplates shall also be provided on all electrical panel interior equipment, including but not limited to: relays, circuit breakers, power supplies, terminals, contactors, and other devices.) C. All nameplates shall include the equipment name and number (circuit number and function, if applicable). D. Nameplates of all powered equipment (including instruments, motors, control panels, HVAC, etc.) and all switches, disconnects, and receptacles shall have included on the nameplate the power source (circuit and panel number, MCP/control pnl and circuit #, or MCC and unit number, etc. ) that the equipment is fed from. E. Nameplates on light switches and receptacles shall include the panel and circuit and also include application such as outdoor lights, computer receptacle, etc. if relevant. Nameplates on switches and receptacles can be printed thermal tape. F. All motors shall have nameplates secured to the terminal box with 1/2” lettering or larger.

FOLLETT ENGINEERING, PLLC 16010-7 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

G. Nameplates shall be made of 1/16" thick machine engraved laminated phenolic having black letters not less than 3/16" high on white background or as shown on the drawings or other sections of the specifications. Nameplates on the interior of panels and on light switches and receptacles shall be White Polyester with printed thermal transfer lettering and permanent pressure sensitive acrylic; TYTON 822 or equal. H. All nameplates shall include the equipment name and number (and function, and circuit number if applicable). I. Provide warning nameplates on all panels and equipment, which contain multiple power sources. Lettering shall be white on red background. J. Provide information or warning nameplates as required by the NEC or electrical inspector for identification of service disconnects, multiple service disconnects etc K. Nameplates shall be secured to equipment with stainless steel screws/fasteners/straps. Epoxy glue may be used where fasteners are not practical if first approved by the Engineer.

2.2 WIRE MARKERS A. Each power and control conductor shall be identified at each terminal to which it is connected. Conductors size No. 10 AWG or smaller shall have identification sleeves. Conductors shall be identified in accordance with Section 16145. B. The letters and numbers that identify each wire shall be machine printed on sleeves with permanent black ink. The figures shall be 1/8 inch high. Sleeves shall be white tubing, sized to fit the conductor insulation. The sleeves shall be shrunk to fit the conductor with hot air after installation. C. Wire markers shall be TMS Thermofit Marker System by Raychem Co., sleeve style wire marking system by W. H. Brady Co., or equal. Adhesive strips are not acceptable. Conductors No. 8 AWG and larger shall use cable markers of the locking tab type. Tabs shall be white plastic with conductor identification number permanently embossed.

2.3 RACEWAY MARKERS A. Raceway markers shall be non metallic with raceway number stamped in 3/16-inch minimum height characters. Tags shall be attached to the raceway with 316 stainless steel wire.

2.4 THERMAL () RATINGS OF EQUIPMENT TERMINATIONS:

A. Wiring and circuit breakers on this project are designed for 75oC operation above 30 amperes; 60oC for 30 amperes and below. B. All products furnished on this project shall have electrical terminations rated for 60oC for ampacities of 30 amperes or less and rated for 75oC for ampacities above 30 amperes.

FOLLETT ENGINEERING, PLLC 16010-8 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

PART 3 EXECUTION

3.1 STORAGE AND INSTALLATION ENVIRONMENT: A. All electrical equipment shall be stored in a dry environment free from dust, moisture, sprays or vapors, which may be detrimental to their new condition. After installation of equipment, care shall be taken to protect all equipment from all dust, moisture, paint and other spray, harmful vapors, etc. until final acceptance and certificates of occupancy have been obtained. B. Equipment shall not be installed in indoor areas until the area is covered, dry and finished to the point that other work will not create dust, vapors, or moisture. Equipment with integral heaters and fans shall not be installed until power is available at the location and the heater and fan shall be energized within 6 hours of the equipment being installed.

3.2 SITE INSPECTIONS A. Prior to final acceptance the Engineer will perform one or more site observation trips to develop a “punch list” of items deemed incomplete B. Each punch list item shall be completed by the Contractor and checked off of the list. When all of the items on the list are completed or commented on, the list shall be signed by the Contractor and returned to the Engineer for verification.

3.3 FINAL ACCEPTANCE: A. When all work is complete, the Contractor shall call the Engineer for the final acceptance testing inspections. The Electrical Contractor and System Integrator shall be present while these inspections are taking place and shall be available for opening cabinets and operating and adjusting the system as is necessary for the Engineer to verify all equipment is installed and operates to the requirements of the contract documents. B. The contractor shall anticipate a minimum of 8 hours to complete the final acceptance testing. C. Prior to the Contractor calling for this observation, the Contractor shall have completed all items of work, including wire markers, nameplates, final tests and final test reports. All equipment shall be checked for proper operation and all signals verified for correct calibration and wiring. D. Final acceptance will not be given until: 1. All work is complete 2. All “site inspection” punch-lists are checked off and returned to the Engineer 3. All test reports are received 4. All O&M manuals are received 5. All spare parts are received

FOLLETT ENGINEERING, PLLC 16010-9 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

6. All instrument test forms are received 7. All project record drawings are received.

3.4 PROJECT RECORD DRAWINGS: A. A set of drawings shall be maintained at the job site (by the Electrical Contractor) showing any deviations in the electrical systems from the original design. B. This set of drawings shall be readily available for inspection by the Engineer at all times. C. Another complete set of drawings shall be marked up in the office showing the changes made on the field set of drawings. All changes shall be clearly marked in red on the drawings. Drawings shall be submitted to the Engineer at the completion of the project. D. 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 or pouring of concrete.

3.5 GUARANTEE: A. The Contractor shall guarantee his work and all components thereof, excluding fuses, incandescent and fluorescent lamps for a period of 1 year from date of acceptance of the installation. The Contractor shall remedy any defects in workmanship and repair or replace any faulty equipment that shall appear within the guarantee period without additional cost to the Owner.

3.6 CLEANUP: A. 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. B. All motor control equipment and control panels shall be cleaned inside and out at the completion of the project.

3.7 TESTS: A. Testing for installed feeder cables and motors is required as specified in other Sections. Test reports shall be submitted to the Engineer prior to final acceptance. All tests shall be performed in accordance with the applicable sections of NETA. B. Where specified in the individual product specification section, factory tests shall be performed at the place of fabrication and performed on completion of manufacture or assembly. The costs of factory tests shall included in the contract price.

FOLLETT ENGINEERING, PLLC 16010-10 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

3.8 MAINTAINED OPERATION REQUIREMENTS: A. This pump station is an existing and operating facility. The pump station maintains level in the City’s reservoir. The pump station must have at least one pump remain fully operational during construction. The following are the base requirements. 1. During normal working hours (8am - 3pm weekdays) when the Contractor is physically at the site, the pump station may be completely shutdown one time per day, (only during the transition to the temporary equipment and from the temporary equipment to the new equipment) with no pumps running for up to 4 hours; Provided the City has at least 24 hrs notice prior to the shutdown. No shutdown will be allowed without prior authorization by the Owner. 2. During non-working hours, or when the Contractor is not physically at the site, the automatic controls and telemetry system must be fully operational with at least one pump running in AUTO. 3. Two sources of power are required for pump station operation. The Contractor shall maintain the MTS and for connection of a portable generator for the temporary operations. The two sources shall be two of the following: 1) utility power 2) portable generator or 3) contractor furnished trailer mounted generator. The Contractor is responsible to maintain and pay for the fuel for any generator operation during construction. 4. The portable generator can only be used for the primary power source while the Contractor is physically on site and during normal work hours. 5. Other than during the scheduled shutdowns described above, one pump must remain operational in hand or automatic mode with two sources of power connected to a transfer switch: Operation in HAND is only allowed during normal working hours. HAND operation shall be solely controlled by City personnel. 6. The controls and remote alarm and monitoring (telemetry) system must be fully operational at all times; unless specifically coordinated with the Owner. 7. The existing control/telemetry system must remain fully operational until the new system is installed and inspected and passes testing. B. The Contractor shall submit a detailed plan with timelines and dates for the transition of equipment at the pump station showing how 1 through 7 above will be accomplished. C. Existing electrical power and control equipment may be relocated and reconnected to the existing equipment for temporary operation during construction. D. Temporary control systems shall be tested by the Contractor with the Owner and Engineer present for approval. E. All changes in pump stations operations shall be directly coordinated with the Owner. All power outages shall be coordinated with the Owner and the Utility.

FOLLETT ENGINEERING, PLLC 16010-11 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

F. The Contractor shall test the telemetry communications pump fail and power fail alarms – through the telemetry system every afternoon (before 3pm) and verify with the Owner office that the alarm is functioning.

3.9 OPERATION AND MAINTENANCE MANUALS: A. The Contractor shall prepare and assemble detailed operation and maintenance manuals. The manuals shall be bound in a 3 ring binder and tabbed with an index, in general the O&M manual format shall meet that of the submittal data in this section. The manuals shall include, but not be limited to, the following: 1. Catalog data and complete parts list for all equipment and devices 2. All cut sheets of equipment and components. 3. Preventative maintenance procedures 4. Trouble-shooting 5. Calibration 6. Testing 7. Replacement of components 8. Automatic mode operation 9. Manual mode operation 10. System schematics / shop drawings and record drawings. 11. As-built wiring diagrams of cabinet and enclosure contained assemblies 12. As-built wiring diagrams of overall system 13. Listing of recommended spare parts 14. Listing of recommended maintenance tools and equipment.

3.10 TRAINING: A. Training shall be provided per the specific requirements in other Sections of these specifications The Contractor shall conduct specifically organized training sessions in the overall operation and maintenance of the electrical system for personnel employed by the Owner. The training sessions shall be conducted to educate and train the personnel in operations and maintenance of all components of the electrical system outside the training requirements in the other Sections. Training shall include, but not be limited to, the following: 1. Preventative maintenance procedures 2. Trouble-shooting 3. Calibration 4. Testing 5. Replacement of components 6. Equipment operation B. Training sessions, shall be conducted at the facility after start-up of the system. The Contractor shall prepare and assemble specific instruction

FOLLETT ENGINEERING, PLLC 16010-12 425-765-6304 Sumner Vpt. ELECTRICAL GENERAL

materials for each training session and shall supply such materials to the Owner at least 2 weeks prior to the time of the training.

END OF SECTION

FOLLETT ENGINEERING, PLLC 16010-13 425-765-6304 Sumner Vpt DEMOLITION

SECTION 16011 ELECTRICAL DEMOLITION

PART 1 GENERAL

1.1 DESCRIPTION OF WORK: A. This work shall consist of the removal or modifications and disposal, wholly or in part, of all electrical equipment, conduit and wire as stated or shown on the drawings or specifications to be removed.

1.1.2 PROJECT DESCRIPTION DEMOLITION WORK INCLUDES: A. Removal of the existing rotophase, power & control panel and associated wire and exposed conduits. B. Removal of the existing control panels and associated wire and exposed conduits

1.2 DISRUPTION OF OPERATIONS: A. All demolition work shall be conducted so that disruption of the pump stations is minimal. Shutdown of equipment must be approved by and performed by the Owner. B. Any electrical or controls modification or removal work which interrupts any ongoing pump station process or system or is required to be done in a specific sequence to accommodate project scheduling shall be coordinated with the plant operations staff and the Engineer. The Contractor shall submit a work plan for review, coordination, and approval by the Engineer.

1.3 TELEMETRY REPLACEMENT A. The existing telemetry system must remain operational during the entire construction process, the existing telemetry panel will be relocated in an “out of the way place” and new telemetry equipment will be provided for the new system in the new control panel. The existing components will not be transferred to the new panel. B. If the primary source of power fails, then the telemetry panel will be connected to the backup source and tested. The telemetry panel will only be without power while the Contractor is on site. C. Once the new control system and telemetry system is operational and accepted by the District, then the existing system can be removed.

FOLLETT ENGINEERING, PLLC 16011-1 425-765-6304

Sumner Vpt DEMOLITION

1.4 INSPECTION A. Existing electrical equipment shall be inspected jointly by the Contractor and Engineer for proper operation and rating of devices installed. Any deficiencies such as corrosion or non-functional devices or incorrect or unacceptable wiring shall be established by the Contractor prior to relocation or modifications. Contractor agrees that the quality of the modified installation will equal or exceed that of the existing installation.

1.5 SUBMITTALS A. Submittals shall be provided for the work under this section to insure that modification work is fully planned and coordinated with the requirements of the operating the pump station. 1. The Contractor shall forward submittals for review for all modification work under this Contract that requires interruption of plant process or control. No work shall be allowed to commence on any of this modification work until submittals are reviewed and approved by the Owner. 2. Submittals required under this section shall include the following information: a) A general description of the overall plan to switch over power and control. This description should outline the steps involved in the overall plan, the interruptions to power and control required, the duration of the interruptions, and the steps that will be taken to minimize the duration of the interruptions. b) The submittals should indicate the support and assistance required from the plant operations staff where applicable. c) The description should include any and all provisions for standby power whether Contractor supplied or existing plant standby power generators will be utilized. d) The description should include consideration of the sequence of the modification work under this section with respect to other new or modification work specified elsewhere. The Contractor’s plan shall indicate that the work under this section is coordinated with these other requirements. The description of work shall indicate testing requirements where called for under these specifications as part of the sequence of construction. e) Any other preparation work required of the Owner in conjunction with the Contractor’s work shall be clearly described.

1.6 DISPOSAL OF PRODUCTS OF DEMOLITION: A. The Contractor shall dispose of all materials associated with demolition and removal, at a site of his choosing. The Contractor shall be responsible for obtaining any and all necessary permits and shall comply with applicable codes, laws, and standards.

FOLLETT ENGINEERING, PLLC 16011-2 425-765-6304

Sumner Vpt DEMOLITION

PART 2 PRODUCTS Not Used.

PART 3 EXECUTION

3.1 GENERAL DEMOLITION: A. The Contractor shall conduct all demolition operations to avoid damage to adjacent property and structures. All electrical equipment associated with structural or mechanical equipment shown to be removed on the drawings shall be removed as part of the demolition of the mechanical or structural equipment.

3.2 WIRE DEMOLITION: A. All wire associated with equipment to be removed shall be disconnected and removed from the equipment back to the furthest point of connection which does not effect any other equipment operation.

3.3 CONDUIT DEMOLITION: A. All conduit associated with equipment to be removed shall be disconnected and removed from the equipment back to the furthest J-box or panel which will not affect any other equipment. Conduit poured into slabs or wall shown to be abandon shall be cut off at the wall or floor surface and plugged with concrete. Conduit (shown with wire removed only) poured into slabs or walls shall be provided with a pull cord and capped. B. Conduit removal shall include removal of all supports, boxes, etc. associated with the conduit to be removed which does not affect the operation of any other equipment. C. If first approved by the Engineer, conduit that is to be demolished may remain if the Contractor can present (to the satisfaction of the Engineer) that the conduit can be used for new wire or equipment to be installed.

3.4 OTHER RELATED EQUIPMENT A. All motor starters, switches, control panels, and mounting stands shall be removed unless their removal impacts equipment that is to remain in service or is specifically noted for future service. Conduits where stubbed up to equipment being removed, relocated, or re-circuited and not being reused shall be removed. Other conduits to be removed shall be as noted on the contract drawings. B. Holes left in floors or walls by removal of existing electrical equipment shall be filled and patched and finished to match the existing conditions.

FOLLETT ENGINEERING, PLLC 16011-3 425-765-6304

Sumner Vpt DEMOLITION

3.5 PANEL DEMOLITION: A. Panels designated for demolition shall be removed or moved and reconnected for temporarily operation of equipment where necessary.

3.6 MOTOR DEMOLITION: A. Motors designated for demolition shall be removed or moved and connected for temporarily operation of equipment where necessary. Provide temporary starters and control equipment if necessary, for continued operation during construction.

3.7 CONDUIT RELOCATION: A. Existing conduit which interferes with new equipment shall be rerouted around the new equipment or to the location as shown on the drawings. Existing wiring may be reused if the length does not require splices, otherwise provide new wire.

3.8 TEMPORARY INTERCONNECTIONS A. GENERAL: 1. Temporary interconnections shall be provided as required to maintain power, control, and signal during construction which involves demolition of existing raceway systems or modifications to process control. As a minimum requirement, temporary interconnections shall conform to the requirements of NEC Article 305. B. WIRING METHODS AND MATERIALS: 1. POWER, CONTROL AND SIGNAL (EXCEPT FIBER-OPTIC): Temporary interconnections which extend outdoors or between rooms indoors that are subject to damage shall be made with C-L-X or Teck type armored cable and shall be of construction approved for direct- burial and wet locations. Where required by existing area classifications, cables and termination fittings shall be approved for installation in classified locations. 2. MECHANICAL PROTECTION: Temporary interconnections shall be protected from mechanical damage, particularly where passing through pinch points, where subject to vehicular traffic, or in heavy construction usage areas. C. REMOVAL OF TEMPORARY INTERCONNECTIONS: 1. All temporary interconnections shall be removed following the testing and acceptance of the permanent connections for any given equipment or system described in the specifications.

3.9 INSTALLATION A. All modifications to existing electrical equipment specified in this section shall be performed in strict accordance with the recommendations of the

FOLLETT ENGINEERING, PLLC 16011-4 425-765-6304

Sumner Vpt DEMOLITION

equipment manufacturer. Nothing herein shall be construed to relieve the Contractor of his responsibility for this portion of the work.

3.10 TESTING A. After completion of installation, all relocated or modified electrical and controls shall be field tested to demonstrate compliance with the required performance. Testing shall be in accordance with other sections of this specification.

3.11 EQUIPMENT TO BE RETAINED BY OWNER: A. Equipment designated to be retained by the Owner shall be transported to and unloaded at the Owner's designated storage site or prepared for shipment and loaded on the Owner's truck for storage off the immediate property. Equipment to be retained by the Owner is as follows: 1. Power & Control Panel

END OF SECTION

FOLLETT ENGINEERING, PLLC 16011-5 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

SECTION 16145

MISCELLANEOUS ELECTRICAL

PART 1 GENERAL

1.1 DESCRIPTION OF WORK: A. This section covers furnishing and installing miscellaneous electrical devices and equipment and other wiring devices indicated on the drawings.

1.2 STANDARDS AND CODES: A. 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. B. All materials and equipment specified herein shall conform to all applicable NEMA, ANSI and IEEE standards. C. 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.

1.3 COORDINATION A. The Contractor is responsible for coordination of mechanical equipment, fans, louvers, heaters, motors, starters, etc. and the electrical power and control requirements. Provided in this section and other sections of the specifications and drawings. B. The Contractor shall provide power and control equipment, wiring, and raceways to meet the requirements of the mechanical equipment supplied. C. The Contractor shall verify as a minimum: 1. Correct voltage, phase and frequency 2. Correct motor starter type 3. Proper coordination with the controls and control system Integrator. D. The Contractor shall provide all necessary control wiring and components for any special requirements from an equipment manufacturer. E. Any discrepancies between the electrical and mechanical equipment shall be brought to the immediate attention of the Engineer.

FOLLETT ENGINEERING, PLLC 16145-1 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

1.4 SUBMITTALS: A. In accordance with the “submittals” requirements in Section 16010, submit catalog data showing material information and conformance with specifications. The intended use of each item shall be indicated. B. Submittal documents shall be submitted via E-mail in PDF format. Separate Submittal e-mails shall be provided for each spec section. All products for each spec section shall be included in a single PDF document including the cover sheet and index in one single document. submittals shall be indexed and identified as follows: 1. Email subject line shall be “project name, EI&C submittal submittal #, spec section# - description.” 2. Cover sheet with: a) The project name and submittal # b) Contractor's and sub-contractor’s name, phone number, and email address. c) Index sheet showing each product being submitted. 3. PDF index tabs per the electrical specifications by section and paragraph or equipment name e.g. provide a minimum of one tab section for each piece of equipment in all of the PART 2 PRODUCT Sections 2.01 - 2.**. C. A copy of this specification section, with addendum updates included, and all referenced and applicable sections, with addendum updates included, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. Check marks (√) shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the Contractor, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation. The Engineer shall be the final authority for determining acceptability of requested deviations. The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the specifications. Failure to include a copy of the marked-up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal with no further consideration. D. For motors on VFDs submit verification that the installation is approved by both the VFD and motor manufacturer – submit on any line terminators or filters that the manufacturer’s recommend for the application. E. Provide all electrical information – wire diagrams, terminal information and numbering and electrical / power data. F. Submit verification that stainless steel hardware will be used as required by this specification.

FOLLETT ENGINEERING, PLLC 16145-2 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

PART 2 PRODUCTS

2.1 RACEWAYS

2.1.1 GENERAL A. All wiring shall be installed in raceways B. Ground Conductor: 1. All raceways shall contain a minimum of one continuous copper equipment grounding conductor sized in accordance with the N.E.C. C. Outdoor and Damp Areas: 1. All outdoor areas, pump room a) Raceway shall be rigid galvanized steel (GRS), Intermediate Metal Conduit (IMC). Conduit entrances shall be threaded and fittings shall have gasketed covers. b) Threaded fastening hardware and rods shall be 316 stainless steel. Raceway supports such as channel, clamps, and brackets shall be 316 stainless steel or aluminum or non-metallic. c) Panels and boxes shall be NEMA 3R outdoors and NEMA 12 indoors - aluminum, stainless steel or non-metallic outdoors, painted steel indoors is acceptable (or as shown on the drawings).

2.1.2 RACEWAY APPLICATION: A. Unless otherwise shown on the drawings, ABOVE GRADE CONDUITS shall meet the requirements of the “area classification” listed above and shall be: a) GRC, IMC, for power and control wiring b) GRC, IMC for signal & communications wiring. c) GRC, IMC for motor leads from VFD’s. B. Unless otherwise shown on the drawings, CONDUITS BELOW GRADE shall be: a) Schedule 40 PVC for power and control • Sweeps and risers for transition of PVC from below grade to above grade shall be GRC. C. ALL CONNECTIONS TO VIBRATING EQUIPMENT or motors shall be: a) liquidtight flexible metallic conduit for indoor, non corrosive areas and all motor leads from VFD’s. b) Connections to equipment outdoors or in corrosive areas shall be with non metallic liquidtight flexible conduit (except for motor leads from VFD’s shall be flexible metallic.) c) Connections to motors and equipment in hazardous areas shall be with explosion proof stainless steel flex or flex rated for the area classification. D. All raceways materials, sizes, etc. for UTILITY SERVICE shall be per the serving utilities requirements.

FOLLETT ENGINEERING, PLLC 16145-3 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

2.1.3 CONDUIT: A. Galvanized Rigid Steel Conduit (GRC): 1. Rigid conduit shall be steel, galvanized. Terminations shall be by means of threaded hubs or double locknuts and insulating grounding type bushings. B. Intermediate metal conduit (IMC): 1. Intermediate metal conduit shall be of steel and shall be galvanized. Fittings shall be threaded. C. Flexible Conduit (LFS): 1. Flexible conduit shall be interlocking single strip, galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Non-metallic flexible conduit shall have non metallic threaded fittings. D. Nonmetallic Conduit(PVC): 1. Nonmetallic conduit shall be rigid PVC, Schedule 40 or 80. PVC installed above grade shall be UV resistant schedule 80. 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.

2.1.4 BOXES AND FITTINGS: A. General 1. Materials for fittings shall be chosen to satisfy the requirements of - Area Classification described above. 2. Junction boxes, terminal boxes, device boxes, fixture support boxes, oblong, round and rectangular conduit fittings (condulets) shall be of the same material as required by the Area Classification for the raceway. 3. Boxes larger than 9”x9” shall be hinged. 4. Cast fittings and boxes shall be: a) zinc electroplated cast ferrous alloy:. b) 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. c) 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. 5. All screws, nuts, bolts, straps, rods and other hardware used with supports, fittings and boxes shall be 316 stainless steel.

2.1.5 HANDHOLES AND VAULTS: A. Handholes and vaults shall be 24” X 36” X 36” deep minimum size or minimum dimensions as shown on drawings. All handholes and vaults shall be minimum

FOLLETT ENGINEERING, PLLC 16145-4 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

3000 psi pre-cast, reinforced concrete construction and shall have concrete bottoms with sumps. B. Walls shall be provided with boxouts with waterstops on all sides of each boxout. Boxouts shall be sized to accommodate the penetrating underground duct banks C. Covers shall be hinged diamond plate galvanized steel with H20 loading and latch and lifting handles. Covers shall open 180 degrees. Utility Vault 3030-P, 2436-P or equal.

2.1.6 CONDUIT & CABLE SUPPORTS: A. Rivet-type or Zamac fasteners are not allowed. All fasteners between channel, strut, etc. and walls shall be removable with a screwdriver. B. Support materials in general purpose areas may be hot-dip or electro-galvanized. All support materials used in damp areas, pump rooms, or outdoor, or corrosive areas shall be NEMA 4x Aluminum, Stainless steel, or non-metallic. C. All screws, nuts, bolts and other hardware used with conduit and cable supports shall be 316 stainless steel.

2.2 CONDUCTORS: A. All conductors shall be stranded copper. 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.

2.3 SHIELDED SIGNAL CABLE: A. 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. B. For applications where 600 volt insulation is required, use 1. BELDEN 1120A 2. #18 TWSP, stranded wire. C. 600 volt insulated signal wire shall only be used where required by Code.

2.4 CONNECTORS A. All wiring shall be continuous from point to point – no splices of any kind are allowed. All control and signal wire shall land on numbered terminals. B. Ideal Industries "Wing Nut" or 3M Company "SCOTCHLOCK" pre-insulated connectors may be used for general purpose lighting and receptacle circuits for splices and taps in conductors No. 10 AWG and smaller. For No. 8 AWG and larger

FOLLETT ENGINEERING, PLLC 16145-5 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

conductors, utilize T&B compression connectors. Compress using recommended die and tools. C. For connections of wire to cord to removable equipment provided with integral cords (such as floats, transmitters, limit switches, aerators, submersible pump motors, etc.) Provide junction box with terminals and spade/lug type terminations and coat with liquid insulation – Performix Liquid Tape or equal. D. For connections of wire to cord to Submersible motors of all size wire use a water proof motor stub insulator. Thomas and Betts multi splice insulator MSLT112-4 or equal.

2.5 SPLICE INSULATION: A. Splice insulation shall be equal to the conductor utilized. B. Insulate all permanent splices that are underground or in damp or corrosive environments 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.

2.6 MOTOR TERMINAL SPLICE INSULATION: A. Provide motor terminal splice insulation in the motor connection box that will withstand constant vibration and abrasion without degrading the insulation of the splice. A product shall be used that is specifically designed for the purpose of motor terminations

2.7 WIRE MARKERS: A. Field installed wire markers shall be pre-printed, heat shrink type sleeves, Thomas&Betts Type HVM, Tyton Type THS or approved equal. See paragraph below for marking requirements.

2.8 SWITCHES AND RECEPTACLES: A. Standard wall switches shall be single-pole, or double-pole, three-way, as shown on the drawings or as required for the application. Switches shall be AC quiet type rated 20 amp, 125/277 volt with screw terminals. Wiring devices shall be ivory colored for general use office areas, and black when installed in mechanical rooms or when mounted on dark walls. Receptacles on emergency or backup power shall be labeled or color coded. ARROW HART, BRYANT, HUBBELL, P&S or equal. B. Weather proof switches for use in damp, corrosive or outdoor applications shall be • Die cast aluminum housing with lever type switch CROUSE-HINDS, DS185 • or non metallic, UL marine listed, CARLON, E98TSC or equal. C. Weather proof receptacles for use in damp, corrosive or outdoor applications shall be

FOLLETT ENGINEERING, PLLC 16145-6 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

• Die cast aluminum with spring and gasketed covers CROUSE-HINDS, WL series • or non metallic, CARLON or equal. D. Provide GFI receptacles where required by the NEC. E. Per the nameplate requirements, provide circuit and panel data labels on all switches and receptacles and label all light switches with function.

2.8.2 PLATES: A. Scope: Provide plate for each wiring device, for each signal or communication outlet. B. 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. C. Device plates for switches and receptacles in outdoor areas shall have weatherproof plates with hinged cover and stainless steel screws. Sierra Electric WP series or equal. D. Plates on exposed wiring shall be of metal, of the same manufacture as the conduit fittings; specifically suited for device and fitting used. E. Blank, Bushed or Special Outlet Plates: Provide for all signal communication system outlets as required.

2.8.3 SPECIAL ACCESSORIES 1. Provide accessories such as junction boxes, outlet boxes, etc. necessary to mount switches and receptacles in a proper and approved method.

2.9 FUSES: A. 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. B. All fuses used on the project shall be provided with “blown fuse” indicators. C. Where fuses in motor circuits are indicated but not sized, provide Manufacturer's recommended fuse size based on actual motor installed. D. Provide in-line or integrally-mounted fuse clips on control power or low-voltage transformer. E. Provide fuse puller or pullers for fuse sizes used. F. Provide surface mounted cabinet, sized to store required spare fuses at location coordinated with Owners Representative.

FOLLETT ENGINEERING, PLLC 16145-7 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

G. Provide a minimum of two spare fuses for each fuse used. H. Acceptable Manufacturers: 1. BUSSMAN 2. GOULD SHAWMUT 3. LITTLEFUSE 4. RELIANCE

2.10 MOLDED CASE CIRCUIT BREAKERS: A. 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. B. Breakers shall have lugs UL listed for both copper and aluminum. C. Circuit breakers shall be capable of accepting the cable shown on the drawings. Circuit breakers not capable of accepting the cable shown shall not be acceptable. D. Breakers shall have the interrupting rating and trip rating indicated on the drawings. E. All breakers that serve motor loads shall be provided with disconnect handle mechanism to lock out the circuit in the open position

2.11 DISCONNECTS: A. Provide local equipment disconnects only if required by the manufacturer or NEC. B. Disconnect’s rating shall be chosen by the Contractor to meet the requirements of the equipment served. C. Switch shall be heavy duty type, shall be quick-make quick-break and shall be horsepower rated. Switch shall have blades as required to open all ungrounded conductors and shall be single throw unless noted. D. Enclosure shall be suitable for location in which mounted. 1. Enclosures located outdoors or in damp or corrosive areas shall be NEMA 4X, aluminum or stainless steel. E. Fusible disconnects shall be as above with addition of fuse space and clips to accept Class R fuses. Use only where required by equipment manufacturer to meet UL installation requirements. F. Disconnects for motor loads shall be lockable in the open position

FOLLETT ENGINEERING, PLLC 16145-8 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

2.12 HARDWARE A. The Contractor shall provide any necessary hardware for mounting equipment and devices. The mounting hardware shall be made of materials suitable for the environment installed. Provide materials made from aluminum, non-metallic, or stainless steel in outdoor, damp, or corrosive areas.

PART 3 EXECUTION

3.1 GENERAL A. Provide services of an authorized representative of manufacturer to visit site of work and inspect, check, adjust if necessary, and approve equipment installation. B. Assure that equipment manufacturer's representative is present when equipment is placed in operation. C. 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. D. Verify that motor overcurrent protection is in accordance with the N.E.C. E. Verify the motor protection and control is in accordance with the equipment manufacturers requirements.

3.2 WIRE & RACEWAY SIZING A. The contractor shall size wire per NEC for the load being served. Raceways shall be sized per NEC for the wire or cables installed. Scheduled raceways and wire sizes are minimum size and contractor shall upsize if required for installation per the NEC. B. Size pull and terminal boxes per NEC. Pull box sizes, if shown on the drawings, are minimum size and the contractor shall upsize if required by NEC.

3.3 OUTLETS AND SWITCHES:

3.3.1 GENERAL A. For all receptacles, switches, and other related devices of the lighting and receptacle system, provide all necessary raceway and wire for a complete installation. B. Center all outlets with regard to building lines, furring and trim. Symmetrically arrange outlets in the room. Satisfactorily correct outlets improperly located or installed. C. Set outlets plumb and extend flush outlets to the finished surface of the wall, ceiling or floor without projecting beyond same.

FOLLETT ENGINEERING, PLLC 16145-9 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

D. Install symmetrically all receptacles, switches and outlets shown on the trim and where necessary, set the long dimension of the plate horizontal or gang in tandem. E. Outlets in outdoor areas or wet areas shall be GFI – provide GFI outlets in other areas as required by Code.

3.3.2 MOUNTING HEIGHTS: A. Unless otherwise noted, wall mounted outlet devices shall generally be 24 inches above the floor, 18" in architecturally treated areas. In basement, underground or in areas subject to flooding, outlets shall be 36” above the floor. B. Switches shall be mounted 48 inches above the floor. C. Outlets mounted over work tables, desks and counters shall be 2”- 6” above the work surface.

3.4 RACEWAYS

3.4.1 GENERAL A. Not all conduits/raceways are scheduled. Wire diagrams and oneline diagrams show wiring requirements. Provide all necessary raceways for wiring as shown on the drawings. B. For all power and control equipment, provide all necessary raceways and wire per plans and specifications even if not specifically shown on the plans. C. Raceway routing shown on plans is general in nature, unless otherwise indicated on the drawings, the Contractor shall be responsible for determining conduit routing that conforms to the installation requirements required by the plans and specifications. D. The number of directional changes of a conduit shall be limited to 270 degrees in any run between pull boxes. E. Conduit runs shall be limited to a maximum of 400 feet, less 100 feet or fraction thereof, for every 90 degrees of change in direction. F. In general, conduit inside structures shall be exposed unless otherwise specified or indicated on the drawings. No conduit shall be exposed in water chambers unless so indicated on the drawings. G. Provide raceways/conduits per the conduit and wire schedule and additional as necessary to meet the requirements of the wiring. H. Scheduled conduit sizes are minimum. Contractor shall upsize conduits if necessary or if required by the NEC. I. Non scheduled conduits shall be a minimum of ¾” or sized per the NEC for the wiring installed plus 20%.

FOLLETT ENGINEERING, PLLC 16145-10 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

J. Conduit across structural joints where structural movement is allowed shall have an O-Z "Type DX" or Crouse-Hinds "Type XD," bonded, weathertight expansion and deflection fitting of that conduit size. K. Separate conduits of different voltages by a minimum of 2” – separate signal wire conduits from all other types of conduits by a minimum of 6”. L. All conduits shall be a minimum of 3/4". M. Conduits entering underground structures shall be made water tight – see “handholes and Vaults” for more requirements.

3.4.2 HANDHOLES AND VAULTS: A. Sizes of handholes and vaults shown on the drawings are minimum sizes. If space allows the Contractor may upsize the structures for ease of pulling or if required by the NEC. B. Conduits entering energized equipment shall have both conduit ends sealed with a waterproof duct sealing compound - WATERGUARD Industrial Encapsulant or equal. Where conduits enter through sides of handholes the penetration shall be made watertight. C. Provide a minimum of 12 inches deep of ¾ to 1” drainage gravel under entire surface and extending 12 inches beyond the outside edge of the structure in all directions - of all vaults and handholes. D. All wire installed in handholes and vaults shall be neatly bundled and racked to the handhole or vault side walls. E. Provide welded stainless steel nameplate on each handhole and vault cover with the tag number and contents (480v,120v, power, control, signal, etc.) clearly indicated. F. Before final inspection, all vaults and handholes shall be cleaned and washed out with high pressure water to remove all dirt and debris and sumps shall be knocked out. G. Provide drains from water tight lids to nearest sump, wet well, or provide a 3’ cubic drain area filled with drain gravel for draining handhole/vault covers. H. Conduits entering substructures that contain electrical equipment shall first enter a Non Metallic junction box near the bottom of the box and then continue out of the top of the box to create a water break to stop water from entering electrical equipment – drill a ¼” weep hole in the junction box to drain away water.

3.5 WIRE AND CABLE INSTALLATION A. Splices in power and control and signal wires or cables is not allowed. All wire transitions shall be done on terminals. B. 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.

FOLLETT ENGINEERING, PLLC 16145-11 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

Observe cable manufacturer's and industry standard cable bending radius recommendations.

3.6 WIRE AND CABLE TERMINATION:

3.6.1 GENERAL A. Power conductors, No. 8 AWG and larger may be terminated directly in box-type lugs. B. Solid conductors (when allowed for lighting and receptacle circuits ) of #10 and #12 may be directly terminated to screw terminals. C. For any power, control, or signal wire terminating on screw type terminals; provide spade or ring tongue type terminations. D. Stranded control conductors may be directly terminated in box type terminals at control panels. Insulated terminals shall be used also on all stranded instrumentation wiring. E. Terminal boxes shall be provided at instrument cable splices. If cable is buried or in raceway below grade at splice, an instrument stand shall be provided as specified with terminal box mounted approximately 3 feet above grade. F. Special instrumentation cables shall be terminated in accordance with the recommendations of the manufacturer of the equipment and subject to review by the Engineer. G. 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 except where shown on the drawings.

3.6.2 TERMINAL MARKING: A. All terminals in instrument and relay compartments, motor control centers, in control panels, instrument panels, field panels and control stations, as well as connections to mechanical equipment shall have reference number and letter in accordance to the following. • h = Control power hot (usually 120v or 24v) • n = neutral • g = ground • c = control (use if none of the above letters apply) • p = power (usually 480v) • s = signal (usually 4-20ma or 1-5v ) (use if none of the above letters apply) • B = DC + and – B. PLC input or output (S=slot number and I = card input number: for example slot 3 input 7 = 3-07)

FOLLETT ENGINEERING, PLLC 16145-12 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

3.6.3 WIRE MARKING: A. All power and control conductors shall be tagged; including 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. B. Wire marking lettering shall be bold and type written. C. Wiring within a single enclosure shall be marked with the basic wire and terminal number at each end. D. Control and signal wires that interface to PLC I/O shall be marked so that the number relates to the PLC slot and I/O number – this is the same number as the terminal number. E. All field wiring shall have wire labels at each end. The labels shall be marked with the output terminal number at the original equipment (control panel, MCP, RCP, LCP or MCC) or remote device terminal # (if applicable). F. For wire that terminates in at a control panel at both ends or a control panel and an MCC, the priority for the numbering shall be as follows 1. MCP 2. RCP 3. MCC 4. LCP

END OF SECTION

ATTACHMENT: ELECTRICAL SYSTEM TEST REPORTS

FOLLETT ENGINEERING, PLLC 16145-13 425-765-6304

Sumner Vpt. MISCELLANEOUS ELECTRICAL

16145 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 indicated measurement for each of the Megohms a-g b-g c-g following circuits:)

1. Service Feeder 2. Pump Feeders

16145-14 9/16/2020 12:38 PM Sumner Vpt. MISCELLANEOUS ELECTRICAL

16145 - MOTOR DATA AND TEST REPORT

EQUIPMENT NAME AND NUMBER:

EQUIPMENT SPECIFICATION SECTION:

MOTOR STARTER LOCATION

CONTRACTORS REPRESENTATIVE DATE

MOTOR NAMEPLATE DATA

MFR Name/Model No. Voltage/Phase/HP FLA/LRA Service Factor Efficiency Index (or percent) NEMA Design Code Letter Insulation Type Temperature Rise Ambient Temperature RPM Enclosure Thermal Trip Setting Space HTR: Watts/Volts Other Data

MOTOR STARTER INFORMATION Manufacturer/Type 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 A-G B-G C-G (deenergized)

MOTOR CIRCUIT RESISTANCE OHMS A-B B-C C-A

* VOLTAGE & CURRENT READINGS SHALL BE TAKEN AT THE CLOSEST ACCESSIBLE POINT TO THE LOAD

END OF SECTION

16145-15 9/16/2020 12:38 PM Sumner Vpt. POWER GENERATION

SECTION 16200

POWER GENERATION

PART 1 GENERAL

1.1 DESCRIPTION OF WORK: A. This section covers the standby power generator set including diesel engine-driven generator with controls, output circuit breaker, fuel tank, and all required auxiliary systems.

1.2 GENERAL: A. The generator set shall be a complete, factory-assembled power generating system including a diesel engine, radiator-type engine cooling system, engine exhaust system, engine fuel system, battery and charging system, engine speed control system, engine starting system, generator, generator regulator system, control panel, main circuit breaker, structural steel support frame assembly, exterior enclosure, and all other components and ancillary devices required for a complete, operable system. B. The generator set shall be designed by the manufacturer and all components of the generator set shall be selected by the manufacturer to: 1. Be equipped and installed per IBC for service in seismic Group III, Design Category D. 2. Be an integrated electrical generating system with compatible components and all required controls and appurtenances. 3. Continuously produce the KVA demanded by the load described in paragraph 1.04 for any duration of interruption of the normal utility source.

1.3 REGULATORY REQUIREMENTS A. All equipment and materials shall conform to the latest revised editions of applicable standards published by the following organizations: 1. American National Standards Institute (ANSI) 2. Institute of Electrical and Electronic Engineers (IEEE) 3. National Electrical Manufacturer Association (NEMA) 4. Underwriters' Laboratories (U/L) 5. Instrument Society of America (ISA) 6. National Fire Protection Association (NFPA) B. 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.

FOLLETT ENGINEERING, PLLC 16200-1 425-765-6304

Sumner Vpt. POWER GENERATION

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 that are used and shall bear their label.

1.4 REQUIRED PERFORMANCE: A. Performance of the generator set shall be based on operation of the assembly with fan, battery charging alternator and all specified and required appurtenances. B. The generator set shall be rated for continuous standby service, however the temperature rise of the generator shall not exceed 105 degrees C above a 40 degree C ambient, when producing full rated load for a continuous period of time. C. Voltage Drop: The engine generator unit supplied must start the indicated load with a sustained RMS voltage drop no greater than 19% of rated phase to phase voltage during the starting period. The starting period shall be from zero up to 3 seconds. The instantaneous voltage dip may be greater than 19% but shall not cause motor starter chatter or relay drop out or exceed a level which causes undesirable motor starting. If motor starting problems are encountered the size of the generator set shall be increased as required to reduce voltage dip until the motors can be started without problems. No additional cost shall be incurred by the Owner for the increased size of the generator set. The method of measurement shall be by light beam oscilloscope. D. Frequency Regulation: Plus or minus 3 hertz maximum, no load to rated load. E. Voltage Regulation: Plus or minus 2% maximum. F. The generator set shall be capable of starting and operating the following load without exceeding the temperature ratings of the engine or the generator: 1. Connected base load consisting of one 40 HP motor on a VFD and miscellaneous 480V & 120V loads totaling 12 kVA. It is expected that the overall power factor will be .80. 2. Start an additional 10 HP, code letter G, motor using a VFD. G. The generator set shall be sized by the manufacturer to start and operate the load indicated herein while meeting the performance requirements set forth herein. The minimum acceptable engine generator set shall be capable of producing at least the kilowatt rating shown on the drawings at .8 power factor, continuously. H. The output voltage of the set shall be 240/120V, 1 phase, 3 wire, 60 hertz.

1.5 FACTORY TESTING: A. The actual engine and generator to be incorporated in the generator set shall be fully and completely tested by the manufacturer of each unit after manufacturing to determine specific operating characteristics. Testing of the engine shall be performed in accordance with procedures certified by an independent test laboratory. Testing of the generator shall be performed in accordance with IEEE Standard 115 and NFPA 110. B. The assembled generator set shall be operated by the generator set manufacturer in the manufacturer's plant to break in and test the unit. The sequence and each load

FOLLETT ENGINEERING, PLLC 16200-2 425-765-6304

Sumner Vpt. POWER GENERATION

level shall be as required by the engine manufacturer to properly break in and test the engine. The generator set shall be operated as required to verify and adjust the functioning of all other components.

1.6 SHOP DRAWINGS: A. In accordance with the “submittals” requirements of Section 16010, the manufacturer of the generator set shall develop all shop drawings required for design, fabrication, assembly and installation of the unit. Shop drawings shall include all drawings required in manufacture of components and assembly and installation of the generator set. B. Installation details shall include the size, number, type and location of vibration isolators, seismic snubbers and anchor bolts; the size, number, type and location of interconnecting wiring and conduit; installation of the generator set and all appurtenances, and other installation requirements. Shop drawings shall be submitted to the Contractor for review and approval before submitting to the Engineer.

1.7 SUBMITTALS: A. In accordance with the “submittals” requirements in Section 16010, the following project data shall be submitted by the Contractor prior to placement of a purchase order for the equipment: B. Submittal documents shall be submitted via E-mail in PDF format. Separate Submittal e-mails shall be provided for each spec section. All products for each spec section shall be included in a single PDF document including the cover sheet and index in one single document. submittals shall be indexed and identified as follows: 1. Email subject line shall be “project name, EI&C submittal submittal #, spec section# - description.” 2. Cover sheet with: a) the project name and submittal # b) Contractor's and sub-contractor’s name, phone number, and email address. c) index sheet showing each product being submitted. 3. PDF index tabs per the electrical specifications by section and paragraph or equipment name e.g. provide a minimum of one tab section for each piece of equipment in all of the PART 2 PRODUCT Sections 2.01 - 2.**. 4. Wiring diagrams with details specific to this project showing all interface points and terminal numbers clearly identified. See control wire diagrams for additional requirements for interface of the generator control system. 5. Specific information on the components provided for this project and all optional equipment provided. 6. Provide specific and detailed wiring and connection diagram showing all details of field wiring connections and component connections for transfer switch, fuel monitor, louver controls, battery charger alarm contacts and customer contacts as specified in control panel , etc. Drawings shall show all terminal numbering and physical locations of terminals.

FOLLETT ENGINEERING, PLLC 16200-3 425-765-6304

Sumner Vpt. POWER GENERATION

7. Provide detailed specifications and drawings of the fuel leakage monitoring system. 8. Operations and programming/adjustments manual. 9. Provide specific detailed information on the control features, their ranges, recommended set points etc. 10. Detailed plan and elevation drawings of the generator set indicating overall dimensions and the specific location of all components, including the engine exhaust system, fuel tank and enclosure. 11. Detailed drawings indicating installation requirements and the specific location of vibration isolators and seismic snubbers. 12. Detailed plan of the face of the control panel indicating overall dimensions and the specific location of all components. 13. Detailed specifications and standard operating characteristics of the engine, the generator and all components. 14. Certification by the manufacturer and documentation that appropriate linear and torsional vibration analyses have been performed and that engine and generator are compatible units. 15. Certification by the manufacturer and documentation that the generator set will meet or exceed the general requirements as specified in paragraph 1.02 of this section and the required performance as specified in paragraph 1.04 of this section. 16. Generator control schematic. 17. Engine control schematic. 18. Certification by the engine manufacturer of review and approval of the proposed engine application. 19. Certification by the generator manufacturer of review and approval of the proposed generator application. 20. Detailed specifications and drawing of the diesel fuel tank. 21. Detailed specifications and drawings of the engine exhaust system. 22. Detailed specifications and drawings of the enclosure. 23. Detailed drawing showing generator plan and elevation views as proposed to be installed in the building, including all required electrical and mechanical code clearances. C. After break-in and testing of the generator set, the following project data shall be submitted by the Contractor: 1. Certified results of testing of the engine by the engine manufacturer. 2. Certified results of testing of the generator by the generator manufacturer. 3. Certified results of break-in and testing of the generator set by the manufacturer of the assembly.

FOLLETT ENGINEERING, PLLC 16200-4 425-765-6304

Sumner Vpt. POWER GENERATION

1.8 WARRANTY: A. In accordance with the requirements of Section 1-05.10, the Contractor shall guarantee the generator set to be free of defects in design, materials and workmanship for a period of two (2) years following the date of acceptance, by formal action of the Owner, of all work under the contract. The guarantee shall include all parts and labor and shall be secured by a written guarantee from the manufacturer to the Owner. The written guarantee shall be delivered to the Owner prior to date of acceptance of all work under the Contract.

PART 2 PRODUCTS

2.1 ACCEPTABLE MANUFACTURERS:

A. The generator set shall be manufactured by one of the following acceptable manufacturers. 1. CATERPILLAR TRACTOR Co. 2. CUMMINS/ONAN Corporation 3. DETROIT DIESEL. 4. KOHLER Co. B. The dimensional data for the sizing of the generator is from CUMMINS/ONAN. The equipment of the manufacturer selected must fit within the space restrictions as shown on the plans.

2.2 ENGINE: A. The engine shall be a water-cooled, in-line or V-type, four-stroke cycle, compression ignition, diesel-fueled unit. The engine shall be fully and completely capable of and equipped for driving electrical generators. The specific model of engine selected by the manufacturer of the generator set shall have an acceptable history of successful similar applications. B. The engine shall be equipped with an electronic governor which shall control the speed of the engine and generator. The speed shall be controlled to maintain the generator output frequency within 0.25 percent of rated frequency from no load to full load. C. The engine shall be equipped for operation with ASTM D975, No. 2-D diesel fuel. The fuel system shall include a fuel pump and replaceable element fuel filter. D. The engine shall be equipped with a pressurized oil lubricating system which shall include threaded, spin-on type, full flow lubricating oil filters which are located for easy removal. The lubricating system shall be equipped with spring-loaded bypass valves which will allow oil circulation if the filters are plugged. E. The engine shall be equipped with an electric starting system which includes a lead acid battery set, an engine-driven battery charging alternator and appropriate electrical controls. The system shall be minimum 12 - volt. The batteries shall be mounted

FOLLETT ENGINEERING, PLLC 16200-5 425-765-6304

Sumner Vpt. POWER GENERATION

adjacent to the generator set on a fabricated steel housing. Batteries shall be rated minimum 225 ampere-hours. F. The engine shall be equipped with a unit-mounted, radiator type cooling system which shall maintain the jacket water temperature at the level required for proper operation of the engine from no load to full load. The engine shall be equipped with one or two, as required, water jacket heater(s) which shall be thermostatically controlled to maintain the coolant temperature at 120 degrees F. Operation of the heater(s) shall be stopped while the engine is turning.

2.3 GENERATOR: A. The generator shall be brushless, revolving field type and shall be fully and completely capable of and equipped to be driven by a diesel engine and to produce the starting and running kVA demanded by the connected load. The specific model of generator, selected by the manufacturer of the generator set, shall have an acceptable history of successful similar applications. B. The generator shall comply with NEMA standard MG1-1978 Parts 16 and 22. The generator shall be insulated to Class F requirements; however, the unit shall be sized and rated so that the temperature rise of the unit will not exceed 105 degrees C over ambient temperature of 40 degrees C under continuous, full load conditions in accordance with NEMA MG1-22.40. The generator shall be fully guarded in accordance with NEMA MC1-1.25. C. The rotating brushless exciter shall incorporate a full wave, three phase rotating rectifier with hermetically sealed, metallic type, silicon diodes to supply main field excitation. A multiplate selenium surge protector shall be connected across the diode network to protect it against transient conditions. D. The generator shall be coupled directly to the engine flywheel through a flexible driving disc for positive alignment. The generator housing shall bolt directly to the engine flywheel housing and shall have a single ball bearing support for the rotor. The rotor shall be dynamically balanced up to 25 percent overspeed. The rotor shaft bearing shall be shielded type with provisions for easy servicing through grease pipes which extend to the exterior of the generator frame. The bearing shall be designed for a minimum B-10 bearing life of 40,000 hours. E. The generator shall be designed and manufactured to be capable of sustaining at least 300 percent of rated current for at least 10 seconds under three-phase symmetrical short circuit conditions by inherent design of the unit or by a current boost system. The generator shall be designed and manufactured to be capable of sustaining at least 50 percent increase in rated speed for an unlimited time without mechanical damage. F. The generator shall be equipped with a solid-state, volts-per-hertz type regulator which is compatible with both the engine and the generator. The regulator shall be capable of regulating the generator under sudden zero to full load changes. G. The regulator shall be housed and mounted for protection of all components against moisture and vibration. The regulator assembly shall be mounted on the generator.

FOLLETT ENGINEERING, PLLC 16200-6 425-765-6304

Sumner Vpt. POWER GENERATION

2.4 CONTROL PANEL: A. The generator shall be equipped with a control panel. The control panel shall be readily accessible, visible and shall be mounted such that the top of the control panel is no higher than 6’-0” above the finished floor when installed. B. Provide for remote monitoring and alarming as shown on the wire diagrams. C. The generator control panel shall include the following: 1. Engine coolant temperature gauge 2. Engine lubricating oil pressure gauge 3. Engine running time meter 4. Battery charge ammeter 5. Engine/generator tachometer 6. Voltmeter 7. Ammeter 8. Ammeter-voltmeter phase selector switch 9. Frequency meter (45 to 65 hertz) 10. Voltage adjustment rheostat (minimum plus/minus 5%) 11. Emergency stop push button 12. Individual indicating lights for: a) Selector switch in OFF position b) Selector switch in AUTOMATIC position c) High water temperature d) Low water temperature e) Low water level f) Low lubricating oil pressure g) Engine starting prohibited after three (3) cranking cycles h) High engine/generator speed i) Generator run failure j) High battery voltage k) Low battery voltage l) Battery charger failure m) Low fuel alarm n) Low fuel shutdown D. Lamp test push-button for all indication lights listed above. E. Dry contacts wired to a terminal strip for: 1. Each alarm light as listed above. 2. Common remote "trouble" alarm. 3. Common remote "fail" alarm. 4. Low fuel alarm.

FOLLETT ENGINEERING, PLLC 16200-7 425-765-6304

Sumner Vpt. POWER GENERATION

5. Low battery voltage. F. See control wire diagrams for additional requirements for interface of the generator control system. G. Three position (automatic/off/test) selector switch which shall: 1. In the automatic position - allow the engine to automatically start when contacts in the transfer switch control circuit close and stop after the control circuit contacts open. 2. In the off position - prohibit starting of the engine 3. In the test position - cause the engine to start and remain in operation until the selector switch is moved to either of the other positions. Provide separate dry contact for each switch position. H. An automatic starting system that shall cause and control operation of the engine starter motor until the engine has started. The starting system shall include manually adjustable timing circuits for control of the time of operation of the engine starter motor and the time from stopping of operation of the starter motor (after the engine has failed to start) to re-initiation of operation of the starter motor. The starting system shall enable the number of starting cycles to be manually selected and shall prohibit operation of the starter motor if the engine fails to start after three (3) starting cycles. The starting system circuitry shall include dry contacts for remote indication of generator set running and not running conditions. I. Engine emergency shutdown controls that shall include sensors and control circuits which shall stop operation of the engine when the engine coolant temperature rises to a preselected value, when the engine coolant drops below a preselected level, the engine lubricating oil pressure drops to a preselected value, when the fuel level reaches the critical low level, and the engine speed rises to a preselected value. The controls shall prohibit subsequent restarting of the engine until a reset switch is manually engaged. J. Louver controls which shall include: 1. Control circuits which shall cause the intake and exhaust louvers to open prior to starting of the engine and to close after the engine has stopped. 2. The louvers shall “spring open” upon loss of power and motor closed. Louver operators shall be chosen that will open the louvers within 15 seconds. 3. Engine starting shall be delayed for a field adjustable period of up to 15 seconds to allow louvers to fully open. Time of closing shall be adjustable up to 10 minutes after the engine has stopped. Louver controls shall operate by this procedure with the selector switch in either the automatic or test position and in the exercise mode.

2.5 MAIN CIRCUIT BREAKER:

A. A main line molded case 3-pole circuit breaker of 400 amps, 240 volts (or as shown on the drawings) shall be installed as a load circuit interrupting and protection device. It shall operate both manually as an isolation switch and automatically during overload and short circuit conditions.

FOLLETT ENGINEERING, PLLC 16200-8 425-765-6304

Sumner Vpt. POWER GENERATION

B. The trip unit for each pole shall have elements providing inverse time delay during overload and instantaneous magnetic tripping for short circuit protection. The circuit breaker shall meet standards established by Underwriters' Laboratories, National Electric Manufacturer's Association, and National Electric Code. C. The circuit breaker shall be mounted in NEMA-1 enclosure adjacent to the generator control panel.

2.6 SUPPORT FRAME: A. The engine and generator shall be mounted on and supported by a welded support frame fabricated of structural steel members. The support frame shall specifically be designed by manufacturer of the generator set to: 1. Resist bending and loads imposed by the engine and generator during transportation and during operation. 2. Limit torsional and bending movement caused by torque reactions 3. Prevent resonant vibration 4. Resist the bending and seismic loads per the latest edition of the IBC. B. The support frame shall be mounted on and supported by spring-type vibration isolators and shall be restrained by all-directional seismic snubbers as required by earthquake zone 3 conditions. The isolators and snubbers shall be selected by the manufacturer of the generator set. The manufacturer shall design the support frame for incorporation of and attachment to the isolators and snubbers and shall define all requirements for mounting of the isolators and snubbers on to the supporting surface.

2.7 FUEL TANK SYSTEM: A. The Contractor shall be responsible to coordinate the fuel system requirements with the local building and fire codes for installation. The Contractor shall verify all necessary space, containment, alarming and monitoring requirements are met. The Contractor shall provide all necessary equipment, raceway, wiring etc. to meet the requirements of the local codes, Fire Marshall, NEC, and as recommended by the generator manufacture. Specific requirements are as follows: B. The fuel tank system shall be double walled, have 48 hour gallon capacity and shall be mounted integral to the enclosure base. The system shall include the following: 1. Dry contacts wired to terminals in the control panel for a low-level fuel alarm. 2. Critical low fuel alarm which shall also cause the generator engine to shutdown. 3. Manual fuel fill cap. 4. level gage mounted in generator room. 5. Fuel strainer. 6. Plastic sight glass. 7. Interstitial monitoring, leak detection, and alarming per local requirements C. The low-level fuel alarm shall be set to trip when the fuel tank quantity reaches 33% of capacity.

FOLLETT ENGINEERING, PLLC 16200-9 425-765-6304

Sumner Vpt. POWER GENERATION

D. The Contractor shall provide all fuel necessary for testing and operations of the generator during construction and shall fill the tank at the completion of the project. E. Provide fuel tank venting per local codes – discharge point at least 12 feet above grade. Provide venting outside building if required by local authority. F. Provide overfill protection. Devise shall meet local code requirements and IFC 340.2.9.6. Fill port spill container shall be a minimum of 5 gallon capacity and made of non-combustible materials. G. Provide signs for filling procedures, NO SMOKING or OPEN FLAMES WITHIN 25 FT, and contents and as required by the local authority.

2.8 ENGINE COOLING: A. Engine cooling shall be accomplished with a skid mounted radiator, provide sheet metal cowling between the generator and exhaust louver.

2.9 EXHAUST SYSTEM: A. The exhaust system shall include a flexible stainless steel bellows exhaust pipe connection to the engine exhaust manifold, exhaust piping, silencer, exhaust pipe flashing, collar and rain cap and support system.

2.10 GENERATOR BATTERY CHARGER: A. Provide fully automatic constant voltage, current limiting battery charger sized for the generator starting batteries. B. Charger shall have the following features: Protection fuses, DC ammeter, Temperature compensating voltage regulator LED alarm lamps indicating AC power fail, Low battery voltage. Form C contacts for alarm indication, low battery alarm adjust pots, float voltage adjustment pot. C. Charger shall monitor battery voltage and control the SCR to deliver the optimum current level to the battery. The battery shall be permanently connected and when the battery approaches full charge preset voltage, the charging current shall automatically taper to zero amperes or to the steady state load on the battery. The battery charger shall be ONAN, OTIII and BT series or equal. D. The battery charger shall be mounted in the generator enclosure.

2.11 QUIET TYPE GENERATOR ENCLOSURE: A. Enclosure shall be provided for standby generator. B. Generator shall be enclosed in a sound attenuating housing which shall be totally weatherproof. The unit shall be skid mounted and the walls and roof shall be adequately reinforced to carry all dead and live loads. The enclosure shall be sized to contain the generator set, fuel tank, batteries and allow adequate room to service the entire unit.

FOLLETT ENGINEERING, PLLC 16200-10 425-765-6304

Sumner Vpt. POWER GENERATION

C. The enclosure shall be a standard sound attenuating protective housing as manufactured by the generator manufacturer. D. Doors shall be provided on each side of the enclosure and a control panel access door shall be provided. All doors shall be equipped with handles and latches which are keyed. Each door or opening shall have prewired magnetic type intrusion switch for alarming unauthorized entry. All magnetic switches shall be wired to a common terminal at the main control panel. E. The unit shall be primed and finished in accordance with manufacturer's standards. Color shall be approved by Owner. F. The unit shall be similar to the "ONAN Quiet Site" • With equal or less dB rating as the ONAN Quiet Site II dB rating • maximum of 73dB at 23 feet (7 meters). G. The operating louver assembly, including the louver, motor and guard shall be completely factory assembled. Size per generator manufacturer's recommendations. The louvers shall be fixed, or shall be equipped with a motor which shall be spring loaded to open the louver when the generator is called to start, and electrically operated to close the louver when the generator is called to stop. H. The generator set shall be mounted in the enclosure using vibration isolators

PART 3 EXECUTION

3.1 INSTALLATION: A. The generator set shall be installed by the Contractor or, at the option of the Contractor, by the manufacturer of the generator set 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 generator sets and electrical systems. B. It is the Contractor’s responsibility to provide louver or door openings which are large enough for the genset to fit into the building or enclosure. It is also the Contractor’s responsibility to provide necessary optional equipment to provide clearance requirements for the entire genset installation and to verify all mechanical and electrical clearance requirements are met. C. Provide adequate space around generator for outer doors to open full 90 degrees with a minimum of 6” clearance to any obstructions. D. The installation and space requirements stated above shall be verified prior to construction. Any discrepancies shall be stated in the submittals. E. If the physical size of the structure or space which the generator is being installed is will not allow for these space requirements; The Contractor shall bring this to the immediate attention of the Engineer. F.

FOLLETT ENGINEERING, PLLC 16200-11 425-765-6304

Sumner Vpt. POWER GENERATION

G. Install fuel system, ventilation system, and exhaust system in accordance to the requirements of the drawings, specifications, manufacturer, local codes, and the NEC. Any additional requirements or equipment necessary for a complete installation shall be provided by the Contractor at no additional expense to the Owner.

3.1.1 CONTROL PANEL & CIRCUIT BREAKER MOUNTING A. The control panel shall be installed so that there is a minimum of 3 feet clear space in front of the panel and the top of the panel is no more than 6 feet above the finished floor. B. Install the control panel for the generator on the generator at a height no more than 6 feet above the finished floor to the top of the control panel. If the control panel mounted on the generator is higher than 6 feet, then the Contractor shall mount the control panel on a separate stand or on the wall. The Contractor shall provide all necessary raceway, wiring, and mounting equipment at no additional cost to the Owner. C. The main circuit breaker shall be installed so that there is a minimum of 3½ feet clear space in front of the breaker. The Contractor shall coordinate the breaker installation with the generator manufacturer to meet this requirement. D. The installation and space requirements stated above shall be verified prior to construction. Any discrepancies shall be stated in the submittals. E. If the physical size of the structure which the generator is being installed is will not allow for these space requirements; The Contractor shall bring this to the immediate attention of the Engineer.

3.2 INSPECTION AND VERIFICATION OF INSTALLATION: A. After completion of the installation of generator set, 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. 1. All components of the generator set shall be calibrated by the manufacturer after completion of installation. Each component shall be adjusted to be within the manufacturer's required range and for the specific application. Components that cannot be properly calibrated or that are found to exceed the manufacturer's specified range or accuracy shall be removed and replaced. 2. After installation of the generator set is completed, the generator set shall be placed into operation by the manufacturer. The manufacturer shall revise, modify, adjust and reprogram the various components as required during and following start-up to provide proper operation.

3.3 ON-SITE OPERATION AND LOAD TEST: A. After the Manufacturer has inspected and verified the generator installation, The generator set shall be tested by the manufacturer. All components of the generator set shall be fully and completely operated and tested under simulated power failure conditions and under a full load for a period of at least four continuous hours. Load

FOLLETT ENGINEERING, PLLC 16200-12 425-765-6304

Sumner Vpt. POWER GENERATION

banks shall be provided by the manufacturer of the generator set as required to supplement the connected facility load and to provide full load conditions. Operating temperature, load amperes and voltage shall be recorded every 1/2 hour. B. The on-site operation testing shall take place in the presence of the Engineer. The Contractor shall inform the Engineer a minimum of 3 days prior to the testing taking place. All controls and functions of the generator shall be operable and all auxiliary equipment shall be connected and all field wiring complete before the testing is to take place. C. The Contractor shall provide the diesel fuel for the generator testing. At the completion of the load testing, the Contractor shall provide diesel fuel to fill the tank to the full level.

3.4 OPERATION AND MAINTENANCE TRAINING: A. The manufacturer of the generator set shall conduct specifically organized training sessions covering operation and maintenance of the unit 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 unit. Training shall include, but not be limited to, the following: 1. Preventative maintenance procedures 2. Trouble-shooting 3. Calibration 4. Testing 5. Replacement of components 6. Automatic mode operation 7. Manual mode operation 8. Fuel and monitoring system B. At least one (1) training session, at least two (2) hours in duration, shall be conducted at the site after start-up of the system. 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.

3.5 OPERATION AND MAINTENANCE DATA: A. The manufacturer of the generator set shall prepare and assemble detailed operation and maintenance manuals in accordance with the requirements of Section 16010 . The manuals shall include, but not be limited to, the following: 1. Preventive maintenance procedures 2. Trouble-shooting Calibration Testing 3. Replacement of components 4. Automatic mode operation 5. Programming 6. Manual mode operation

FOLLETT ENGINEERING, PLLC 16200-13 425-765-6304

Sumner Vpt. POWER GENERATION

7. System schematics 8. As-built wiring diagrams of overall system 9. Catalog data and complete parts list for all equipment and control devices. 10. Listing of recommended spare parts 11. Listing of recommended maintenance tools and equipment

3.6 MAINTENANCE SUPPORT PROGRAM: A. The manufacturer of the generator set shall provide a maintenance support program covering all routine service maintenance and repair of the engine generator set for a period of one year from the date of acceptance. The cost of the maintenance support program shall be shown individually, but must be included in the engine generator total bid price. B. Under the maintenance support program contract, the generator set manufacturer shall be solely and completely responsible for correction of all deficiencies and defects and shall make any and all repairs, replacements, modifications and adjustments as malfunctions or failure occur. C. The contract will cover the furnishing of all material, labor, testing equipment, load banks, tools, and transportation necessary to perform the preventative maintenance work herein described. D. The vendor shall stock common replacement parts (i.e. filter, etc.) for service or repair work for engines, generators, control panels, switchgear, and automatic transfer switches. E. The vendor shall be equipped with service technicians, tools, and transportation "on- call"; 24 hours a day, 365 days a year, to provide emergency service. F. It is the responsibility of the vendor to notify the Owner of the scheduled maintenance interval at least two (2) weeks prior to the actual performance of their contractual obligations. The Owner reserves the right to witness the evaluation, testing, and maintenance of the equipment at its discretion. It is the responsibility of the vendor to coordinate testing and preventative maintenance on the existing operational system. G. Three (3) copies of the evaluation, testing, and preventative maintenance work shall be submitted no later than (14) days following the completion of the service interval. All site documentation shall be typed. H. The reports shall contain but shall not be limited to: 1. Summary of findings and corrective work. 2. Recommendations of repairs, overhauls, and other maintenance work that should be scheduled prior to the next scheduled service interval. 3. Complete documentation of all test and inspection results on each significant item (i.e. engine, generator, transfer switch, and alarm functions. I. As a minimum, the maintenance program shall include work as shown on the attached maintenance schedule. Any deletions from the schedule must be noted in writing as a part of the bid package.

FOLLETT ENGINEERING, PLLC 16200-14 425-765-6304

Sumner Vpt. POWER GENERATION

END OF SECTION

ATTACHMENT: ENGINE-GENERATOR SET MAINTENANCE SCHEDULE.

FOLLETT ENGINEERING, PLLC 16200-15 425-765-6304

Sumner Vpt. POWER GENERATION

ENGINE-GENERATOR SET MAINTENANCE SCHEDULE

Page 1 6 mos. 1 yr. Air Intake Check - for leaks x x - air cleaner restriction x x - piping and connections x x Clean - crankcase breather x x - or change air cleaner element x x

Fuel Check - for leaks x x - fuel level/take sample x x - governor linkage x x - fuel lines and connections x x Drain - sediment from tanks & filter x x Change - float tank breather x Clean - float tank breather x

Exhaust Check - for leaks x x - for exhaust restriction x x - turbocharger bearing clearances x Drain - condensate trap x x Torque - exhaust manifold & turbocharger cap-screws x Clean - turbocharger comp. wheel and diffuser x

Electrical Check - battery charging system x x - battery electrolyte level and specific gravity/check battery voltage x x - safety controls and alarms x x

Engine Related Check - for unusual vibration x x - tighten mounting hardware x - fan belt wear/cracking Clean - engine x Grease - fan pillow block bearings x Test - oil analysis or metals and cool- coolant for DCA/pH x Change - oil and filter and fuel filter x

16200-16 9/16/2020 12:30 PM Sumner Vpt. POWER GENERATION

ENGINE-GENERATOR SET MAINTENANCE SCHEDULE

Page 2 6 mos. 1 yr. Main Generator Check - air inlet and outlet for - restriction x x - windings & elect. connections x - operation of generator heater strips x Grease - bearing x - measure and record generator winding resistance x Check/Clean - generator x x

_

16200-17 9/16/2020 12:30 PM Sumner Vpt. Instrumentation and Controls

SECTION 16921 INSTRUMENTATION AND CONTROLS

PART 1 GENERAL

1.1 DESCRIPTION OF WORK A. This spec section is intended to specify the components of the instrumentation and control system including: control panel(s) and the general requirements for the construction and arrangement of the associated equipment and field instrumentation. B. Work and materials specified in this section include: 1. PLC control cabinet(s) (MCP), I/O, and associated equipment and instrumentation. 2. Power equipment (starters, VFDs) - Motor Controls 3. Field Instrumentation, installation and calibration requirements 4. Shop and field testing, and calibration of power & control system components and equipment.

1.2 SYSTEM DESCRIPTION A. Provide Control panels for all equipment control, monitoring and alarming. B. Provide power equipment with VFDs, motor starters and controls, C. Provide field instrumentation and control devices and installation details

1.3 SYSTEM INTEGRATOR A. The System Integrator shall be responsible for the final design and assembly of the instrumentation and control system and control panels. B. All programming of the PLC and operator interface shall be done by others. C. The System Integrator shall be responsible for the final design and assembly of the entire I&C system. The system 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. The system shall readily enable manual operation of any and all functions in the event of failure of any one component. D. Only pre-approved integrators shall provide equipment under this contract E. The following are pre-approved System Integrators for this project 1. Quality Controls - Lynwood, Washington 2. Technical Systems, Inc. - Lynnwood, Washington 3. Taurus Controls, Kent, Washington

FOLLETT ENGINEERING, PLLC 16921-1 425-765-6304 Sumner Vpt. Instrumentation and Controls

4. Systems Interface, Inc. - Bothell, Washington

1.4 STANDARDS AND CODES A. All equipment and materials shall conform to the latest revised editions of applicable standards published by the following organizations: 1. American National Standards Institute (ANSI). 2. Institute of Electrical and Electronic Engineers (IEEE). 3. National Electrical Manufacturer’s Association (NEMA) 4. Underwriters' Laboratories (U/L). 5. Instrument Society of America (ISA). B. 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. 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. D. All control panels shall bear a label by UL or by an approved testing authority for the completed assembled panel.

1.5 SHOP DRAWINGS A. The System Integrator shall develop any shop drawings required for design, fabrication, assembly and installation of the power and control panels. Shop drawings shall include all drawings required in manufacture of specialized components and for assembly and installation of them. Shop drawings shall include detailed “end-to-end” control wiring diagrams showing all interface of field equipment and instrumentation. In addition the following drawings shall be provided: B. CONTROL CABINET LAYOUT DRAWINGS 1. The System Integrator shall develop shop drawings for the control cabinets and wiring and terminals within the control cabinets to show all details of the control system. Drawings shall include scaled drawings of both interior and exterior elevation views. All components shall be identified by both the nameplate information and also the component number related to the bill of materials. C. EQUIPMENT AND INSTRUMENT WIRING DIAGRAMS (LOOP DWGS) 1. The System Integrator shall provide individual wiring diagrams (one drawing) for each field instrument and for each controlled motor load. All wiring interface for each instrument or equipment shall be shown on a single drawing* and the drawing shall be titled with the equipment or instrument name and number. Each drawing shall include field devices, PLC I/O and motor control, etc. associated with that instrument or equipment Include all

FOLLETT ENGINEERING, PLLC 16921-2 425-765-6304 Sumner Vpt. Instrumentation and Controls

terminals – terminal numbers, wirenumbers (both internal and field), PLC I/O and memory address, and equipment TAG number. See example drawings * for instruments of the same type - if space allows then more than one instrument of the same exact type may be shown on a single drawing. This exception applies for instruments only, not for equipment. D. CARD DRAWINGS 1. The System Integrator shall provide the information for each input and each output of the PLC on “PLC Card drawings”. All details of each card must be shown on a single drawing – one I/O card per drawing*.. Example drawings are included at the end of this section. Each I/O point shall be designated with the memory address, point id tag number, point description and wiring diagram reference drawing number * cards of the same type – if space allows, then more than one card of the same exact type may be shown on a single drawing. E. TERMINAL ARRANGEMENT DRAWINGS 1. Provide terminal layout drawings that show the layout of all terminals in the cabinet. F. Shop drawings shall be drawn in AutoCAD 2008 or earlier version and include the following: 1. Technical data sheets for all components with the complete part number of the component clearly designated with all required options. 2. Arrangement drawings of all cabinet front-mounted and internal-mounted instruments, switches, devices, and equipment indicated. Show all panel mounting details required. Include outer dimensions of all panels on the drawing. Deviations from approved arrangements require resubmittal and approval prior to installation. 3. Arrangement drawings shall be drawn to scale using standard Architectural or Engineering scales. 4. Shop drawings shall be provided on 11” X 17”. Shop drawings shall include specific product detail such as rating, size, and number of contacts, etc. Wiring diagrams shall be included for all components in the system including control equipment supplied with mechanical devices. 5. For shop drawing packages provide the drawings in a separate 11” X 17” binder with an index for the drawings at the front. G. Installation details shall include the size, number, type and location of interconnecting wiring and conduit, installation of cabinets and enclosures, installation of sensors, instruments, limit switches, and other installation requirements. Shop drawings shall be submitted to Engineer for review and approval.

1.6 SUBMITTALS

1.6.1 SUBMITTAL REQUIREMENTS A. Submittal documents shall be submitted via E-mail in PDF format.

FOLLETT ENGINEERING, PLLC 16921-3 425-765-6304 Sumner Vpt. Instrumentation and Controls

B. I&C submittals shall be provided in two complete separate documents one with all product data and a second with all shop drawings as follows: 1. All products shall be included in a single PDF document including the cover sheet and index and bill of materials (BOM) in one single document. – Index the PDF document to show each individual product in the index column. 2. Shop drawings shall be included in a single PDF document including the cover sheet and index in one single document. C. Submittals shall be indexed and identified as follows: 1. Email subject line shall be “project name, EI&C submittal submittal #, spec section# - description.” 2. Cover sheet with: a) the project name and submittal # b) Contractor's and sub-contractor’s name, phone number, and email address. c) BOM bill of materials showing each product being submitted. d) List of deviations from specified components 3. PDF index tabs per the electrical specifications by section and paragraph or equipment name e.g. provide a minimum of one tab section for each piece of equipment in all of the PART 2 PRODUCT Sections 2.01 - 2.**. D. Per the general submittal requirements in other sections of this specification and the following. The System Integrator shall develop and shall submit to the Engineer the following project data: 1. A detailed project schedule relating specifically to I&C - showing submittals, review time, long lead equipment, panel fabrication, expected site delivery date - startup, etc. highlight any anticipated critical path tasks. Provide a copy with the submittal and e-mail in PDF. 2. All shop drawings: (provide an electronic copy, in AutoCAD of all shop drawings on CD ROM to the Engineer with the submittals, revised submittals, and with final as-built drawings). 3. Cut sheets for all products with a BOM - Bill of materials showing quantity, Manufacturer, catalog number, and the supplier name and phone number and relevant spec. paragraph number. Number each item in the bill of materials and relate the bill of materials to the submitted product index. 4. I/O that verifies that all control and status/indication points in the control panels both implemented and spare have been tested. One copy of the I/O Checklist shall be submitted for the start of the Factory Test. One copy of the I/O Checklist shall be submitted prior to the Control system startup. The PLC Card drawings shall be used for this purpose. E. Provide reference numbering on all cut sheets to relate them to the bill of materials. Provide same reference numbering by the equipment shown on the shop drawings. F. Provide a listing of all spare parts to be provided.

FOLLETT ENGINEERING, PLLC 16921-4 425-765-6304 Sumner Vpt. Instrumentation and Controls

G. NOTE; submittals received by the Engineer that are incomplete or not organized or do not conform to the specifications or do not have complete drawings as specified shall REJECTED and returned without review. Contractor should anticipate that submittals and re-submittals can take up to 3 weeks from the date mailed to the date returned with review comments if using standard submittal procedures.

1.7 COORDINATION WITH OTHER EQUIPMENT A. The System Integrator shall be responsible for obtaining all necessary information/product data (wiring diagrams, load data, etc.) for other equipment and instrumentation used in the project that requires integration into the power and control system – even for equipment and instrumentation outside the System Integrator’s scope of supply. This may include, but is not limited to (standby generator, ATS, flow transmitters and other instrumentation, control valves, motor data, etc.) B. System wiring diagrams shall include information from other equipment. C. See PART 4 of this specification for additional requirements

1.8 NAMEPLATES A. Nameplates shall be provided on all electrical devices – (equipment, instruments, boxes, etc.) B. Nameplates shall also be provided on all electrical panel interior and exterior equipment (including but not limited to: relays, I/O cards, circuit breakers, power supplies, terminals, contactors, switches, indicating lights, buttons, meters, and other devices.) C. Equipment nameplates shall have both the equipment name and number and equipment circuit number (if applicable). D. INSTRUMENT NAMEPLATES: Provide nameplates for all instruments with instrument name, number, and the ckt breaker, or fuse location for the power source. – for nameplates that cannot be attached to the instrument provide a stainless steel cable ring to attach it to the instrument. E. Nameplates shall be made of 1/16" thick machine engraved laminated phenolic having black letters not less than 3/16" high on white background or as shown on the drawings or other sections of the specifications. Nameplates on the interior of panels shall be White Polyester with printed thermal transfer lettering and permanent pressure sensitive acrylic; TYTON 822 or approved equal. All nameplates shall include the equipment name and number (and function, if applicable). F. Relays shall be provided with 2 nameplates, one on the backpan by the relay base and one on the face of the relay. G. Provide warning nameplates on all panels and equipment which contain multiple power sources. Provide nameplates describing locations of power sources and disconnects. Provide any other warning or information nameplates as required by NEC or UL.

FOLLETT ENGINEERING, PLLC 16921-5 425-765-6304 Sumner Vpt. Instrumentation and Controls

H. Nameplates shall be secured to equipment with stainless steel screws/fasteners. Epoxy glue or other quality adhesive may be used where fasteners are not practical if first approved by the Engineer.

PART 2 PRODUCTS

2.1 GENERAL

2.1.1 DESIGN AND ASSEMBLY A. All equipment and materials utilized in the system 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 system shall be the products of the same manufacturer. B. All equipment shall be of industrial grade and of standard construction, shall be capable of long, reliable, trouble-free service, and shall be specifically intended for control and monitoring of operation of motor-driven pumps and equipment. C. 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. D. The system shall be completely assembled in the shop by the System Integrator. All components and equipment shall be prewired to the maximum extent possible. E. All components, including both internally and face-mounted instruments and devices, shall be clearly identified with phenolic nameplates of black background with white letters. Nameplates on the interior of panels shall be White Polyester with printed thermal transfer lettering and permanent pressure sensitive acrylic; TYTON 822 or approved equal.

2.1.2 INTERCONNECTING WIRING/TERMINALS A. All conductors shall be stranded wire with thermoplastic insulation and shall be cabled to 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 2 No. 14 wires and all terminal connections shall be numbered throughout the system. B. TERMINAL NUMBERING – 1. All field terminals shall have UNIQUE TERMINAL NUMBERS. This also includes NEUTRAL and LINE terminals shall be individually identified. (example NU1, NU2 ..etc. for UPS neutrals N1, N2 etc for normal power neutral terminals. 2. Terminal numbers and wire numbers shall relate to the equipment or component number or drawing number. C. In general: all field control wiring shall be #14 AWG. Internal wiring may be smaller #16 or #18 is acceptable as long as it is sized for the load and circuit

FOLLETT ENGINEERING, PLLC 16921-6 425-765-6304 Sumner Vpt. Instrumentation and Controls

protection. PLC I/O wiring between the PLC cards and the terminal strips shall be pre manufactured bundled cables wire size shall be #18 - #22. D. WIREWAYS 1. Provide wire ways as necessary in the enclosure to contain all internal wiring and all field wiring that exists on this contract with consideration given to future space and the future wiring. Size wireways such that there is ample room for the numbers of wires that will be wired to the terminals or terminal space in the cabinet plus room for an additional 30% future wire. 2. Provide corner wireways in the cabinet corners or as shown on the drawings 3. Low voltage DC control and signal conductors shall be bundled separately from alternating current circuits. Separate raceways and wire gutters shall be dedicated for AC and DC wiring, and labeled as such on the shop drawings. Wiring may cross at right angles if necessary. Special caution shall be used for PLC I/O card wiring and field terminations to accommodate the separation of AC and DC circuits. Intrinsically safe wiring shall be physically separated from non intrinsically safe wiring. 4. Internal wiring shall be in separate wireways from the field wiring. E. 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 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.

2.2 PROGRAMMABLE CONTROL EQUIPMENT

2.2.1 PROGRAMMABLE LOGIC CONTROLLER (PLC) A. The PLC shall be Allen-Bradley 5069-L320ER – CompactLogix with dual configurable Ethernet/IP ports. Selection shall be based on the number of I/O required. B. Provide amount of PLC memory necessary for the control, monitoring and alarming of all station equipment and instrumentation C. Provide 5069 serial communications module for radio coms D. Provide PLC processors with on board Ethernet communications. E. Provide all PLCs with EEPROMS F. PLC rack w/ spare slots – if applicable G. 24VDC digital input cards H. 24VDC digital output cards. All digital outputs shall interface with the output relay terminals I. Analog input cards with individually isolated points J. Analog output cards with individually isolated points

FOLLETT ENGINEERING, PLLC 16921-7 425-765-6304 Sumner Vpt. Instrumentation and Controls

K. Note combination cards are not allowed except with special permission from the Engineer L. Provide power supplies as required and recommended by the manufacturer. M. Provide all necessary power supplies as required and recommended by the manufacturer. N. Provide isolated fused circuit for power to PLC O. Spare and empty slots in the PLC rack shall be covered with a blank slot filler.

2.2.2 ADDITIONAL I/O A. System Integrator shall provide all I/O necessary for the operations of the equipment and instrumentation for the project and as shown on the wire diagrams. The System Integrator shall provide additional I/O for the equipment and instrumentation that is outside of the System Integrators scope of supply, but still needs to interface with the control panel, Include the additional I/O when calculating the required spare I/O below.

2.2.3 SPARE AND FUTURE I/O A. INSTALLED SPARE: Provide all necessary analog and digital I/O for the project plus 20% installed spare, (round up to the nearest whole number) in each cabinet,. Provide terminals for all installed PLC I/O cards (including spares) to match the number of points in the card. For all spare I/O provide interface wiring to terminals. B. Provide 1 spare fused disconnect for every 4 spare digital input terminals. C. Spare digital outputs shall all be provided with interposing relays with one form C output wired to two terminals for a normally open contact interface. D. For each spare analog input provide one fused, and two non fused wired for a loop powered instrument input. Provide one shield ground terminal for every two spare analog inputs. E. FUTURE: Provide spare space to the right of the PLC for at least two additional I/O cards in each PLC cabinet. Provide spare din rail for the additional terminals associated with the additional I/O cards (minimum of 12” for digital and 12” for analog terminals) and also account for the additional room in the wireways for the future wire.

2.3 COMMUNICATIONS EQUIPMENT

2.3.1 ETHERNET COMMUNICATION MODULE A. Provide Ethernet communications on the PLC processor for communications.

2.3.2 ETHERNET COMMUNICATIONS SWITCH 1. All Ethernet switches used for this project shall be made by the same manufacturer.

FOLLETT ENGINEERING, PLLC 16921-8 425-765-6304 Sumner Vpt. Instrumentation and Controls

2. Provide an Ethernet switch with ports as required as shown on the drawings plus 1 spare port. Ethernet switches shall be din rail mountable. The switch ports shall be configurable for either 10 or 100 base T. Siemens, Allen- Bradley, Hirschmann or N-Tron, or equal. Provide mounting and power circuits as required for the equipment.

2.3.3 ETHERNET / RECEPTACLE INTERFACE MODULE. 1. Provide a combination Ethernet port/ 120V receptacle unit mounted with clear plastic hinged cover on the front door of each control cabinet with a PLC. So that the programmer can plug in without opening the cabinet door.

2.3.4 RADIO EQUIPMENT A. Provide one Radio in the MCP to match the Owner’s existing radios – Schnieder Trio MR450 series no equal. B. Provide dual /redundant 12VDC power supplies for radio power C. Provide separate power supply rated for the radio requirements. D. Provide antenna to match with the radio, mount as shown on the plans E. Provide Antenna Cable wired to surge protected bulk head on the top of the cabinet. 1. Provide communications cables for interface to the Radio and PLC and Operator Interface. 2. Provide Coax cable to extend from the Radio in the MCP to the Antenna (location shown on the plans). Cable shall be Times Microwave Systems - LMR-400DB or equal cable must be less than 2.7dB loss per 100 ft at 450 MHz. 3. Provide all necessary fittings, bulkhead fittings, etc. for a complete Radio/antenna installation. 4. Provide cable lightning arrestor and any other components as recommended by the radio manufacturer.. 5. Configure radio for communications to the existing SCADA system. 6. The system Integrator shall provide all necessary coordination, testing and troubleshooting for the telemetry system to communicate to headquarters.

2.4 PROGRAMMING OF PROGRAMMABLE CONTROLLER

2.4.1 GENERAL A. The programmable controller equipment shall be programmed by others and the programming cost shall not be included in the bid.

2.5 SUPPORT EQUIPMENT AND SOFTWARE A. Provide one copy of current version of PLC programming software to the Owner. For software registration information please contact the owner to insure the correct name and address information is used.

FOLLETT ENGINEERING, PLLC 16921-9 425-765-6304 Sumner Vpt. Instrumentation and Controls

B. Provide one PLC to PC programming cable to the Software Owner C. Provide one copy of current version of operator Interface development software to the Owner.

2.6 EQUIPMENT ENCLOSURES

2.6.1 CABINET SIZE A. Sizes of enclosures for the power and control cabinets shall be chosen by the System Integrator to provide ample space for the installed components and still fit within the given space in the structure. B. The enclosures minimum size shall be as shown on the drawings. With Engineer’s approval, the Integrator shall upsize the cabinets if necessary to fit in the components. C. Provide a minimum of 24” of open, unused din rail space in all cabinets with PLCs or as shown on the plans, whichever is the greater amount.

2.6.2 CONTROL CABINETS A. Indoor Control cabinets shall be NEMA 12 – powder coated steel construction with a drip shield. B. Outdoor Cabinets shall be NEMA 3R – Stainless Steel, or Aluminum – with Stainless steel hinge pins and door handles. C. Control cabinets in corrosive areas or chemical rooms shall be stainless steel or non- metallic. D. Provide all control cabinets with a drip shield. E. Cabinets shall be hinged with stainless steel pins. F. Cabinets shall be provided with a stainless steel 3 point latch. G. Provide all control cabinets with a data pocket and insert the cabinet drawings in the pocket when shipped to the site. H. Provide all control cabinets which house PLC equipment with a 12x12” folding shelf HOFFMAN A-CSHELF12 or approved equal. Also provide an Ethernet port and 120V receptacle with a hinged clear cover for laptop interface on the outside of control panel door. I. Provide corrosion inhibitors in all control cabinets prior to shipping Amount of inhibitor shall be provided for the volume of the enclosure for one year. HOFFMAN AHC series or approved equal. J. Enclosure shall be manufactured by Hoffman Products, Inc. or approved equal.

2.6.3 ENCLOSURE DOOR LATCHES A. Door latches on all enclosures shall be fast operating type 3-point latch stainless steel lockable door handle.

FOLLETT ENGINEERING, PLLC 16921-10 425-765-6304 Sumner Vpt. Instrumentation and Controls

B. NEMA 4 and 4X shall also have stainless steel 3-point latch if possible, but where a 3-point latch will not meet rating requirements and also for all types of enclosures that are too small for a 3 point latch use fast operating clamp assembles. Hoffman Bulletin A-80 or equal. The latch handle shall operate toward the center of the panel to open the door, and be pointing down when closed. C. Small boxes and control stations shall have 2 stainless steel screw driver or hand operated latches.

2.6.4 FOLDING SHELF / DOOR STOP A. Provide a 12”x12” folding shelf on the door to all cabinets with remote I/O or PLC’s for supporting a laptop computer. Hoffman A-CSHELF12 or approved equal. 1. Mount the shelf so that when the cabinet is installed, the shelf will be 36” – 40” above the floor. B. On all cabinet doors with a folding shelf, provide a doorstop, Hoffman A-DSTOPK ALGSTOP-2 or approved equal,.

2.6.5 WIREWAYS A. Provide molded plastic wireways, slotted for wire connections for all wiring in the panels. They shall be complete with covers. Wireways shall be manufactured by Panduit or Taylor, or approved equal.

2.6.6 PANEL LIGHT, SWITCH AND CONVENIENCE OUTLET A. Provide LED lights with manual switch in control panels that contain a PLC rack , relays, or other equipment that would require troubleshooting or operator access for normal operation. Provide a simplex outlet, 120VAC 15A, in all panels that require a computer or other maintenance tools that may need a power source. These shall be on a separate dedicated circuit.

2.7 TERMINALS

2.7.1 GENERAL A. Provide terminals blocks arranged per the examples drawings and as described in this specification. B. PLC card – I/O terminal blocks shall be grouped together to match the terminal arrangement of the PLC card that they are connected to. C. TERMINAL NUMBERING – 1. Provide unique terminal numbers for all field wired terminals. 2. Terminal numbers and wire numbers shall relate to the equipment or component number or drawing number. 3. The drawings shall use drawing number references on all wires that connect between drawings or are shown on more than one drawing.

FOLLETT ENGINEERING, PLLC 16921-11 425-765-6304 Sumner Vpt. Instrumentation and Controls

D. Provide terminals for all wire connections to field wiring and internal power distribution. For all terminals (including line voltage and neutral terminals) that are used for wiring out to field devices provide unique terminal numbers. E. Provide spare din rail space and spare terminals as indicated by the drawings or these specifications. F. For all energized circuits (power and control) powered from the panel and extend outside of the panel provide an individual fused terminal with appropriate fast blow fuse (1/2 amp for PLC inputs) and “blown fuse” indicator light for each circuit and unique terminal number. G. For all signal circuits that extend outside of the panel provide an individual fused terminal with appropriate fusing and integral blown fuse indication. All 4 to 20 mA circuits shall be individually fused with a 1/16 amp fast blow fuse; and blown fuse indicator. H. For all energized circuits powered outside of the panel which extend into the panel, provide a disconnecting terminal to isolate each individual circuit. I. Provide fusing of all DC circuits with appropriately sized fuses and blown fuse indicators. J. Analog loops that are 24 VDC powered shall have a knife switch to disable the loop. K. Connections shall have compression terminals capable of terminating 2 #14 AWG stranded wires. Terminals shall be DIN rail strip mounted Provide number strips for terminal blocks that are referenced by the wire marker. Provide bridge bars for jumpering between terminal blocks. Provide end clamps to separate and terminate terminal block groups. Provide end covers for groups of terminal blocks in sets to match the number points associated with individual I/O cards in the PLC rack. L. Provide Separation Plates on each side of terminals that are at a different potential or polarity than surrounding terminals. M. Provide clear plastic DIN rail mounted nametag stanchions for each block of terminations. Each nametag shall hold a preprinted label designating the PLC rack and PLC card (slot) that terminates to that set of terminals. N. Terminals shall be mounted such that there is a minimum of 2 inches of clear space on both sides of the terminal (between the terminals and the wireway); for ease of wiring and so that the entire wire tag will be visible outside the wireway. O. Provide wired terminals to match the number of points supplied on each I/O card in a cabinet.

2.7.1 GENERAL PURPOSE AND DIGITAL INPUT TERMINALS A. Terminal Blocks for general purpose and digital input terminations shall be Phoenix Contact UK 5, or equal. Provide UKK5 Double Hi, or equal, if space is limited.

2.7.2 ANALOG INPUT TERMINALS

FOLLETT ENGINEERING, PLLC 16921-12 425-765-6304 Sumner Vpt. Instrumentation and Controls

A. Terminal Blocks for use in analog input terminations shall be knife disconnect type, Phoenix UK 5-MTK , or equal. B. Provide one ground terminal for every two analog inputs for grounding the shield. C. Provide a fused terminal with a ¼ amp fuse and blown fuse indicator for all analog inputs for loop power.

2.7.3 ANALOG OUTPUT TERMINALS A. UKK 5 Terminal blocks for analog outputs shall be fused, double hi with a separate ground terminal, or equal.

2.7.4 DIGITAL OUTPUT RELAY TERMINALS A. Provide interface/interposing relays for all digital outputs that extend out of the control panel and for all spare and future digital outputs. Relays shall be individual form C relays, or equal. Interface to digital output cards or relays as required to interface I/O module to DIN rail mounted relays, or equal. B. Relay output cards are not to be used unless specifically allowed by the Engineer. All digital outputs shall interface with individual output relays. Panel mounted devices may be directly powered by the output card if approved by the Engineer. C. Provide relays to match the number of points supplied on each digital output card in a cabinet. D. Provide two descriptive labels for all relays. – One label on the backpan and one label on the relay.

2.7.5 FUSED TERMINALS A. Fuse terminal blocks shall be hinged disconnect level type with “blown fuse” indicators. PHOENIX CONTACT UK 5 HESI series, or equal

2.7.6 TEST AND CALIBRATION A. Provide 1 set for each Cabinet supplied plus 1 spare set consisting of: 1. Short Circuit Plug, 1 pair of Reducing Plugs, 1 pair of Test Adapters.

2.8 OPERATOR INTERFACE DEVICES A. All operator interface devices mounted on the panel front shall be rated for the environment in which they will be located. In general, devices mounted on indoor panels shall be NEMA 13 rated. Operator devices mounted outdoors, or in wet or corrosive environments shall be NEMA 4X rated.

2.8.2 ALARM BEACONS A. Alarm Beacons shall be heavy duty industrial, Marine Rated, high intensity strobe with minimum 800K peak candle power – Edwards 105 series w/ 8 joule high intensity strobe. Provide mounting bases and attachments as required for the application.

FOLLETT ENGINEERING, PLLC 16921-13 425-765-6304 Sumner Vpt. Instrumentation and Controls

2.8.3 SELECTOR SWITCHES A. Selector switches shall be for use on 120 volt control circuits. Contacts shall have a continuous current rating of 10 amperes both inductive and resistive. Selector switches shall be of the heavy duty oil tight type. Allen Bradley 800T, 800H, GE CR104P, Square D Type K or approved equal.

2.8.4 PUSH BUTTONS A. Push buttons and illuminated push buttons shall be for use on 120 volt control circuits. and shall have continuous current rating of 10 amperes both inductive and resistive. Pushbuttons for "emergency" "help" applications shall have maintained contacts and red mushroom head operators. Allen Bradley Bulletin 800T, 800H or approved equal.

2.8.5 INDICATING LIGHTS A. Indicating lights shall be push-to-test LED type. Illuminated pushbutton type with the pushbutton wired for the push-to-test function required. Appropriate lens caps shall be provided as shown..

2.8.6 OPERATOR INTERFACE A. Provide an operator interface. provide a minimum 10” inch color graphic display and resistive touch screen. Interface shall be capable of color graphic displays. Software shall be RS View Studio Machine. Provide with Ethernet communications module. Operator Interface shall be Allen-Bradley panelview plus 1000. B. Provide all necessary software and hardware for a complete system. C. Programming of the operator interface shall be done by others.

2.9 CABINET POWER DISTRIBUTION

2.9.1 CONTROL PANEL CIRCUIT BREAKERS A. Control panel circuit breakers shall be thermal-magnetic type, supplementary overcurrent devices. Circuit breakers shall be snap mountable on rails. Circuit breakers shall be sized for actual circuit load. or as shown on the drawings. 1. Provide 2 spare installed 5amp circuit breakers or the number of spares shown on the drawings, whichever is greater. Wire breakers out to terminals and provide number of spare neutral terminals to match number of hot terminals. 2. Provide 2 spare “hot” terminals wired to the output of each spare breaker and 3 spare neutral terminals wired to the appropriate neutral. B. Control panel circuit breakers shall be Allen-Bradley 1492-CB, or equal. C. In all control panels, provide a laminated drawing of the panel power distribution circuit breakers for referencing all circuit breakers in the panel.

2.9.2 GROUNDING

FOLLETT ENGINEERING, PLLC 16921-14 425-765-6304 Sumner Vpt. Instrumentation and Controls

A. Provide 3 spare ground terminals in each cabinet B. Provide a ground bus in each cabinet – minimum 6” long with screw terminals for grounding equipment and instrumentation.

2.9.3 FUSES A. Provide, fuse pullers; (one for each type of fuse), for removal of fuses. B. Provide blown fuse indicators on all fuses.

2.9.4 POWER SUPPLIES – REDUNDANT PAIR A. Power supplies shall be switching type, voltage, & sized to be able to supply the demand. Units shall be closed frame DIN rail type and have overvoltage and overcurrent protection. Units shall have LED power on light and 2 sets of output terminals. Power supplies shall be sized for the load plus an additional 30% IDEC, SOLA Power Supply or equal. B. Power supplies shall be installed as a redundant pair . Provide one supervised power supply fail contact input for each power supply to the PLC for alarming. C. Provide one fused and one non fused terminal for all DC circuits that extend outside the cabinet. Provide spare DC terminals for a minimum of 2 additional DC circuits or 20% whichever is the greater amount. D. Provide one redundant pair of power supplies at 14VDC for the radio and one redundant pair at 24VDC for the instrumentation and I/O power. E. Provide module for true power supply redundancy / sharing of load between the redundant pair – SOLA or equal.

2.9.5 24VDC UNINTERRUPTIBLE POWER SUPPLY (UPS) A. 24VDC uninterruptible power supply (UPS) shall be a continuously on-line. Unit shall be 24VDC and maintain on battery backup for a minimum of 10 minutes. Unit shall be din rail mounted wired to control system power. The UPS capacity/rating shall be chosen by the System Integrator for the load being served plus 20%. . B. PULS, Allen-Bradley 1606.XLS series, size chosen for the application or equal. C. Provide UPS alarm module and provide all necessary wiring and relays for connection to the UPS to provide 2 normally closed contacts which open upon loss of power for the PLC digital inputs for: a) loss of input power to the UPS and b) for a battery alarm. D. Provide labeling to differentiate UPS power circuits vs. non UPS powered circuits by adding a “U” suffix on the terminal name. 1. Provide 2 spare installed 5amp UPS circuit breakers or the number of spares shown on the drawings, whichever is greater. 2. Provide 3 spare “hot” terminals wired to the output of each spare UPS breaker and the same number of spare neutral terminals wired to the appropriate neutral.

FOLLETT ENGINEERING, PLLC 16921-15 425-765-6304 Sumner Vpt. Instrumentation and Controls

E. UPS INSTALLATION: The unit shall be din rail mounted

2.10 RELAYS

2.10.1 RELAY LABELS A. Provide two labels for all relays one label on the backpan and one label on the front surface of the relay.

2.10.2 RELAYS FOR GENERAL PURPOSE A. Relays for general purpose shall have appropriate coil voltage for the application, contacts (amp and voltage) shall be rated for the application, minimum 2 amps. All relays shall have an integral indicating light to show if there is coil voltage present. They shall have pin/blade base and matching socket. Units shall be Allen-Bradley 700 type HA, HB, or equal. B. Appropriate relay (coil voltage and contact load ratings) shall be selected based on application from the control wiring diagrams and load served.

2.10.3 TIME DELAY RELAYS A. Time delay relays shall be multi-function, multi-range with plug-in base ,pin style terminations timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5 seconds to 60 minutes, 8 selectable timing ranges, 5 amp contacts. Select coil voltage for the application. Minimum accuracy requirements (plus or minus) shall be as follows: 1) Repeat accuracy 1/2% 2) Timing change over full voltage range 1/2% change over full temperature range 2% 3) Scale tolerance 5%. Allen-Bradley Bulletin 700 type HR series; or equal.

2.10.4 DIGITAL OUTPUT RELAYS A. All digital outputs shall be provided with interposing relays wired out to terminals - including spares. Relays shall be group mounted with connecting cable to the PLC output card. Output relays can be single pole, N.O. or N.C. for the application – all Spare DO relays shall be form C with the N.O. contact wired to terminals.

2.11 INSTRUMENTATION

2.11.1 GENERAL REQUIREMENTS OF INSTRUMENTATION A. All Instruments, switches and control sensors shall be rated for the environment in which they will be located. In general, devices mounted indoors shall be NEMA 12 rated. Devices mounted outdoors, or in wet or corrosive environments shall be NEMA 4X rated. B. Devices mounted in hazardous areas shall be rated for the classification of the area that they are located. 1. Provide barriers, intrinsically safe relays, explosion proof boxes, or other equipment, if necessary to rate equipment for the environment installed. 2. Provide seal fittings per NEC

FOLLETT ENGINEERING, PLLC 16921-16 425-765-6304 Sumner Vpt. Instrumentation and Controls

C. Transmitters shall be indicating type when available and shall have local or direct reading indicators, unless otherwise shown. 1. Provide a pressure gauge for every pressure switch and transmitter. D. Select range of instruments for the application. E. Transmitter input power shall be 24VDC or 120VAC 60HZ unless otherwise shown, output shall be 4-20 mA into a minimum 500 ohm load. F. For each instrument that has a separate power source, provide a power disconnect switch (rated for the environment and the application) mounted next to each instrument. G. Transmitters located outdoors shall be provided in an enclosure with a heater or provided with thermostat controlled heaters in their enclosure. H. Instruments shall automatically reset and resume normal operation after power interruption with out manual resetting. I. Instrument cords (for example: cords between the sensor and the transmitter) shall be provided: 1. With length sufficient for the application 2. With rating for the environment installed. J. Terminate all wiring on terminal strips, splicing wiring is not acceptable. K. Wire that terminates on screw type terminals shall be provided with a spade or loop type end connector. L. For all Indicating transmitters that are mounted inside enclosures, provide a window in the enclosure so that the display can be viewed without opening the enclosure. M. Instrumentation supplier shall provide installation inspection, calibration and training as required for proper installation.

2.11.2 LIMIT SWITCHES A. Limit switches shall be heavy duty oiltight Square D Class 9007 Type T, or approved equal with lever arm required for the application. Submit details of installation for review prior to field construction.

2.11.3 DRYWELL LIQUID LEVEL SWITCHES (FLOOD SWITCH) A. Provide drywell liquid level switch, hermetically sealed, magnetically actuated, snap action, 15W, 120V SPST, N.C. (dry). TRANSAMERICA DELAVAL - GEMS LS-1900 or 1950 chosen for the environment or approved equal.

2.11.4 PRESSURE TRANSMITTERS A. Unit shall be pipe or wall-mounted, with weatherproof/dustight (NEMA 4X) housing transmitting a proportional 4-20 mA signal with zero and span adjustments and adjustable damping.

FOLLETT ENGINEERING, PLLC 16921-17 425-765-6304 Sumner Vpt. Instrumentation and Controls

B. Housing- Epoxy-coated cast aluminum. Wetted Parts 316SS. Accuracy shall be 0.2% or better of set span. Long term stability of 0.1% or better. Adjustable measuring range with TD 10:1. C. Provide with integral 4 digit indicator calibrated in PSI for pressure applications and feet for level applications. Foxboro IGP10/20, OMEGA- PX764, Endress- Hauser CERABAR M or equal. D. Provide a differential pressure unit if the device is measuring water level or if applicable for the application Foxboro IGP20, Endress-Hauser CERABAR D or equal. . E. Provide all pressure transmitters with an isolation valve and TEE fitting with a test port for calibration. F. Provide a 4” Gauge mounted next to each pressure transmitter.

2.11.5 PRESSURE SWITCH/TRANSMITTERS – TEST & ISOLATION VALVE A. For each pressure switch and transmitter supplied, provide one Test & Isolation valve assembly. Assembly shall include an isolation valve and test valve and shall be included in the supply (BOM) with each pressure switch and each pressure transmitter.

2.11.6 PRESSURE GAUGES (FOR PRESSURE TRANSMITTERS) A. Provide a pressure gauge for each pressure switch and transmitter. Mount gauge near sensor or as shown on the drawings. Pressure gauges shall be provided with a range and working rating for the application. Gauges shall be stainless steel with 4" face and minimum 1% accuracy. Select range and units for the application Noshok or equal.

2.11.7 SMOKE DETECTOR A. Smoke detectors shall be 120V power with a N.O. held closed contact for input into the MCP or FACP. Provide with 3 position switch test feature to simulate smoke conditions, LED condition indicator, 9V battery backup, strobe light with “FIRE” lettering. Smoke detectors shall be Edwards 517 series or approved equal.

2.12 VARIABLE FREQUENCY DRIVES (VFD) A. VFDs shall be Allen-Bradley Power flex with full function HIM module mounted on the outer door or as shown on the drawings– VFD manufacturer shall select the size and rating as required for the application. Provide interface options for control, monitoring, and alarming as shown on the drawings and the wire diagrams. – Allen Bradley Power Flex 750 Series– no equal. B. Provide DC bus chokes and 5% line and DV/DT load reactors/filters on all VFDs C. Provide with Ethernet communications. D. Provide control features as shown on the plans.

FOLLETT ENGINEERING, PLLC 16921-18 425-765-6304 Sumner Vpt. Instrumentation and Controls

E. Provide VFD control wiring for SOURCE control selection – SINKING inputs are not allowed. F. For VFDs furnished with fans – provide controls or thermostats so that the fans do not operate unless the equipment is running or the temperature is high. G. Provide VFDs with the following: 1. HOA switch and speed pot – in HAND speed will be controlled by the speed pot, In AUTO the VFD speed will be controlled from a remote 4-20mA input. 2. Provide a programmable VFD input such that (with the switch in AUTO) when a remote dry contact connected to the input closes the VFD will start and operate at a pre set speed. H. Configure VFDs so that any “bad power” (line side) fault will automatically reset when normal power returns and the VFD will automatically restart if called. I. Provide source power for control of VFD directly from the VFD or from a dedicated CPT for each individual VFD. Configure such that for the Drive to operate in HAND requires only the power source to the VFD. J. Provide relays as necessary for run, fail and other contacts for input to the PLC, indicator lights, louver/fan/heater controls etc. K. configure the line side “faults” to maximum so that only major line side issues will shut down the VFD. Turn off any line side faults that are not required for protection of the VFD. Configure so that once line side faults clear and normal power returns the VFD will automatically reset and resume operation. L. Configure VFD for operation on both generator power and utility power so that the difference in line side power from the two sources will not fault the VFD. M. SERVICES OF MANUFACTURER 1. General: An authorized service representative of the manufacturer shall be present at the Site for two 1/2 Days to furnish the services listed below. For the purpose of this paragraph, a ½ Day is defined as an 4 hour period excluding travel time. 2. Inspection, Startup, Field Adjustment: The authorized service representative shall supervise the following and certify the equipment and controls have been properly installed, aligned, and readied for operation. a) Installation of the equipment b) Inspection, checking, and adjusting the equipment c) Startup and field testing for proper operation d) Performing field adjustments such that the equipment installation and operation comply with requirements. 3. Instruction of OWNER's Personnel: The authorized representative shall instruct the OWNER's personnel in the operation and maintenance and configuration of the equipment, including step by step troubleshooting with test equipment. Instruction shall be specific to the equipment models provided. Training shall be scheduled a minimum of 3 weeks in advance of the first session. Training session shall be 2 hours minimum. Training shall include

FOLLETT ENGINEERING, PLLC 16921-19 425-765-6304 Sumner Vpt. Instrumentation and Controls

individual two sessions for 2 shifts of plant personnel (2 hours for each session). Proposed training materials shall be submitted for review, and comments shall be incorporated. Training materials shall remain with the trainees. The OWNER may videotape the training for later use with the OWNER's personnel.

2.13 CIRCUIT BREAKERS A. Circuit breakers shall be molded case thermal-magnetic type. Circuit breakers other than those mounted in the panelboard shall be capable of being padlocked in the open position. Circuit breakers shall be quick-make and quick-break type. They shall have wiping type contacts. Each shall be provided with arc chutes, individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40oC. Molded case circuit breakers shall be trip-free. Each breaker shall have separate trip indication independent of the ON or OFF positions. 1. Breakers shall have lugs UL listed for both copper and aluminum. 2. Breakers shall have the interrupting rating and trip rating indicated on the drawings. 3. All breakers for motor starters shall include auxiliary contacts which open when the breaker in the OFF position. 4. Provide service entrance rated breakers if required for the application by NEC. B. Provide interface options for control, monitoring, and alarming as shown on the drawings and the wire diagrams. Manufacturer shall select the size and rating as required for the application.

2.14 DRY TYPE TRANSFORMERS A. Provide dry type transformers in accordance to applicable requirements of Section 16145 or 16460. B. Where the one-line diagram calls out for isolation transformers; provide noise suppresser isolation transformers, Square D/Topaz Class 7610 or equal.

2.15 SURGE ARRESTORS A. Provide Surge arrestors , with indicators, where shown on the one-line diagrams to protect against overvoltage transients. JOSLYN J9200 series with protective capacitor GE model 9L18 or equal. Select proper components for the application as shown on the drawings.

2.16 OPERATING MECHANISMS / MOTOR LOCKOUT A. The main disconnect/circuit breaker/fuse shall be provided with a lockable external "thru-the-door" operating handle with bypass. Square D Class 9422 or equal.

FOLLETT ENGINEERING, PLLC 16921-20 425-765-6304 Sumner Vpt. Instrumentation and Controls

B. Each Individual motor circuit breaker or disconnect shall be provided with a lockable external "thru-the-door" operating handle with bypass. mechanism for locking in the open position to meet the lockout/tagout requirements per the NEC.

2.17 WIRE MARKERS: A. Field installed wire markers shall be T&B, SHRINK-KON HVM or approved equal.

2.18 SPARE PARTS A. In addition to spare parts mentioned elsewhere in this section, the Contractor shall supply the following spare parts for use by the Owner: All spare parts shall be shipped with the equipment. 1. Qty 1 spare PLC processor to match, complete with Ethernet communications and all other options. 2. Qty. 1 spare (non installed) PLC input and output card of each type used. 3. Qty 1 spare power supply of each type and rating used. 4. Qty 1 Relay of each type used or 10 % whichever is the greater amount. 5. Qty 10 lamps of each type used or 100% whichever is the greater amount. 6. Qty 200% spare fuses (two spare fuses for each fuse supplied). 7. Provide 10 spare nameplates 3” square or less with 20 letters 1/2” or less to be specified by the owner.

PART 3 EXECUTION

3.1 INSTALLATION

3.1.1 GENERAL A. The instrumentation and control system shall be installed, in accordance with the contract drawings, installation details, and also instructions prepared by the System Integrator, and per special instruction from equipment or instrumentation Manufacturers. B. The Integrator shall provide detailed installation drawings and wiring diagrams for this purpose. C. Installation shall include all elements and components of the I&C system and all conduit and interconnecting wiring between all elements, components, and sensors. D. Provide instrument calibration sheets for all instruments to verify function, range, setpoints etc. 1. For analog instruments include range information and test at 0, 25%, 50% 75% and 100%. Unless otherwise shown set displays as follows – for level measurement in FEET, for pressure in PSI, for flow GPM.

FOLLETT ENGINEERING, PLLC 16921-21 425-765-6304 Sumner Vpt. Instrumentation and Controls

2. For switches verify operation and check setpoint for correct operation – for floats verify trip level, pressure switch settings, etc.

3.1.2 WIRE AND CABLE TERMINATION: A. Stranded control conductors may be directly terminated using compression type terminals at control panels. Special instrumentation cables shall be terminated in accordance with the recommendations of the Manufacturer of the equipment and subject to review by the Engineer. B. No splices shall be used in power, control and/or signal wiring. The wiring shall be continuous from point-to-point. C. Terminals and connectors shall be installed with the compression tool recommended by the terminal Manufacturer. D. Any control or signal wire landing on a screw terminal shall be terminated with a spade or loop connector. E. All wire and cable shall be provided with a wire tag at each termination in accordance with the wire tagging requirements in the specification. F. Terminals shall be installed such that there is a minimum of 2” clear space between the terminal strip and the wireway on both sides of the terminal; for ease of wiring.

3.2 CONTROL PANEL DESIGN & FABRICATION

3.2.1 GENERAL A. Panels shall not be fabricated until Engineer has reviewed and approved the submittals or the integrator has written authorization from the Engineer to construct the panels. It shall be the integrator’s responsibility to inform the Engineer in writing if there are limited time constraints that need to be met to start the panel fabrication to meet contract deadlines.

3.2.2 GENERAL LAYOUT A. Provide separate wire ways for field wiring and for internal wiring. Provide separate wireways for 120V and DC circuits. Mount PLC at top of control section, Mount digital input and output wireways and terminals on the left hand side and analog I/O terminals and wireways on the right side with power distribution down the middle of the control area. See drawings. B. For control panels that contain motor control power equipment: In general the power distribution shall be located toward the left side of the cabinet and the PLC and other control components shall be separate and located in the right side of the cabinet. If power and controls are in the same cabinet, then provide at least 4” of separation between any 480V power wiring or components and the signal wireway, or provide a steel barrier between the power and controls sections. C. If panel has intrinsic safe component area – provide space below the UPS in the center of the cabinet at the bottom.

FOLLETT ENGINEERING, PLLC 16921-22 425-765-6304 Sumner Vpt. Instrumentation and Controls

3.2.3 OPERATING DEVICE LOCATION A. Operating devices shall be mounted no higher than 6' - 4" and no lower than 4' - 0" above finished floor when panel is installed unless otherwise approved by the Engineer. Operating devices with displays (such as PLC interface, VFD interface, and power monitoring devices) shall be mounted so that the center of the display is between 4’-6” and 5’-0” above finished floor unless otherwise approved by the Engineer.

3.2.4 POWER COMPONENTS 1. Provide lockable breakers for all motor load circuits to meet NEC lockout tagout requirements. 2. Provide cabinet power disconnect / door interlocking mechanism as required by UL, NEC, and any other authority. 3. Provide service entrance rated breaker if required for the application. 4. Provide all individual motor starters and VFDs with their own electrically isolated 120V control power transformer (CPT) or 120V control power circuit derived from the load side of the motor starter circuit breaker. Control power circuit for hand control shall be from the CPT so that motor load can be run manually when auto control power circuits have failed.

3.2.5 CONTROL CABINETS 1. Install PLC I/O card to terminal interface wiring with pre-manufactured, multi- conductor or bundled wire. 2. Install all terminals on 2” standoffs. 3. Terminals shall be installed to allow a minimum of 2” of clear space between the terminal and the wireway or any other components. 4. Coordinate terminals and wireway locations to account for the location of the conduit entrances into the cabinet. 5. Wire ways shall be 3” deep, width shall be chosen for the application. 6. Provide separate wire ways for internal and field wiring. 7. The UPS shall be din rail or shelf mounted – maintain at least 2” space between the bottom of the UPS and the bottom of the cabinet for field wiring. 8. Provide right angle connectors on cables if the cable connection prevents closing of access doors on equipment within the cabinet or on the control cabinet itself.

3.3 FACTORY TESTING & INSPECTION A. Prior to delivery to the site, the power and control equipment: (control panels, , motor starters, VFDs etc.) shall be tested by the System Integrator, all control devices shall be operated and the cabinet shall be powered with rated incoming voltage for at least 2 days. Simulating equipment shall be provided and wired into the control cabinet system for this testing. The entire control system shall be interconnected as it will be installed in the field if the actual equipment is not available, then simulation equipment shall be provided to fully demonstrate the

FOLLETT ENGINEERING, PLLC 16921-23 425-765-6304 Sumner Vpt. Instrumentation and Controls

functionality of the system. The System Integrator shall test all functionality of the system and verify proper operation of the hardware and software B. Following the System Integrators testing, the power & control equipment shall be tested and inspected by the Design Engineer prior to shipment to the project site. The testing shall include, but not be limited to, operation of all input and output (I/O) points, control devices and motor controllers and demonstration of all control functions with the actual equipment or via a simulation. The System Integrator shall revise, modify, adjust the system as required by the Engineer during the testing period. . The System Integrator shall inform and coordinate the time of the testing with the Engineer at least 4 weeks prior to the testing date. C. The System Integrator shall provide working space, a 6 foot table and 2 office/desk chairs for the test Engineers.

3.4 STARTUP AND TESTING A. All components of the control system shall be calibrated by the Manufacturer’s rep and the Integrator after completion of installation. Each component shall be adjusted to be within the Manufacturer's required range and for the specific application. B. Components that cannot be properly calibrated or that are found to exceed the Manufacturer's specified range or accuracy shall be removed and replaced at no additional cost to the Owner. C. The control system shall be placed into operation by the Contractor and System Integrator. D. All components shall be tested and recorded on check-off forms and shall be witnessed by the Engineer.

3.5 FIELD TESTING OF THE CONTROL SYSTEM

3.5.1 GENERAL A. When the installation is substantially complete, the Contractor shall commence field testing of the control system. This shall determine that all system components connect up correctly to each other so that the system works as designed. B. Field testing of the control system shall take place in 4 phases. 1. Continuity Testing, 2. I/O Testing, 3. Program Testing 4. System Validation Testing.

3.5.2 CONTINUITY TESTING A. As equipment wiring is completed, the Contractor and Hardware Integrator shall perform a continuity test for every control to determine terminal to terminal

FOLLETT ENGINEERING, PLLC 16921-24 425-765-6304 Sumner Vpt. Instrumentation and Controls

continuity and verify all control and signal wiring is installed in accordance to the Hardware Integrators wiring diagrams.

3.5.3 I/O TESTING A. The entire I&C system shall be I/O tested. B. Prior to calling for I/O testing the Contractor shall: 1. Complete the continuity testing. 2. Label all wire at both ends. 3. Submit all associated test and calibration forms (Instrument, motor, wire, etc.) 4. Run all motors (in HAND) to verify correct operation and rotation 5. Provide all equipment and instrument labels per spec. 6. Test operation of “packaged sub systems” C. Prior to any equipment to be put into automatic operation, every digital and analog input and output shall be tested for correct operation and witnessed by the Electrical Engineer. The contractor shall provide a set of the PLC Card drawings and instrument and control wiring diagrams on 81/2x11” sheets for a check-off list of all inputs and outputs. If a point cannot be verified within 5 minutes of starting the check that point shall be noted as a punch list item to be corrected and re- tested at a later time. D. Definition: Successfully I/O Tested. A piece of equipment of system shall be considered “successfully I/O tested” when all of the I/O for that equipment has been tested and verified by both the programmer and the Electrical Engineer and checked off of the wiring diagrams or PLC I/O card drawings. Note: The Electrical Engineer must witness and verify all I/O testing. E. Once all I/O associated with a piece of equipment of system has been successfully tested, then the equipment or system will be deemed ready for program testing. F. INPUTS: 1. The Contractor shall simulate an actual field condition whenever possible to provide both the digital and analog signal inputs into the PLC and these will be verified by the programmers. Where an actual field simulation is not practical, then the Contractor shall jumper the digital inputs at a point closest to the field device as possible and shall use an analog loop simulator for analog inputs. 2. Analog inputs shall be tested at 0,25%, 50%, and 100% of full range. G. OUTPUTS: 1. The programmer will simulate outputs from the PLC and the Contractor shall verify the field operation of the output. The field operation verification shall be by actual operation of equipment when possible. When actual field operation of equipment is not practical for verification, then the Contractor shall use volt and amp metering to verify digital and signal outputs. 2. Analog outputs shall be tested at 0,25%, 50%, and 100% of full range.

3.5.4 PROGRAM TESTING

FOLLETT ENGINEERING, PLLC 16921-25 425-765-6304 Sumner Vpt. Instrumentation and Controls

A. The Contractor and Integrator shall provide field support to the programmer for testing of the program. The Contractor shall provide field simulation of equipment as needed by the programmer to test all monitoring and alarm functions of the programming. The Contractor and Integrator shall anticipate that the program testing will require up to a total of 8 hours of field support time for this project. The cost for this time shall be included in the bid.

3.5.5 SYSTEM VALIDATION TESTING A. After the program testing is complete, validation testing shall be by the Hardware and Software Engineer and Contractor, with the Owner and Engineer present. Validation testing shall include operation and verification of all control components and features of the entire control system. B. The Contractor shall simulate various field conditions to test all control operations, monitoring and alarms for all systems and equipment. C. The Contractor shall inform the Engineer of the testing schedule at least one week prior to the commencement of testing. Validation testing shall be considered complete when the Owner and Engineer have determined that all of the original system requirements have been met. D. The System Integrator shall revise, modify, adjust the system as required during and following start-up to provide the operation required by the contract documents. E. Note: the Engineer shall not be called out by the Contractor for validation testing on equipment until all components are installed, all wiring points have been checked, and operation has been tested and verified by the Contractor.

3.6 COMMISSIONING A. Once all systems have passed validation testing, then the facility will be operated for 2 weeks or time period as determined in the documents to verify all component and system operations prior to final acceptance.

3.7 SYSTEM MAINTENANCE A. The System Integrator shall be responsible for 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 System Integrator shall correct deficiencies and defects and make any and all repairs, replacements, modifications, and adjustments as malfunctions or failures occur. The System Integrator 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 system.

3.8 SERVICES OF SYSTEM INTEGRATOR A. General: An authorized service representative of the control panel System Integrator shall be present at the Site for 3 three days to furnish the services listed below. For the purpose of this paragraph, a Day is defined as an 6 hour period excluding travel time.

FOLLETT ENGINEERING, PLLC 16921-26 425-765-6304 Sumner Vpt. Instrumentation and Controls

B. Inspection, Startup, Field Adjustment: The authorized service representative shall supervise the following and certify the equipment and controls have been properly installed, aligned, and readied for operation. 1. Installation of the equipment 2. Inspection, checking, and adjusting the equipment 3. Startup and field testing for proper operation 4. Performing field adjustments such that the equipment installation and operation comply with requirements. C. Instruction of Owner’s Personnel: The authorized representative shall instruct the Owner’s personnel in the operation and maintenance of the equipment, including step by step troubleshooting with test equipment. Instruction shall be specific to the equipment models provided. Training shall be scheduled a minimum of 2 weeks in advance of the first session. Training shall include individual two sessions for 2 shifts of plant personnel (2 hours for each session). D. Proposed training materials shall be submitted for review, and comments shall be incorporated. Training materials shall remain with the trainees. The Owner may videotape the training for later use with the Owner’s personnel. The Hardware Integrator shall conduct specifically organized training sessions in operation and maintenance of the control system 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 control system. Training shall include, but not be limited to, the following: 1. Preventative maintenance procedures 2. Trouble-shooting 3. Calibration 4. Testing 5. Replacement of components 6. Automatic mode operation 7. Manual mode operation

3.9 OPERATION AND MAINTENANCE DATA A. The System Integrator shall prepare and assemble detailed operation and maintenance manuals in accordance with the project general requirements . The manuals shall include, but not be limited to, the following: 1. Preventative maintenance procedures 2. Trouble-shooting 3. Calibration 4. Testing 5. Replacement of components 6. Automatic mode operation 7. Manual mode operation

FOLLETT ENGINEERING, PLLC 16921-27 425-765-6304 Sumner Vpt. Instrumentation and Controls

8. System schematics / shop drawings 9. Electronic copy on CD ROM of all shop drawings in AutoCAD version 2000 or newer 10. As-built wiring diagrams of cabinet and enclosure contained assemblies 11. Catalog data and complete parts list for all equipment and control devices 12. Listing of recommended spare parts 13. Listing of recommended maintenance tools and equipment. B. 2 copies of the entire O&M manual shall be provided. C. 6 copies of the entire O&M manual shall be provided in electronic PDF format on CD ROMs.

3.10 RECORD DRAWINGS A. The System Integrator shall be responsible to provide a clean and neatly marked up set of record drawings showing any changes from the submittal and contract drawings. These drawings shall be provided prior to final approval of the project and release of the retainage.

PART 4 WIRING DIAGRAM EXAMPLES

4.1 GENERAL A. The wiring diagrams shall be drawn and submitted in accordance with the following example drawings. These drawings are for drawing formatting reference only and do not necessarily have any actual application to the facility control system.

4.2 EQUIPMENT WIRING DIAGRAMS (LOOP DWGS) A. Provide one page wiring diagram for each motor / equipment load showing all of the control wiring associated with that load. Drawing shall show the motor control center wiring , field wiring, PLC I/O, and control panel wiring all on one sheet; complete with terminal numbers and wire numbers. Include PLC Card information rack and slot and I/O designation for each point.

4.3 INSTRUMENT WIRING DIAGRAMS (LOOP DWGS) A. Show all wiring associated with each instrument on one page – including power supply location and signal wiring. Show all terminals numbers and wire numbers. Designate boundaries between field and control panels and etc.

4.4 NETWORK DIAGRAM A. Provide detailed drawings showing all of the components of the communications network – include all terminals and wire numbering. Designate equipment locations.

FOLLETT ENGINEERING, PLLC 16921-28 425-765-6304 Sumner Vpt. Instrumentation and Controls

4.5 PLC I/O CARD DRAWINGS A. Provide I/O card drawings for all PLC I/O cards per the example drawing. Drawings shall show details specific to each I/O card, name of each input or output, reference drawing number for associated EQUIPMENT AND INSTRUMENT WIRING DIAGRAM, card number, slot number, control panel terminal and wire numbers, etc.

END OF SECTION

ATTACHMENT: EXAMPLE DRAWINGS #1 TO 7

FOLLETT ENGINEERING, PLLC 16921-29 425-765-6304

LOAD CALCULATIONS

Total DUTY HP KVA Duty SERVICE LOAD GENERATOR LOAD LOAD DESCRIPTION NO. KVA NO. KVA NO. KVA PUMP 1 1 40.0 42 42 1.25 53 1 42 PUMP 2* 1 10.0 12 12 1 12 1 12 LIGHTING 1 1 1 1 1 1 1 HEAT 1 4 4 1 4 1 4 MISC 1 77161 6

Total Duty DESIGN TOTAL GEN TOTAL KVA SUB-TOTAL 66 KVA 75 KVA 65 AMPS @ 240V, 1P 287 AMPS 327 AMPS 281

* EXISTING PUMP IS 5HP FUTURE PUMP IS 10HP

CONDUIT & WIRE (C&W) SCHEDULE CONDUIT TAG # SIZE TYPE WIRE DESCRIPTION FROM TO NOTES

SEE ONE-LINE FOR ALL POWER P-X (2) PER SPEC (4) (2) (2) (2) CONDUIT & WIRE SEE ONE-LINE FOR CONDUIT & C-X (2) PER SPEC (4) (2) (2) (2) WIRE C 3/4" * PER SPEC (4) 4#14 (3) INSTRUMENT / DEVICE MCP RACEWAY TO NEAREST PB C1 1" * PER SPEC (4) 8#14 (3) INSTRUMENT / DEVICE MCP RACEWAY TO NEAREST PB C2 1-1/4" * PER SPEC (4) 12#14 (3) INSTRUMENT / DEVICE MCP RACEWAY TO NEAREST PB FC 1" * PER SPEC (4) FUTURE CONTROL WIRE (3) STUB UP & CAP MCP RACEWAY TO NEAREST PB CHV 3/4" * (1) PER SPEC (4) PER HVAC MFGR (1) HVAC EQUIPMENT HVAC CONTROLS PROVIDE AS REQUIRED (1)

S 3/4" * PER SPEC (4) #16 TSP (3) INSTRUMENT/DEVICE MCP RACEWAY TO NEAREST PB S1 1" * PER SPEC (4) 2#16 TSP (3) INSTRUMENT / DEVICE MCP RACEWAY TO NEAREST PB S2 1-1/4" * PER SPEC (4) 3#16 TSP (3) INSTRUMENT / DEVICE MCP RACEWAY TO NEAREST PB FS 1" PER SPEC (4) FUTURE SIGNAL WIRE (3) INSTRUMENT / DEVICE MCP RACEWAY TO NEAREST PB

SF 2- 1" PER SPEC (4) MFGR CABLE (1) ELEMENT TRANSMITTER PROVIDE PER MFR

FP 1" PER SPEC (4) FUTURE POWER WIRE DEVICE PANEL A SEE PANEL FOR CIRCUIT # AX 3/4" PER SPEC (4) 3#12 OR 3#10 DEVICE PANEL A SEE PANEL FOR CIRCUIT # BX 3/4" PER SPEC (4) 3#12 OR 3#10 DEVICE PANEL B SEE PANEL FOR CIRCUIT # LX 1" PER SPEC (4) 3#12 OR 3#10 DEVICE EXIST PANEL "L" SEE PANEL FOR CIRCUIT # E 3/4" PER SPEC (4) CAT 6 (SHIELDED) DEVICE SWITCH SEE WIRE DIAGRAMS

NOTE: CONDUIT TYPE REFERS TO THE MOST PREVELENT TYPE USED FOR THAT TAG - TYPES MAY CHANGE - SEE SPECIFICATIONS FOR DETAILS. GRC= GALVANIZED RIGID STEEL, PGRC = PVC COATED GRC PVC = POLYVINYL CHLORIDE SCH80 SS = 316 STAINLESS STEEL (1) = PROVIDE PER PACKAGED VENDOR REQUIREMENTS (2) = SEE ONELINE (3) = SEE ALSO WIRE DIAGRAMS

(4) = EXPOSED RACEWAYS SHALL BE GRC. UNDERGROUND SHALL BE SCHEDULE 40 PVC. SWEEPS AND RISERS GRC ALL HARDWARE, STRAPS, RODS, ETC. SHALL BE 316 STAINLESS STEEL

* SIGNAL & CONTROL RACEWAYS TO INDIVIDUAL DEVICES CAN BE COMBINED IN COMMON RACEWAYS THRU PULL BOXES INTO LARGER RACEWAYS TO THE MCP AND MCC - SIZE CONDUITS PER NEC PLUS AN ADDITIONAL 50% SPARE SPACE (IE 20% FILL). SIGNAL AND CONTROL WIRE NUMBERS ARE MINIMUM. PROVIDE AS REQUIRED BY THE WIRE DIAGRAMS WHICHEVER IS THE GREATER NUMBER. PROVIDE GROUND WIRE IN ALL RACEWAYS PER N.E.C.