Loading...
HomeMy WebLinkAboutDDW-2025-002036 CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS QUAIL CREEK WATER TREATMENT PLANT 90 MGD EXPANSION AND OZONE ADDITION PHASE 1 (Bid Set) Volume I of IV February 2025 Prepared by: Hazen and Sawyer 10619 S. Jordan Gateway, Suite 130 South Jordan, Utah 84095 02/10/2025 i TABLE OF CONTENTS VOLUME I – CONTRACT Title Pages Public Notice ................................................................................................................. 1 Instructions for Bidders ................................................................................................. 2 Bid Form ........................................................................................................................ 8 Acknowledgement of Review ....................................................................................... 15 Bid Bond ....................................................................................................................... 16 Information Required of Bidder................................................................................... 18 Agreement .................................................................................................................... 26 Payment Bond .............................................................................................................. 30 Performance Bond ........................................................................................................ 32 Notice of Award ............................................................................................................ 34 Notice to Proceed ......................................................................................................... .35 Change Order .............................................................................................................. .36 Notice of Substantial Completion ................................................................................ 37 Notice of Final Acceptance ........................................................................................... 38 General Conditions ...................................................................................................... 39 Supplemental Conditions............................................................................................. 59 VOLUME II – TECHNICAL SPECIFICATIONS Title DIVISION 1 - GENERAL REQUIREMENTS 01 11 00 Summary of Work ............................................................................................. 01 14 00 Coordination with Owner’s Operations ............................................................ 01 20 00 Measurement and Payment .............................................................................. 01 25 00 Substitution Procedures .................................................................................... 01 26 00 Contract Modification Procedures .................................................................... 01 29 73 Schedule of Values ............................................................................................ 01 29 76 Progress Payment Procedures .......................................................................... 01 31 19 Project Meetings ................................................................................................ 01 32 00 Construction Progress Schedule ....................................................................... 01 33 00 Submittal Procedures ........................................................................................ 01 35 20 Confined Space Entry Plan ............................................................................... 01 35 43.13 Hazardous Material Procedures .................................................................. 01 42 00 References.......................................................................................................... 01 45 23 Testing Services Furnished by Contractor ....................................................... 01 45 33 Special Inspections ............................................................................................ 01 51 00 Temporary Utilities ........................................................................................... 01 52 00 Construction Facilities ...................................................................................... 01 55 00 Contractor Access and Parking ......................................................................... ii 01 57 00 Temporary Controls .......................................................................................... 01 60 00 Manufacturers Services .................................................................................... 01 61 00 Product Requirements and Options .................................................................. 01 65 00 Product Delivery Requirements ........................................................................ 01 66 00 Product Storage and Protection Requirements ................................................ 01 71 23 Field Engineering .............................................................................................. 01 71 33 Protection of Work and Property ...................................................................... 01 73 00 Demolition and Execution of Work ................................................................... 01 73 23 Anchorage and Bracing of Nonstructural Components.................................... 01 74 00 Cleaning and Waste Management .................................................................... 01 75 00 Checkout and Startup Procedures .................................................................... 01 77 19 Closeout Requirements ..................................................................................... 01 78 23 Operation and Maintenance Data .................................................................... 01 78 39 Project Record Documents ................................................................................ 01 78 43 Spare Parts and Extra Material ....................................................................... 01 79 00 Instruction of Owner’s Personnel ..................................................................... DIVISION 2 – EXISTING CONDITIONS 02 41 00 Site Demolition .................................................................................................. DIVISION 3 - CONCRETE 03 01 30 Concrete Repairs ............................................................................................... 03 11 00 Concrete Formwork ........................................................................................... 03 15 00 Concrete Accessories ......................................................................................... 03 15 16 Joints in Concrete ............................................................................................. 03 21 00 Reinforcing Steel ............................................................................................... 03 30 00 Cast-in-Place Concrete ...................................................................................... 03 35 00 Concrete Finishes .............................................................................................. 03 39 00 Concrete Curing ................................................................................................ 03 36 00 Grout .................................................................................................................. DIVISION 5 - METALS 05 05 13 Galvanizing ....................................................................................................... 05 05 23 Metal Fastening ................................................................................................ 05 10 00 Metal Materials ................................................................................................. 05 12 00 Structural Steel ................................................................................................. 05 13 00 Stainless Steel ................................................................................................... 05 14 00 Structural Aluminum ........................................................................................ 05 50 00 Metal Fabrications ............................................................................................ 05 51 33 Ladders .............................................................................................................. 05 52 00 Guards and Railings.......................................................................................... 05 53 00 Gratings, Checkered Floor Plates, and Access Doors ....................................... 05 55 00 Stair Treads and Nosing ................................................................................... DIVISION 7 – THERMAL AND MOISTURE PROTECTION 07 90 00 Joint Fillers, Sealants and Caulking ................................................................ DIVISION 9 - FINISHES 09 90 00 Painting ............................................................................................................. iii DIVISION 23 – HEATING, VENTILATING, AND AIR CONDITIONING (HVAC) 23 01 00 Basic HVAC Requirements ............................................................................... 23 05 00 Basic HVAC Materials and Methods ................................................................ 23 05 48 Vibration and Seismic Controls for HVAC Piping and Equipment ................. 23 05 53 Identification for Mechanical Piping and Equipment ...................................... 23 07 00 HVAC Insulation ............................................................................................... 23 23 00 Refrigerant Piping ............................................................................................. 23 81 26 Split-System Air-Conditioning Units................................................................ VOLUME III – TECHNICAL SPECIFICATIONS Title DIVISION 26 - ELECTRICAL 26 05 00 Basic Electrical Requirements .......................................................................... 26 05 19 Low Voltage Conductors and Cables ................................................................ 26 05 26 Grounding and Bonding for Electrical Systems ............................................... 26 05 29 Hangers and Supports for Electrical Systems .................................................. 26 05 33.13 Conduit for Electrical Systems .................................................................... 26 05 33.16 Boxes for Electrical Systems ........................................................................ 26 05 53 Identification for Electrical Systems ................................................................ 26 05 60 Low-Voltage Electric Motors ............................................................................. 26 05 73 Power System Studies ....................................................................................... 26 09 16 Electric Controls and Relays ............................................................................. 26 24 16 Panelboards ....................................................................................................... 26 24 19 Low Voltage Motor Control Centers ................................................................. 26 27 26 Wiring Devices .................................................................................................. 26 28 16.13 Enclosed Circuit Breakers ........................................................................... 26 28 16.16 Enclosed Switches ........................................................................................ 26 29 13.13 Low-Voltage Enclosed Motor Controllers – Full Voltage ............................ 26 29 23 Low-Voltage Variable Frequency Motor Controllers ........................................ 26 33 53 Static Uninterruptible Power Supply ............................................................... 26 43 13 Surge Protective Devices ................................................................................... DIVISION 40 – PROCESS INTERCONNECTIONS 40 05 00 Basic Mechanical Requirements ....................................................................... 40 05 07 Pipe Supports .................................................................................................... 40 05 17 Copper Pipe ....................................................................................................... 40 05 19 Ductile Iron Pipe ............................................................................................... 40 05 23.23 Stainless Steel Pipe ...................................................................................... 40 05 24.23 Steel Pipe for Water and Wastewater Service ............................................. 40 05 31 PVC/CPVC Pipe ................................................................................................. 40 05 41 Piping Expansion Compensation ...................................................................... 40 05 51 Valves, General ................................................................................................. 40 05 57 Valve Operators and Electric Valve Actuators ................................................. 40 05 62 Eccentric Plug Valves ........................................................................................ iv 40 05 63 Ball Valves ......................................................................................................... 40 05 64.10 Double Eccentric Butterfly Valves ............................................................... 40 05 65.23 Check Valves ................................................................................................ 40 05 68.23 Miscellaneous Valves ................................................................................... 40 05 78 Air Valves for Water Service ............................................................................. 40 05 97 Piping and Equipment Identification Systems ................................................. 40 06 20 Process Pipe, Valve, and Gate Schedules ......................................................... 40 61 13 Process Control System General Provisions ..................................................... 40 61 15 Process Control System Submittals .................................................................. 40 61 23 Signal Coordination Requirements ................................................................... 40 61 24 Quality Assurance ............................................................................................. 40 61 91 Process Control System Instrument List.......................................................... 40 61 93 Process Control System Input-Output List ...................................................... 40 61 96 Process Control Descriptions ............................................................................ 40 67 00 Control System Equipment Panels and Racks ................................................. 40 70 00 Instrumentation for Process Systems ............................................................... 40 71 13.13 Inline Magnetic Flow Meters ....................................................................... 40 71 43 Variable Area Flow Meters ............................................................................... 40 71 79.13 Flow Switches (Vane) ................................................................................... 40 72 23 Radar Level Meters ........................................................................................... 40 72 76.76 Level Switches (Floats) ................................................................................ 40 73 13 Pressure and Differential Pressure Gauges ..................................................... 40 73 20 Pressure Transmitters ...................................................................................... 40 73 36 Pressure and Differential Pressure Switches ................................................... 40 75 53 Turbidity Analyzers .......................................................................................... 40 78 00 Panel Mounted Instruments ............................................................................. 40 78 56 Isolators, Intrinsically-Safe Barriers, and Surge Suppressors ........................ 40 79 00 Miscellaneous Instruments, Valves, and Fittings ............................................ DIVISION 41 – MATERIAL PROCESSING AND HANDLING EQUIPMENT 41 22 17 Davit Cranes...................................................................................................... DIVISION 43 – PROCESS GAS AND LIQUID HANDLING, PURIFICAITON, AND STORAGE EQUIPMENT 43 20 00 Pumps-General .................................................................................................. 43 20 00.01 Pump Field Testing Schedule ...................................................................... 43 23 21 Horizontal Split Case Pumps ............................................................................ 43 24 10 Vertical Turbine Pumps .................................................................................... 43 25 17 Submersible Sump Pump .................................................................................. DIVISION 46 – WATER AND WASTEWATER EQUIPMENT 46 00 00 Equipment General Provisions ......................................................................... 46 43 63 Dissolved Air Flotation (DAF) Equipment ....................................................... 46 43 63.13 Dissolved Air Flotation (DAF) Compressed Air System ............................. 46 43 63.33 Dissolved Air Flotation (DAF) Recycle Injection Nozzles ........................... VOLUME IV - DRAWINGS 1 PUBLIC NOTICE Separate sealed bids (hard copies) for the Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1 (Project) will be received by Washington County Water Conservancy District at its office at 533 East Waterworks Drive, St. George, Utah 84770, until no later than 2:00 PM, Thursday, March 27, 2025. At that time bids will be publicly opened and read aloud. The Project consists of process mechanical improvements at the existing Flow Control Building, Dissolved Air Flotation (DAF) Building, Filter Building, and Reclaim Pump Station. New piping, valves, actuators, and flow meters will be installed at the Flow Control Building to reduce headloss at increased plant flows. The existing DAF will be rerated from 40 mgd to 60 mgd and new recycle pumps, compressors, piping, and valves will be installed to accommodate increased DAF recycle flows. New filter inlet and waste backwash outlet valves and actuators will be installed at the Filter Building to replace existing aging valves. New pumps, piping, and valves will be installed at the Reclaim Pump Station to convey recycle water at increased plant flows. The project is located at the Quail Creek Water Treatment Plant in Hurricane, UT (located approximately 10 miles northwest of St. George, Utah). A mandatory pre-bid conference and site visit will be held at the Quail Creek Water Treatment Plant located at 270 N 5300 W, Hurricane, Utah, on Thursday March 6, 2025, at 10:00 AM. Any bidder not attending the pre-bid conference will be considered non-responsive. Contact Hazen and Sawyer (attn: Jeremy Williams) at (385) 342-1082 or jswilliams@hazenandsawyer.com to be placed on the plan holders list and to obtain copies of the bidding document. Bidders must be on the plan holders list to submit a bid. Copies of the Contract Documents and Specifications are available for free via email. 2 INSTRUCTIONS FOR BIDDERS INTRODUCTION Washington County Water Conservancy District (WCWCD, District, or Owner) is a water conservancy district organized and existing under the Utah Water Conservancy District Act. The Owner invites qualified Bidders to provide Bids for the Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1 (Project). The following contains information relating to the Project and describes the criteria and bidding process the Owner will use to select a Bidder. BID SUBMISSION AND OPENING OF BIDS Bids must be received by the Owner at its office at 533 East Waterworks Drive, St. George Utah 84770 no later than Thursday, March 27, 2025, at 2:00 PM. At that time Bids will be publicly opened and read aloud. Each Bid must be submitted in a sealed envelope, addressed to the Washington County Water Conservancy District at 533 East Waterworks Drive, St. George, Utah 84770. Each sealed envelope containing a Bid must be plainly marked on the outside as “Bid for the Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1”, and the envelope should bear on the outside the name of the bidder, address, and license number, if applicable. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed to the Owner. Award of the contract will be made to the qualified Bidder with the lowest responsive and responsible bid. All Bids must be made on the Bid Form and accompanying Bid Schedule(s). All blank spaces for Bid prices must be filled in (ink or typewritten). The Bid Form and Schedule(s) must be fully completed and executed when submitted. A conditional or qualified bid will not be accepted. Only one copy of the Bid form is required. The Owner may waive any informalities or minor defects or reject any and all Bids. Any Bid may be withdrawn prior to the above-scheduled time for the opening of Bids. The Bidder is responsible to assure timely delivery of the Bid. Any Bid received after the time and date specified will not be opened or considered. No Bidder may withdraw a Bid within sixty (60) calendar days after the Bid opening. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder. PRE-BID CONFERENCE AND SITE VISIT A mandatory pre-bid conference and site visit will be held at the Quail Creek Water Treatment Plant at 270 N 5300 W, Hurricane, UT, 84737 on Thursday March 6, 2025, at 10:00 AM. Any bidder not attending the pre-bid conference will be considered non-responsive. 3 INTERPRETING DOCUMENTS If a Bidder is in doubt as to the true meaning of any part of the Contract Documents, Bidder may submit to Hazen and Sawyer a written request for interpretation thereof. The request for interpretation or clarification must be received not less than five (5) days prior to the date for opening Bids. Any interpretation of the proposed Contract Documents will be made only by Addendum duly issued and a copy of such Addendum will be emailed to each person receiving a set of Contract Documents. The Owner will not be responsible for any other explanations, interpretations, or clarifications of the Contract Documents. Bidders must satisfy themselves of the nature of the work and the listed items in the Bid Schedule by examination of the site and Contract Documents, including Addenda, and shall acknowledge addenda received. By submitting a Bid, the Bidder waives any claim that there was a misunderstanding concerning the quantities of Work or of the nature of the Work to be performed. QUALIFICATIONS OF BIDDERS Each Bidder shall be a licensed General Contractor classification B100 in the State of Utah and have experience in construction of municipal drinking water treatment facilities having a capacity larger than 20 mgd, with specific experience modifying or installing new process piping, valve, meters, and pumps. With the bid, submit a list of at least three project descriptions demonstrating that the Bidder meets the minimum qualifications as specified in "Information Required of Bidder". The Bidder shall comply with and require all Subcontractors to comply with the license laws as required by the State of Utah. Each bid shall be supported by a statement of the bidder's experience as of recent date on the form entitled "Information Required of Bidder," bound herein. Bids not including the required information may be deemed non-responsive. No bid for the Work will be accepted from a Bidder who does not hold a valid contractor’s license in the State of Utah at the time of opening Bids. More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered, and all Bids in which such Bidder is interested will be rejected. If the Owner believes that collusion exists among Bidders, all Bids may be rejected. The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the Work contemplated therein. CERTIFICATION By submitting a Bid, the Bidder certifies that the Bidder has read and understands the documents provided, has become familiar with the conditions which might directly or 4 indirectly affect provision of the Project, has identified any questions or concerns regarding provision of the Project, and has ensured that all questions are fully clarified. The Bidder certifies its ability to provide the Project as set forth in the Contract Documents based on detailed review of the information provided herein and any other information acquired by the Bidder and represents that the information in the Contract Documents is sufficient to determine the cost of the Project, to enter into the Agreement, and to provide the Work. AGREEMENT The General Conditions and Supplemental Conditions are included in the Contract Documents. Comments on the terms and conditions must be submitted with the Contractor’s Bid. The Contract Documents contain the provisions required for the Project. Other information obtained from, or statements or representations made by an officer, agent, or employee of the Owner or any other person shall neither modify the Contract Documents nor affect the risks or obligations assumed by the Contractor or relieve Contractor from fulfilling any of the conditions of the Contract Documents. The Contractor to whom the contract is awarded will be required to execute the Agreement within ten (10) calendar days from the date when Notice of Award is delivered. The Notice of Award shall be accompanied by the necessary Agreement. In case of failure of the Contractor to execute the Agreement, the Owner may at his/her option consider the Contractor in default. The Owner, within ten (10) days of receipt of the Agreement signed by the party to whom the Agreement was awarded, shall sign the Agreement, and return such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the Contractor may by written notice withdraw his/her signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. Renewal Conditions The Agreement may not continue or be renewed for any year after the first year of the contract if adequate funds are not appropriated or otherwise available to continue or renew the Agreement. BONDS Attorneys-in-fact who sign Bid Bonds or Payment Bonds and Performance Bonds must file with each Bond a certified and effective dated copy of their power of attorney. Bid Bond Each Bid shall be accompanied by a Bid Bond payable to the Owner for five (5) percent of the total amount of the Bid. As soon as the Bids have been compared, the Owner will return the Bid Bonds of all except the three lowest responsive and responsible Bidders. When the 5 Agreement is executed, the Bid Bonds of the two remaining unsuccessful Bidders will be returned. The Bid Bond of the successful Bidder will be retained until the Payment Bond and Performance Bond have been executed and approved. Certified checks may be used in lieu of a Bid Bond. Performance Bond and Payment Bond A Performance Bond and a Payment Bond, each in the amount of one hundred (100) percent of the Contract Price, with a corporate surety approved by the Owner, will be required from the successful Bidder for the faithful performance of the Work. The Bidder to whom the contract is awarded will be required to execute the Agreement and obtain the Performance Bond and Payment Bond within ten (10) calendar days from the date when Notice of Award is delivered. The Notice of Award shall be accompanied by the necessary Agreement and Bond forms. In case of failure of the Bidder to execute the Agreement, the Owner may at its option consider the Bidder in default, in which case the Bid Bond accompanying the proposal shall become the property of the Owner. The Owner shall sign the Agreement and return to such party an executed duplicate of the Agreement within ten (10) days of receipt of acceptable Performance Bond, Payment Bond, and Agreement signed by the Bidder to whom the contract was awarded. NOTICE TO PROCEED The Owner shall issue the Notice to Proceed within ten (10) days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Supplier. CONTACT INFORMATION Washington County Water Conservancy District ATTN: Randy Johnson – Project Manager 533 E. Waterworks Drive St. George, Utah 84770 (435) 673-3617 (office) randy@wcwcd.gov Hazen and Sawyer ATTN: Jeremy Williams 10619 S. Jordan Gateway, Suite 130 South Jordan, Utah, 84095 (385) 342-1082 (office) jswilliams@hazenandsawyer.com 6 MINIMUM SPECIFICATIONS AND DRAWINGS This Invitation for Bids is designed to provide Bidders with sufficient basic information to submit Bids meeting minimum requirements. It is not intended to limit the provision of the Project or exclude any relevant or essential data. Bidders are at liberty to expand upon the specifications to show relevant capability. At minimum, the Project must meet the following specifications and drawings: Technical Specifications The Bidder shall refer to the attached Technical Specifications included in Volumes II through III. Drawings The Bidder shall refer to the attached Drawings included in Volume IV. National Reference Standards The Bidder shall conform to the following National Reference Standards and organizations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ANSI American National Standards Institute ASTM American Society for Testing and Materials AWWA American Water Works Association ICBO International Conference of Building Officials NEC National Electric Code OSHA Occupational Safety and Health Administration SALES TAX NOTICE The Owner is a political subdivision of the State of Utah and is exempt from state sales tax. BID FORM The Bidder shall use the Bid Form and Bid Schedules to submit the Bid. ACKNOWLEDGEMENT OF REVIEW The Bidder shall provide the Acknowledgement of Review as part of the Bid. REJECTING BIDS Bids may be rejected for any of the reasons set forth in Utah Code Annotated, Section 63G- 6a-120, including but not limited to the following circumstances: Bids that are not responsive, that violate a requirement of this Invitation for Bids, or that are not submitted before the submission deadline will be rejected. AWARD OF CONTRACT If the Owner awards a contract pursuant to the Invitation for Bids, the Owner will issue a Notice of Award to the successful Bidder. 7 WARRANTY Notwithstanding visual inspection and acceptance, the Bidder shall guarantee all work and materials furnished to be free from all defects due to faulty materials or workmanship for the warranty period specified in the individual equipment specifications. If a warranty period is not explicitly specified in the individual equipment specification, a minimum equipment warranty period of one (1) year shall be assumed. The equipment warranty period shall begin at the date of substantial completion. The Bidder shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. TESTING AND INSPECTION Manufacturer equipment testing and installation inspection requirements are specified in the individual equipment specifications and shall be included in the bid. Owner will provide materials testing, with Bidder responsible for scheduling and coordinating all materials testing. QUANTITIES AND PAYMENT The amount of work to be done and materials or services to be furnished under the contract, as noted in this document, are estimates and are not to be taken as an expressed or implied statement that the actual amount of work or materials will correspond to the estimate. In the event the total amount of the lowest acceptable bid exceeds the amount of funds available for the Project, the scope of work will be modified as determined by the Owner and Engineer. The right is reserved to increase or decrease or to eliminate certain items from the work or materials if found desirable or expedient, and the Bidder is cautioned against unbalancing his/her bid by prorating his/her overhead into one bid item and/or schedule. The overhead and indirect charges should be prorated on all items in the Bidder’s bid(s). The Bidder will be allowed no claims for anticipated profits, loss of profits, or for damages because of any difference between the estimated and the actual amount of work done or materials furnished or used in the completed project. Other items of work defined in the specifications, but not listed in the Bid Schedule(s), shall be considered incidental to one or more of the items listed in the Bid Schedule(s) and shall be paid for under the bid items listed to which it is related. No payment will be made for items not delivered to the job site. The Bidder shall invoice for all items supplied to the job site by the 25th and before the 30th of each month. 8 BID FORM Proposal of (Bidder), organized and existing under the laws of the State of doing business as * to the Washington County Water Conservancy District (Owner). In compliance with the Invitation for Bids, Bidder hereby proposes to perform all Work associated with the Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1 in strict accordance with the Contract Documents, within the Contract Time and Project Milestones and at the prices listed in the Bid Schedule(s). By submission of this Bid, Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid(s) has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. If awarded the contract to construct the Project, Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the specified Contract Time and Project Milestones. Bidder acknowledges receipt of the following Addenda: *Insert "a corporation", "a partnership", or "an individual" as applicable. 9 CONTRACT TIMES, COMPLETION MILESTONES AND LIQUIDATED DAMAGES Bidder agrees to complete all work required within the Contract Time and Project Milestones stipulated in the Contract Documents, and to accept in full payment therefore the price(s) named in the Bidding Schedule(s). Work completion dates and liquidated damages for exceeding these dates are listed below. If Bidder shall fail to complete the Work within the Contract Time and Project Milestones, or extension of time granted by the Owner, then Bidder shall pay liquidated damages to the Owner for each calendar day after the date stipulated in the Contract Time and Project Milestones as provided in Section 15 of the General Conditions. Bidder shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to the following and the Bidder has promptly given Written Notice of such delay to the Owner: 1. To unforeseeable causes beyond the control and without the fault or negligence of the Bidder, including but not restricted to acts of God, acts of the public enemy, acts of the Owner, acts of another supplier/contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather. Liquidated Damages listed below are monies the Owner will assess against the Contractor if the listed work items are completed after the finish date. Bidder agrees that if he is awarded the Contract and fails to complete the listed work items by the finish dates listed, liquidated damages shall be paid by the Contractor to the Owner at the rates listed for each day after the finish dates until the work shall have been satisfactorily completed as provided by the Contract Documents. Sundays and legal holidays shall not be excluded in determining liquidated damages. Contract Times and Project Milestones Milestone Number Completion Date Milestone Description Liquidated Damages 1 02/27/2026 Substantial completion of Flow Control, DAF Stage 1, and Filters $2,500 2 04/03/2026 Substantial completion of DAF Stage 2 and Reclaim Pump Station $10,000 3 05/01/2026 Substantial Completion of the Project $1,500 4 05/29/2026 Final Completion $1,000 10 BID SCHEDULES Bidder agrees to perform all the Work described in the Contract Documents for the following unit or lump sum prices stated in the bid schedule(s). All bids shall be checked for mathematical errors by the Engineer. If errors have been made in the extension of the figures, it will be assumed that the unit prices are correct, and the total amounts will be revised to reflect the corrections. Award of the contract will be made to the qualified Bidder with the lowest responsive and responsible bid(s). The Owner has preselected Automation & Controls as the SCADA Integration Subcontractor. The Bidder shall subcontract with Automation & Controls to perform this element of the work. Bid prices for this portion of the work have been included in the Bid Schedule below. See Appendix A for Automation & Controls Scope of Work. BID SCHEDULE – BASE BID Bidder will complete the Work in accordance with the Contract Documents for the following price(s) shown in the Bid Schedule – Base Bid. Prices shall not include Owner-furnished items listed as such on the equipment schedules in the Drawings. Bid Schedule – Base Bid QCWTP 90 mgd Expansion and Ozone Addition – Phase 1 ITEM DESCRIPTION LUMP SUM BID PRICE (AMOUNT IN NUMBERS) 1 MOBILIZATION (limited to 2% of contract price) 2 GENERAL CONDITIONS 3 Flow Control Building improvements 4 Flow Control Building integration (Automation & Controls) $29,520 5 DAF Building improvements 6 DAF Building integration (Automation & Controls) $43,660 7 Filter Building improvements 8 Filter Building integration (Automation & Controls) $8,600 9 Reclaim Pump Station improvements 10 Reclaim Pump Station integration (Automation & Controls) $15,400 11 Construction documentation per section 01 73 00 12 All other elements of the work not included in other items as it pertains to the contract documents 11 13 STARTUP AND DEMOBILIZATION (at least 2% of total contract price) 14 15 16 17 18. TOTAL LUMP SUM BID PRICE FOR ITEMS 1 - 17 19. LUMP SUM ADD (OR DEDUCT, INDICATE WHICH): 20. TOTAL LUMP SUM BID WITH ADD (OR DEDUCT) Including sales tax, labor, and all necessary materials to complete all project work for a complete and operable system. 21. TOTAL LUMP SUM BID WITH ADD (OR DEDUCT) in Words: Including sales tax, labor, and all necessary materials to complete all project work for a complete and operable system. BIDDER NAME: NOTE: ALL SIGNATURES REQUIRED IN THE BID FORM MUST BE PROPERLY EXECUTED TO BE CONSIDERED A VALID BID. 12 BID SCHEDULE – UNIT PRICES Schedule for unit prices for additional work beyond what is already shown on the Contract Documents for the Base Bid. Contractor standby rate is for Owner directed shutdowns only and not due to any unforeseen conditions or delays. BID SCHEDULE – UNIT PRICES ITEM DESCRPTION UNIT PRICE 1 Contractor standby rate for Owner directed shutdown (hourly) $ 2 $ 13 SELF PERFORMANCE AND SUBCONTRACTORS In accordance with Section 29 of the General Conditions, the Bidder shall not perform less than 50% of the total project Work, based on cost, with his own forces. Bidder’s Schedule of Values, including the preliminary Schedule of Values, shall clearly identify self-performed work. For the purpose of determining compliance with this requirement, the cost of equipment, supplies and materials will be applied to the installation contractor regardless of which party procures the materials (i.e., materials procured by Bidder but installed by a subcontractor will not count toward the self-performance requirement). By submission of its bid, Bidder agrees that if awarded the contract it will comply with audit requests of self- performed work by the Owner and will provide adequate documentation demonstrating compliance with this requirement. Failure to comply with these requirements will render the Bid nonresponsive and may cause its rejection. The Bidder shall list below the name and location of the place of business of each Subcontractor who will perform Work or labor, or render service to the Bidder in or about the construction of the Work or improvement, in an amount in excess of $10,000. The Bidder shall also list below the portion of the Work which will be done by each Subcontractor under this Contract. The Bidder shall list only one Subcontractor for each portion as is defined by the Bidder in its Bid. Failure to comply with this requirement will render the Bid nonresponsive and may cause its rejection. Subcontractor/ Supplier Subcontractor License Number Dollar Amount ($) Subcontractor’s or Supplier’s Name & Address Demolition Electrical Concrete Rebar Steel Pipe 14 Subcontractor/ Supplier Subcontractor License Number Dollar Amount ($) Subcontractor’s or Supplier’s Name & Address Horizontal Split Case Centrifugal Pumps Vertical Turbine Pumps Submersible Pumps 15 ACKNOWLEDGEMENT OF REVIEW The Bidder has read and understands the Contract Documents, has identified any questions or concerns about the Project, has ensured that all questions are fully clarified, has fully inspected the site, has become familiar with the local conditions which might directly or indirectly affect the contract Work, has correlated its personal observations with the requirements of the Contract Documents, and has provided a notice of any defects or conditions that might alter the expectations of performance as set forth in the Contract Documents. The Bidder certifies and confirms its ability to construct the Project, within the specified time, based on detailed review of the Contract Documents and site visit, and represents that the Contract Documents are full and complete, sufficient to have enabled the determination of the cost of the Work therein, to enter into the Agreement, and to enable Bidder to construct the Work outlined hereunder, and that the Bidder has no knowledge of any discrepancies, omissions, ambiguities, or conflicts in the Contract Documents. BIDDER: By Date 16 BID BOND We, the undersigned, ______________________ as Principal, and _________________________ as Surety, are hereby held and firmly bound unto Washington County Water Conservancy District as Owner in the penal sum of 5% of amount of bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. Signed, this ______ day of _________________, 20_____. The Condition of the above obligation is such that whereas the Principal has submitted to Washington County Water Conservancy District a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1. NOW, THEREFORE, a) If said Bid shall be rejected, or b) If said Bid shall be accepted and the Principal shall execute and deliver the Agreement and shall furnish a bond for the faithful performance of the Work, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, THEN this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. 17 BIDDER _________________________________ (Seal) Bidder’s Name and Corporate Seal By: Signature ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title SURETY _________________________________ (Seal) Surety’s Name and Corporate Seal By: Signature (Attach Power of Attorney) ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title IMPORTANT - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. 18 INFORMATION REQUIRED OF BIDDER The Bidder shall furnish the following information. Failure to comply with this requirement may render the Bid non-responsive and subject to rejection. Additional sheets shall be attached as required. 1. Contractor firm information: Contractor's name: ____________________________________ Contractor’s address: __________________________________ __________________________________ __________________________________ Contractor’s Primary Contact: _________________________________ Email address of Contractor’s primary contact: ____________________ Contractor's telephone number: __________________________ 2. Contractor must be qualified and licensed to do business in Utah. Utah Department of Commerce Information Business Entity Number: _____________ Delinquent Date: ________________ 3. Contractor must hold a current contractor’s license, classification . Contractor's Utah License Number: ____________________ Expiration Date: _________________ Primary Classification: __________________ Supplemental Classification held, if any: __________ 4. Key Personnel Qualifications and Experience List key personnel here and provide detailed information in Attachments A and B. More than one Project Manager and/or Project Superintendent may be proposed. Only personnel approved by the Owner will be allowed in the key positions. Requirements: Contractor Project Manager shall have at least ten (10) years’ experience 19 including work at water and/or wastewater treatment plant(s) and performed as Project manager of at least three (3) structural and piping/equipment installation projects. Project Name 1. 2. 3. Contractor Superintendent shall have at least fifteen (15) years’ experience including work at water and/or wastewater treatment plant(s) and have successfully performed as Superintendent on the construction of at least three (3) structural and piping/equipment installation projects. Project Name 1. 2. 3. 5. Previous Contractor Project Experience Past project experience shall be provided for each requirement. The Owner shall be entitled to contact each and every reference listed by the Contractor. The Contractor, by submitting a prequalification proposal, expressly agrees that any information concerning the CONTRACTORS in possession of said entities and references may be made available to the owner. Requirements: Contractor shall have successfully completed at least three (3) projects at water and/or wastewater plant(s) which include the following within the last ten (10) years which include the following: · Construction of reinforced cast-in-place concrete hydraulic structures, · Installation of mechanical equipment including pumps, mixers, and valves 24-inch diameter or larger, · Electrical work. At least two (2) of the projects must be complete with a finished contract value in excess of $5,000,000. Provide the information identified in Attachment C for each project listed below. 20 Project Name 1. 2. 3. 6. Previous Electrical Sub-Contractor Project Experience Past project experience shall be provided for each requirement. The Owner shall be entitled to contact each and every reference listed by the electrical sub-contractor. The electrical sub-contractor, by submitting a prequalification proposal, expressly agrees that any information concerning the electrical sub- contractor in possession of said entities and references may be made available to the owner. Requirements: Electrical Sub-Contractor shall have successfully completed at least three (3) projects at water and/or wastewater treatment plant(s). Provide the information identified in Attachment D for each project listed below Project Name 1. 2. 3. 7. Number of years as a Contractor in construction work of this type: ______________________________________________________________________________ 8. Name and title of officers of Contractor's firm: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 9. Number of persons employed full-time by the firm: _________________________ 21 10. Name of person who inspected site of proposed work for your firm: Name: _______________________________________________________________________ Date of Inspection: ____________________________________________________________ 11. Surety company who will provide the required bonds on this contract: ______________________________________________________________________________ Agent’s Name:_________________________________________________________________ Telephone:____________________________________________________________________ 12. Workers Compensation Insurance Policy #: ________________________________ 22 ATTACHMENT A (Copy as necessary – recommended to provide more projects than required) Contractor Project Manager Data Sheet Name: _________________________________________________________________________ Years experienced as Project Manager: ______________________________________________ Years of prior experience: ________________ Positions: ________________________________ Qualifying Project #1: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ Qualifying Project #2: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ Qualifying Project #3: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ 23 ATTACHMENT B Contractor Superintendent Data Sheet Name: ________________________________________________________________________ Years experienced as Superintendent: _______________________________________________ Years of prior experience: ________________ Positions: ________________________________ Qualifying Project #1: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ Qualifying Project #2: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ Qualifying Project #3: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ 24 ATTACHMENT C Contractor Project Experience Summary Qualifying Project #1: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ Qualifying Project #2: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ Qualifying Project #3: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ 25 ATTACHMENT D Electrical Sub-Contractor Project Experience Summary Qualifying Project #1: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ Qualifying Project #2: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ Qualifying Project #3: _____________________________________________________________ Project Summary: ________________________________________________________________ Year Completed: _________________________________________________________________ Total Cost: ______________________________________________________________________ Owner: _________________________________________________________________________ Owner Contact Person: ___________________ Telephone: _______________________________ 26 AGREEMENT THIS AGREEMENT made this ___ day of ________, 20__, by and between Washington County Water Conservancy District (Owner) and ______________________ doing business as a(n) ______________________ (Contractor). WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. Commencement and Completion. The Contractor will commence and complete the construction of the Quail Creek Water Treatment Plant 90 MGD Expansion and Ozone Addition – Phase 1 (Project) within the Contract Time and Project Milestones stated in the Bid Form unless the period for completion is extended otherwise by the Contract Documents. 2. Necessary Services. The Contractor will furnish all the material, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the Project described in the Contract Documents. 3. Contract Price. The Contractor agrees to comply with the terms in the Contract Documents for the sum of $ . 4. Contract Documents. The term "Contract Documents" means and includes the following: a. Public Notice b. Instructions to Bidders c. Bid Form d. Acknowledgement of Review e. Bid Bond f. Agreement g. Payment Bond h. Performance Bond i. Notice of Award j. Notice to Proceed k. Change Order l. Notice of Substantial Completion m. Notice of Final Acceptance n. General Conditions o. Supplemental Conditions p. Volumes II through III Technical Specifications prepared by Hazen and Sawyer dated February 2025. q. Volume IV Drawings prepared by Hazen and Sawyer dated February 2025. r. Addenda: No._____ dated _______________, 20___. No._____ dated _______________, 20___. No._____ dated _______________, 20___. No._____ dated _______________, 20___. 27 5. Payment. The Owner will pay the Contractor in the manner and at such times as set forth in the General Conditions and in such amounts as required by the Contract Documents. 6. Ownership of Information. Title to all reports, information, data, computer data elements, and software prepared by the Contractor in performance of this Agreement shall vest in the Owner. The Contractor may publish and/or use the reports, information, data, computer data elements and software prepared in the performance of the Agreement for its non-commercial, educational and research purposes only, provided, however, that no such information shall be disclosed without the prior consent of the Owner. Subject to applicable State and Federal laws, regulations, the Owner shall have full and complete rights to reproduce, duplicate, disclose, and otherwise use all such information. 7. Confidentiality of Records. The Contractor shall establish, maintain, and practice procedures and controls that are acceptable to the Owner for the purpose of assuring that no information contained in the Contractor’s records or obtained from the Owner or others in the course of carrying out its functions under this Agreement shall be used or disclosed by it, its agents, officers, or employees, except as is essential to the performance of duties under this Agreement. Persons requesting such information from the Contractor shall be referred to the Owner for access to records in compliance with the Utah Government Records and Management Act. If the performance of duties under this Agreement requires the Contractor to disclose information other than as is set forth in this section, prior to doing so, the Contractor shall apply to the Owner for written permission to make such disclosure. 8. Record Keeping, Audits, and Inspections. The Contractor and any Subconsultants shall maintain financial and operation records in sufficient detail to document all transactions relating to the disbursement of contract funds and shall make available for audit and inspection all such records relating to contract services, requirements, and expenditures until all audits initiated by State and Federal auditors are completed, for a period of five (5) years from the date of termination of this Agreement or for such period as is required by any other paragraph of this Agreement, whichever is longer. Records which relate to disputes, litigation, or the settlement of claims arising out of the performance of this Agreement, or to cost and expenses of this Agreement as to which exception has been taken by the Owner, shall be retained by the Contractor until disposition has been made of such disputes, litigation, claims, or exceptions. 9. Default. Except as specifically provided for herein, a default by any party in an obligation set forth herein shall not result in, or be the basis for, the termination or rescission of this Agreement. 10. Waiver. The waiver by any party to this Agreement of a breach of any provision of this Agreement shall not be deemed to be a continuing waiver or a waiver of any subsequent breach, whether of the same or any other provision of this Agreement. Any waiver shall be in writing and signed by the waiving party. 11. Rights and Remedies. The parties shall have all rights and remedies provided under applicable Federal or State law for a breach or threatened breach of this Agreement. These rights and remedies shall not be mutually exclusive, and the exercise of one or more of these rights and remedies shall not preclude the exercise of any other rights and remedies. Each 28 party confirms that damages at law may be an inadequate remedy for a breach or threatened breach of any provision hereof and the respective rights and obligations of the parties hereunder shall be enforceable by specific performance, injunction, or other equitable remedy. 12. Utah Law to Govern. This Agreement has been drawn and executed in the State of Utah. All questions concerning the meaning, intention and enforcement of any of its terms or its validity shall be determined in accordance with the laws of the State of Utah. In any dispute jurisdiction and venue shall be in Utah. 13. Binding on Successors in Interest. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 14. Authorization. Each individual executing this Agreement does represent and warrant to each other so signing (and each other entity for which another person may be signing) that he or she has been duly authorized to sign this Agreement in the capacity and for the entities set forth where he or she so signs. 15. Counterparts. This Agreement may be executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 16. Inducement. The making and execution of this Agreement has not been induced by any representation, statement, warranty, or agreement other than those herein expressed. 17. Integration. All agreements heretofore made in the negotiation and preparation of this Agreement between the parties hereto are superseded by and merged into this Agreement, no statement or representation not embodied herein shall have any binding effect upon the parties hereto and there shall be no amendments hereto except those in writing signed by the parties hereto. 18. Time is of the Essence. Time is of the essence with regard to this Agreement as to each covenant, term, condition, representation, warranty, and provision hereof. 19. Necessary Acts and Cooperation. The parties hereby agree to do any act or thing and to execute any and all instruments required by this Agreement and which are necessary and proper to make effective the provisions of this Agreement. 20. Partial Validity. If any portion of this Agreement shall be held invalid or inoperative, then insofar as is reasonable and possible: a. The remainder of this Agreement shall be considered valid and operative, and, b. Effect shall be given to the intent manifested by the portion held invalid or inoperative. 21. Ambiguities. This Agreement has been negotiated and drafted by all parties hereto and the general rule of contract construction that ‘ambiguities shall be construed against the draftsman’ shall have no application to this Agreement. 29 22. No Third-Party Beneficiaries. This Agreement is not intended to be a third-party beneficiary contract for the benefit of any third parties, including but not limited to any customer of any party, and no such persons shall have any right of subrogation or cause of action against any party for any breach or default by any party hereunder. In addition, no third parties shall have any rights hereunder that would, in any way, restrict the parties' right to modify or renew this Agreement at any time or in any manner. Nothing in this Agreement is intended to relieve or discharge the obligation or liability of any third persons to any party to this Agreement. 23. Equal Opportunities Clause. The parties shall abide by applicable provisions of state and federal law, including executive orders, that prohibit discrimination against any employee or applicant for employment or any applicant or recipient of services, on the basis of race, religion, color, national origin, sex, age, or disabilities and that prohibit sexual harassment in the workplace. 24. Preference for Citizens. Pursuant to Utah Code Annotated Section 34-30-1, the Contractor shall give preference to employing citizens of the United States or those having declared their intention of becoming citizens. 25. Boycott Restrictions. Pursuant to Utah Code Annotated Section 63G-27-201, the Contractor certifies that it is not currently engaged in a boycott of the State of Israel or an economic boycott. The Contractor agrees not to engage in a boycott of the State of Israel for the duration of this Agreement. The Contractor agrees to notify the Owner in writing if it begins engaging in an economic boycott. 26. Availability of Funds. Implementation of this Agreement shall be subject to the availability of appropriated funds. The Owner may cancel or suspend this Agreement without penalty if adequate funds are not appropriated or received. 27. Sovereign Immunity. Nothing in this Agreement shall be construed to waive the sovereign immunity of the Owner. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement on the date first above written. OWNER: Washington County Water Conservancy District By __________________________________________ Name _______________________________________ Title ________________________________________ CONTRACTOR: _____________________________________________ By __________________________________________ Name _______________________________________ Address _____________________________________ _____________________________________________ 30 PAYMENT BOND (Name of Contractor) (Address of Contractor) a(n) , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto_______________________________ Washington County Water Conservancy District (Name of Owner) 533 East Waterworks Drive, St. George, Utah 84770 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($___________________), in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the ___ day of ______________, 20____, a copy of which is hereto attached and made a part hereof for the construction of Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1. NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment, and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect its obligation 31 on this Bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the Contract Documents or to the Work. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in ______ counterparts, each one of which shall be deemed an original, this the ___ day of _____________________, 20_______. CONTRACTOR AS PRINCIPAL _________________________________ (Seal) Contractor’s Name and Corporate Seal By: Signature ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title SURETY _________________________________ (Seal) Surety’s Name and Corporate Seal By: Signature (Attach Power of Attorney) ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title NOTE: The date of Bond must not be prior to the date of Contract. If Contractor is a partnership, all partners should execute the Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. 32 PERFORMANCE BOND (Name of Contractor) (Address of Contractor) a ___________________________________________________ hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto Washington County Water Conservancy District (Name of Owner) 533 East Waterworks Drive, St. George, Utah 84770 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($_______________________), in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the ___ day of __________________, 20______, a copy of which is hereto attached and made a part hereof for the construction of Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if Principal shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the Contract Documents or to 33 Work to be performed thereunder shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the Contract Documents or to the Work. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the _____ day of _______________________, 20______. CONTRACTOR AS PRINCIPAL _________________________________ (Seal) Contractor’s Name and Corporate Seal By: Signature ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title SURETY _________________________________ (Seal) Surety’s Name and Corporate Seal By: Signature (Attach Power of Attorney) ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title NOTE: The date of Bond must not be prior to the date of contract. If Contractor is a partnership, all partners should execute the Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. 34 NOTICE OF AWARD To: __________________________________ NAME OF PROJECT: Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1. The Owner has considered the Bid submitted by you for the Work in response to its Invitation for Bids dated _________________________, 20_______. You are hereby notified that your Bid has been accepted in the amount of $ . You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this _______ day of ______________________, 20_______. Washington County Water Conservancy District Owner By ___________________________________________ Name ________________________________________ Title _________________________________________ ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the day of , 20___. By Name Title 35 NOTICE TO PROCEED To: __________________________________ NAME OF PROJECT: Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1. You are hereby notified to commence Work in accordance with the Agreement dated __________________________, on or before _______________________________, and you are to complete all Work by ________________________________. Washington County Water Conservancy District Owner By ___________________________________________ Name ________________________________________ Title _________________________________________ ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by this the day of , 20___. By Name Title 36 CHANGE ORDER Order No. Date: Agreement Date: NAME OF PROJECT: Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1. OWNER: ___________________________________________________________________________ CONTRACTOR: _____________________________________________________________________ The following changes are hereby made to the Contract Documents: Justification: _____________________________________________________________________________________ CHANGE TO CONTRACT PRICE: Original Contract Price $ Current Contract Price adjusted by previous Change Orders $ The Contract Price due to this Change Order will be (increased/decreased) by: $ The new Contract Price including this Change Order will be $ CHANGE TO CONTRACT TIME: The Contract Time will be (increased) (decreased) by calendar days. The date for completion of all Work will be . APPROVALS: ENGINEER: _____________________________________________________________________ CONTRACTOR: __________________________________________________________________ WASHINGTON COUNTY WATER CONSERVANCY DISTRICT: _____________________ 37 NOTICE OF SUBSTANTIAL COMPLETION To: __________________________________ NAME OF PROJECT: Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1. The Work to which this contract applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete. The date of Substantial Completion of the Work or portion thereof designated below is hereby established, subject to the provisions of the Contract Documents pertaining to Substantial Completion. The date of Substantial Completion marks the commencement of the contractual correction period and applicable warranties required by the Contract. A punch list of items to be completed or corrected is attached to this notice. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract. The responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance, and warranties upon Owner’s use or occupancy of the Work shall be as provided in the Agreement. Washington County Water Conservancy District Owner By ___________________________________________ Name ________________________________________ Title _________________________________________ ACCEPTANCE OF NOTICE Receipt of the above Notice of Substantial Completion is hereby acknowledged by this the day of , 20___. By Name Title 38 NOTICE OF FINAL ACCEPTANCE To: __________________________________ NAME OF PROJECT: Quail Creek Water Treatment Plant 90 mgd Expansion and Ozone Addition – Phase 1. All obligations and items required under this Agreement for Final Acceptance have been fulfilled based on the final inspection of the specified Work. All known Work has been documented and approved to best of the Owner’s knowledge. The Work under the contract has been performed and completed in accordance with all Contract Documents. Final payment owed to Contractor for Work performed shall be requested and distributed following the request. Washington County Water Conservancy District Owner By ___________________________________________ Name _________________________________________ Title _________________________________________ ACCEPTANCE OF NOTICE Receipt of the above Notice of Final Acceptance is hereby acknowledged by _________________________________________ this the day of , 20 By Name Title 39 GENERAL CONDITIONS 1. Definitions 1.1. Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof: 1.1.1. Addenda – Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, Drawings, or Specifications by additions, deletions, clarifications, or corrections. 1.1.2. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.1.3. Bidder – Any person, firm, or corporation submitting a Bid for the Work. 1.1.4. Bonds – Bid, Performance, and Payment Bonds and other instruments of security, furnished by the Contractor and its surety in accordance with the Contract Documents. 1.1.5. Change Order – A written order to the Contractor authorizing an addition, deletion, or revision in the Work within the general scope of the Contract Documents or authorizing an adjustment in the Contract Price or Contract Time. 1.1.6. Contract Documents – The contract, including Public Notice, Invitation for Bids, Bid, Bid Bond, Agreement, Payment Bond, Performance Bond, Notice of Award, Notice to Proceed, Change Order, Notice of Substantial Completion, Notice of Final Acceptance, General Conditions, Supplemental Conditions, Specifications, Drawings, and Addenda. 1.1.7. Contract Price – The total monies payable to the Contractor under the terms and conditions of the Contract Documents. 1.1.8. Contract Time – The number of calendar days stated in the Contract Documents for the completion of the Work. 1.1.9. Contractor – The person, firm, or corporation with whom the Owner has executed the Agreement. 1.1.10. Drawings – The part of the Contract Documents which show the characteristics and scope of the Work to be performed and which have been prepared or approved by the Engineer. 1.1.11. Engineer – The person, firm, or corporation named as such in the Contract Documents. 1.1.12. Field Order – A written order effecting a change in the Work not involving an adjustment in the Contract Price or an extension of the Contract Time, issued by the Engineer to the Contractor during construction. 40 1.1.13. Notice of Award – The Written Notice of the acceptance of the Bid from the Owner to the successful Bidder. 1.1.14. Notice to Proceed – Written communication issued by the Owner to the Contractor authorizing it to proceed with the Work and establishing the date of commencement of the Work. 1.1.15. Owner – The Washington County Water Conservancy District. 1.1.16. Project – The undertaking to be performed as provided in the Contract Documents. 1.1.17. Shop Drawings – All drawings, diagrams, illustrations, brochures, schedules, and other data which are prepared by the Contractor, a Subcontractor, manufacturer, Supplier, or distributor, which illustrate how specific portions of the Work shall be fabricated or installed. 1.1.18. Specifications – A part of the Contract Documents consisting of written descriptions of a technical nature of materials, equipment, construction systems, standards, and workmanship. 1.1.19. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. 1.1.20. Substantial Completion – That date as certified by the Engineer and Owner when the construction of the Project or specified part thereof is sufficiently completed in accordance with the Contract Documents, so that the Project or specified part can be utilized for the purposes for which it is intended. 1.1.21. Supplemental Conditions – The part of the Contract Documents that amend or supplement these General Conditions. 1.1.22. Supplier – Any person or organization who supplies materials or equipment for the Work, including that fabricated to a special design, but who does not perform labor at the site. 1.1.23. Work – All labor necessary to produce the construction required by the Contract Documents, and all materials and equipment incorporated or to be incorporated in the Project. 1.1.24. Written Notice – Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party’s last given address or delivered in person to said party or an authorized representative on the Work. 41 2. Additional Instructions and Detail Drawings 2.1. The Contractor may be furnished additional instructions and detail drawings by the Engineer as necessary to carry out the Work required by the Contract Documents. 2.2. The additional drawings and instruction thus supplied will become a part of the Contract Documents. The Contractor shall carry out the Work in accordance with the additional detail drawings and instructions. 3. Schedules, Reports, and Records 3.1. The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records, and other data where applicable as are required by the Contract Documents for the Work to be performed. 3.2. Prior to the first partial payment estimate, the Contractor shall submit construction progress schedules showing the order in which Contractor proposes to carry on the Work, including dates at which Contractor will start the various parts of the Work, estimated date of completion of each part, and as applicable: 3.2.1. The dates at which special detail drawings will be required; and 3.2.2. Respective dates for submission of Shop Drawings, the beginning of manufacture, and the testing and the installation of materials, supplies, and equipment. 3.3. The Contractor shall also submit a schedule of payments that Contractor anticipates will earn during the course of the Work. 4. Drawings and Specifications 4.1. The intent of the Drawings and Specifications is that the Contractor shall furnish all labor, materials, tools, equipment, and transportation necessary for the proper execution of the Work in accordance with the Contract Documents and all incidental work necessary to complete the Project in an acceptable manner, ready for use, occupancy, or operation by the Owner. 4.2. In case of conflict between the Drawings and Specifications, the Specifications shall govern. Figure dimensions on Drawings shall govern over scale dimensions, and detailed Drawings shall govern over general Drawings. 4.3. Any discrepancies found between the Drawings and Specifications and site conditions or any inconsistencies or ambiguities in the Drawings or Specifications shall be immediately reported to the Engineer, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after Contractor’s discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor’s risk. 5. Shop Drawings 42 5.1. The Contractor shall provide Shop Drawings as may be necessary for the prosecution of the Work as required by the Contract Documents. The Engineer and Owner shall promptly review all Shop Drawings. The Engineer’s and Owner’s approval of any Shop Drawing shall not release the Contractor from responsibility for deviations from the Contract Documents. The approval of any Shop Drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. 5.2. When submitted for the Engineer’s and Owner’s review, Shop Drawings shall bear the Contractor’s certification that Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. 5.3. Portions of the Work requiring a Shop Drawing or sample submission shall not begin until the Shop Drawing or submission has been approved by the Engineer and Owner. A copy of each approved Shop Drawing and each approved sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer and Owner. 6. Materials, Services, and Facilities 6.1. It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the Work within the specified time. 6.2. Materials and equipment shall be so stored as to ensure the preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated in the Work shall be located to facilitate prompt inspection. 6.3. Manufactured articles, materials, and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned as directed by the manufacturer. 6.4. Materials, supplies, and equipment shall be in accordance with samples submitted by the Contractor and approved by the Engineer and Owner. 6.5. Materials, supplies, or equipment to be incorporated into the Work shall not be purchased by the Contractor or the Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. 7. Inspection and Testing 7.1. All materials and equipment used in the construction of the Project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the Contract Documents. 7.2. The Owner shall provide all inspection and testing services not required by the Contract Documents. 43 7.3. The Contractor shall provide at Contractor’s expense additional testing and inspection services, if desired by the Contractor, to verify or dispute results obtained by the Owner. 7.4. If the Contract Documents, laws, ordinances, rules, regulations, or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than the Contractor, the Contractor will give the Engineer and Owner timely notice of readiness. The Contractor will then furnish the Engineer and Owner the required certificates of inspection, testing, or approval. 7.5. Inspections, tests, or approvals by the Engineer or others shall not relieve the Contractor from obligations to perform the Work in accordance with the requirements of the Contract Documents. 7.6. The Engineer and Owner and its representatives will at all times have access to the Work. In addition, authorized representatives and agents of any participating Federal or state agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the Work and for any inspection or testing thereof. 7.7. If any Work is covered contrary to the written instructions of the Engineer it must, if requested by the Engineer, be uncovered for its observation and replaced at the Contractor’s expense. 7.8. If the Engineer and Owner considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor, at the Engineer’s and Owner's request, will uncover, expose, or otherwise make available for observation, inspection, or testing as the Engineer and Owner may require, that portion of the Work in question, furnishing all necessary labor, materials, tools, and equipment. If it is found that such Work is defective, the Contractor will bear all the expenses of such uncovering, exposure, observation, inspection, and testing and of satisfactory reconstruction. If, however, such Work is not found to be defective, the Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, and reconstruction and an appropriate Change Order shall be issued. 8. Substitutions 8.1. Whenever a material, article, or piece of equipment is identified on the Drawings or Specifications by reference to brand name or catalogue number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality, and function shall be considered. The Contractor may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalogue number, and if, in the opinion of the Engineer, such material, article, or piece of equipment is of equal substance and function to that specified, the Engineer may approve its substitution and use by the Contractor. Any cost differential shall be deductible from the Contract Price and the Contract Documents shall be 44 appropriately modified by Change Order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the Project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the Contract Price or Contract Time. 9. Patents 9.1. The Contractor shall pay all applicable royalties and license fees. Contractor shall defend all suits or claims for infringement of any patent rights and save the Owner harmless from loss on account thereof, except that the Owner shall be responsible for any such loss when a particular process, design, or the product of a particular manufacturer or manufacturers is specified, however if the Contractor has reason to believe that the design, process, or product specified is an infringement of a patent, Contractor shall be responsible for such loss unless Contractor promptly gives such information to the Engineer. 10. Surveys, Permits, and Regulations 10.1. The Owner shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the Work together with a suitable number of benchmarks adjacent to the Work as shown in the Contract Documents. From the information provided by the Owner, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, hatter boards, stakes for pile locations, and other working points, lines, elevations, and cut sheets. 10.2. The Contractor shall carefully preserve benchmarks, reference points, and stakes and, in case of willful or careless destruction, Contractor shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 10.3. Permits and licenses of a temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor unless otherwise stated in the Supplemental Conditions. Permits, licenses, and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations bearing on the conduct of the Work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, Contractor shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in Article 13, Changes in the Work. 11. Safety and Protection of Work, Property, and Persons 11.1. The Contractor will be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. The Contractor shall submit to Owner an acceptable safety plan for review prior to commencement of Work. Contractor will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury, or loss to, all employees on the Work and other persons who may be affected thereby, all the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent 45 thereto, including buildings, real property, trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. 11.2. Notwithstanding the foregoing, Owner reserves the right to direct the Contractor to stop work and correct an unsafe condition at any time that any person present at the job site identifies any unsafe condition or action. For this purpose only, any person at the job site is authorized to act on behalf of Owner but such intermittent delay shall not be grounds for an increase in the Contract Price or the Contract Time. 11.3. The Contractor will comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss. Contractor will erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards for safety and protection. Contractor will notify owners of adjacent property and of underground facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. The Contractor will remedy all damage, injury, or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable, except damage or loss attributable to the fault of the Contract Documents or to the acts or omissions of the Owner or the Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly in whole or in part, to the fault or negligence of the Contractor. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Owner and Engineer have certified Substantial Completion (except as otherwise expressly provided in connection with Substantial Completion). 11.4. Upon request from Owner, Contractor shall provide copies of training documentation required by laws, ordinances, rules, regulations, and orders. 11.5. Contractor shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety plans and programs. 11.6. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers and/or employees at the site in accordance with laws, ordinances, rules, regulations, and orders. 11.7. In emergencies affecting the safety or protection of persons, the Work, or the property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or Owner, shall act to prevent threatened or actual damage, injury, or loss. If an emergency occurs, Contractor shall notify Owner or Engineer immediately, and provide written documentation of the emergency within twenty-four (24) hours. Contractor will give the Owner or Engineer prompt Written Notice if Contractor believes that any significant changes in the Work or deviations from the Contract Documents 46 have been caused thereby or are required as a result thereof. If Owner determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order shall thereupon be issued covering the changes and deviations involved. Contractor shall use reasonable efforts to utilize appropriately trained personnel to respond to such emergencies. 12. Supervision by Contractor 12.1. The Contractor will supervise and direct the Work. Contractor will be solely responsible for the means, methods, techniques, sequences, and procedures of construction. The Contractor will employ and maintain on the Work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor’s representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the Work. 13. Changes in the Work 13.1. The Owner may at any time, as the need arises, order changes within the scope of the Work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents, or in the time required for performance of the Work, an equitable adjustment shall be authorized by Change Order. 13.2. The Engineer also may at any time, by issuing a Field Order, make changes in the details of the Work. The Contractor shall proceed with the performance of any changes in the Work so ordered by the Engineer unless the Contractor believes that such Field Order entitles Contractor to a change in Contract Price or Contract Time, or both, in which event Contractor shall give the Engineer Written Notice thereof within seven (7) days after the receipt of the ordered change. Thereafter the Contractor shall document the basis for the change in Contract Price or Time within thirty (30) days. The Contractor shall not execute such changes pending the receipt of an executed Change Order or further instruction from the Owner. 14. Changes in Contract Price 14.1. The Contract Price may be changed only by a Change Order. The value of any Work covered by a Change Order or any claim for increase or decrease in the Contract Price shall be determined by one or more of the following methods in the order of precedence listed below: 14.1.1. Unit prices previously approved. 14.1.2. An agreed lump sum. 14.1.3. The actual cost for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the Work. In addition, there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the Work to cover the cost of general overhead and profit. 47 15. Time for Completion and Liquidated Damages 15.1. The date of beginning and the time for completion of the Work and Work Milestones are essential conditions of the Contract Documents and the Work embraced shall be commenced on a date specified in the Notice to Proceed. 15.2. The Contractor will proceed with the Work at such rate of progress to ensure full completion within the Contract Time. It is expressly understood and agreed, by and between the Contractor and the Owner, that the Contract Time for the completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work. 15.3. If the Contractor shall fail to complete the Work within the Contract Time and Project Mileastones, or extension of time granted by the Owner, then the Contractor will pay to the Owner the amount for liquidated damages as specified in the Bid for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 15.4. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to the following and the Contractor has promptly given Written Notice of such delay to the Owner or Engineer: 15.4.1. To any preference, priority, or allocation order issued by the Owner, 15.4.2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to acts of God, acts of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather, and 15.4.3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 15.4.1 and 15.4.2 of this Article. 16. Correction of Work 16.1. The Contractor shall promptly remove from the premises all Work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not, and the Contractor shall promptly replace and re-execute the Work in accordance with the Contract Documents and without expense to the Owner and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. 16.2. All removal and replacement Work shall be done at the Contractor’s expense. If the Contractor does not take action to remove such rejected Work within ten (10) days after receipt of Written Notice, the Owner may remove such Work and store the materials at the expense of the Contractor. 17. Subsurface Conditions 48 17.1. The Contractor shall promptly, and before such conditions are disturbed, except in the event of an emergency, notify the Owner by Written Notice of: 17.1.1. Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents; or 17.1.2. Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in Work of the character provided for in the Contract Documents. 17.2. The Owner shall promptly investigate the conditions, and if Owner finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, an equitable adjustment shall be modified by a Change Order. Any claim of the Contractor for adjustment hereunder shall not be allowed unless Contractor has given the required Written Notice; provided that the Owner may, if Owner determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. 18. Suspension of Work, Termination, and Delay 18.1. The Owner may suspend the Work or any portion thereof for a period of not more than ninety (90) days or such further time as agreed upon by the Contractor, by Written Notice to the Contractor and the Engineer, which notice shall fix the date on which Work shall be resumed. The Contractor will resume that Work on the date so fixed. The Contractor will be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension. 18.2. If the Contractor is adjudged as bankrupt or insolvent or makes a general assignment for the benefit of Contractor’s creditors, or if a trustee or receiver is appointed for the Contractor or for any of Contractor’s property, or if Contractor files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or applicable laws, or if Contractor repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if Contractor repeatedly fails to make prompt payments to Subcontractor or for labor, materials, or equipment, or if Contractor disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction of the Work, or if Contractor disregards the authority of the Engineer and Owner, or if Contractor otherwise violates any provision of the Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and Contractor’s surety a minimum of ten (10) days from delivery of a Written Notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment, and machinery thereon owned by the Contractor, and finish the Work by whatever method Owner may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such cost exceeds such unpaid balance, the Contractor will pay the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. 49 18.3. Where the Contractor’s services have been so terminated by the Owner, said termination shall not affect any right of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the Owner due to the Contractor will not release the Contractor from compliance with the Contract Documents. 18.4. After ten (10) days from delivery of a Written Notice to the Contractor and the Engineer, the Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Contract. In such case, the Contractor shall be paid for all Work executed and any expense sustained plus reasonable profit. 18.5. If, through no act or fault of the Contractor, the Work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority, or the Engineer fails to act on any request for payment within thirty (30) days after it is submitted, or the Owner fails to pay the Contractor substantially the sum approved by the Engineer and Owner within thirty (30) days of its approval and presentation, then the Contractor may, after ten (10) days from delivery of a Written Notice to the Owner and the Engineer, terminate the Agreement and recover from the Owner payment for all Work executed and all expenses sustained. In addition and in lieu of terminating the Contract, if the Engineer and Owner have failed to act on a request for payment or if the Owner has failed to make any payment as aforesaid, the Contractor may upon ten (10) days Written Notice to the Engineer and Owner stop the Work until Contractor has been paid all amounts then due, in which event and upon resumption of the Work, Change Orders shall be issued for adjusting the Contract Price or extending the Contract Time or both to compensate for the costs and delays attributable to the stoppage of the Work. 18.6. If the performance of all or any portion of the Work is suspended, delayed, or interrupted as a result of a failure of the Owner or Engineer to act within the time specified in the Contract Documents, or if no time is specified, within a reasonable time, an adjustment in the Contract Price or an extension of the Contract Time, or both, shall be made by Change Order to compensate the Contractor for the costs and delays necessarily caused by the failure of the Owner or Engineer. 19. Payments to Contractor 19.1. At least ten (10) days before each progress payment falls due (but not more often than once a month), the Contractor will submit to the Engineer and Owner a partial payment estimate filled out and signed by the Contractor covering the Work performed during the period covered by the partial payment estimate and supported by such data as the Engineer and Owner may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the Owner, as will establish the Owner’s title to the material and equipment and protect its interest therein, including applicable insurance. The Engineer will, within ten (10) days after receipt of each partial payment estimate, either indicate in writing approval of payment and present the partial payment estimate to the Owner for approval, or return the partial payment estimate to the Contractor indicating in writing reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate. The Owner will, within ten (10) days of presentation of an approved partial payment estimate, pay the Contractor a progress 50 payment of the basis of the approved partial payment estimate. The Owner may retain five (5) percent of the amount of each payment until final completion and acceptance of all work covered by the Contract Documents. The Owner at any time, however, after fifty (50) percent of the Work has been completed, if Owner finds that satisfactory progress is being made, shall reduce retainage to less than five (5) percent on the current and remaining estimates. When the Work is substantially complete (operational or beneficial occupancy), the retained amount may be further reduced below five (5) percent to only that amount necessary to assure completion. On completion and acceptance of a part of the Work on which the price is stated separately in the Contract Documents, payment may be made in full, including retained percentages, less authorized deductions. 19.2. The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site. 19.3. Prior to Substantial Completion, the Owner, with the approval of the Engineer and with the concurrence of the Contractor, may use any completed or substantially completed portions of the Work. Such use shall not constitute an acceptance of such portions of the Work. 19.4. The Owner shall have the right to enter the premises for the purpose of doing work not covered by the Contract Documents. This provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the Work, or the restoration of any damaged Work except such as may be caused by agents or employees of the Owner. 19.5. Upon completion and acceptance of the Work, the Engineer and Owner shall issue a certificate attached to the final payment request that the Work has been accepted by them under the conditions of the Contract Documents. The entire balance found to be due to the Contractor, including the retained percentages, but except such sums as may be lawfully retained by the Owner, shall be paid to the Contractor within thirty (30) days of completion and acceptance of the Work. 19.6. The Contractor will indemnify and save the Owner or the Owner’s agents harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materials, and furnishers of machinery and parts thereof, equipment, tools, and all supplies, incurred in the furtherance of the performance of the Work. The Contractor shall, at the Owner’s request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the Contractor fails to do so the Owner may, after having notified the Contractor, either pay unpaid bills or withhold from the Contractor’s unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor, his surety, or any third party. In paying any unpaid bills of the Contractor, any payment so made by the Owner shall be considered as a payment made under the Contract Documents by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payments made in good faith. 51 20. Acceptance of Final Payment as Release 20.1. The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with this Work and for every art and neglect of the Owner and others relating to or arising out of this Work. Any payment, however, final or otherwise, shall not release the Contractor or Contractor’s sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. 21. Insurance 21.1. Contractor shall carry insurance required by laws and regulations to protect Contractor, Owner, Engineer, and the officials, employees, and agents of any of them. 21.2. Neither Contractor, nor any Subcontractor, shall enter the site of the Work or commence work under this contract before Owner has received and accepted certificate(s) of insurance, and insurance endorsements, and has issued the Notice to Proceed. 21.3. To the fullest extent permitted by laws and regulations, Contractor shall indemnify and hold harmless Owner and Engineer and the officers, directors, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court and any other dispute resolution costs) caused by, arising out of, or resulting from the performance of the Work, provided that any such claim, cost, loss, or damage (i) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by laws and regulations regardless of the negligence of any such person or entity. 21.4. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, or employees by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other person or organization under workers' compensation acts, disability benefit acts, or other employee benefit acts. 21.5. Contractor shall secure and maintain during the Contract Time and warranty period certain insurance that shall protect Contractor, Owner, and Engineer in such manner and amounts as set forth hereinafter. The insurance requirements stipulated herein shall not be construed as limiting Contractor's liability. 52 21.6. All loss or damage arising from obstructions or difficulties which may be encountered in the prosecution of the Work, from the action of the elements, or from any act or omission on the part of Contractor or any Subcontractor, Supplier, person, or agent employed by Contractor shall be borne by Contractor. 21.7. Insurance certificates shall be signed by an authorized representative of the insurance company and shall set forth the following information: i. Name and address of the insured. ii. Name as Certificate Holder the Owner and Engineer. iii. Location of the operations to which the insurance applies. iv. Policy number and the type or types of insurance in force thereunder on the date borne by the certificate. v. Expiration date of the policy and the limit or limits of liability thereunder on the date borne by the certificate. vi. A statement that the insurance covered by the certificate applies to all of the operations on and at the site of the Work which are undertaken by the insured during the life of the contract. vii. A statement that all coverage is on an occurrence basis rather than a claims basis. viii. A provision that the policy or policies may not be cancelled, denied renewal, or reduced in coverage until at least thirty (30) days after Written Notice has been received by Owner. ix. A statement that a cross liability or severability of interests clause is included, unless a separate policy covering Owner and Engineer is provided. x. Name, address, and telephone number of the insurance company's agent of process in Utah. xi. Other information to demonstrate compliance with additional requirements stipulated for the various types of insurance coverages. 21.8. Compensation Insurance. Contractor shall take out and maintain workers’ compensation insurance as required by the Labor Code for all its employees at the site of the Work during the life of this contract. 21.8.1. Insurance certificates shall provide a waiver of subrogation by the carrier to Certificate Holder. 21.8.2. Contractor shall require each Subcontractor to provide workers’ compensation insurance for its employees unless such employees are covered by the Contractor. 21.8.3. In the event any class of employees engaged in hazardous work under this contract is not protected by the Workers’ Compensation Act, Contractor shall provide, and shall cause its Subcontractors to provide, special insurance for the protection of such employees not otherwise protected. 53 21.9. Commercial General Liability and Property Damage Insurance. Contractor shall procure, and maintain during the life of the contract, such general liability and property damage insurance necessary to protect itself, Owner, the Certificate Holder, and Subcontractors performing work under this Contract, from all claims and legal costs for bodily injury or personal injury, including accidental death and property damage claims arising from operations under this contract, whether such operations are the Contractor's or the Subcontractors'. 21.9.1. Certificate Holder shall be named as additional primary insured without offset against their existing insurance. 21.9.2. The insurance endorsement shall evidence such provisions. 21.9.3. The minimum general liability and property damage liability shall be as follows: i. Comprehensive general liability insurance for injuries, including accidental death, to any one person in any one occurrence in an amount not less than $1,000,000. ii. Comprehensive general liability insurance for injuries, including accidental death, to two or more persons in any one occurrence in an amount not less than $2,000,000. iii. Subject to the same limits on account of one occurrence, in a total amount not less than $1,000,000. iv. Broad form property damage insurance in an amount not less than $1,000,000. 21.9.4. Such policy shall include each of the following coverages: i. Comprehensive form. ii. Premises – operations. iii. Explosion and collapse hazard. iv. Underground hazard. v. Product/completed operations hazard. vi. Contractual insurance. vii. Broad form property damage, including completed operations. viii. Independent contractors. ix. Personal injury. x. Fire and extended coverage with endorsement for vandalism and malicious mischief in an amount of at least 50 percent of the Contract Price. 21.10. Motor Vehicle Public Liability and Property Damage Insurance. Contractor shall carry and maintain a motor vehicle public liability and property damage insurance coverage on each vehicle used in the performance of the Work in an amount not less than $1,000,000 for one person and $5,000,000 for more than one person and for property damage resulting from any one occurrence which may arise from the operations of Contractor in performing the Work in the sum of $1,000,000. 54 21.10.1. Such motor vehicle liability insurance shall include comprehensive form, including loading and unloading, owned, hired, and non-owned. 21.10.2. Certificate Holder shall be named as additional primary insured without offset against their existing insurance. Insurance certificates shall name Certificate Holder as additional insured. 21.11. Builder's "All Risk" Insurance. Contractor shall provide certificates of insurance showing that Contractor has obtained, for the duration of the Contract Time, builder's risk "all risk" insurance in the amount equal to the Contract Price including flood, tidal wave, and earthquake, but excluding tidal wave and earthquake coverage in excess of five (5) percent of the Contract Price. Insurance Certificates shall name Certificate Holder as additional insured. 22. Omissions, Conflicts, Errors, or Discrepancies 22.1. Where, during the performance of the Work, Contractor finds omissions, conflicts, errors, or discrepancies in the Contract Documents, Contractor shall so report to Engineer in writing, at once; and before proceeding with the Work affected thereby shall obtain a written clarification or interpretation from Engineer. 22.2. When Contractor feels that omissions, conflicts, errors, or discrepancies in the Contract Documents will cause or have caused Contractor additional costs or delays in the performance of the Work, Contractor may make a claim. Accordingly, Contractor shall give Engineer: 22.2.1. Written Notice of such claim within forty-eight (48) hours after the occurrence of the cost and delay related to such omissions, conflicts, errors, or discrepancies. 22.2.2. Statement and supporting data within seven (7) days after the occurrence of the cost and delay related to such omissions, conflicts, errors, or discrepancies. 22.3. Except for such claims as are made of record, Contractor shall be deemed to have waived and does hereby waive all claims for damages and for adjustments to the Contract Time, the Contract Price, or both, resulting from omissions, conflicts, errors, or discrepancies in the Contract Documents. 22.4. The Contract Documents shall be interpreted applying the following precedence rules: 22.4.1. Discrepancies between Drawings and the figures written thereon shall be resolved by taking the figures as correct. 22.4.2. Figured dimensions shall govern over scaled dimensions. 22.4.3. Full scale Drawings shall govern over reduced size Drawings. 55 22.5. Where a dimension necessary for the prosecution of the Work can only be obtained by means of a scaled dimension, Contractor shall request a determination from Engineer. 22.6. The Contract Documents higher in precedence shall control and supersede the Contract Documents lower in precedence in accordance with the following listing arranged from the highest to the lowest in precedence: i. First: Addenda, if any, Supplemental Agreements, and Change Orders, the one dated later having precedence over another dated earlier. ii. Second: Agreement. iii. Third: General Requirements. iv. Fourth: Other Specifications. v. Fifth: Drawings. vi. Sixth: Supplemental Conditions, if any. vii. Seventh: General Conditions. viii. Eighth: Invitation for Bids. ix. Ninth: Bid. x. Tenth: Public Notice. 23. Amendment to Contract Documents 23.1. In giving clarifications and interpretations, Engineer shall have authority to make minor changes in the Work, not involving changes to the Contract Price or to the Contract Time. 24. Reuse of Documents 24.1. Neither Contractor nor any Subcontractor, Supplier, or other person or organization performing or furnishing any of the Work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents, or copies of any thereof, prepared by or bearing the seal of Design Engineer or Engineer, without the written consent of Owner and Design Engineer or Engineer. 24.2. Neither Contractor nor any Subcontractor, Supplier, or other person or organization performing or furnishing any of the Work under a direct or indirect contract with Owner shall reuse any of the Drawings, Specifications, or other documents, or copies of any thereof on extensions of the Project or any other project, without the written consent of Owner and Design Engineer or Engineer, and specific adaptation by Design Engineer or Engineer. 25. Contract Security 25.1. The Contractor shall within ten (10) days after the receipt of the Notice of Award furnish the Owner with a Performance Bond and a Payment Bond in penal sums equal to the amount of the Contract Price, conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions, and agreements of the Contract Documents, and upon the prompt payment by the Contractor to all persons supplying labor and materials 56 in the prosecution of the Work provided by the Contract Documents. Such Bonds shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the state in which the Work is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these Bonds shall be borne by the Contractor. If at any time a surety on any such Bond is declared bankrupt or loses its right to do business in the state in which the Work is to be performed or is removed from the list of Surety Companies Acceptable on Federal Bonds, Contractor shall within ten (10) days after notice from the Owner to do so, substitute an acceptable Bond (or Bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the Owner. The premiums on such Bond shall be paid by the Contractor. No further payments shall be deemed due nor shall have furnished an acceptable Bond to the Owner. 26. Assignments 26.1. Neither the Contractor nor the Owner shall sell, transfer, assign, or otherwise dispose of the contract or any portion thereof, or of any right, title, or interest therein, or any obligations thereunder, without written consent of the other party. 27. Indemnification 27.1. The Contractor will indemnify and hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses, and expenses including attorney's fees arising out of or resulting from the performance of the Work, provided that any such claims, damage, loss, or expense is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom, and is caused in whole or in part by any negligent or willful act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable. 27.2. In any and all claims against the Owner or the Engineer, or any of their agents or employees, by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any Subcontractor under workmen's compensation acts, disability benefit acts, or other employee benefits acts. 27.3. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, or any of its agents or employees, arising out of the preparation or approval of maps, designs, opinions, reports, surveys, Change Orders, Drawings, or Specifications. 28. Separate Contracts 28.1. The Owner reserves the right to let other contracts in connection with this Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate the Work with theirs. If the proper execution or results of any part of 57 the Contractor’s Work depends upon the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. 28.2. The Owner may perform additional work related to the Project by itself or may let other contracts containing provisions similar to these. The Contractor will afford the other contractors who are parties to such contracts (or the Owner, if performing the additional work itself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of work and shall properly connect and coordinate the Work with theirs. 28.3. If the performance of additional work by other contractors or the Owner is not noted in the Contract Documents prior to the execution of the Contract, Written Notice thereof shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the Owner or others involves Contractor in additional expense or entitles Contractor to an extension of the Contract Time, Contractor may make a claim as provided in Articles 13, Changes in the Work, and 14, Changes in Contract Price. 29. Subcontracting 29.1. The Contractor may utilize the services of specialty Subcontractors on those parts of the Work which, under normal contracting practices, are performed by specialty Subcontractors. 29.2. The Contractor shall not award Work to Subcontractor(s) in excess of fifty (50) percent of the Contract Price without prior written approval of the Owner. 29.3. The Contractor shall be fully responsible to the Owner for the acts and omissions of its Subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons directly employed by Contractor. 29.4. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the Work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. 29.5. Nothing contained in these Contract Documents shall create any contractual relation between any Subcontractor and the Owner. 30. Engineer’s Authority 30.1. The Engineer shall act as the Owner’s representative during the construction period. Engineer shall decide questions which may arise as to quality and acceptability of materials furnished and Work performed. Engineer shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. 58 30.2. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the Work. Inspections may be made at the factory or fabrication plant of the source of material supply. 30.3. The Engineer and Owner will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety. 30.4. The Engineer and Owner shall promptly make decisions relative to interpretation of the Contract Documents. 31. Land and Rights-of-Way 31.1. Prior to issuance of Notice to Proceed, the Owner shall obtain all land and rights-of-way necessary for carrying out and for the completion of the Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed. 31.2. The Owner shall provide to the Contractor information which delineates and describes the lands owned and rights-of-way acquired. 31.3. The Contractor shall provide at its own expense and without liability to the Owner any additional land and access thereto that the Contractor may desire for temporary construction facilities or for storage of materials. 32. Guaranty 32.1. The Contractor shall guarantee all materials and equipment furnished and Work performed for a period of one (1) year from the date of Substantial Completion. The Contractor warrants and guarantees for a period of one (1) year from the date of Substantial Completion of the Project that the completed Project is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage as a result of such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other Work that may be made necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period. 33. Taxes 33.1. The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the Work is performed. 59 SUPPLEMENTAL CONDITIONS 1. Physical Conditions – Existing Structures 1.1. In preparation of Drawings and Specifications, the Engineer relied upon the following drawings (or drawing excerpts) of physical conditions in or relating to existing surface and subsurface structures (these record drawings will be provided by the Owner to the Contractor selected to perform the work): 1.1.1. Quail Creek Water Treatment Plant, 1987, Creamer and Noble & Brown and Caldwell 1.1.2. Quail Creek Water Treatment Plant 20 MGD Expansion/Upgrade, 1995, Horrocks Carollo Engineers 1.1.3. Quail Creek Water Treatment Plant 40 MGD Expansion, 2003, Carollo Engineers 2. Subcontractors, Suppliers, and Others 2.1. The Owner has preselected Automation & Controls as the SCADA Integration Subcontractor. The Bidder shall subcontract with Automation & Controls to perform this element of the work. See Appendix A for Automation & Controls Scope of Work. 2.2. The Owner has preselected and issued a purchase order to VAG USA, LLC for a select number of butterfly valves and electric actuators to ensure timely arrival on site during construction. See Appendix B for the Butterfly Valve Pre-Purchase Contract Documents and Specifications. 2.3. The Owner has preselected and issued a purchase order to Border States Electric for select electrical equipment to ensure timely arrival on site during construction. See Appendix C for the Electrical Equipment Pre-Purchase Contract Documents and Specifications. 3. Appendices 3.1. The following appendices are included for reference: 3.1.1. Appendix A: Automation & Controls Scope of Work 3.1.2. Appendix B: Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase 3.1.3. Appendix C: Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase Appendix A: Automation & Controls Scope of Work WASHINGTON COUNTY WATER CONSERVANCY DISTRICT QUAIL CREEK FILTRATION EXPANSION – PHASE 1 February 6th 2025 PREPARED BY: Automation & Controls 1404 W 6200 N Smithfield, UT 84335 automationandcontrols.com Point of Contact. Keith Christensen 435-770-2024 Keith.c@automationandcontrols.com Automation & Controls Washington County Water Conservancy District Quail Creek Expansion – Phase 1 Page | 1 1. General A. Definitions: 1. The word “Specification” hereafter refers to the Hazen and Sawyer “Quail Creek Water Treatment Plant 90 MG Expansion and Ozone Addition Phase 1” document. 2. “Integration Services” is defined as existing electrical drawing modifications, PLC programming, loop checks, startup, commissioning and provide integration information for the final O&M manuals. B. Abbreviations: 1. Automation & Controls will hereafter be referred to as “A&C”. C. Statement of Work 1. A&C will provide Integration Services for the Washington County Water Conservancy District Quail Creek Filtration Expansion Project – Phase 1. 2. The Integration Services will cover Phase 1 additions and modifications as outlined in the Specification. 3. A&C will communicate through drawings, meetings, and other means, wire termination destinations for all device wiring destined for PLC control enclosures PCM2400, PCM3310, PCM3350 and PCM7400. 4. A&C will lead and coordinate through the contractor, assisted by the electrical subcontractor, loop checks, commissioning, and troubleshooting of the effected systems according to the Specification. 2. Scope of Work A. Influent Flow Control Building 1. The scope of work is limited specifically to the Influent Flow Control Building control enclosure PCM2400. 2. A&C Will provide Integration Services for Phase 1 modifications to the Influent Flow PCM2400 process controls according to the Specification. a) Including the following for each of 4 influent lines: (1) Influent modulated flow control valves. Valves MOV-1211 to MOV-1241 (2) Flow metering, a 4-20ma, and pulsed input. FE-1211 to FE-1241 (3) Sand Hollow Influent Line Turbidity Analyzer AIT-1241 b) All conduits, wire, wire labeling, field terminations, and labor, of all field devices that are to be wired in the PCM2400 PLC control panel shall be furnished by others. Automation & Controls Washington County Water Conservancy District Quail Creek Expansion – Phase 1 Page | 2 c) A&C will lead and coordinate through the contractor, assisted by the electrical subcontractor, loop checks, commissioning, and troubleshooting of the effected Influent Flow Control systems according to the Specification. B. DAF Building 1. The scope of work is limited specifically to the DAF Building DAF1 and DAF2 control enclosures PCM3310, and PCM3350. 2. A&C will provide Integration Services for Phase 1 modifications to the DAF Building PCM3310 and PCM3350 process controls according to the Specification. Including: a) Addition of 1 (one) 6” dispersion valve per basin for a total of 8 (eight) 6” dispersion valves b) Program the new operation strategy as outlined in Section 40 61 96 3.02 of the Specification for the DAF 3”, 4”, and 6” valves in each of 8 basins. c) Replacement of the 6 Recycle pumps. With the addition of a pressure transmitter for each pump. d) Addition of 2 automated MOV valves for each of pumps RS-3612 and RS-3622. e) Replacement of 4 air compressors 3. To accommodate additional inputs and outputs added to the existing PLCs specified in the P&ID section of the Specification, specifically sheets I3001 through I3013 of Volume 4, A&C will provide the following for each of PCM3010 AND PCM3350 PLC control enclosure: a) Replace the existing middle 12 slot Emerson RX3i PLC backplate with a 16 slot backplate. b) Addition of quantity of 2 (two) PLC 120VAC, 16-point, digital input cards with associated terminal blocks, terminal block fusing, terminal block labels, wiring, wire labels, and labor for installation. c) Addition of quantity of 1 (one) PLC Relay, 16-point, digital output card with associated terminal blocks, terminal block fusing, terminal block labels, wiring, wire labels, and labor for installation. 4. All conduits, wire, wire labeling, field terminations, and labor, of all field devices that are to be wired in the PCM3310 and PCM3350 PLC control panels shall be furnished by others. 5. A&C will lead and coordinate through the contractor, assisted by the electrical subcontractor, loop checks, commissioning, and troubleshooting of the effected DAF systems according to the Specification. Automation & Controls Washington County Water Conservancy District Quail Creek Expansion – Phase 1 Page | 3 C. Filter Building 1. The scope of work is limited specifically to loop checks, commissioning, and PLC programming needed to ensure the replaced valves function properly with existing code. 2. A&C will provide Integration Services to support the Phase 1 Filter Building work. Which includes: a) Replacement of the filter inlet, and filter to waste valves for each of 12 filters. 3. All conduits, wire, wire labeling, field terminations, and labor, of all valves shall be furnished by others. 4. A&C will lead and coordinate through the contractor, assisted by the electrical subcontractor, loop checks, commissioning, and troubleshooting of the replaced valves. D. Reclaim Building 1. The scope of work is limited specifically to the Reclaim Building control enclosure PCM7400. 2. A&C will provide Integration Services to support the Phase 1 modifications to the Reclaim Building PCM7400 process controls according to the Specification. Including: a) Replacement of 3 Reclaim pumps P-7411, P-7412, and P-7413. b) Addition of and additional Reclaim Pump P-7414 c) Program new operational strategy as outlined in Section 40 61 90 3.05 of the Specification for the operation of the 4 Reclaim pumps. d) Replacement of the wet well level indicator LT-7450, flow meter FE-7450 e) Addition of drain pump P-7430 3. All conduits, wire, wire labeling, field terminations, and labor, of all field devices that are to be wired in the PCM7400 PLC control panel shall be furnished by others. 4. A&C will lead and coordinate through the contractor, assisted by the electrical subcontractor, loop checks, commissioning, and troubleshooting of the effected systems according to the Specification. Automation & Controls Washington County Water Conservancy District Quail Creek Expansion – Phase 1 Page | 4 3. Total Cost Section A. Influent Flow Control $29,520 Section B. Daf Building $43,660 Section C. Filtration Building $8,600 Section D. Reclaim Building $15,400 Total $97,180 Appendix B: Quail Creek Water Treatment Plant Butterfly Valve Pre- Purchase CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase Volume I of II October 2024 Prepared by: Hazen and Sawyer 10619 S. Jordan Gateway, Suite 130 South Jordan, Utah 84095 NOT FOR CONSTRUCTIONJEREMY WILLIAMS No. 4940719 5/17/202410/7/2024 Brooklyn Hall 10/7/2024 i TABLE OF CONTENTS VOLUME I – CONTRACT AND TECHNICAL SPECIFICATIONS PART A BIDDING AND CONTRACT REQUIREMENTS Title Pages Public Notice.................................................................................................................... 1 Invitation for Bids............................................................................................................2 Bid Schedule.....................................................................................................................7 Certification of Equipment/Material Manufacturers...................................................10 Acknowledgement of Review .........................................................................................13 Agreement.......................................................................................................................14 Supply Bond....................................................................................................................18 Notice of Award..............................................................................................................20 Notice to Proceed............................................................................................................21 Change Order .................................................................................................................22 PART B TECHNICAL SPECIFICATIONS Title DIVISION 1 - GENERAL REQUIREMENTS 01 20 00 Measurement and Payment ............................................................................... 01 33 00 Submittal Procedures.......................................................................................... 01 61 00 Product Requirements and Options................................................................... 01 65 00 Product Delivery Requirements ......................................................................... 01 78 23 Operation and Maintenance Data...................................................................... 01 78 43 Spare Parts and Extra Material......................................................................... DIVISION 9 – FINISHES 09 90 00 Painting ……………………………………………………………………………….. DIVISION 40 – PROCESS INTERCONNECTIONS 40 05 00 Basic Mechanical Requirements ........................................................................ 40 05 51 Valves, General ................................................................................................... 40 05 57 Valve Operators and Electric Valve Actuators.................................................. 40 05 64.10 Double Eccentric Butterfly Valves................................................................ 40 06 20 Process Pipe, Valve, and Gate Schedules .......................................................... DIVISION 46 – WATER AND WASTEWATER EQUIPMENT 46 00 00 Equipment General Provisions........................................................................... VOLUME II - DRAWINGS 1 PUBLIC NOTICE Separate sealed bids for Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase (Project) will received by the Washington County Water Conservancy District at its office at 533 East Waterworks Drive, St. George, Utah 84770, until no later than 11:00 AM, Wednesday, November 6, 2024. At that time bids will be publicly opened and read aloud. The Project consists of providing valves, torque tubes, electric actuators, and ancillary equipment as outlined in the specifications and drawing figures. The project is located at the Quail Creek Water Treatment Plant in Hurricane, UT (located approximately 10 miles northwest of St. George, Utah). Contact Hazen and Sawyer (attn: Jeremy Williams) at (385) 342-1082 or jswilliams@hazenandsawyer.com to be placed on the plan holders list and to obtain copies of the bidding document. Bidders must be on the plan holders list to submit a bid. Copies of the Contract Documents and Specifications are available for free via email. 2 INVITATION FOR BIDS BID SUBMISSION AND OPENING OF BIDS Bids must be received by the Owner at its office at 533 East Waterworks Drive, St. George Utah 84770 no later than Wednesday, November 6, 2024, at 11:00 AM. At that time Bids will be publicly opened and read aloud. Each Bid must be submitted in portable document format (PDF) via email to randy@wcwcd.gov. Each email must clearly identify the name of bidder, contact information, license number, if applicable, and that it contains a Bid for the Quail Creek Water Treatment Butterfly Valve Pre-Purchase. Award will be based on the lowest combined Bid for each separate Bid Schedule. All Bids must be made on the Bid Schedule(s). All blank spaces for Bid prices and equipment delivery dates must be filled in (ink or typewritten). The Bid Schedule(s) must be fully completed and executed when submitted. A conditional or qualified bid will not be accepted. Only one copy of the Bid form is required. The Owner may waive any informalities or minor defects or reject any and all Bids. Any Bid may be withdrawn prior to the above-scheduled time for the opening of Bids. The Bidder is responsible to assure timely delivery of the Bid. Any Bid received after the time and date specified will not be opened or considered. No Bidder may withdraw a Bid within sixty (60) calendar days after the Bid opening. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder. INTERPRETING DOCUMENTS If a Bidder is in doubt as to the true meaning of any part of the Contract Documents, Bidder may submit to Hazen and Sawyer a written request for interpretation thereof. The request for interpretation or clarification must be received not less than five (5) days prior to the date for opening Bids. Any interpretation of the proposed Contract Documents will be made only by Addendum duly issued and a copy of such Addendum will be emailed to each person receiving a set of Contract Documents. The Owner will not be responsible for any other explanations, interpretations, or clarifications of the Contract Documents. Bidders must satisfy themselves of the accuracy of the estimated quantities in the Bid Schedule by examination of the site and Contract Documents, including Addenda. By submitting a Bid, the Bidder waives any claim that there was a misunderstanding concerning the quantities of Work or of the nature of the Work to be done. 3 QUALIFICATIONS OF BIDDERS The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the Work contemplated therein. CERTIFICATION By submitting a Bid, the Bidder certifies that the Bidder has read and understands the documents provided, has become familiar with the conditions which might directly or indirectly affect provision of the Project, has identified any questions or concerns regarding provision of the Project, and has ensured that all questions are fully clarified. The Bidder certifies its ability to provide the Project as set forth in the Contract Documents based on detailed review of the information provided herein and any other information acquired by the Bidder and represents that the information in the Contract Documents is sufficient to determine the cost of the Project, to enter into the Agreement, and to provide the Work. AGREEMENT The Contract Documents contain the provisions required for the Project. Other information obtained from, or statements or representations made by an officer, agent, or employee of the Owner or any other person shall neither modify the Contract Documents nor affect the risks or obligations assumed by the Bidder or relieve Bidder from fulfilling any of the conditions of the Contract Documents. The Bidder to whom the contract is awarded will be required to execute the Agreement within ten (10) calendar days from the date when Notice of Award is delivered. The Notice of Award shall be accompanied by the necessary Agreement. In case of failure of the Bidder to execute the Agreement, the Owner may at his/her option consider the Bidder in default. The Owner within ten (10) days of receipt of the Agreement, signed by the party to whom the Agreement was awarded, shall sign the Agreement, and return such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the Bidder may by written notice withdraw his/her signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. NOTICE TO PROCEED The Owner shall issue the Notice to Proceed within ten (10) days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Supplier. 4 CONTACT INFORMATION Washington County Water Conservancy District ATTN: Randy Johnson – Project Manager 533 E. Waterworks Drive St. George, Utah 84770 (435) 673-3617 (office) randy@wcwcd.gov Hazen and Sawyer ATTN: Jeremy Williams 10619 S. Jordan Gateway, Suite 130 South Jordan, Utah, 84095 (385) 342-1082 (office) jswilliams@hazenandsawyer.com MINIMUM SPECIFICATIONS This Invitation for Bids is designed to provide Bidders with sufficient basic information to submit Bids meeting minimum requirements. It is not intended to limit the provision of the Project or exclude any relevant or essential data. Bidders are at liberty to expand upon the specifications to show relevant capability. At minimum, the Project must meet the following specifications: Technical Specifications The Bidder shall refer to the attached Technical Specifications included in Volume I. Drawings The Bidder shall refer to the attached Drawings include in Volume II. National Reference Standards The Bidder shall conform to the following National Reference Standards and organizations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ANSI American National Standards Institute ASTM American Society for Testing and Materials AWWA American Water Works Association ICBO International Conference of Building Officials NEC National Electric Code OSHA Occupational Safety and Health Administration SALES TAX NOTICE The Owner is a political subdivision of the State of Utah and is exempt from state sales tax. 5 BID SCHEDULE The Bidder shall use the Bid Schedule(s) form to submit the Bid. ACKNOWLEDGEMENT OF REVIEW The Bidder shall provide the Acknowledgement of Review as part of the Bid. REJECTING BIDS Bids may be rejected for any of the reasons set forth in Utah Code Annotated, Section 63G- 6a-120, including but not limited to the following circumstances: Bids that are not responsive, that violate a requirement of this Invitation for Bids, or that are not submitted before the submission deadline will be rejected. AWARD OF CONTRACT If the Owner awards a contract pursuant to the Invitation for Bids, the Owner will issue a Notice of Award to the successful Bidder. MATERIALS DELIVERY INFORMATION All materials shall be delivered to the Quail Creek Water Treatment Plant located at 5300 W, Hurricane, UT 84737. The Bidder shall give at least 3 days advance notice to the Owner of delivery of any materials. The Owner will arrange for unloading of materials. All equipment provided by the selected Bidder(s) shall be delivered as a total package with the delivery date for the item with the longest lead time governing the delivery schedule. Manufacture of items with reduced lead times shall be sequenced such that the date of manufacturer is within 6 months of the item with the longest lead time. DAMAGE LIABILITY When the materials are delivered, the Bidder and Owner will inspect them while still on the truck for any damage. Any visible damage found and acknowledged by the Owner will be deemed the responsibility of the Bidder, and the damaged material will be rejected and shall be replaced by the Bidder. WARRANTY Notwithstanding visual inspection and acceptance, the Bidder shall guarantee all materials furnished to be free from all defects due to faulty materials or workmanship for the warranty period specified in the individual equipment specifications. If a warranty period is not explicitly specified in the individual equipment specification, a minimum equipment warranty period of one (1) year shall be assumed. The warranty period shall begin at the date of delivery to the Owner. The Bidder shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. 6 TESTING AND INSPECTION Manufacturer equipment testing and installation inspection requirements are specified in the individual equipment specifications and shall be included in the bid. Manufacturer shall coordinate with Owner’s selected future contractor to perform required field testing and equipment installation inspections. QUANTITIES AND PAYMENT The amount of work to be done and materials or services to be furnished under the contract, as noted in this document, are estimates and are not to be taken as an expressed or implied statement that the actual amount of work or materials will correspond to the estimate. In the event the total amount of the lowest acceptable bid exceed the amount of funds available for the Project, the scope of work will be modified as determined by the Owner and Engineer. The right is reserved to increase or decrease or to eliminate certain items from the work or materials if found desirable or expedient, and the Bidder is cautioned against unbalancing his/her bid by prorating his/her overhead into one bid item and/or schedule. The overhead and indirect charges should be prorated on all items in the Bidder’s bid(s). The Bidder will be allowed no claims for anticipated profits, loss of profits, or for damages because of any difference between the estimated and the actual amount of work done or materials furnished or used in the completed project. Other items of work defined in the specifications, but not listed in the Bid Schedule(s), shall be considered incidental to one or more of the items listed in the Bid Schedule(s) and shall be paid for under the bid items listed to which it is related. No payment will be made for items not delivered to the job site. The Bidder shall invoice for all items supplied to the job site by the 25th and before the 30th of each month. 7 BID SCHEDULE Proposal of (Bidder), organized and existing under the laws of the State of doing business as * to the Washington County Water Conservancy District (Owner). In compliance with the Invitation for Bids, Bidder hereby proposes to perform and supply all Work associated with the Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase in strict accordance with the Contract Documents, within the time and at the prices stated below in the Bid Schedule(s). All equipment provided by the selected Bidder(s) shall be delivered as a total package with the delivery date for the item with the longest lead time governing the delivery schedule. Manufacture of items with reduced lead times shall be sequenced such that the date of manufacturer is within 6 months of the item with the longest lead time. By submission of this Bid, Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid(s) has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. The equipment delivery dates specified by the Bidder in the Bid Schedule is an essential condition of the Contract Documents. If awarded the contract to supply equipment for the Project, Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project by the date stated in the Bid Schedule. If Bidder shall fail to complete the Work within the Contract Time, or extension of time granted by the Owner, then the Bidder shall pay liquidated damages to the Owner of $2,500 for each calendar day after the date stipulated in the Bid Schedule. Bidder shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to the following and the Bidder has promptly given Written Notice of such delay to the Owner: 1. To unforeseeable causes beyond the control and without the fault or negligence of the Bidder, including but not restricted to acts of God, acts of the public enemy, acts of the Owner, acts of another supplier/contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather. Bidder acknowledges receipt of the following Addendum: *Insert "a corporation", "a partnership", or "an individual" as applicable. 8 WASHINGTON COUNTY WATER CONSERVANCY DISTRICT Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase Bidder agrees to perform and supply all the Work described in the Contract Documents for the following unit or lump sum prices stated in the bid schedule(s). All bids shall be checked for mathematical errors by the Engineer. If errors have been made in the extension of the figures, it will be assumed that the unit prices are correct, and the total amounts will be revised to reflect the corrections. Award of the contract will be made to the qualified Bidder with the lowest responsive and responsible bid(s). BID SCHEDULE ITEM # ITEM DESCRIPTION EQUIPMENT DELIVERY DATE QTY UNITS UNIT COST TOTAL 1 12-inch modulating electric actuator 1 EA $$ 2 18-inch butterfly valve (electric actuated)8 EA $$ 3 18-inch electric actuator 8 EA $$ 4 24-inch butterfly valve (buried valve box w/ nut)1 EA $$ 5 24-inch butterfly valve (electric actuated)9 EA $$ 6 24-inch electric actuator 9 EA $$ 7 24-inch butterfly valve (modulating electric actuated) 1 EA $$ 8 24-inch modulating electric actuator 1 EA $$ 9 36-inch butterfly valve (buried valve box w/ nut)3 EA.$$ 10 36-inch butterfly valve (electric actuated) 3 EA $$ 11 36-inch electric actuator 3 EA $$ 12 36-inch butterfly valve (modulating electric actuated) 3 EA $$ 9 13 36-inch modulating electric actuator 3 EA $$ 14 Manufacturer’s field services for electric actuators 1 LS $$ 15 All other elements of the Contract Documents associated with Items 1-14 not included in other items 1 LS $$ 16 One year butterfly valve extended warranty 1 LS $$ 17 18. Total Lump Sum Bid Price for Items 1 Through 16 $ 19. Lump Sum Add (or Deduct): Indicate Which $ 20. Total Lump Sum Bid with Add (or Deduct)$ 21. Total Lump Sum Bid with Add (or Deduct) in Words: ___________________________________________________________________________________________________________________ ATTEST: RESPECTFULLY SUBMITTED: Address (Seal - If Bid is by Corporation) Signature Name Title 10 CERTIFICATION OF EQUIPMENT/MATERIAL MANUFACTURERS DECLARATION OF EQUIPMENT SUPPLIERS: The Bidder shall base their Lump Sum Bid upon the specified and named (A) equipment/supplier items as listed in the following Owner-Selected Equipment/Supplier Schedule. If more than one (A) equipment/supplier is listed for the same equipment item, then the Bidder shall choose and base the Lump Sum Bid upon one of the specified and named (A) equipment/suppliers listed and shall so designate by circling the name of the chosen (A) equipment/supplier on the Schedule. If Bidder’s choice is not so indicated, the Lump Sum Bid will, by default, be based upon the first named (A) equipment/supplier in the Schedule. If an alternative (B) equipment/supplier is proposed, the desired (A) equipment/supplier must still be designated in the event that the alternate is not selected. The Contract will be awarded based on the selected (A) manufacturer. If the Owner accepts an alternate, the Contract amount will be adjusted by change order after execution of the Contract. PROPOSED DEDUCTS FOR PROPOSED EQUIPMENT/SUPPLIER ALTERNATES: Bidder may propose equipment/supplier alternates on the following Owner-Selected Equipment/Supplier Schedule by circling (B) and writing in an equal alternate, and by writing in the amount of deduct offered for the proposed equipment/supplier alternate. Where no space is provided on the Schedule for a write-in alternate, no such alternate will be considered. Design of this project is based upon the (A) named equipment/suppliers as listed in the Owner-Selected Equipment/Supplier Schedule. Should a Bidder propose an equipment/supplier alternate, Bidder shall include in their Bid any and all additional construction costs associated with the alternate and reimbursement to the Owner for any incurred engineering redesign costs associated with the alternate. The Bid shall also include any paid-up licenses necessary for the use of the equipment if required by the manufacturer. No equipment/supplier alternate will be considered unless a deduct is offered and, in the opinion of the Owner, it conforms to the requirements of the Contract documents in all respects except for make, manufacturer, and minor details. Equipment/supplier alternates will generally be deemed "equal" provided that, in the opinion of the Owner, the alternate is the same or better than the named (A) equipment/supplier in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the project requirements will be made by the Owner. Owner's allowance of an equipment/supplier alternate will constitute neither a waiver of the requirements of the Contract Documents nor agreement by the Owner that the alternate is equal to the named (A) equipment/supplier. The Owner may determine any proposed equipment/supplier alternate to be "not desired" as the Owner determines will best suit Owner’s sole best interests. Should a proposed and circled write-in alternate be determined "not equal" or "not desired" by the Owner, or should no proposed alternate be indicated; then the Bidder must provide the named (A) equipment/supplier listed in the Owner-Selected Equipment/Supplier 11 Schedule, and if more than one (A) equipment/supplier is listed, the name circled by the bidder must be provided. SUBMITTAL REQUIREMENTS FOR PROPOSED UNNAMED (WRITE-IN) EQUIPMENT/SUPPLIER ALTERNATES Bidder shall submit information with its Proposal, as described below for the Owner's use in determining the equality or desirability of proposed (write-in) equipment/supplier alternates. Bidder's failure to comply with the following requirements will result in a determination by the Owner that the proposed alternate is "not desired". For each proposed equipment/supplier alternate, Bidder shall submit with his Proposal one set of Drawings, Specifications, complete descriptive material, a detailed listing of proposed equipment, and other information, including, but not limited to, the following: 1. Dimensional and weight information on components and assemblies. 2. Catalog information. 3. Manufacturer's specifications, including materials descriptions and paint systems descriptions. 4. Complete listing of requested exceptions to the requirements of the Contract Documents. 5. Written description and Drawings regarding all changes and modifications to the Work necessary to adapt the equipment to the arrangements shown or function described in the Contract Documents. 6. Time of delivery OWNER SELECTED EQUIPMENT/SUPPLIER SCHEDULE Section Number Description Equipment Supplier Amount of Deduct for Alternative Equipment 40 05 57 Valve Operators and Electric Valve Actuators (A) Auma Seven (B) Proposed Or equal _______________ 40 05 64.10 Double Eccentric Butterfly Valves (A) AvTek DEX (A) VAG EKN (B) Proposed Or equal _______________ NOTE: BIDDER MUST CIRCLE A BASE BID MANUFACTURER FOR EACH EQUIPMENT ITEM. 12 CERTIFICATION AFFIDAVIT FOR EQUIPMENT/MATERIAL MANUFACTURERS THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE AND BELIEF. I FURTHER UNDERSTAND AND AGREE THAT, IF AWARDED A CONTRACT, THIS CERTIFICATION SHALL BE ATTACHED THERETO AND BECOME A PART THEREOF. NAME OF SIGNER: (Please Print or Type) TITLE OF SIGNER: (Please Print or Type) SIGNATUR: DATE: 13 ACKNOWLEDGEMENT OF REVIEW The Bidder has read and understands the Contract Documents, has identified any questions or concerns about the Project, and has ensured that all questions are fully clarified. The Bidder certifies and confirms its ability to supply materials for the Project, within the stated equipment delivery time, based on detailed review of the Contract Documents, and represents that the Contract Documents are full and complete, sufficient to have enabled the determination of the cost of the Work therein, to enter into the Agreement, and to enable Bidder to supply the Work outlined hereunder, and that the Bidder has no knowledge of any discrepancies, omissions, ambiguities, or conflicts in the Contract Documents. BIDDER: By Date 14 AGREEMENT THIS AGREEMENT made this ___ day of ________, 20__, by and between Washington County Water Conservancy District (Owner) and ______________________ doing business as a(n) ______ (Supplier). WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. Commencement and Completion. The Bidder will commence and complete the materials supply within the equipment delivery time stated in the Bid Schedule(s) for the Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase. 2. Necessary Services. The Bidder will furnish all the materials and associated appurtenances as described in the Contract Documents. The Bidder shall notify Owner at least 3 days prior to delivery of any materials in order for the Owner to arrange for unloading the materials. 3. Contract Price. The Bidder agrees to comply with the terms in the Contract Documents for the sum of $ . 4. Contract Documents. The term "Contract Documents" means and includes the following: a. Public Notice b. Invitation for Bids c. Bid Schedule d. Acknowledgement of Review e. Agreement f. Supply Bond g. Notice of Award h. Notice to Proceed i. Change Order j. Volume I Technical Specifications prepared or issued by Washington County Water Conservancy District dated October 2024. k. Volume II Drawings prepared by Hazen and Sawyer dated October 2024. l. Addenda: No._____ dated _______________, 20___. No._____ dated _______________, 20___. 5. Payment. The Owner will pay the Bidder in the manner and at such times as set forth in the Contract Documents and in such amounts as required by the Contract Documents. 6. Ownership of Information. Title to all reports, information, data, computer data elements, and software prepared by the Bidder in performance of this Agreement shall vest in the Owner. The Bidder may publish and/or use the reports, information, data, computer data elements and software prepared in the performance of the Agreement for its non- commercial, educational and research purposes only, provided, however, that no such 15 information shall be disclosed without the prior consent of the Owner. Subject to applicable State and Federal laws, regulations, the Owner shall have full and complete rights to reproduce, duplicate, disclose, and otherwise use all such information. 7. Confidentiality of Records. The Bidder shall establish, maintain, and practice procedures and controls that are acceptable to the Owner for the purpose of assuring that no information contained in the Bidder’s records or obtained from the Owner or others in the course of carrying out its functions under this Agreement shall be used or disclosed by it, its agents, officers, or employees, except as is essential to the performance of duties under this Agreement. Persons requesting such information from the Bidder shall be referred to the Owner for access to records in compliance with the Utah Government Records and Management Act. If the performance of duties under this Agreement requires the Bidder to disclose information other than as is set forth in this section, prior to doing so, the Bidder shall apply to the Owner for written permission to make such disclosure. 8. Record Keeping, Audits, and Inspections. The Bidder and any Subconsultants shall maintain financial and operation records in sufficient detail to document all transactions relating to the disbursement of contract funds and shall make available for audit and inspection all such records relating to contract services, requirements, and expenditures until all audits initiated by State and Federal auditors are completed, for a period of five (5) years from the date of termination of this Agreement or for such period as is required by any other paragraph of this Agreement, whichever is longer. Records which relate to disputes, litigation, or the settlement of claims arising out of the performance of this Agreement, or to cost and expenses of this Agreement as to which exception has been taken by the Owner, shall be retained by the Bidder until disposition has been made of such disputes, litigation, claims, or exceptions. 9. Default. Except as specifically provided for herein, a default by any party in an obligation set forth herein shall not result in, or be the basis for, the termination or rescission of this Agreement. 10. Waiver. The waiver by any party to this Agreement of a breach of any provision of this Agreement shall not be deemed to be a continuing waiver or a waiver of any subsequent breach, whether of the same or any other provision of this Agreement. Any waiver shall be in writing and signed by the waiving party. 11. Rights and Remedies. The parties shall have all rights and remedies provided under applicable Federal or State law for a breach or threatened breach of this Agreement. These rights and remedies shall not be mutually exclusive, and the exercise of one or more of these rights and remedies shall not preclude the exercise of any other rights and remedies. Each party confirms that damages at law may be an inadequate remedy for a breach or threatened breach of any provision hereof and the respective rights and obligations of the parties hereunder shall be enforceable by specific performance, injunction, or other equitable remedy. 12. Utah Law to Govern. This Agreement has been drawn and executed in the State of Utah. All questions concerning the meaning, intention and enforcement of any of its terms or its validity shall be determined in accordance with the laws of the State of Utah. In any dispute jurisdiction and venue shall be in Utah. 16 13. Binding on Successors in Interest. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 14. Authorization. Each individual executing this Agreement does represent and warrant to each other so signing (and each other entity for which another person may be signing) that he or she has been duly authorized to sign this Agreement in the capacity and for the entities set forth where he or she so signs. 15. Counterparts. This Agreement may be executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 16. Inducement. The making and execution of this Agreement has not been induced by any representation, statement, warranty, or agreement other than those herein expressed. 17. Integration. All agreements heretofore made in the negotiation and preparation of this Agreement between the parties hereto are superseded by and merged into this Agreement, no statement or representation not embodied herein shall have any binding effect upon the parties hereto and there shall be no amendments hereto except those in writing signed by the parties hereto. 18. Time is of the Essence. Time is of the essence with regard to this Agreement as to each covenant, term, condition, representation, warranty, and provision hereof. 19. Necessary Acts and Cooperation. The parties hereby agree to do any act or thing and to execute any and all instruments required by this Agreement and which are necessary and proper to make effective the provisions of this Agreement. 20. Partial Validity. If any portion of this Agreement shall be held invalid or inoperative, then insofar as is reasonable and possible: a. The remainder of this Agreement shall be considered valid and operative, and, b. Effect shall be given to the intent manifested by the portion held invalid or inoperative. 21. Ambiguities. This Agreement has been negotiated and drafted by all parties hereto and the general rule of contract construction that ‘ambiguities shall be construed against the draftsman’ shall have no application to this Agreement. 22. No Third-Party Beneficiaries. This Agreement is not intended to be a third-party beneficiary contract for the benefit of any third parties, including but not limited to any customer of any party, and no such persons shall have any right of subrogation or cause of action against any party for any breach or default by any party hereunder. In addition, no third parties shall have any rights hereunder that would, in any way, restrict the parties' right to modify or renew this Agreement at any time or in any manner. Nothing in this Agreement is intended to relieve or discharge the obligation or liability of any third persons to any party to this Agreement. 17 23. Equal Opportunities Clause. The parties shall abide by applicable provisions of state and federal law, including executive orders, that prohibit discrimination against any employee or applicant for employment or any applicant or recipient of services, on the basis of race, religion, color, national origin, sex, age, or disabilities and that prohibit sexual harassment in the workplace. 24. Boycott Restrictions. Pursuant to Utah Code Annotated Section 63G-27-201, the Bidder certifies that it is not currently engaged in a boycott of the State of Israel or an economic boycott. The Bidder agrees not to engage in a boycott of the State of Israel for the duration of this Agreement. The Bidder agrees to notify the Owner in writing if it begins engaging in an economic boycott. 25. Availability of Funds. Implementation of this Agreement shall be subject to the availability of appropriated funds. The Owner may cancel or suspend this Agreement without penalty if adequate funds are not appropriated or received. 26. Sovereign Immunity. Nothing in this Agreement shall be construed to waive the sovereign immunity of the Owner. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement on the date first above written. OWNER: Washington County Water Conservancy District By __________________________________________ Name _______________________________________ Title ________________________________________ BIDDER: _____________________________________________ By __________________________________________ Name _______________________________________ Address _____________________________________ _____________________________________________ 18 SUPPLY BOND (Name of Bidder) (Address of Bidder) a(n) , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto_______________________________ Washington County Water Conservancy District (Name of Owner) 533 East Waterworks Drive, St. George, Utah 84770 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($________), in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the ___ day of ________, 20__, a copy of which is hereto attached and made a part hereof for the Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if Principal shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect its obligation 19 on this Bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the Contract Documents or to the Work. PROVIDED, FURTHER, that no final settlement between the Owner and the Principal shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in ___ counterparts, each one of which shall be deemed an original, this the ___ day of ________, 20__. BIDDER AS PRINCIPAL _________________________________ (Seal) Bidder’s Name and Corporate Seal By: Signature ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title SURETY _________________________________ (Seal) Surety’s Name and Corporate Seal By: Signature (Attach Power of Attorney) ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title NOTE: The date of Bond must not be prior to the date of Contract. If Bidder is a partnership, all partners should execute the Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. 20 NOTICE OF AWARD To: __________________________________ Project Description: Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase The Owner has considered the Bid submitted by you for the Work in response to its Invitation for Bids dated ________ __, 20__. You are hereby notified that your Bid has been accepted in the amount of $ . You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this ___ day of ________, 20__. Washington County Water Conservancy District Owner By ___________________________________________ Name ________________________________________ Title _________________________________________ ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the day of , 20___. By Name Title 21 NOTICE TO PROCEED To: __________________________________ Project Description: Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase You are hereby notified to commence Work in accordance with the Agreement dated _____, on or before ______, and you are to complete all Work by _____. Washington County Water Conservancy District Owner By ___________________________________________ Name ________________________________________ Title _________________________________________ ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by this the day of , 20___. By Name Title 22 CHANGE ORDER Order No. Date: Agreement Date: NAME OF PROJECT: Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase OWNER: ___________________________________________________________________________ BIDDER: _____________________________________________________________________ The following changes are hereby made to the Contract Documents: Justification: _____________________________________________________________________________________ CHANGE TO CONTRACT PRICE: Original Contract Price $ Current Contract Price adjusted by previous Change Orders $ The Contract Price due to this Change Order will be (increased/decreased) by: $ The new Contract Price including this Change Order will be $ CHANGE TO CONTRACT TIME: The Contract Time will be (increased) (decreased) by calendar days. The date for completion of all Work will be . APPROVALS: ENGINEER: _____________________________________________________________________ BIDDER: __________________________________________________________________ WASHINGTON COUNTY WATER CONSERVANCY DISTRICT: _____________________ QCWTP BUTTERFLY VALVE MEASUREMENT AND PAYMENT PRE-PURCHASE 01 20 00 - 1 PROJECT NO. 70097-001 SECTION 01 20 00 MEASUREMENT AND PAYMENT PART 1 – GENERAL 1.01 SUMMARY A. Section lncludes: 1. Items listed in this Section refer to and are the same pay items listed in the Bid Schedule and constitute all pay items. All costs shall be included in the prices named in the Bid Schedule for the various items of Work. Except as otherwise provided herein, no separate payment will be made for any item that is not specifically set forth in the Bid Schedule. 2. Compensation for all services, items, materials, and equipment shall be included in prices stipulated for lump sum and unit price pay items listed in this Section and included in the Contract. 3. Bid amounts will include all materials delivered to the location specified in the Information for Bidders. 4. Payment for all items in the Bid Schedule will include full compensation for materials delivered to the location specified in the Information for Bidders 5. No direct or separate payment will be made for providing miscellaneous temporary or accessory works, bonds, insurance, or other requirements of the General Requirements, and other requirements of the Contract Documents. 6. Note that the information provided in this Section is intended for use as a general description of the breakdown of work to be included in the Bid Schedule. The following descriptions are NOT intended to represent a complete listing of all Work required by the Contract Documents. It is the Bidder’s responsibility to make sure that costs for all Work required in the plans and specifications is accounted for in the appropriate Bid Items, whether or not specifically described in this Measurement and Payment section. The Owner is not responsible for Bidder’s failure to properly coordinate with Subcontractors and Suppliers regarding the breakdown of Work in these Contract Documents 1.02 ENGINEER’S ESTIMATE OF QUANTITIES A. ENGINEER’S and OWNER’s estimated quantities for unit price pay items, as listed in the Bid Form, are approximate only and are included solely for the purpose of comparison of Bids. Owner does not expressly or by implication agree that the actual QCWTP BUTTERFLY VALVE MEASUREMENT AND PAYMENT PRE-PURCHASE 01 20 00 - 2 PROJECT NO. 70097-001 quantities of materials furnished will correspond therewith and reserves the right to increase or decrease any quantity or to eliminate any quantity as Owner may deem necessary. Bidder will not be entitled to any adjustment in a unit bid price as a result of any change in an estimated quantity and agrees to accept the aforesaid unit bid prices as complete and total compensation for any additions caused by changes or alterations in the Work ordered by Owner. 1.03 ADMINISTRATIVE REQUIREMENTS A. Bidder shall include all additional Work items, services, goods, resources, and manpower necessary for completion of the Work to provide in accordance with the Contract Documents. Bidder shall include these costs within the listed items on the Bid Form and as specified herein. B. Bid Items: 1. Items 2, 4, 5, 7, 9, 10, and 12: 18-inch, 24-inch, and 36-inch butterfly valves a. Measurement and Payment: Unit cost for Items 2, 4, 5, 7, 9, 10, and 12 will be full compensation for administration and completion of the Work to supply to the Owner such items and ancillary equipment, including valves, shafts, spare parts, etc., delivered to the address indicated in the Invitation to Bid, as indicated in the specifications and shown on the drawings. 2. Items 1, 3, 6, 8, 11, and 13: 12-inch, 18-inch, 24-inch, and 36-inch electric actuators a. Measurement and Payment: Unit cost for Items 1, 3, 6, 8, 11, and 13 will be full compensation for administration and completion of the Work to supply to the Owner such items and ancillary equipment, including valve actuators, spare parts, etc., delivered to the address indicated in the Invitation to Bid, as indicated in the specifications and shown on the drawings. 3. Item 14: Manufacturer’s field services for electric actuators a. Measurement and Payment: Lump sum for Item 14 will be full compensation for manufacturer’s construction field services for the electric valve actuators as indicated in the specifications. 4. Item 15: All other elements of the Contract Documents associated with Items 1-14 not included in other items a. Measurement and Payment: Lump sum for Item 15 will be full compensation for all other elements of the Contract Documents associated with Items 1-14 not included in other items, as indicated in the specifications and shown on the drawings. QCWTP BUTTERFLY VALVE MEASUREMENT AND PAYMENT PRE-PURCHASE 01 20 00 - 3 PROJECT NO. 70097-001 5. Item 16: One year butterfly valve extended warranty a. Measurement and Payment: Lump sum for Item 16 will be full compensation for a one-year extended warranty for the butterfly valves included in Items 2, 4, 5, 7, 9, 10, and 12. 6. Items 17 through 21: a. Measurement and Payment: Lump sum for Items 17 through 21. The price bid for each item specified in the Bid Schedule shall be considered complete compensation for supplying the item(s) to the project site. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP BUTTERFLY VALVE SUBMITTAL PROCEDURES PRE-PURCHASE 01 33 00 - 1 PROJECT NO. 70097-001 SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 – GENERAL 1.01 SUMMARY A. Section includes: 1. Supplier shall provide submittals in accordance with this Section. B. Related Sections: 1. Section 01 78 23  Operation and Maintenance Data. 2. Section 01 78 43  Spare Parts and Extra Material. 1.02 ADMINISTRATIVE REQUIREMENTS A. Types of Submittals: When type of submittal is not specified and is not specified in this Section, Engineer will determine type of submittal. 1. Action/Informational Submittals: a. Shop Drawings. b. Product data. c. Design data not sealed and signed by a design professional retained by Supplier. d. Supplier instructions, including installation data, and instructions for handling, starting-up, and troubleshooting. 2. Closeout Submittals: a. Maintenance contracts. b. Operations and maintenance data. c. Warranty documentation. d. Record documentation. 3. Maintenance Material Submittals: QCWTP BUTTERFLY VALVE SUBMITTAL PROCEDURES PRE-PURCHASE 01 33 00 - 2 PROJECT NO. 70097-001 a. Maintenance materials schedule and checklist. b. Spare parts. c. Extra stock materials. d. Tools. 4. Quality Assurance Submittals: a. Performance affidavits. b. Certificates. c. Source quality control submittals (other than testing plans, procedures, and testing limitations), including results of shop testing. d. Supplier reports. e. Special procedure submittals, including health and safety plans and other procedural submittals. f. Qualifications statements. B. Submittal Requirements: 1. Supplier shall submit electronic copy of submittals for Engineer’s review via Owner’s selected Construction Management Information System (CMIS), unless otherwise specified in individual Specification Sections. Acceptable electronic formats are Adobe PDF, Microsoft Word, Autodesk DWF and AutoCAD. 2. Submittals shall be furnished in two-dimensional PDF and shall be electronically searchable. 3. Submittal shall be accompanied by letter of transmittal containing date, project title, Supplier’s name, number and title of submittal, list of relevant Specification Sections, notification of deviations from Contract Documents, and other material required for Engineer’s review. 4. Submittals with internet hyperlinks and other references to online content shall not be considered, reviewed, or included as part of the submittal review procedure. Hyperlinks and other electronic references shall not be used to comply with specified requirements of the Contract Documents, unless specifically stated in the individual technical Specification Section. 5. Electronic Submittal File Format Requirements: QCWTP BUTTERFLY VALVE SUBMITTAL PROCEDURES PRE-PURCHASE 01 33 00 - 3 PROJECT NO. 70097-001 a. Files shall be electronically searchable for submitted equipment and material. b. Provide bookmarks within files in excess of 20 pages for submitted equipment and material including, but not limited to, the following: 1) Each chapter and subsection listed in the files table of contents 2) Each figure, table, and appendix. 3) Each drawing. C. Scheduling: 1. Provide submittal well in advance of the Work following Engineer’s approval or acceptance of the associated submittal. Work covered by a submittal will not be included in progress payments until approval or acceptance of related submittals has been obtained in accordance with the Contract Documents. 2. Submittals shall be provided by Supplier within at least twenty (20) working days from Notice to Proceed for review and processing. 1.03 SCHEDULE OF SUBMITTALS A. Schedule of Submittals, as specified in this Section: 1. Content: Requirements for content of preliminary Schedule of Submittals and subsequent submittals of the Schedule of Submittals are identical. a. Identify submittals required in the Contract Documents. Updates of Schedule of Submittals shall show scheduled dates and actual dates for completed tasks. b. Indicate the following for each submittal: 1) Equipment lead times. 2) Date when submittals are requested and received from Supplier. 3) Date when certification is received from Supplier and when submitted to Engineer. 4) Date when submittals are submitted to Engineer and returned with disposition from Engineer. 5) Date when submittals are revised by Supplier and submitted to Engineer. QCWTP BUTTERFLY VALVE SUBMITTAL PROCEDURES PRE-PURCHASE 01 33 00 - 4 PROJECT NO. 70097-001 6) Date when submittals are returned with “Furnish as Submitted” (FAS) or “Furnish as Corrected” (FAC) disposition from Engineer. 7) Date when approved submittals are returned to Supplier. 8) Date of Supplier scheduled delivery of equipment and material. 9) Date of actual delivery of equipment and material. 10) For submittals for materials or equipment ,date by which material or equipment must be at the site to avoid delaying the Work. 2. Schedule of Submittals that places extraordinary demands on Engineer for time and resources, is unacceptable. Do not include submittals not required by the Contract Documents. 3. In preparing Schedule of Submittals: a. Considering the nature and complexity of each submittal, allow sufficient time for review and revision. b. Reasonable time shall be allowed for: Engineer’s review and processing of submittals, for submittals to be revised and resubmitted, and for returning submittals to Supplier. c. Identify and accordingly schedule submittals that are expected to have long anticipated review times. 1.04 ACTION/INFORMATIONAL SUBMITTALS A. Provide the following Submittals in accordance with the individual Specification Sections, including, but not limited to, the following: 1. Product Data: a. Catalog cut-sheets b. Descriptive bulletins/brochures/specifications c. Material of construction data, including details on all components including applicable ASTM designations. d. Lifting, erection, installation, and adjustment instructions, and recommendations. e. Finish/treatment data, including interior and exterior shop coating systems. QCWTP BUTTERFLY VALVE SUBMITTAL PROCEDURES PRE-PURCHASE 01 33 00 - 5 PROJECT NO. 70097-001 f. Equipment/material weight/loading data, including total uncrated weight of the equipment plus the approximate weight of shipped materials. Support locations and loads that will be transmitted to bases and foundations following installation. Size, placement, and embedment requirements of anchor bolts. g. Motor data including horsepower; enclosure type; voltage; insulation class; temperature rise and results of dielectric tests; service-rating; rotative speed; motor speed-torque relationship; efficiency and power factor at ½, ¾, and full load; slip at full load; running, full load, and locked rotor current values; safe running time-current curves; motor protective devices; and interconnection diagrams. h. Engineering design data, calculations, and system analyses i. Digital system documentation j. Operating sequence descriptions k. Software/programming documentation l. Manufacturer’s instructions 2. Shop Drawings: a. Equipment and material layout drawings, including panel layout drawings. b. System schematics and diagrams including, but not limited to, piping systems; HVAC and ventilation systems; process equipment systems; electrical operating systems; wiring diagrams; controls, alarm and communication systems. c. Layout and installation drawings (interior and exterior) for all pipes, valves, fittings, sewers, drains, heating and ventilation ducts, all electrical, heating, ventilating and other conduits, plumbing lines, electrical cable trays, lighting fixture layouts, and circuiting, instrumentation, interconnection wiring diagrams, communications, power supply, alarm circuits, etc. d. Layout and installation drawings shall show connections to structures, equipment, sleeves, valves, fittings, etc. e. Drawings shall show the location and type of all supports, hangers, foundations, etc., and the required clearances to operate valves, equipment, etc. f. Equipment and material schedules. QCWTP BUTTERFLY VALVE SUBMITTAL PROCEDURES PRE-PURCHASE 01 33 00 - 6 PROJECT NO. 70097-001 1.05 CLOSEOUT SUBMITTALS A. Provide the following Closeout Submittals in accordance with the individual Specification Sections, including, but not limited to, the following: 1. Maintenance contracts 2. Warranty documentation 3. Software programming and documentation. B. On documents such as maintenance contracts and bonds, include on each document furnished original signature of entity issuing the document. C. Operations and Maintenance Data: Submit in accordance with Section 01 78 23  Operations and Maintenance Data. 1.06 MAINTENANCE MATERIAL SUBMITTALS A. For spare parts, extra stock materials, and tools, submit quantity of items specified in associated Specification Section. Furnish in accordance with Section 01 78 43  Spare Parts and Extra Materials. 1.07 SUPPLIER’S RESPONSIBILITIES A. Supplier shall clearly and concisely indicate and mark equipment and material being submitted to meet the intent of the Contract Documents. Equipment and material not being submitted shall be deleted, stricken through, or otherwise designated not being submitted. Equipment and material data sheets shall be included once with cross references throughout the submittal. Multiple equipment and material data sheets for the same item within a submittal may receive a rejected disposition until corrected. B. Supplier shall provide Supplier’s stamp of approval certifying submittal material has been reviewed and conform to the Contract Documents prior to submitting material for Engineer’s review. C. Supplier shall provide written notice of deviations or variations that submittal may have with the Contract Documents. D. Supplier shall provide bound, dated, labeled, tabulated, and consecutively numbered submittals as specified in the individual Specification Section. Label shall contain the following: 1. Specification Section. 2. Referenced Drawing number. QCWTP BUTTERFLY VALVE SUBMITTAL PROCEDURES PRE-PURCHASE 01 33 00 - 7 PROJECT NO. 70097-001 3. Subcontractor or Supplier name. 4. Type of equipment and/or materials. E. Supplier shall perform the following after receiving Engineer’s review disposition: 1. Order, fabricate, or ship equipment and materials included in the submittal (pending Engineer’s review of source quality control submittals) with the following disposition: a. “Furnish as Submitted” (FAS). b. “Furnish as Corrected” (FAC). c. “Furnish as Corrected – Confirm” (FACC), only portions of Work that do not require resubmittal for Engineer’s review. 2. Resubmittal requirements: a. Partial resubmittal of “Furnish as Corrected – Confirm” (FACC) returned dispositions, until Engineer’s disposition is either “Furnish as Submitted” (FAS) or “Furnish as Corrected” (FAC). b. Full resubmittal of material with Engineer’s disposition of “Revise and Resubmit” (R&R), until Engineer’s disposition is “Furnish as Submitted” (FAS), “Furnish as Corrected” (FAC), or “Furnish as Corrected – Confirm” (FACC) that requires a partial resubmittal. 1.08 ENGINEER’S REVIEW A. Engineer’s review of the Supplier’s submittal shall not relieve Supplier’s responsibility under the Contract Document. An acceptance of a submittal shall be intended to mean the Engineer does not have specific objection to the submitted material, subject to conformance with the Contract Drawings and Specifications. B. Engineer’s review of Supplier’s submittal shall be confined to general arrangement and compliance with the Contract Documents, and shall not be for the purpose of checking dimensions, weights, clearances, fittings, tolerances, interferences, etc. C. Review Dispositions: 1. “Furnish as Submitted” (FAS) – No exceptions are taken. 2. “Furnish as Corrected” (FAC) – Minor corrections are noted for Supplier’s correction. QCWTP BUTTERFLY VALVE SUBMITTAL PROCEDURES PRE-PURCHASE 01 33 00 - 8 PROJECT NO. 70097-001 3. “Furnish as Corrected – Confirm” (FACC) – Corrections are noted and partial resubmittal shall be made as noted. 4. “Revise and Resubmit” (R&R) – Corrections are noted and complete resubmittal shall be made. Submittal does not conform to applicable requirements of the Contract Documents and is not acceptable. Revise submittal and re-submit to indicate acceptability and conformance with the Contract Documents. 5. “Receipt Acknowledged” (RA) – a. Information included in submittal conforms to the applicable requirements of the Contract Documents and is acceptable. No further action by Supplier is required relative to this submittal, and the Work covered by the submittal may proceed, and products with submittals with this disposition may be shipped or operated, as applicable. b. Information included in submittal is for Project record purposes and does not require Engineer’s review or approval. 6. “Rejected” (R) – Information included in submittal does not conform to the applicable requirements of the Contract Documents and is unacceptable. Supplier shall submit products and materials as specified in the Contract Documents or provide required information for substitution as specified in the Contract Documents for consideration by Engineer. D. Electronic Submittal Return to Supplier: Electronic submittals shall be returned electronically with dispositions provided. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP BUTTERFLY VALVE PRODUCT REQUIREMENTS AND OPTIONS PRE-PURCHASE 01 61 00 - 1 PROJECT NO. 70097-001 SECTION 01 61 00 PRODUCT REQUIREMENTS AND OPTIONS PART 1 – GENERAL 1.01 SUMMARY A. Section includes: 1. Common requirements for products. 2. Requirements for consideration of “or equal” products. 3. Warranty requirements of products. 1.02 REFERENCES A. Definitions: 1. “Products” includes materials, equipment, machinery, components, fixtures, systems, and other goods incorporated in the Work. Products do not include machinery and equipment used for preparing, fabricating, conveying, erecting, or installing the Work. Products include Owner-furnished goods incorporated in the Work where use of such goods is specifically required in the Contract Documents. 2. “Special Warranties” includes additions or modifications to standard warranty requirements specified in the Contract Documents. 1.03 SUBMITTALS A. Warranty Log Book: 1. Submit warranty log book prepared specifically for this Project. Submittal shall include a summary listing of all equipment and material warranties furnished in the Contract, date received, and start/end date of warranty period. Individual warranty documentation shall be provided in the submittal. 2. Submit prior to submittal of final application for payment. B. Patent Documentation: Submit licensing arrangement and agreement documentation. 1.04 REQUIREMENT A. Common Products: QCWTP BUTTERFLY VALVE PRODUCT REQUIREMENTS AND OPTIONS PRE-PURCHASE 01 61 00 - 2 PROJECT NO. 70097-001 1. Provide products that have not been previously incorporated into another project or facility unless otherwise indicated in the Contract Documents. 2. Provide products of the same generic kind from a single source. 3. Provide products complete with accessories, trim, finish, fasteners, and other items shown, indicated, or required for a complete installation for the indicated use and performance. 4. Standard Products: When available, and unless custom or nonstandard options are specified or indicated, provide standard products of types that have been produced and used successfully in similar situations on other projects. 5. Visual Matching: Where required in the Contract Documents, provide products that match referenced existing construction, approved mock-ups, or approved Sample, as determined by Engineer. B. Product Compatibility: 1. Similar products by the same Supplier shall be compatible with each other, unless otherwise indicated in the Contract Documents. 2. Provide products compatible with products previously selected or installed on the Project. C. Product Options: 1. For products specified only by reference standard or description, without reference to Supplier, provide products meeting that standard, by a Supplier or from a source that complies with the Contract Documents. 2. For products specified by naming one or more products or Suppliers, provide the named products that comply with the Contract Documents, unless an “or equal” or substitute product is approved by Engineer. 3. For products specified by naming one or more products or Suppliers and the term, “or equal”, when Contractor proposes a product or Supplier as an “or equal”, submit to Engineer a request for approval of an “or equal” product or Supplier. 4. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is allowed, there is no option and no substitution will be allowed. D. Concerning Patents: QCWTP BUTTERFLY VALVE PRODUCT REQUIREMENTS AND OPTIONS PRE-PURCHASE 01 61 00 - 3 PROJECT NO. 70097-001 1. Owner shall be provided a guarantee by equipment Supplier that equipment and material furnished in accordance with the Contract Documents is not the subject of patent litigation. 2. Patent litigation or controversy shall include, but not limited to, the following: a. Actual furnished equipment and material that is subject or could be subject to patent litigation or is known to infringe on a patent. b. Furnished equipment and material which may result in a process that use of equipment and material in a manner that infringes upon or violates a patent. 3. When patent infringement may occur, Supplier shall submit license arrangements among parties, including Supplier and patent owner (controller of patent) at a minimum, which shall permit use of equipment and material as specified in the Contract Documents. 4. Supplier shall indemnify and hold harmless Owner and Engineer against all claims, costs, losses, and damages arising out of or relating to any infringement or patent rights or copyrights incident to the use of equipment and material specified in the Contract Documents. E. “Or Equal” Products: 1. For proposed products not named in the Contract Documents and considered as an “or equal”, Supplier shall request in writing Engineer’s approval of the “or equal”. Request for approval of an “or equal” product shall accompany the Shop Drawing or product data submittal for the proposed product and shall include: a. Supplier’s request that the proposed product be considered as an “or equal” in accordance with the Contract Documents, accompanied by Supplier’s certifications required in the Contract Documents. b. Documentation adequate to demonstrate that proposed product does not require revisions to the Contract Documents, that proposed product is consistent with the Contract Documents, and that proposed product will produce results and performance required in the Contract Documents, and that proposed product is compatible with other portions of the Work. c. Detailed comparison of significant qualities of proposed product with the products and manufacturers named in the Contract Documents. Significant qualities include attributes such as performance, weight, size, durability, visual effect, performance and specific features and requirements shown or indicated. QCWTP BUTTERFLY VALVE PRODUCT REQUIREMENTS AND OPTIONS PRE-PURCHASE 01 61 00 - 4 PROJECT NO. 70097-001 d. Evidence that proposed product manufacturer will furnish warranty equal to or better than specified, if any. e. List of similar installations for completed projects with project names and physical addresses of installation along with the names, telephone numbers, email addresses and physical address of design professionals and owners associated with the referenced installation, if requested. f. Samples, if requested. g. Other information requested by Engineer. 1.05 WARRANTY A. Warranties specified for products shall be in addition to, and run concurrent with, Supplier’s general warranty and guarantee and requirements for the required correction period. Disclaimers and limitations in specific product warranties do not limit Supplier’s general warranty and guarantee. 1. Product manufacturer’s warranty is preprinted written warranty published by product manufacturer and specifically endorsed by product manufacturer to Owner. 2. Equipment and material shall be guaranteed to be free from defects in workmanship, design, and/or materials for a period of one (1) year unless otherwise specified in the individual Specification Section for a Special Warranty. 3. Warranty period shall start on the date of the particular equipment and material is substantially delivered to the Project Site. 4. Warranty requirements may be added to or modified in the individual Specification Sections. Special warranty is written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by product manufacturer’s warranty or to provide increased rights to Owner. 5. Special warranty information, if any, will be located in the Specification Section for that product. B. Requirements for Special Warranties: Provide written special warranty document that contains appropriate terms and identification, ready for execution by product manufacturer and Owner. Submit draft warranty with submittals required for product. 1. Manufacturer’s Standard Form: Modified to include Project-specific information and properly executed by product manufacturer and other parties as appropriate. QCWTP BUTTERFLY VALVE PRODUCT REQUIREMENTS AND OPTIONS PRE-PURCHASE 01 61 00 - 5 PROJECT NO. 70097-001 2. Specified Form: When specified forms are included in the Contract Documents, prepare written document, properly executed by product manufacturer and Owner, using appropriate form. 3. Refer to Specifications for content and requirements for submitting special warranties. C. Submit product manufacturer’s warranties and special warranties as submittals in accordance with Schedule of Submittals accepted by Engineer. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP BUTTERFLY VALVE PRODUCT DELIVERY REQUIREMENTS PRE-PURCHASE 01 65 00 - 1 PROJECT NO. 70097-001 SECTION 01 65 00 PRODUCT DELIVERY REQUIREMENTS PART 1 – GENERAL 1.01 SUMMARY A. Section includes: 1. General requirements for preparing for shipping, delivering, and handling materials and equipment. 2. Supplier shall make all arrangements for transporting, delivering, and handling of materials and equipment required for prosecution and completion of the Work. 1.02 SUBMITTALS A. Refer to individual Specification Sections for submittal requirements relative to delivery and handling materials and equipment. 1.03 SHIPMENT REQUIREMENTS A. When practical, factory-assemble materials and equipment. Match mark or tag separate parts and assemblies to facilitate field assembly. Cover machined and unpainted parts that may be damaged by the elements with strippable, protective coating. B. Package materials and equipment to facilitate handling, and protect materials and equipment from damage during shipping, handling, and storage. Mark or tag outside of each package or crate to indicate the associated purchase order number, bill of lading number, contents by name, Owner’s contract name and number, Supplier name, equipment number, and approximate weight. Include complete packing lists and bills of materials with each shipment. C. Protect materials and equipment from exposure to the elements and keep thoroughly dry and dust-free at all times. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Lubricate bearings and other items requiring lubrication in accordance with manufacturer’s instructions. D. Advance Notice of Shipments: 1. Keep Engineer informed of delivery of all materials and equipment to be incorporated in the Work. E. Do not ship materials and equipment until: QCWTP BUTTERFLY VALVE PRODUCT DELIVERY REQUIREMENTS PRE-PURCHASE 01 65 00 - 2 PROJECT NO. 70097-001 1. Related Shop Drawings, Samples, and other submittals have been approved or accepted (as applicable) by Engineer, including, but not necessarily limited to, Submittals associated with the materials and equipment being delivered. 2. Manufacturer’s instructions for handling, storing, and installing the associated materials and equipment have been submitted to and accepted by Engineer in accordance with the Specifications. 3. Results of source quality control testing (factory testing), when required by the Contract Documents for the associated materials or equipment, have been reviewed and accepted by Engineer. 4. Facilities required for handling materials and equipment in accordance with manufacturer’s instructions are in place and available. 5. Required storage facilities have been provided. 1.04 DELIVERY REQUIREMENTS A. Scheduling and Timing of Deliveries: 1. Coordinate deliveries to avoid conflicting with the Work and conditions at Site, and to accommodate the following: a. Work of contractors and Owner. b. Owner’s operations and maintenance. c. Storage space limitations. d. Availability of equipment and personnel for handling materials and equipment. e. Owner’s use of premises. 2. Deliver materials and equipment to the Site during regular working hours. B. Deliveries: 1. Shipments shall be delivered with Supplier’s name, Owner’s name, Site name, Project name, and contract designation clearly marked. 2. Owner shall receive and coordinate shipments upon delivery. C. Containers and Marking: QCWTP BUTTERFLY VALVE PRODUCT DELIVERY REQUIREMENTS PRE-PURCHASE 01 65 00 - 3 PROJECT NO. 70097-001 1. Have materials and equipment delivered in manufacturer’s original, unopened, labeled containers. 2. Clearly mark partial deliveries of component parts of materials and equipment to identify materials and equipment, to allow easy accumulation of parts, and to facilitate assembly. D. Inspection of Deliveries: 1. Immediately upon delivery, Owner shall inspect shipment to verify that: a. Materials and equipment comply with the Contract Documents and approved or accepted (as applicable) submittals. b. Quantities are correct. c. Materials and equipment are undamaged. d. Containers and packages are intact and labels are legible. e. Materials and equipment are properly protected. 2. Supplier shall promptly remove damaged materials and equipment from the Site and expedite delivery of new, undamaged materials and equipment, and remedy incomplete or lost materials and equipment to furnish materials and equipment in accordance with the Contract Documents, to avoid delaying progress of the Work. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP BUTTERFLY VALVE OPERATION AND MAINTENANCE DATA PRE-PURCHASE 01 78 23 - 1 PROJECT NO. 70097-001 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 – GENERAL 1.01 SUMMARY A. Section lncludes: Requirements for operation and maintenance data, manuals, and documentation. 1. Submit operation and maintenance data, in accordance with this Section and in accordance with requirements elsewhere in the Contract Documents, as instructional and reference manuals by operations and maintenance personnel at the Site. 2. Required operation and maintenance data groupings are listed in this Section. At minimum, submit operation and maintenance data for: a. All equipment and systems b. Valves, gates, actuators, and related accessories c. Instrumentation and control devices d. Electrical gear 3. For each operation and maintenance manual, submit the following: a. Preliminary Submittal: Combined electronic copy of complete operations and maintenance manual, except for test data and service reports by Supplier. b. Final Submittal: Combined electronic copy of complete operations and maintenance manual, including test data and service reports by Supplier. 1.02 ADMINISTRATIVE REQUIREMENTS A. Quantity Required and Timing of Submittals: 1. Preliminary Submittal: a. Electronic Copies: One copy. QCWTP BUTTERFLY VALVE OPERATION AND MAINTENANCE DATA PRE-PURCHASE 01 78 23 - 2 PROJECT NO. 70097-001 b. Submit preliminary submittal 30 days prior to unloading equipment and material at the Site. c. Furnish preliminary operation and maintenance data submittal in acceptable form and content, as determined by Engineer, before associated materials and equipment will be eligible for payment. 2. Preliminary Submittal shall be reviewed by Engineer. One printed or electronic copy shall be returned to Supplier with required revisions noted. 3. Final Submittal: Submit prior to delivery to the site. a. Electronic Copies: One copy. B. Format of Electronic Copies: 1. Each electronic copy shall include all information included in the corresponding printed copy. 2. Submit electronic copy via transferable method and format acceptable to Engineer. 3. File Format: a. Acceptable formats include Adobe PDF, Microsoft Word, Autodesk DWF, and AutoCAD. b. Files shall be electronically searchable. 1) Unsearchable scanned copies of equipment manuals/data is not acceptable. c. Submit separate file for each separate document identified in the printed copy requirements. d. Within each file, provide bookmarks for the following: 1) Each chapter and subsection listed in the corresponding printed copy document’s table of contents 2) Each figure 3) Each table 4) Each appendix QCWTP BUTTERFLY VALVE OPERATION AND MAINTENANCE DATA PRE-PURCHASE 01 78 23 - 3 PROJECT NO. 70097-001 4. Submit drawings and figures in one of the following formats: “.bmp”, “.tif”, “.jpg”, “.gif”, “dwf”, or “dwg”. C. General Content Requirements: 1. Prepare each operations and maintenance manual specifically for the Project. Include in each manual all pertinent instructions, as-built drawings as applicable, bills of materials, technical bulletins, installation and handling requirements, maintenance and repair instructions, and other information required for complete, accurate, and comprehensive data for safe and proper operation, maintenance, and repair of materials and equipment furnished for the Project. Include in manuals specific information required in the Specification Section for the material or equipment, data required by Laws and Regulations, and data required by authorities having jurisdiction. 2. At the beginning of each operations and maintenance manual, provide an equipment summary sheet that includes the following: a. Name, tag number, manufacturer, model number, serial number, and electrical power requirements of each equipment. b. Manufacturer’s and supplier’s name and contact information. c. Summary of all lubricants needed for the equipment and required changeout frequency. d. List of spare parts provided with the equipment. e. List of spare parts recommended for but not provided with the equipment. f. Summary of all maintenance activities with recommended frequency. 3. Submit complete, detailed written operating instructions for each material or equipment item including: function; operating characteristics; limiting conditions; operating instructions for start-up, normal and emergency conditions; regulation and control; operational troubleshooting; and shutdown. Also include, as applicable, written descriptions of alarms generated by equipment and proper responses to such alarm conditions. 4. Submit written explanations of all safety considerations relating to operation and maintenance procedures. 5. Submit complete, detailed, written preventive maintenance instructions including all information and instructions to keep materials, equipment, and systems properly lubricated, adjusted, and maintained so that materials, QCWTP BUTTERFLY VALVE OPERATION AND MAINTENANCE DATA PRE-PURCHASE 01 78 23 - 4 PROJECT NO. 70097-001 equipment, and systems function economically throughout their expected service life. Instructions shall include: a. Written explanations with illustrations for each preventive maintenance task such as inspection, adjustment, lubrication, calibration, and cleaning. Include pre-startup checklists for each equipment item and maintenance requirements for long-term shutdowns. b. Recommended schedule for each preventive maintenance task. c. Lubrication charts indicating recommended types of lubricants, frequency of application or change, and where each lubricant is to be used or applied. d. Table of alternative lubricants. e. Troubleshooting instructions. f. List of required maintenance tools and equipment. 6. Submit complete bills of material or parts lists for materials and equipment furnished. Lists or bills of material may be furnished on a per-drawing or per-equipment assembly basis. Bills of material shall indicate: a. Manufacturer’s name, address, telephone number, fax number, and Internet website address. b. Manufacturer’s local service representative’s or local parts supplier’s name, address, telephone number, fax number, Internet website address, and e-mail addresses, when applicable. c. Manufacturer’s shop order and serial number(s) for materials, equipment or assembly furnished. d. For each part or piece include the following information: 1) Parts cross-reference number. Cross-reference number shall be used to identify the part on assembly drawings, Shop Drawings, or other type of graphic illustration where the part is clearly shown or indicated. 2) Part name or description. 3) Manufacturer’s part number. 4) Quantity of each part used in each assembly. QCWTP BUTTERFLY VALVE OPERATION AND MAINTENANCE DATA PRE-PURCHASE 01 78 23 - 5 PROJECT NO. 70097-001 5) Current unit price of the part at the time the operations and maintenance manual is submitted. Price list shall be dated. 7. Submit complete instructions for ordering replaceable parts, including reference numbers (such as shop order number or serial number). 8. Submit manufacturer’s recommended inventory levels for spare parts, extra stock materials, and consumable supplies for the initial two years of operation. Consumable supplies are items consumed or worn by operation of materials or equipment, and items used in maintaining the operation of material or equipment, including items such as lubricants, seals, reagents, and testing chemicals used for calibrating or operating the equipment. Include estimated delivery times, shelf life limitations, and special storage requirements. 9. Submit manufacturer’s installation and operation bulletins, diagrams, schematics, and equipment cutaways. Where materials pertain to multiple models or types, mark the literature to indicate specific material or equipment supplied. Marking may be in the form of checking, arrows, or underlining to indicate pertinent information, or by crossing out or other means of obliterating information that does not apply to the materials and equipment furnished. 10. Submit original-quality copies of each approved and accepted Shop Drawing, product data, and other submittal, updated to indicate as-installed condition. Reduced drawings are acceptable only if reduction is to not less than one-half original size and all lines, dimensions, lettering, and text are completely legible on the reduction. 11. Submit complete electrical schematics and wiring diagrams, including complete point-to-point wiring and wiring numbers or colors between all terminal points. 12. Submit copy of warranty bond and service contract as applicable. 13. When copyrighted material is used in operations and maintenance manuals, obtain copyright holder’s written permission to use such material in the operation and maintenance manual. 1.03 SUBMITTALS A. Action/Informational Submittals: Submit preliminary schedule (listing) of operations and maintenance data for Engineer’s review. Preliminary operations and maintenance data shall be grouped as major equipment and material systems and divided into sub-systems as required for clarity, subject to Engineer’s approval. QCWTP BUTTERFLY VALVE OPERATION AND MAINTENANCE DATA PRE-PURCHASE 01 78 23 - 6 PROJECT NO. 70097-001 B. Closeout Submittals: 1. Operation and maintenance data: Submit the operations and maintenance data indicated in the Contract Documents, grouped into submittals as approved by Engineer. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP BUTTERFLY VALVE SPARE PARTS AND EXTRA MATERIAL PRE-PURCHASE 01 78 23 - 1 PROJECT NO. 70097-001 SECTION 01 78 43 SPARE PARTS AND EXTRA MATERIAL PART 1 – GENERAL 1.01 SUMMARY A. Supplier shall furnish spare parts data and extra materials for materials and equipment in accordance with the Contract Documents. B. Spare Parts and Extra Materials: 1. Provide spare parts, extra stock materials, maintenance supplies, and special tools required for maintenance (“spare parts and extra materials”) for one year of operation (unless otherwise specified in the individual Specification Section). a. Provide Supplier recommended lubricating oil and grease in accordance with this Section and the Contract Documents. 2. Provide list of Supplier recommended spare parts and extra material. a. Include list of four standard lubricants, minimum, that shall be interchangeable for each type of lubricant required in the Contract Documents. b. Include unit prices in current United States funds c. Source(s) of supply for each. C. Packaging and Labeling: 1. Furnish spare parts and extra materials in manufacturer’s unopened cartons, boxes, crates, or other original, protective covering suitable for preventing corrosion and deterioration for maximum length of storage normally anticipated by manufacturer. 2. Packaging of spare parts and extra materials shall be clearly marked and identified with name of manufacturer, applicable equipment, part number, part description, and part location in the equipment. 3. Protect and package spare parts and extra materials for maximum shelf life normally anticipated by manufacturer. D. Finishes: Spare parts and extra material shall have painting, protective coating, and finishes identical to original installed equipment and material. Where painting, protective QCWTP BUTTERFLY VALVE SPARE PARTS AND EXTRA MATERIAL PRE-PURCHASE 01 78 23 - 2 PROJECT NO. 70097-001 coating, or finishes are not specified, suitable provisions shall be furnished to protect from corrosion. E. Special Tools: Supplier shall provide special tools necessary to operate, disassemble, service, repair, and adjust equipment and material in accordance with the manufacturer’s operation and maintenance manual. Special tool requirements shall be the same as spare parts and extra material specified in this Section. F. Storage Prior to Delivery to Owner: Prior to furnishing spare parts and extra materials to Owner, store spare parts and extra materials in accordance with the Contract Documents and manufacturers’ recommendations. G. Delivery Time and Eligibility for Payment: 1. Deliver to Owner spare parts and extra materials prior to date of Substantial Completion for equipment or system associated with the spare parts and extra materials. Do not deliver spare parts and extra materials before commencing start- up for associated equipment or system. 2. Spare parts and extra materials are not eligible for payment until delivered to Owner and Supplier’s receipt of Owner’s countersignature on letter of transmittal. H. Procedure for Delivery to Owner: 1. Deliver spare parts and extra materials to Owner’s permanent storage rooms at the Site or area(s) at the Site designated by Owner. 2. When spare parts and extra materials are delivered, Engineer and Owner will mutually inventory the spare parts and extra materials delivered to verify compliance with the Contract Documents regarding quantity and part numbers. 3. Additional procedures for delivering spare parts and extra materials to Owner, if required, will be developed by Engineer and complied with by Supplier. I. Transfer Documentation: 1. Furnish on Supplier letterhead a letter of transmittal for spare parts and extra materials furnished under each Specification Section. Letter of transmittal shall accompany spare parts and extra materials. Do not furnish letter of transmittal separate from associated spare parts and extra materials. 2. Furnish three original, identical, signed letters of transmittal for each Specification Section. Upon delivery of specified quantities and types of spare parts and extra materials to Owner, designated person from Owner will countersign each original letter of transmittal indicating Owner’s receipt of spare parts and extra materials. QCWTP BUTTERFLY VALVE SPARE PARTS AND EXTRA MATERIAL PRE-PURCHASE 01 78 23 - 3 PROJECT NO. 70097-001 a. Owner will retain one fully signed original. b. Supplier shall submit one fully signed original to Owner. c. Supplier shall retain one fully signed original for Supplier’s file. 3. Letter of transmittal shall include the following: a. Information required for letters of transmittal in Section 01 33 00  Submittal Procedures. b. Transmittal shall list spare parts and extra materials furnished under each Specification Section. List each individual part or product and quantity furnished. c. Provide space for countersignature by Owner as follows: space for signature, space for printed name, and date. J. Supplier shall be fully responsible for loss or damage to spare parts and extra materials until spare parts and extra materials are received by Owner. 1.02 SUBMITTALS A. Action/Informational Submittals: Individual Specification Sections that require spare parts, extra material, or tools, Supplier shall submit inventory checklist for each individual Specification Section that includes the following information: 1. Specification Section number and title. 2. Name of spare parts, extra material, or tools. 3. Manufacturer, part number and description. 4. Quantity specified and furnished. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP BUTTERFLY VALVE PAINTING PRE-PURCHASE 09 90 00 - 1 PROJECT NO. 70097-001 SECTION 09 90 00 PAINTING PART 1 – GENERAL 1.01 THE REQUIREMENT A. Furnish materials, equipment and appliances required for complete execution of Work shown on Drawings and Specified herein. B. Section Includes: 1. Paint Materials 2. Shop Painting 1.02 RELATED SECTIONS A. Section 40 05 64.10  Double Eccentric Butterfly Valves 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of these specifications, the Work shall conform to the applicable requirements of the following documents: 1. SSPC – The Society for Protective Coatings Standards a. SSPC-SP2 – Hand Tool Cleaning b. SSPC-SP3 – Power Tool Cleaning c. SSPC-SP5/NACE 1 – White Metal Blast Cleaning d. SSPC-SP6/NACE 3 – Commercial Blast Cleaning e. SSPC-SP7/NACE 4 – Brush-off Blast Cleaning f. SSPC-SP10/NACE 2 – Near-White Metal Blast g. SSPC-SP11 – Power Tool Cleaning to Bare Metal 2. NACE – National Association of Corrosion Engineers 3. NAFP – The National Association of Pipe Fabricators QCWTP BUTTERFLY VALVE PAINTING PRE-PURCHASE 09 90 00 - 2 PROJECT NO. 70097-001 4. ASTM D1737 – Test Method for Elongation of Attached Organic Coatings with Cylindrical Mandrel Apparatus 5. ASTM B117 – Method of Salt Spray (Fog) Testing 6. ASTM D4060 – Test Method for Abrasion Resistance of Organic Coating by the Taber Abraser 7. ASTM D3359 – Method for Measuring Adhesion by Tape Test 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 – Submittal Procedures, submit the following: 1. Manufacturer's literature and Material Safety Data Sheets for each product. 2. Painting schedule identifying surface preparation and paint systems proposed. Cross reference with Tables 1 and 2. Provide the name of the paint manufacturer, and name, address, and telephone number of manufacturer's representative who will inspect the work. Submit schedule for approval as soon as possible following the Award of Contract, so approved schedule may be used to identify colors and specify shop paint systems for fabricated items. Manufacturer shall substitute paint system with equal performance where required for VOC compliance. 1.05 SYSTEM DESCRIPTION A. Work shall include surface preparation, paint application, inspection of painted surfaces and corrective action required, protection of adjacent surfaces, cleanup and appurtenant work required for the proper painting of all surfaces to be painted. Surfaces to be painted are designated within the Painting Schedule and may include new and existing piping, miscellaneous metals, equipment, buildings, exterior fiberglass, exposed electrical conduit and appurtenances. B. Perform Work in strict accordance with manufacturer's published recommendations and instructions, unless the Engineer stipulates that deviations will be for the benefit of the project. C. Paint surfaces which are customarily painted, whether indicated to be painted or not, with painting system applied to similar surfaces, areas and environments, and as approved by Engineer. D. Submerged ferrous metal, piping, and internal pump surfaces within potable water facilities or potable water distribution systems shall be painted with NSF 61/600 approved coatings. QCWTP BUTTERFLY VALVE PAINTING PRE-PURCHASE 09 90 00 - 3 PROJECT NO. 70097-001 E. Piping and equipment shall receive color coding and identification. Equipment shall be the same color as the piping system. 1.06 QUALITY ASSURANCE A. Painting operations shall be accomplished by skilled craftsman and licensed by the state to perform painting work. B. Provide a letter indicating that the painting applicator has five years of experience, and 5 references which show previously successful application of the specified or comparable painting systems. Include the name, address, and the telephone number for the Owner of each installation for which the painting applicator provided services. 1.07 STORAGE AND DELIVERY A. Bring materials to the job site in the original sealed and labeled containers. B. Container label to include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Store paint materials at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in ventilated area, and as required by manufacturer's instructions. PART 2 – MATERIALS 2.01 GENERAL INFORMATION A. The term "paint" is defined as both paints and coatings including emulsions, enamels, stains, varnishes, sealers, and other coatings whether organic or inorganic and whether used as prime, intermediate, or finish coats. B. Purchase paint from an approved manufacturer. Manufacturer shall assign a representative to inspect application of their product both in the shop and field. The manufacturer's representative shall submit a report to the Engineer at the completion the Work identifying products used and verifying that surfaces were properly prepared, products were properly applied, and the paint systems were proper for the exposure and service. C. Provide primers and intermediate coats produced by same manufacturer as finish coat. Use only thinners approved by paint manufacturer, and only within manufacturer's recommended limits. QCWTP BUTTERFLY VALVE PAINTING PRE-PURCHASE 09 90 00 - 4 PROJECT NO. 70097-001 D. Use painting materials suitable for the intended use and recommended by paint manufacturer for the intended use. E. Require that personnel perform work in strict accordance with the latest requirements of OSHA Safety and Health Standards for construction. Meet or exceed requirements of regulatory agencies having jurisdiction and the manufacturer's published instructions and recommendations. 2.02 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Specifications, provide products from one of the following manufacturers: 1. Tnemec Company Inc. 2. PPG 3. CARBOLINE 4. Sherwin-Williams 5. International Paints (Akzo Nobel) PART 3 – EXECUTION 3.01 SHOP PAINTING A. Shop prime fabricated steel and equipment with at least one shop coat of prime paint compatible with finish paint system specified. Prepare surface to be shop painted in strict accordance with paint manufacturer's recommendations and as specified. Finish coats may be shop applied, if approved by the Engineer. Package, store and protect shop painted items until they are incorporated into Work. B. Identify surface preparation and shop paints on Shop Drawings. Verify compatibility with field applied paints. C. Coordinate shop painting and field coating to ensure item is delivered and field coating occurs within recoat window of shop painted system requirements. 3.02 VOC REGULATIONS A. Provide paint systems in accordance with local, state, and federal regulations. Where paint systems shown in schedule do not comply, substitute equal products with VOC limits which comply with local, state, and federal regulations. QCWTP BUTTERFLY VALVE PAINTING PRE-PURCHASE 09 90 00 - 5 PROJECT NO. 70097-001 Table 1: Painting Schedule Surface Application Painting System and No. of Coats Product Reference (Table 2) Total Min. Dry Film Thickness (Mils) Metals Interior and exterior nonsubmerged (gloss)All new blowers, pumps, motors and mechanical equipment, piping, etc. 1 coat epoxy polyamide primer 1 coat epoxy polyamide 1 coat aliphatic polyurethane 104 102 115 4-6 4-6 3-5 Interior insulated 1 coat acrylic latex 103 4 Submerged or occasional contact with potable or raw water All metal piping, mechanical equipment, etc. 2 coats NSF 61/600 approved epoxy polyamide 105 4-6/coat QCWTP BUTTERFLY VALVE PAINTING PRE-PURCHASE 09 90 00 - 6 PROJECT NO. 70097-001 Table 2: Product Listing END OF SECTION Product Ref.System Purpose Tnemec Series PPG CARBOLINE Sherwin-Williams 102 Epoxy polyamide Finish coat semi-gloss or gloss N69 AMERLOCK 600 (SEMI-GLOSS)Carboguard 890 Macropoxy 646 103 Acrylic latex Sealer 1028/1029 PITT TECH PLUS Carbocrylic 3359DTM DTM Acrylic Primer/Finish 104 Epoxy Polyamide – metal Primer 66 AMERCOAT 600 Carboguard 893SG Macropoxy 646 105 Epoxy polyamide Primer/Finish L140 AMERLOCK 2 VOC Carboguard 61/891VOC Macropoxy 646 PW 115 Aliphatic Polyurethane Finish coat 1094 or 1095 PITTHANE ULTRA SERIES Carbothane 134HG Acrolon 218HS QCWTP BUTTERFLY VALVE BASIC MECHANICAL REQUIREMENTS PRE-PURCHASE 40 05 00 - 1 PROJECT NO. 70097-001 SECTION 40 05 00 BASIC MECHANICAL REQUIREMENTS PART 1 – GENERAL 1.01 THE REQUIREMENT A. The Supplier shall furnish all fittings and appurtenances required for a complete installation. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Division 01  General Requirements B. Division 46  Water and Wastewater Equipment 1.03 MATERIAL CERTIFICATION AND SHOP DRAWINGS A. The Supplier shall furnish to the Owner (through the Engineer) a Material Certification stating that the pipe materials and specials furnished under this Section conform to all applicable provisions of the corresponding Specifications. Specifically, the Certification shall state compliance with the applicable standards (ASTM, AWWA, etc.) for fabrication and testing. PART 2 – PRODUCTS 2.01 GENERAL A. All specials shall be marked with the manufacturer's name or trademark, size, class, and the date of manufacture. Special care in handling shall be exercised during delivery, distribution, and storage of pipe to avoid damage and unnecessary stresses. Damaged material will be rejected and shall be replaced at the Contractor's expense. Specials stored prior to use shall be stored in such a manner as to keep the interior free from dirt and foreign matter. PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP BUTTERFLY VALVE VALVES, GENERAL PRE-PURCHASE 40 05 51 - 1 PROJECT NO. 70097-001 SECTION 40 05 51 VALVES, GENERAL PART 1 – GENERAL 1.01 THE REQUIREMENT A. The Supplier shall furnish, complete with all assemblies and accessories, all valves shown on the Drawings and specified herein including all fittings, appurtenances and transition pieces required for a complete and operable installation. B. All valves shall be constructed of first quality materials which have strength, wearing, and corrosion resistance characteristics entirely suitable for the types of service for which the individual valves are designated. Except where noted otherwise, valves designated for water service shall conform to pertinent sections of the latest revision of AWWA C500 Specifications. Cast iron valve bodies and parts shall meet the requirements of the latest revision of ASTM Designation A-126, "Standard Specifications for Gray Iron Castings for Valves, Flanges, and Pipe Fittings, Class B." C. All valve body castings shall be clean, sound, and without defects of any kind. No plugging, welding, or repairing of defects will be allowed. D. Flanged ends shall be flat-faced, 125 lb. American Standard unless otherwise shown or specified in accordance with ANSI B16.1. All bolt heads and nuts shall be hexagonal of American Standard size. 1.02 SUBMITTALS A. The following items shall be submitted in accordance with, or in addition to the submittal requirements specified in Section 01 33 00 – Submittal Procedures and Section 46 00 00 – Equipment General Provisions: 1. Performance tests shall be conducted in accordance with the latest revision of AWWA C500. 2. Shop Drawings conforming to the requirements of Section 01 33 00  Submittal Procedures, are required for all valves, and accessories. Submittals shall include all layout dimensions, size and materials of construction for all components, information on support and anchoring where necessary, pneumatic and hydraulic characteristics and complete descriptive information to demonstrate full compliance with the Documents. Shop Drawings for electrically operated/controlled valves shall include all details, notes, and diagrams which clearly identify required coordination with the electrical power supply and remote QCWTP BUTTERFLY VALVE VALVES, GENERAL PRE-PURCHASE 40 05 51 - 2 PROJECT NO. 70097-001 status and alarm indicating devices. Electrical control schematic diagrams shall be submitted with the Shop Drawings for all electrical controls. Diagrams shall be drawn using a ladder-type format in accordance with JIC standards. 3. Operation and maintenance manuals and installation instructions shall be submitted for all valves and accessories in accordance with the Specifications. The manufacturer(s) shall delete all information which does not apply to the equipment being furnished. 1.03 SHOP TESTING A. Shop testing of valves shall be as follows: 1. Certified factory testing shall be provided for all components of the valve and operator system. Valves and operators shall be shop tested in accordance with the requirements in the latest revision of AWWA C500, including performance tests, leakage test, hydrostatic tests, and proof-of-design tests. The manufacturer shall submit certified copies of the reports covering the test for acceptance by the Engineer. 2. Shop testing shall be provided for the operators consisting of a complete functional check of each unit. Any deficiencies found in shop testing shall be corrected prior to shipment. The system supplier shall submit written certification that shop tests for the electrical system and all controls were successfully conducted and that these components provide the functions specified and required for proper operation of the valve operator system. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP BUTTERFLY VALVE VALVE OPERATORS AND ELECTRIC PRE-PURCHASE VALVE ACTUATORS PROJECT NO. 70097-001 40 05 57 - 1 SECTION 40 05 57 VALVE OPERATORS AND ELECTRIC VALVE ACTUATORS PART 1 – GENERAL 1.01 THE REQUIREMENT A. Equipment shall be provided in accordance with the requirements of Section 46 00 00 – Equipment General Provisions. B. Reference Section 40 06 20 – Process Pipe, Valve, and Gate Schedules for additional information on valves and operators/actuators. C. Valve operators and electric valve actuators shall be designed to unseat, open or close, and seat the valve under the most adverse operating condition to which the valves will be subjected. D. Operator mounting arrangements shall be as indicated on the Drawings or as directed by the manufacturer and/or Engineer. There shall be no mounting restrictions on the electric valve actuator. 1.02 SUBMITTALS A. The following items shall be submitted in accordance with, or in addition to the submittal requirements specified in Section 01 33 00 – Submittal Procedures and Section 46 00 00 – Equipment General Provisions: 1. Shop Drawings 2. O&M Manuals 3. Certification that the force required to operate all valves is as specified herein. 4. Actuator shall have a minimum maintenance history of 50 units, of the same model and option package as the submitted actuator, that have each functioned in a field installation for a period of one year without defect or malfunction. Valve actuator manufacturer shall provide complete documentation to meet this requirement, including contact names and telephone and e-mail so the Engineer can verify the field installations. Acceptance of the validity of submitted maintenance history is solely at the discretion of the Engineer. 5. Test reports for shop tests. QCWTP BUTTERFLY VALVE VALVE OPERATORS AND ELECTRIC PRE-PURCHASE VALVE ACTUATORS PROJECT NO. 70097-001 40 05 57 - 2 PART 2 – PRODUCTS 2.01 GENERAL A. Electric actuators shall be provided where specified in the Valve Schedule in Section 40 06 20 – Process Pipe, Valve, and Gate Schedules. B. Operators/actuators shall be furnished with conservatively sized extension bonnets, extension stems, and all required appurtenances required for a complete installation. Operators furnished with extension bonnets shall include stainless steel extension stems. 2.02 ELECTRIC VALVE ACTUATORS A. Electric Actuators shall be open/close service or modulating service as specified in the Valve Schedule in Section 40 06 20 – Process Pipe, Valve, and Gate Schedules. 1. Actuators designated in the Contract Documents as “intelligent electric motor actuators” shall be Auma Seven - Group Non-Intrusive, or approved equal. B. Performance Requirements 1. The actuators shall be designed for indoor and outdoor service and shall be capable of mounting in any position. 2. Torque capacity of the actuators shall be sufficient to operate the valves with the maximum pressure differential, as indicated in the Valve Schedule in Section 40 06 20 – Process Pipe, Valve, and Gate Schedules, with a safety factor of 1.5. Actuators in modulating service will be selected such that the required dynamic valve torque is no more than 60% of the electric actuator’s maximum rated breakaway torque. 3. Actuators shall be capable of operating in ambient temperatures ranging from 0 degrees F – 160 degrees F. C. The actuators shall include, in one integral housing, individual compartments for the motor, gearing, wiring terminals, and control circuits. The terminal compartment shall be separated from the inner electrical components of the actuator by means of a watertight seal. The inner seal shall protect the motor and all other internal electrical elements of the actuator from entrance of moisture and dust when the terminal cover is removed. Double cartridge shaft seals shall be provided on the hand wheel and output shafts for weatherproof protection. All external fasteners shall be stainless steel. Compartments shall be provided with moisture and dust-proof rigid cast covers meeting NEMA 6, certified to submergence in 6 ft of water for 30 minutes. QCWTP BUTTERFLY VALVE VALVE OPERATORS AND ELECTRIC PRE-PURCHASE VALVE ACTUATORS PROJECT NO. 70097-001 40 05 57 - 3 D. A mechanical dial position indicator shall be furnished to continuously indicate the position of the valve at and between the fully open and fully closed positions. The indicator shall be driven by gearing driven off of the main worm gear pinion and shall operate when the actuator is in either the electrical mode or manual mode. E. A handwheel shall be permanently attached for manual operation. A gear assembly shall be provided between the handwheel and the worm shaft if required to reduce the force necessary to operate the handwheel to less than 50 pounds. A positive declutch mechanism shall engage the handwheel when required. When the actuator is set in the declutched position for handwheel operation, it shall return automatically to electric operation when actuator motor is energized. The handwheel shall not rotate during electric operation nor shall a fused motor prevent handwheel operation. F. All gearing shall be hardened alloy steel or bronze and shall be rated at twice the output torque of the operator and shall be designed to withstand the stall torque of the motor without failure. Output drive gearing shall consist of a worm shaft and worm gear pinion operating in an oil bath. The worm gear pinion shall be alloy bronze. Worm gear drive shall be self-locking to prevent creeping of the valve disc in an intermediate position. Heavy-duty grease shall protect gearing and sealed ball bearings of the main shaft for five years without changing. Motor reduction gearing shall be spur or planetary gearing and shall allow for field repair and change in gear ratio. For quarter turn applications, overtravel of the operator shall be prevented by internal mechanical stops cast into the actuator. 2.03 ACTUATOR ELECTRICAL REQUIREMENTS A. The drive motor shall be specifically designed for actuator service and shall be characterized by high starting torque and low inertia. Motors shall be 460 volts, three phase, 60 Hz AC reversible squirrel cage induction type motors and shall be specifically designed for modulating service. B. Motors shall be totally enclosed, non-ventilated, with NEMA Class H insulation. Heat rise after 3600 start/stops in an hour shall be less than 50 degrees C. C. The motor shall be operated by an integrated frequency converter and shall in any case be 3 phase, non-ventilated, totally enclosed, independent of the power supply to the actuator. The actuators must be rated for continuous modulation and duty per class D according to EN 15714-2. D. A space heater shall be provided in the motor compartment. The electric motor shall have a time rating of at least 15 minutes at 104°F (40°C) or twice the valve stroking time, whichever is longer, at an average load of at least 33% of maximum valve torque. Motor bearings shall be permanently lubricated by premium lubricant. The motor shall have plug and socket electrical connection to facilitate easy removal and replacement. The actuator shall include a device to ensure that the motor runs with the correct rotation for QCWTP BUTTERFLY VALVE VALVE OPERATORS AND ELECTRIC PRE-PURCHASE VALVE ACTUATORS PROJECT NO. 70097-001 40 05 57 - 4 the required direction of valve travel with either phase sequence of the three-phase power supply connected to the actuator. The motor shall include single phase protection. A suitable thermal protection device shall be incorporated in the motor or motor starter circuits, connected to a tripping device. Fast acting fuses shall be provided to protect solid state components. The motor shall be capable of starting against the rated load in either the open or close direction when voltage to the motor terminals is plus or minus twenty (20) percent of nameplate rating. E. Leads from the motor shall be brought to the control circuit (limit switch) compartment without external piping or conduit box. An adequately sized space heater shall be installed in the control circuit compartment to aid in the prevention of damage resulting from condensation. The following items shall be located in the control circuit compartment. F. Position/Limit/Torque Sensors 1. Actuators shall use non-contact type absolute position encoders, capable of at least 32-bit resolution. Position encoders shall sense actual valve position at all times, during electrical or handwheel operation, with or without applied electrical power, and without the use of batteries. The encoder maximum error shall be less than one percent and shall provide the same repeatability, linearity, and positional accuracy throughout the entire range of motion. Actuators that rely on batteries to retain position, limit settings, or any other programmable feature during a power outage are not acceptable. 2. Open and close valve travel-limit positions shall be a function of an absolute position encoder, shall be stored in permanent, non-volatile memory, and shall be easily adjustable from the local or remote interface. 3. Torque shall be measured with a non-mechanical, purely electronic sensor. The motor-torque limit shall be adjustable over 50 percent to 100 percent of design torque in 10 percent increments. 4. The motor shall automatically de-energize if an over-torque condition is sensed. Torque limit protection shall automatically adjust for initial valve un-seating, or for programmed torque seating of valves. The actuator shall provide a programmable remove blocking functionality. G. Intelligent Control Module 1. The actuator control module shall be of a modular design, with replaceable circuit boards for troubleshooting. The control module shall be entirely housed within the actuator, and shall be easily accessible for maintenance. 2. The control circuit boards or modules shall be connected with plug-in card connectors or wiring plugs. QCWTP BUTTERFLY VALVE VALVE OPERATORS AND ELECTRIC PRE-PURCHASE VALVE ACTUATORS PROJECT NO. 70097-001 40 05 57 - 5 3. The control module shall include an integrated frequency converter for motor operation. The control module shall include any necessary internal protection fuses. No external or accessory fuses shall be required for full protection of the motor or control electronics package. 4. The control package shall be capable of at least - starts per hour as specified in EN 15714-2 for Class D for the respective actuator torque. 5. The control module shall include a possibility to reduce speed as it nears open or close limits based on valve percentage. This feature shall be able to be adjusted between 0-20%. 6. The control module shall incorporate an automatic phase-correction circuit to correct motor rotation errors due to incorrect site wiring. 7. The control module shall allow step-mode control of the actuator. 8. Terminals shall be included within the actuator control wiring compartment to power the control module from a single external source. 9. The control module shall be designed to prevent undesired valve operation in the event of an internal fault or erratic command signal. Fault detection by the control module, or failure of the control module, shall not energize the motor. 10. All calibration of the actuator shall be possible without removing any covers, shall not require any special tools, and shall be accomplished by answering simple questions displayed on the operator display. 11. The control module shall accumulate and store diagnostic information about the performance of the actuator. This information shall include motor, position encoder, and contactor performance, cycle time, handwheel operations, actuator identification, output turns, and a torque profile of the valve baseline stroke and the last valve stroke for comparison. All diagnostic information shall be displayed on the local operator interface panel, and shall be available over the digital communication link. 12. The control module shall be provided with an auxiliary contact to note a main power failure. Upon signal of a main power failure, the valve shall be called to close. H. Power/Control Wiring 1. All connections shall be located in a compartment that is separate from the control circuits and other internal spaces. Accessing the wiring compartment shall not require opening any other actuator compartments. QCWTP BUTTERFLY VALVE VALVE OPERATORS AND ELECTRIC PRE-PURCHASE VALVE ACTUATORS PROJECT NO. 70097-001 40 05 57 - 6 2. The wiring connections compartment shall contain a suitable number of screw-type terminals to allow connection of step-mode controls or digital communication control wiring, and the control wiring shall be physically separated from the power wiring. The terminals shall be easily accessible without removing components or the use of special tools. 3. The electrical terminals shall be housed in a double sealed terminal compartment isolated from the rest of the actuator components. The actuators shall be designed to operate from a single 480VAC, 3-phase source. The actuators shall be furnished with fuses inside of the terminal compartment. A quantity of one (1) 1- 1/4” and two (2) 3/4 inch NPT conduit entries shall be furnished. I. Actuators shall contain wiring and terminals for the following control functions. 1. Emergency override input from a normally closed or normally open contact. The actuator shall either open or close (field selectable) upon receiving the emergency override input. Emergency override shall be through normal power circuit and shall not rely on springs, batteries, or other stored energy devices. 2. Remote Local-Off-Remote selector switch, Open/Close pushbuttons, and Open/Closed pilot lights for a remote manual control station (see below). The remote Local-Off-Remote selector switch and Open/Close pushbuttons shall be a dry contact input to the actuator control circuitry. The Open/Closed pilot lights shall be powered from the valve actuator control power. 3. Five contacts shall be provided for remote indication of valve open/close limit indication. These contacts shall be 1-NO and 1-NC for open or closed limit indication. These contacts shall be programmable for operation at any position between full open and full closed positions, or shall be programmable to indicate any of the following: mid-travel, local mode, over torque, motor over temperature, manual operation, remote mode, valve moving, close torque switch, open torque switch, hardware failure, or valve jammed. These contacts shall be rated 250 VAC/30 VDC, three Amps. 4. Terminals for 4-20mADC position command and 4-20mADC position feedback as described above for modulating actuators. J. Local/Remote Controls 1. Actuator shall have a local multicolor display screen capable of displaying at least 32 alphanumeric characters and a 0 percent to 100 percent bar graph display for valve position readout. All text messages or displays shall be in English. Depending on the mounting situation, the display orientation shall be able to be changed in 90° steps for better legibility (by software configuation only) QCWTP BUTTERFLY VALVE VALVE OPERATORS AND ELECTRIC PRE-PURCHASE VALVE ACTUATORS PROJECT NO. 70097-001 40 05 57 - 7 2. Actuator shall have (a) local control turn-push button that allows local control and setting of all parameters. The remote/local (LOR) turn-push button or selector switch shall be lockable in any position. Alternatively user access levels shall be password protected. 3. Local and remote programming interface shall be protected by user-selectable password protection for all programmable features. 4. The local control turn-push button shall not penetrate the actuator enclosure, and shall electrically isolate the operator from any internal voltages. 5. LOR Controls a. When the LOR is in the “Local” position, open/close control shall be by the open and close pushbuttons on the actuator. The stop push button shall stop the actuator travel. b. When the LOR is in the “Off” position, the actuator shall not operate. c. When the LOR is in the “Remote” position, the actuator shall be controlled by remote inputs from the PLC or from the remote manual controls station. 6. The local controls shall be arranged so that the direction of travel can be reversed without the necessity of stopping the actuator. K. Remote Manual Control Station 1. Manual actuator controls shall be furnished in a separate NEMA 4X stainless steel enclosure (NEMA 7 if located in a classified area). Manual control station controls shall include Hand–Off-Auto Selector switch; Open, Stop, and Close pushbuttons; a red lamp indicating closed and a green lamp indicating open. a. When the HOA is in the “Hand” position, open/close control shall be by the open and close pushbuttons on the remote manual control station. The stop push button shall stop actuator travel. b. When the HOA is in the “Off” position, the actuator shall not operate. c. When the HOA is in the “Auto” position, the actuator shall be controlled by remote inputs to the valve actuator from the PLC 2.04 FACTORY TESTING A. Test each actuator before shipment. Submit certified test reports of performance. The application torque used during the testing shall be the maximum torque required to open or close the valve at any position including seating and unseating conditions. QCWTP BUTTERFLY VALVE VALVE OPERATORS AND ELECTRIC PRE-PURCHASE VALVE ACTUATORS PROJECT NO. 70097-001 40 05 57 - 8 2.05 WARRANTY A. The electric motor actuator manufacturer shall warrant its product to be free from defects in materials, workmanship and performance for actuators incorporated in the Work for a period of two years from the date of recording of the Notice of Substantial Completion. Upon notice by the Owner, any damage or defect found during the warranty period shall be promptly repaired or replaced by the manufacturer at no additional cost to the Owner. B. In emergency situations, if warranty service is not immediately available from the vendor, supplier or the manufacturer, the Owner will perform repairs to re-establish proper operation of the actuator and valve. All defective parts returned by the Owner shall be replaced with new parts. If the Owner replaces the entire actuator for cause, the vendor, supplier or manufacturer shall repair or replace the entire actuator. C. Maintenance or repair work performed by the Owner during the warranty period shall not be cause for voiding the warranty. D. If any periodic maintenance is required during the term of the warranty, include that maintenance for the duration of the warranty. PART 3 – EXECUTION 3.01 SHOP TESTING A. Shop testing shall be in accordance with the following additional requirements: 1. Conduct a complete functional check of each unit. Correct any deficiencies found in shop testing prior to shipment. 2. Submit written certification that: a. Shop tests for the electrical system and all controls were successfully conducted; b. Electrical system and all controls provide the functions specified and required for proper operation of the valve operator system. 3. Each actuator shall be performance tested and individual test certificates shall be supplied free of charge. The test equipment shall simulate each typical valve load and the following parameters should be recorded: a. Current at maximum torque setting b. Torque at maximum torque setting c. Flash Test Voltage QCWTP BUTTERFLY VALVE VALVE OPERATORS AND ELECTRIC PRE-PURCHASE VALVE ACTUATORS PROJECT NO. 70097-001 40 05 57 - 9 d. Actuator Output Speed or Operating Time e. In addition, the test certificate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring diagram code number. f. Verification of actuator torque rating with associated valve. 3.02 FIELD SUPPORT A. The electric motor actuator manufacturer shall be available at the Project Site during installation to check the installation, supervise the startup, and conduct field-testing and adjustment of the equipment. Installation by Contractor is expected to occur between October 2025 and March 2026. Provide factory-authorized formal training in the operation and maintenance of the equipment to Owner personnel, so the Owner personnel are qualified by the submitted equipment manufacturer to maintain the equipment. Identical training shall be provided on two separate days to allow for splitting of crews. Documentation of this qualification shall be provided as part of the training package. B. Field support shall include the following site visits for electric actuators: Service Number of Trips Number of Days/Trip Installation and Testing 1 2 Startup and Training 1 2 Services after Startup 1 1 END OF SECTION QCWTP BUTTERFLY VALVE DOUBLE ECCENTRIC PRE-PURCHASE BUTTERFLY VALVES PROJECT NO. 70097-001 40 05 64.10 - 1 SECTION 40 05 64.10 DOUBLE ECCENTRIC BUTTERFLY VALVES PART 1 – GENERAL 1.01 THE REQUIREMENT A. Reference Section 40 05 00  Basic Mechanical Requirements. 1.02 SUBMITTALS A. As required in Section 40 05 51 – Valves General, and Section 01 33 00 – Submittal Procedures. PART 2 – PRODUCTS 2.01 DOUBLE ECCENTRIC BUTTERFLY VALVES (WATER SERVICE) A. Design requirements: 1. Design standard: Provide valves designed and manufactured in accordance with AWWA C504. 2. Butterfly valves shall be of a double offset design whereby the centerline of the disc is horizontally and vertically offset from the body seat and where the elastomeric seat releases compression only after a few degrees of opening. 3. Class: a. Valves shall be of the size and class as indicated in 40 06 20 – Process Pipe, Valve, and Gate Schedules. B. Usage: 1. Provide butterfly valve types as outlined in 40 06 20 – Process Pipe, Valve, and Gate Schedules. Butterfly valves shall be Class 150B, unless otherwise indicated in the valve schedule. 2. Butterfly valves shall be of the short body design with mechanical joint or flanged ends, as indicated in 40 06 20 – Process Pipe, Valve, and Gate Schedules. C. Design requirements for all butterfly valves with power actuating devices: QCWTP BUTTERFLY VALVE DOUBLE ECCENTRIC PRE-PURCHASE BUTTERFLY VALVES PROJECT NO. 70097-001 40 05 64.10 - 2 1. Design valves and actuators for maximum operating torque, in accordance with and using safety factors required in AWWA C540, using the following values: a. Maximum water velocity: 16 feet per second with valve fully open. b. Maximum pressure differential across the closed valve equal to the pressure class designation. c. Coefficient for seating and unseating torque, dynamic torque, and bearing friction in accordance with valve manufacturer's published recommendations. 2. Valve disc: Seat in an angular position of 90 degrees to the pipe axis and rotate an angle of 90 degrees between fully open and fully closed positions: a. Do not supply valves with stops or lugs cast with or mechanically secured to the body of the valve for limiting the disc travel. 3. Unacceptable thrust bearings: Do not provide valves with thrust bearings exposed to the fluid in the line and consisting of a metal bearing surface in rubbing contact with an opposing metal bearing surface. 4. Valve shall be designed to be installed with the valve stem in the vertical position. Manufacturer shall provide additional stem bearings to support the disc weight as required. D. Performance requirements: 1. Leak free tight shutoff at the pressure rating of the valve with pressure applied in either direction. 2. Suitable for the following service conditions: a. Throttling. b. Frequent operation. c. Operation after long periods of inactivity. d. Installation in any position and flow in either direction. e. Full submergence in raw water treated with common water treatment chemicals such as ferric chloride, ferric sulfate, poly aluminum chloride, aluminum sulfate, cationic polymer, chlorine, and chlorine dioxide. E. Manufacturers: One of the following: QCWTP BUTTERFLY VALVE DOUBLE ECCENTRIC PRE-PURCHASE BUTTERFLY VALVES PROJECT NO. 70097-001 40 05 64.10 - 3 1. AvTek, Model DEX 2. VAG Industries, Model EKN F. Valve body: 1. Material: Ductile iron, ASTM A 536, Grade 65-45-12. 2. Body design: a. Flanged body valves: 1) Usage: Comply with limitations specified in 40 06 20 – Process Pipe, Valve, and Gate Schedules. 2) Flanges: In accordance with ASME B16.1, Class 125 flanges for Class 150B valves. In accordance with ASME B16.1, Class 250 flanges for Class 250B and 500B valves. 3. Disc: a. Material: Ductile iron with Type 316 stainless steel edge or Type 316 stainless steel retaining ring that matches seat in valve body. b. Secure valve disc to shaft by means of smooth-sided, taper or dowel pins, Type 316 stainless steel, or 2205 Duplex. c. Extend pins through shaft and mechanically secure in place. G. Shaft and bearings: 1. Shaft design: a. Valves shall have a: 2 piece, through disc design. b. Shaft seal: O-ring design. 2. Shaft material for Class 150B valves: Type 316 stainless steel, ASTM A 276, or 2205 Duplex Stainless Steel. 3. Shaft material for Class 250B and 500B valves: Type 17-4 pH stainless steel, ASTM A 564, or 2205 Duplex Stainless Steel. 4. Shaft bearings: Self-lubricating sleeve type: a. Self-lubricating lead-free bronze. QCWTP BUTTERFLY VALVE DOUBLE ECCENTRIC PRE-PURCHASE BUTTERFLY VALVES PROJECT NO. 70097-001 40 05 64.10 - 4 H. Seats: 1. Seat materials: a. All applications: EPDM. 2. Retain seats mechanically as described in this section: a. Mechanical retainage: Retain seat by a clamping ring with segmented clamping ring locks with adjusting locking screws. 1) Clamping ring, ring locks, and adjusting locking screws: Type 316 stainless steel. 2) Provide means to prevent ring locks and screws used to retain seats from loosening due to vibration or cavitation. b. Do not provide valves with seats retained by snap rings or spring-loaded retainer rings. 3. Resilient seat: Withstand 75 pound per inch pull when tested in accordance with ASTM D 429, Method B. I. Valve packing: 1. Valve packing shall be multi-O-ring type. Pull down or braided packing is not acceptable. J. O-Rings: 1. Provide 6 EPDM O-ring seals on the shaft. 2.02 COATING A. Shop coat interior and exterior metal surfaces of valves, except as follows: 1. Interior machined surfaces. Apply rust-preventive compound to polished and machined surfaces. 2. Surfaces of gaskets and elastomeric seats and stem seals. 3. Bearing surfaces. 4. Stainless steel surfaces and components. B. Shop Coating materials: QCWTP BUTTERFLY VALVE DOUBLE ECCENTRIC PRE-PURCHASE BUTTERFLY VALVES PROJECT NO. 70097-001 40 05 64.10 - 5 1. Butterfly valves shall be coated inside and out with a minimum 14 mil DFT fusion bonded epoxy. 2. Products: As specified in Section 09 90 00 - Painting: a. Coating product in contact with potable water shall be in accordance with AWWA C550 and NSF 61. 3. Rust-preventive compound: One of the following or equal: a. Houghton, Rust Veto 344. b. Rust-Oleum, R-9. C. Coating material for potable water applications: 1. Formulate coating material from materials in accordance with CFR 21. 2.03 TESTING A. Each valve shall be hydrostatically tested and tested for bubble tightness after the operator has been mounted and adjusted. Copies of the hydrostatic and leakage test certification and certification of conformance shall be submitted to the Engineer prior to shipment. PART 3 – EXECUTION (NOT USED) END OF SECTION PART 1 - GENERAL 1.01 THE REQUIREMENT A. 1.02 VALVE SCHEDULES A. B. Valves not listed in this Section shall be manually operated, unless otherwise shown on the Drawings. All valves shall be tagged by the manufacturer according to the control valve designations listed in this Section. SECTION 40 06 20 PROCESS PIPE, VALVE, AND GATE SCHEDULES Reference Section 46 00 00 - Equipment General Provisions. QCWTP BUTTERFLY VALVE PRE-PURCHASE PROJECT NO. 70097-001 PROCESS PIPE, VALVE, AND GATE SCHEDULES 40 06 20 - 1 LOCATION VALVE TAG VALVE NAME SIZE (INCHES) VALVE TYPE OPERATOR VALVE ENDS CLASS RAW WATER PIPING VAL-1201 RAW WATER ISOLATION VALVE 1 36 BFV BVB FLG 150 RAW WATER PIPING VAL-1202 RAW WATER ISOLATION VALVE 2 24 BFV BVB FLG 150 FLOW CONTROL BUILDING CV-1210 INLET ISOLATION VALVE 1 36 BFV O/C E FLG 150 FLOW CONTROL BUILDING CV-1220 INLET ISOLATION VALVE 2 36 BFV O/C E FLG 150 FLOW CONTROL BUILDING CV-1230 INLET ISOLATION VALVE 3 24 BFV O/C E FLG 150 FLOW CONTROL BUILDING CV-1240 INLET ISOLATION VALVE 4 36 BFV O/C E FLG 150 FLOW CONTROL BUILDING CV-1211 FLOW CONTROL VALVE 1 36 BFV MOD E FLG 150 FLOW CONTROL BUILDING CV-1221 FLOW CONTROL VALVE 2 36 BFV MOD E FLG 150 FLOW CONTROL BUILDING CV-1231 FLOW CONTROL VALVE 3 24 BFV MOD E FLG 150 FLOW CONTROL BUILDING CV-1241 FLOW CONTROL VALVE 4 36 BFV MOD E FLG 150 FILTER 2 CV-4121 FILTER INLET VALVE 24 BFV O/C E FLG 150 FILTER 3 CV-4131 FILTER INLET VALVE 24 BFV O/C E FLG 150 FILTER 4 CV-4141 FILTER INLET VALVE 24 BFV O/C E FLG 150 FILTER 5 CV-4151 FILTER INLET VALVE 24 BFV O/C E FLG 150 FILTER 6 CV-4161 FILTER INLET VALVE 24 BFV O/C E FLG 150 FILTER 7 CV-4171 FILTER INLET VALVE 24 BFV N/A FLG 150 FILTER 8 CV-4181 FILTER INLET VALVE 24 BFV O/C E FLG 150 SPARE N/A FILTER INLET VALVE 24 BFV O/C E FLG 150 FILTER 2 CV-4125 WASTE BACKWASH VALVE 18 BFV O/C E FLG 150 FILTER 3 CV-4135 WASTE BACKWASH VALVE 18 BFV O/C E FLG 150 FILTER 4 CV-4145 WASTE BACKWASH VALVE 18 BFV O/C E FLG 150 FILTER 5 CV-4155 WASTE BACKWASH VALVE 18 BFV O/C E FLG 150 FILTER 6 CV-4165 WASTE BACKWASH VALVE 18 BFV O/C E FLG 150 FILTER 7 CV-4175 WASTE BACKWASH VALVE 18 BFV O/C E FLG 150 FILTER 8 CV-4185 WASTE BACKWASH VALVE 18 BFV O/C E FLG 150 SPARE N/A WASTE BACKWASH VALVE 18 BFV N/A FLG 150 FINISHED WATER PIPING CV-6001 5 MG TANK INLET 36 BFV BVB FLG 150 FINISHED WATER PIPING CV-6020 DRAIN LINE 36 BFV BVB FLG 150 VALVE SCHEDULE 1) TYPE: BFV - BUTTERFLY VALVE 2) OPERATOR: BVB = BURIED VALVE BOX WITH NUT; O/C E = OPEN / CLOSED (ELECTRIC ACTUATED); MOD E (MODULATING ELECTRIC ACTUATED) 3) MAXIMUM PRESSURE DIFFERENTIAL (PSI) ACROSS THE CLOSED VALVE EQUAL TO THE PRESSURE CLASS DESIGNATION QCWTP BUTTERFLY VALVE PRE-PURCHASE PROJECT NO. 70097-001 PROCESS PIPE, VALVE, AND GATE SCHEDULES 40 06 20 - 2 QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 1 PROJECT NO. 70097-001 SECTION 46 00 00 EQUIPMENT GENERAL PROVISIONS PART 1 – GENERAL 1.01 THE REQUIREMENT A. The Supplier shall furnish all mechanical equipment and all accessories as specified, as shown on the Drawings, and as required for a complete and operable system. B. The mechanical equipment shall be provided complete with all accessories, special tools, spare parts, mountings, shims, sheaves, couplings, and other appurtenances as specified, and as may be required for a complete and operating installation. C. The requirements of this section shall apply to equipment furnished under Divisions 40. D. Comply with reference specifications, codes and standards as specifically modified, complimented, and supplemented herein. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All equipment, materials, and installations shall conform to the requirements of the most recent editions with latest revisions, supplements, and amendments of the specifications, codes, and standards along with those identified herein and other individual specification sections. B. American Institute for Steel Construction (AISC) C. American National Standards Institute/American Bearing Manufacturers Association (ANSI/ABMA): 1. ANSI/ABMA 9 – Load Ratings and Fatigue Life for Ball Bearings 2. ANSI/ABMA 11 – Load Ratings and Fatigue Life for Ball Bearings D. Acoustical Society of America (ASA) / American National Standard Institute (ANSI) S2.75, Shaft Alignment Methodology: 1. Part 1: General Principles, Methods, Practices, and Tolerances 2. Part 2: Vocabulary 3. Part 3: Alignment of Vertically Oriented Rotating Machinery QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 2 PROJECT NO. 70097-001 4. Guidelines and recommendations included in ASA/ANSI S2.75 shall establish and be interpreted as the minimum requirements for acceptance for leveling, grouting and alignment related work. E. American National Standards Institute / American Society of Mechanical Engineers (ANSI/ASME) Standard B29.1, Heavy Duty Offset Sidebar Transmission Roller Chains and Sprocket Teeth. F. American Welding Society (AWS): 1. D1.1 "Structural Welding Code - Steel" 2. D1.2 "Structural Welding Code - Aluminum" of the American Welding Society G. Electrical Apparatus Service Association, Inc. (EASA) Mechanical Reference Handbook (latest revision). H. Standard, ISO 1940 – Mechanical Vibration – Balance quality requirements for rotors balance quality grade for rotors in a constant rigid state. I. In the event of conflict between individual specifications and reference specifications, codes and standards, the more restrictive criteria shall govern. 1.03 ACTION/INFORMATIONAL SUBMITTALS A. Product Data: 1. Comply with Section 01 33 00 – Submittals Procedures 2. Fabrication information B. Provide submittals identified in individual equipment specification sections in addition to the submittals identified herein. C. Shop Drawings shall include the following information in addition to the requirements of Section 01 33 00 – Submittal Procedures and shall include the following additional information: 1. Equipment name, identification number and specification number. 2. Performance characteristics and descriptive data, including but not limited to capacity, power, speed, torque, and efficiency. 3. Detailed equipment dimensional drawings and setting plans including but not limited to: a. General cutaway sections QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 3 PROJECT NO. 70097-001 b. Materials of construction c. Dimension of shaft projections d. Shaft and keyway dimensions e. Shaft diameter f. Shaft connection details g. Dimension between bearings h. General dimensions of equipment i. Anchor bolt locations j. Forces k. Assembly views l. Weights: Provide weight of entire equipment assembly, including motor and base weight of individual major subassemblies. Indicate the weight of each component, and total static and dynamic loads imparted by the equipment to the supporting structure. m. Rotating assembly technical information and illustration. n. Drawings shall identify each component by tag number to which the catalog data and detail sheets pertain. o. Drawings showing the location and type of all equipment, system components, supports, hangers, foundations and the required clearances to operate and maintain equipment, valves and system components in a code compliant, safe and ergonomic manner. Drawings shall show clearances reserved for walking access around all sides, for opening access doors fully, for visual inspection for condition monitoring, and for the performance of maintenance tasks including but not limited to changing filters, replacing belts, maintaining lubrication levels, predictive maintenance and performing diagnostic functions. 4. Complete motor data shall include but not be limited to size, make, type and characteristics along with wiring diagrams. 5. Bearings: a. Information on bearings including but not limited to: type, size, materials of construction. QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 4 PROJECT NO. 70097-001 b. Bearing life calculations including but not limited to: basic dynamic load rating, static load rating, rating life, ABMA L10 reliability (expressed in hours of bearing life) and bearing system life. 6. Gear box design and performance criteria and AGMA service factor, including but not limited to the following: a. Thermal horsepower rating b. Bearing type c. Actual gear ratio d. Forced lubrication system: Provide description of equipment, system and instrumentation including but not limited to flow meter, pressure switches, etc. e. Gear tooth finish quality 7. Piping schematics. 8. Equipment protective device details and connection diagrams. 9. Panel layout drawings, schematic wiring diagrams, and component product data sheets for control panels. 10. A list of spare parts and special tools to be provided. 11. Information on equipment appurtenances including couplings, shaft guards, v-belt drive systems, etc. 12. Any additional information required to demonstrate conformance with the equipment specifications. 13. Results of critical speed analyses, structural, lateral, and torsional dynamic analyses as required herein and in the individual specification sections. 14. Warranty documentation including statement of duration of warranty period and contact phone numbers and addresses for warranty issues. 15. Shipment, delivery, handling, and storage instructions. 16. Installation instructions 17. Manufacturers literature and brochures QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 5 PROJECT NO. 70097-001 18. Materials of construction and associated specifications (such as AISI, ASTM, SAE, etc.), including grade and type. 19. Intermediate shafting design, including but not limited to general arrangement drawings, engineering data, materials of construction, recommended angular offsets (for cardan universal jointed shafts), and shaft critical speed analyses (including 1st, 2nd and 3rd critical speed analysis). 20. Coatings: Coating system data and description of coating system, surface preparation and shop painting, including certification that the shop paint is compatible with the finish paint. 21. Pre-commissioning lubrication oil flushing plan developed by a machinery lubrication specialist, specifically for each piece of lubricated equipment. Plan shall identify, describe procedure and demonstrate data-based approach to demonstrating achievement of lubricant cleanliness via flushing. Level of lubricant cleanliness shall be as required by equipment manufacturer’s written recommendations. 22. Equipment installation lists. 23. Equipment specific requirements for levelness, plumbness, flatness, coplanarity and coplanar surface deviation. 1.04 MAINTENANCE MATERIALS SUBMITTALS A. Operation and Maintenance (O&M) manuals shall be submitted in accordance with: 1. Section 01 33 00 – Submittal Procedures 2. Section 01 78 23 – Operation and Maintenance Data B. Comply with Section 01 78 43 – Spare Parts and Extra Materials: 1. For spare parts, extra stock materials, and tools, submit quantity of items specified in associated Specification Section. 2. Submit complete list of spare parts, extra stock materials, maintenance supplies and special tools required for maintenance for one year with unit prices and source of supply. Indicate number/quantity specified and furnished, manufacturer, part number, and description. C. Lubrication Information: 1. Comply with Specification Section 01 78 23 – Operation and Maintenance Data. QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 6 PROJECT NO. 70097-001 2. Complete lubrication instructions and lubricant schedule, including manufacturer’s recommended lubricant. All lubricants shall be food grade, NSF 61 approved. Schedule shall include frequency of lubricant application, type of lubricant, and instructions regarding lubricant application 1.05 QUALITY ASSURANCE SUBMITTALS A. Factory testing plan. B. Factory Test Results shall be submitted and approved prior to shipment of equipment. 1.06 GENERAL INFORMATION AND DESCRIPTION A. All parts of the equipment furnished shall be designed and constructed for the maximum stresses occurring during fabrication, transportation, installation, testing, and all conditions of operation. All materials shall be new and shall conform to all applicable Sections of these Specifications. B. All parts of duplicate equipment shall be interchangeable without modification. Manufacturer's design shall accommodate all the requirements of these Specifications. C. Equipment and appurtenances shall be designed in conformity with specifications, codes and reference standards. D. All bearings and moving parts shall be protected by bushings or other Engineer approved means against wear, and provision shall be made for accessible lubrication by extending lubrication lines and fittings to approximately 30 inches above finished floor elevation. E. Details shall be designed for appearance as well as utility. Protruding members, joints, corners, gear covers, etc., shall be finished in appearance. All exposed welds on machinery shall be ground smooth and the corners of structural shapes shall be rounded or chamfered. F. Machinery parts shall conform within allowable tolerances to the dimensions shown on the working drawings. G. All machinery and equipment shall be safeguarded in accordance with the specifications, codes, and reference standards. H. All rotating shafts, couplings, or other moving pieces of equipment shall be provided with protective guards of sheet metal or wire mesh, neatly and rigidly supported. Guards shall be removable as required to provide access for repairs. I. All equipment greater than 100 pounds shall have lifting lugs, eyebolts, etc., for ease of lifting, without damage or undue stress exerted on its components. QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 7 PROJECT NO. 70097-001 J. All manufactured items provided under this Section shall be of current manufacture and shall be the products of manufacturers specializing in the manufacture of such products. K. Code Compliance, safety and ergonomics for operating and maintenance personnel accessing equipment shall be considered during shop drawing development and fabrication. Items to consider include, but are not limited to, clearances reserved for walking access around all sides, for opening access doors fully, for visual inspection for condition monitoring, and for the performance of maintenance tasks including but not limited to changing filters, replacing belts, maintaining lubrication levels, predictive maintenance and performing diagnostic functions. 1.07 EQUIPMENT WARRANTIES A. Warranty requirements shall be as specified in Section 01 61 00 – Product Requirements and Options. Warranty requirements are supplementary to the individual equipment specifications. 1.08 DEFINITIONS A. Refer to the specified reference specifications, codes and standards for definitions applicable to this specification. Additional definitions are included hereafter. B. Chockplate: A solid steel (or alloy steel) plate with a machined top surface that is grouted to a concrete foundation to support and maintain alignment of a machinery structural steel base plate. C. Mounting plate: A device used to attach equipment to concrete foundations; includes base plates, soleplates, and chockplates. A mounting plate is a base-support mechanism for the attached machinery and all individual pieces of machinery are expected to be removable from the mounting plate as a single assembly. D. Operating Temperature (Thermal) Alignment: A procedure to determine the actual change in relative shaft positions within a machinery train from the ambient (not running) condition and the normal operating temperature (running) condition by taking measurements from start-up to normal operating temperature while the machine(s) is (are) operating, or after the shafts have been stopped but the machines are still near operating temperature. E. Preliminary alignment: The aligning of two adjacent machinery shafts to ensure that final alignment can be achieved without being bolt bound. This is accomplished before grouting (for horizontal machines) and the measurement of piping strain on the machinery. F. Soleplate: A solid steel (or alloy steel) plate with a machined top surface that is grouted to a concrete foundation to support and maintain alignment of machinery. QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 8 PROJECT NO. 70097-001 PART 2 – PRODUCTS 2.01 GENERAL A. All like components within a piece of equipment shall be provided by the same manufacturer. B. Base plates: 1. Top surface of mounting plates shall be machined in locations where equipment supports/feet will contact the plate. 2. Equipment contact points shall be flat and parallel within ASA/ANSI 2.75 tolerances or 0.002-inches per foot, whichever is more stringent, and within related tolerances. 3. There shall be no paint where equipment supports or feet contact mounting plate. 4. Mounting plate shall be sufficiently rigid to avoid bending or flexing when equipment is installed. 2.02 DEFAULT MATERIALS A. Equipment shall be constructed out of the materials specified in respective individual specification sections. Material not specifically called for shall be high-grade, standard commercial quality, free from all defects and imperfection that might affect the serviceability of the product for the purpose for which it is intended. 2.03 STANDARDIZATION OF GREASE FITTINGS A. The grease fittings on all mechanical equipment shall be such that they can be serviced with a single type of grease gun. Fittings shall be “Zerk” type. 2.04 ELECTRICAL REQUIREMENTS A. All electrical equipment and appurtenances, including but not limited to motors, panels, conduit, and wiring, etc., specified in the equipment specifications shall comply with the applicable requirements of the latest National Electric Code. B. In the individual equipment specifications, specified motor horsepower is intended to be the minimum size motor to be provided. If a larger motor is required to meet the specified operating conditions and performance requirements, the Supplier shall furnish the larger sized motor and shall upgrade the electrical service (conduit, wires, starters, etc.) at no additional cost to the Owner. C. Motor starters and controls shall be furnished and installed under Division 40 unless otherwise specified in the individual equipment specifications. QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 9 PROJECT NO. 70097-001 2.05 ACCESSORIES, SPARE PARTS, AND SPECIAL TOOLS A. Accessories, spare parts, and special tools shall be provided in accordance with Section 01 78 43 – Spare Parts and Extra Materials. 2.06 EQUIPMENT IDENTIFICATION A. All mechanical equipment shall be provided with a substantial stainless-steel nameplate, mechanically fastened with stainless steel hardware in a conspicuous place, and clearly inscribed with: 1. The manufacturer's name 2. Year of manufacture 3. Serial number 4. Principal rating data such as (for example): a. Capacity b. Pressure c. Horsepower d. Speed B. Each piece of mechanical equipment shall also be identified as to name and number by a suitable laminated plastic or stainless-steel nameplate mechanically fastened with stainless steel hardware; for example, "Raw Water Pump #1 (RWP-1)". Coordinate name and number with same on remotely located controls, control panel, and other related equipment. C. Nameplates shall not be painted over. PART 3 – EXECUTION 3.01 SHOP TESTING A. All equipment shall be tested in the shop of the manufacturer in a manner which shall conclusively prove that its characteristics comply fully with the requirements of the Contract Documents and that it will operate in the manner specified or implied. B. No equipment shall be shipped to the project site until the Engineer has been furnished a certified copy of test results and has notified the Supplier, in writing, that the results of such tests are acceptable. QCWTP BUTTERFLY VALVE EQUIPMENT GENERAL PROVISIONS PRE-PURCHASE 46 00 00 - 10 PROJECT NO. 70097-001 C. A certified copy of the manufacturer's actual test data and interpreted results thereof shall be forwarded to the Engineer for review. 3.02 SHIPMENT, DELIVERY, HANDLING AND STORAGE A. Shipment, delivery, and handling of equipment and materials shall be in accordance with Section 01 65 00 – Product Delivery Requirements. B. Shipping plans shall include consideration for protecting bearings and/or other rotating equipment from chatter damage. C. Any equipment shipped to site that needs further attention shall have a WARNING tag affixed to it with indication of the action that should be taken in preparation for startup. Examples are: Final Lubrication, Mechanical Seal not in final position, etc. END OF SECTION BID SET BUTTERFLY VALVE PRE-PURCHASE OCTOBER 2024 PL O T D A T E : 6/ 1 1 / 2 0 2 4 8 : 4 1 A M B Y : JP A Y T O N Fil e : DR A W I N G 2 S a v e d b y CD U N H A M S a v e d a t e : -- - - QUAIL CREEK WATER TREATMENT PLANT OZONE AND CAPACITY EXPANSION PROJECT 70097-001 #### JULY 2024J. WILLIAMS IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO FULL SCALE CHECKED BY: DRAWN BY: DESIGNED BY: PROJECT MANAGER: REV ISSUED FOR DATE BY 0 1"1/2" CONTRACT NO.: HAZEN NO.: DATE: DRAWING NUMBER:HAZEN AND SAWYER 10619 S. JORDAN GATEWAY STE 130 SOUTH JORDAN, UTAH 84095 30% PRELIMINARY DRAWING DO NOT USE FOR CONSTRUCTION MECHANICAL FILTER BUILDING - LOWER PLAN REPLACE EXISTING 24" BFV (TYP OF 7) REPLACE EXISTING 18" BFV (TYP OF 7) 乏呅区 䵅䍈䅎䥃䅌 䙉䱔䕒 ⁂啉䱄䥎䜠ⴠ䱏坅删偌䅎 佃呏䉅删㈰㈴ 䴰〱 NOT FOR CONSTRUCTION䩅剅䵙 坉䱌䥁䵓 5/17/202410/7/2024 Brooklyn Hall 10/7/2024 PL O T D A T E : 6/ 1 1 / 2 0 2 4 8 : 4 1 A M B Y : JP A Y T O N Fil e : DR A W I N G 2 S a v e d b y CD U N H A M S a v e d a t e : -- - - QUAIL CREEK WATER TREATMENT PLANT OZONE AND CAPACITY EXPANSION PROJECT 70097-001 #### JULY 2024J. WILLIAMS IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO FULL SCALE CHECKED BY: DRAWN BY: DESIGNED BY: PROJECT MANAGER: REV ISSUED FOR DATE BY 0 1"1/2" CONTRACT NO.: HAZEN NO.: DATE: DRAWING NUMBER:HAZEN AND SAWYER 10619 S. JORDAN GATEWAY STE 130 SOUTH JORDAN, UTAH 84095 30% PRELIMINARY DRAWING DO NOT USE FOR CONSTRUCTION MECHANICAL FILTER BUILDING - UPPER PLAN REPLACE EXISTING 24" BFV ACTUATOR AND GEAR BOX (TYP OF 7) REPLACE EXISTING 18" BFV ACTUATOR AND GEAR BOX (TYP OF 8) NOTES: 1. FILTERS 5-8 NOT SHOWN. GEARBOX AND ACTUATORS FOR FILTERS 5-8 TO MATCH FILTERS 1-4. 2. PROVIDE NEW 24" BUTTERFLY VALVE ACTUATOR FOR FILTERS 1-6 AND FILTER 8 PER SPECIFICATION 40 05 57. PROVIDE ONE ADDITIONAL ACTUATOR WITH THE SPARE 24" BUTTERFLY VALVE AS INDICATED IN 40 06 20. 2. PROVIDE NEW 18" BUTTERFLY VALVE ACTUATOR FOR FILTERS 1-8 PER SPECIFICATION 40 05 57. 䵅䍈䅎䥃䅌 䙉䱔䕒 佃呏䉅删㈰㈴ 䴰〲 NOT FOR CONSTRUCTION䩅剅䵙 坉䱌䥁䵓 5/17/202410/7/2024 Brooklyn Hall 10/7/2024 PL O T D A T E : 6/ 1 1 / 2 0 2 4 8 : 4 1 A M B Y : JP A Y T O N Fil e : DR A W I N G 2 S a v e d b y CD U N H A M S a v e d a t e : -- - - QUAIL CREEK WATER TREATMENT PLANT OZONE AND CAPACITY EXPANSION PROJECT 70097-001 #### JULY 2024J. WILLIAMS IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO FULL SCALE CHECKED BY: DRAWN BY: DESIGNED BY: PROJECT MANAGER: REV ISSUED FOR DATE BY 0 1"1/2" CONTRACT NO.: HAZEN NO.: DATE: DRAWING NUMBER:HAZEN AND SAWYER 10619 S. JORDAN GATEWAY STE 130 SOUTH JORDAN, UTAH 84095 30% PRELIMINARY DRAWING DO NOT USE FOR CONSTRUCTION MECHANICAL FILTER BUILDING - SECTION SEE NOTE 1 (TYP) REPLACE EXISTING 18" BFV ACTUATOR AND GEAR BOX REPLACE EXISTING 18" BFV REPLACE EXISTING 24" BFV REPLACE EXISTING 24" BFV ACTUATOR AND GEAR BOX SE E N O T E 2 SE E N O T E 3 3' - 0 " 3' - 0 " SEE NOTE 4 (TYP) 乏呅区 ㄮ⁒䕐䱁䍅⁅塉協䥎䜠呏剑啅⁔啂䔠坉呈 久圠㌱㘠協䅉乌䕓匠協䕅䰠噁䱖䔠午䅆吮 䵅䍈䅎䥃䅌 䙉䱔䕒 佃呏䉅删㈰㈴ 䴰〳 NOT FOR CONSTRUCTION䩅剅䵙 坉䱌䥁䵓 5/17/202410/7/2024 Brooklyn Hall 10/7/2024 QCWTP Butterfly Valve Pre-Purchase Project Addendum No. 1 70097-001 Page 1 of 4 ADDENDUM NO. 1 TO BID AND CONTRACT DOCUMENTS FOR WASHINGTON COUNTY WATER CONSERVANCY DISTRICT QUAIL CREEK WATER TREATMENT PLANT BUTTERFLY VALVE PRE-PURCHASE PROJECT October 14, 2024 PREPARED BY Hazen and Sawyer 10619S. Jordan Gateway, Suite 130 South Jordan, Utah 84095 NOT FOR CONSTRUCTIONJEREMY WILLIAMS No. 4940719 5/17/202410/14/2024 QCWTP Butterfly Valve Pre-Purchase Project Addendum No. 1 70097-001 Page 2 of 4 This addendum provides additional information and clarification to the Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase Project. The purpose of this addendum is to ensure that all Bidders have a clear and consistent understanding of the Project’s requirements and expectations. This addendum is divided into three parts: responses to questions submitted by Bidders; changes to the specifications that affect the scope of work; and changes to the drawings. CLARIFICATIONS/RESPONSES TO QUESTIONS – None Received This Addendum No. 1, and attachments, modifies the Bid and Contract Documents for Washington County Water Conservancy District’s Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase Project, and shall become part of the contract documents for this Project. Bidders shall acknowledge receipt of Addenda by number in the space provided for that purpose in the Bid Schedule. I. CONTRACT DOCUMENTS: CONTRACT/TECHNICAL SPECIFICATIONS a. Bid Schedules: i. REPLACE pages 8 and 9 in their entirety with the attached pages 8 and 9 of the Bid Schedule. b. Certification of Equipment/Material Manufacturers: i. DELETE pages 10 and 11 in their entirety. c. Certification Affidavit for Equipment/Material Manufacturers: i. DELETE page 12 in its entirety. d. Section 01 20 00 – Measurement and Payment: i. DELETE paragraph 1.03B and REPLACE with the following: “B. Bid Items: 1. Items 1 through 15: Valves 1 through 31 a. Measurement and Payment: Unit cost for Items 1 through 15 will be full compensation for administration and completion of the Work to supply to the Owner such items and ancillary equipment, including valves, actuators, shafts, spare parts, etc., delivered to the address indicated in the Invitation to Bid, as indicated in the specifications and shown on the drawings. 2. Item 16 through 18: Cost to adapt actuators for valves 11, 20, and 29 from Limitorque to supplier’s actuator a. Measurement and Payment: Unit cost for Items 16 through 18 will be full compensation for administration and completion of the Work to adapt the existing valve actuators from Limitorque to the supplier’s actuator. QCWTP Butterfly Valve Pre-Purchase Project Addendum No. 1 70097-001 Page 3 of 4 3. Item 19: Manufacturer’s field services for electric actuators a. Measurement and Payment: Lump sum for Item 19 will be full compensation for manufacturer’s construction field services for the electric valve actuators as indicated in the specifications. 4. Item 20: All other elements of the Contract Documents associated with Items 1-19 not included in other items a. Measurement and Payment: Lump sum for Item 20 will be full compensation for all other elements of the Contract Documents associated with Items 1-19 not included in other items, as indicated in the specifications and shown on the drawings. 5. Item 21: One year butterfly valve extended warranty a. Measurement and Payment: Lump sum for Item 21 will be full compensation for a one-year extended warranty for the butterfly valves included in Items 1 through 15. 6. Items 23 through 26: a. Measurement and Payment: Lump sum for Items 23 through 26. The price bid for each item specified in the Bid Schedule shall be considered complete compensation for supplying the item(s) to the project site.” e. Section 40 06 20 – Process Pipe, Valve, and Gate Schedules: i. REPLACE the valve schedule on page 2 with the attached pages 2 and 3 of the valve schedule. II. CONTRACT DOCUMENTS: DRAWINGS No changes This Addendum, including attachments (if any), shall become part of the Contract and all provisions of the Contract shall apply thereto. The time provided for completion of the Contract is not changed. Bidders shall acknowledge receipt of all Addenda by number in the space(s) provided in the Bid Schedule. Hazen and Sawyer Jeremy Williams, P.E. PE NO. 4940719 QCWTP Butterfly Valve Pre-Purchase Project Addendum No. 1 70097-001 Page 4 of 4 ATTACHED PAGES, SECTIONS, DETAILS, AND DRAWINGS 8 WASHINGTON COUNTY WATER CONSERVANCY DISTRICT Quail Creek Water Treatment Plant Butterfly Valve Pre-Purchase Bidder agrees to perform and supply all the Work described in the Contract Documents for the following unit or lump sum prices stated in the bid schedule(s). All bids shall be checked for mathematical errors by the Engineer. If errors have been made in the extension of the figures, it will be assumed that the unit prices are correct, and the total amounts will be revised to reflect the corrections. Award of the contract will be made to the qualified Bidder with the lowest responsive and responsible bid(s). Item descriptions correspond with the valve numbers in Section 40 06 20 – Process Pipe, Valve, and Gate Schedules. See Section 40 06 20 – Process Pipe, Valve, and Gate Schedules for information regarding valve type, size, class, operator, and other requirements. Bidder to list earliest possible equipment delivery date; however, all equipment must be delivered no later than October 1, 2025. BID SCHEDULE ITEM # ITEM DESCRIPTION EQUIPMENT DELIVERY DATE LUMP SUM BID PRICE (AMOUNT IN NUMBERS) 1 Valve 1 $ 2 Valve 2 $ 3 Valve 3, 4, and 6 $ 4 Valve 5 $ 5 Valve 7, 8, and 10 $ 6 Valve 9 $ 7 Valve 11 $ 8 Valve 12, 13, 14, 15, 16 and 18 $ 9 Valve 17 $ 10 Valve 19 $ 11 Valve 20 $ 12 Valve 21, 22, 23, 24, 25, 26, and 27 $ 13 Valve 28 $ 14 Valve 29 $ 15 Valve 30 and 31 $ 9 16 Cost to adapt the actuator for valve 11 from Limitorque to supplier’s actuator $ 17 Cost to adapt the actuator for valve 20 from Limitorque to supplier’s actuator $ 18 Cost to adapt the actuator for valve 29 from Limitorque to supplier’s actuator $ 19 Manufacturer’s field services for electric actuators $ 20 All other elements of the Contract Documents associated with Items 1-19 not included in other items $ 21 One year butterfly valve extended warranty $ 22 23. Total Lump Sum Bid Price for Items 1 Through 21 $ 24. Lump Sum Add (or Deduct): Indicate Which $ 25. Total Lump Sum Bid with Add (or Deduct) $ 26. Total Lump Sum Bid with Add (or Deduct) in Words: ________________________________________________________________________________________________ ________________________________________________________________________________________________ ________________________________________________________________________________________________ ATTEST: RESPECTFULLY SUBMITTED: Address (Seal - If Bid is by Corporation) Signature Valve Manufacturer Name Actuator Manufacturer Title VALVE # LOCATION VALVE TAG VALVE NAME SIZE (INCHES) VALVE TYPE OPERATOR VALVE SHAFT VALVE ENDS CLASS 1 RAW WATER PIPING VAL-1201 RAW WATER ISOLATION VALVE 1 36 BFV BVB NO FLG 150 2 RAW WATER PIPING VAL-1202 RAW WATER ISOLATION VALVE 2 24 BFV BVB NO FLG 150 3 FLOW CONTROL BUILDING CV-1210 INLET ISOLATION VALVE 1 36 BFV O/C E NO FLG 150 4 FLOW CONTROL BUILDING CV-1220 INLET ISOLATION VALVE 2 36 BFV O/C E NO FLG 150 5 FLOW CONTROL BUILDING CV-1230 INLET ISOLATION VALVE 3 24 BFV O/C E NO FLG 150 6 FLOW CONTROL BUILDING CV-1240 INLET ISOLATION VALVE 4 36 BFV O/C E NO FLG 150 7 FLOW CONTROL BUILDING CV-1211 FLOW CONTROL VALVE 1 36 BFV MOD E NO FLG 150 8 FLOW CONTROL BUILDING CV-1221 FLOW CONTROL VALVE 2 36 BFV MOD E NO FLG 150 9 FLOW CONTROL BUILDING CV-1231 FLOW CONTROL VALVE 3 24 BFV MOD E NO FLG 150 10 FLOW CONTROL BUILDING CV-1241 FLOW CONTROL VALVE 4 36 BFV MOD E NO FLG 150 11 FILTER 1 CV-4111 FILTER INLET ACTUATOR 24 N/A O/C E NO N/A 150 12 FILTER 2 CV-4121 FILTER INLET VALVE 24 BFV O/C E YES FLG 150 13 FILTER 3 CV-4131 FILTER INLET VALVE 24 BFV O/C E YES FLG 150 14 FILTER 4 CV-4141 FILTER INLET VALVE 24 BFV O/C E YES FLG 150 15 FILTER 5 CV-4151 FILTER INLET VALVE 24 BFV O/C E YES FLG 150 16 FILTER 6 CV-4161 FILTER INLET VALVE 24 BFV O/C E YES FLG 150 17 FILTER 7 CV-4171 FILTER INLET VALVE 24 BFV N/A YES FLG 150 18 FILTER 8 CV-4181 FILTER INLET VALVE 24 BFV O/C E YES FLG 150 19 SPARE N/A FILTER INLET VALVE 24 BFV O/C E NO FLG 150 20 FILTER 1 CV-4115 WASTE BACKWASH ACTUATOR 18 N/A O/C E NO N/A 150 21 FILTER 2 CV-4125 WASTE BACKWASH VALVE 18 BFV O/C E YES FLG 150 22 FILTER 3 CV-4135 WASTE BACKWASH VALVE 18 BFV O/C E YES FLG 150 VALVE AND ACTUATOR SCHEDULE QCWTP BUTTERFLY VALVE PRE-PURCHASE PROJECT NO. 70097-001 PROCESS PIPE, VALVE, AND GATE SCHEDULES 40 06 20 - 2 VALVE # LOCATION VALVE TAG VALVE NAME SIZE (INCHES) VALVE TYPE OPERATOR VALVE SHAFT VALVE ENDS CLASS VALVE AND ACTUATOR SCHEDULE 23 FILTER 4 CV-4145 WASTE BACKWASH VALVE 18 BFV O/C E YES FLG 150 24 FILTER 5 CV-4155 WASTE BACKWASH VALVE 18 BFV O/C E YES FLG 150 25 FILTER 6 CV-4165 WASTE BACKWASH VALVE 18 BFV O/C E YES FLG 150 26 FILTER 7 CV-4175 WASTE BACKWASH VALVE 18 BFV O/C E YES FLG 150 27 FILTER 8 CV-4185 WASTE BACKWASH VALVE 18 BFV O/C E YES FLG 150 28 SPARE N/A WASTE BACKWASH VALVE 18 BFV N/A NO FLG 150 29 FILTER-TO-WASTE PIPING CV-4100 FTW CONTROL VALVE ACTUATOR 12 N/A MOD E NO N/A 150 30 FINISHED WATER PIPING CV-6001 5 MG TANK INLET 36 BFV BVB NO FLG 150 31 FINISHED WATER PIPING CV-6020 DRAIN LINE 36 BFV BVB NO FLG 150 1) TYPE: BFV - BUTTERFLY VALVE; N/A = ELECTRIC ACTUATOR ONLY 2) OPERATOR: BVB = BURIED VALVE BOX WITH NUT; O/C E = OPEN / CLOSED (ELECTRIC ACTUATED); MOD E (MODULATING ELECTRIC ACTUATED); N/A = VALVE ONLY 3) SEE DRAWINGS FOR VALVE SHAFT REQUIREMENTS 4) MAXIMUM PRESSURE DIFFERENTIAL (PSI) ACROSS THE CLOSED VALVE EQUAL TO THE PRESSURE CLASS DESIGNATION QCWTP BUTTERFLY VALVE PRE-PURCHASE PROJECT NO. 70097-001 PROCESS PIPE, VALVE, AND GATE SCHEDULES 40 06 20 - 3 Appendix C: Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre- Purchase Volume I of II October 2024 Prepared by: Hazen and Sawyer 10619 S. Jordan Gateway, Suite 130 South Jordan, Utah 84095 NOT FOR CONSTRUCTIONJEREMY WILLIAMS No. 4940719 5/17/202410/7/2024 No. 11660942-2202 WILLIAM BRADSHAW 10\07\24 i TABLE OF CONTENTS VOLUME I – CONTRACT AND TECHNICAL SPECIFICATIONS PART A BIDDING AND CONTRACT REQUIREMENTS Title Pages Public Notice.................................................................................................................... 1 Information for Bidders ...................................................................................................2 Bid Schedules ...................................................................................................................7 Certification of Equipment/Material Manufacturers...................................................10 Acknowledgement of Review .........................................................................................13 Agreement.......................................................................................................................14 Supply Bond....................................................................................................................18 Notice of Award..............................................................................................................20 Notice to Proceed............................................................................................................21 Change Order .................................................................................................................22 PART B TECHNICAL SPECIFICATIONS Title DIVISION 01 – GENERAL REQUIREMENTS 01 20 00 Measurement and Payment................................................................................ 01 33 00 Submittal Procedures.......................................................................................... 01 61 00 Product Requirements and Options................................................................... 01 65 00 Product Delivery Requirements ......................................................................... 01 78 00 Operations and Maintenance Data.................................................................... 01 78 43 Spare Parts and Extra Material......................................................................... DIVISION 26 – GENERAL REQUIREMENTS 26 05 00 Basic Electrical Requirements ........................................................................... 26 05 53 Identification for Electrical Systems.................................................................. 26 09 16 Electric Controls and Relays .............................................................................. 26 24 19 Low Voltage Motor Control Centers……………………………………………….. 26 28 16.13 Enclosed Circuit Breakers….......................................................................... 26 29 23 Low Voltage Variable Frequency Motor Controllers......................................... VOLUME II - DRAWINGS 1 PUBLIC NOTICE Separate sealed bids for the Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase (Project) will be received by the Washington County Water Conservancy District at its office at 533 East Waterworks Drive, St. George, Utah 84770, until no later than 11:00 AM, Wednesday, November 6, 2024. At that time bids will be publicly opened and read aloud. The Project consists of furnishing electrical equipment such as electrical controls and relays, low voltage motor control centers, enclosed circuit breakers, and low voltage variable frequency drives. The project is located near the Quail Creek Water Treatment Plant in Hurricane, UT (located approximately 10 miles northwest of St. George, Utah). Contact Hazen and Sawyer (attn: Jeremy Williams) at (385) 342-1082 or jswilliams@hazenandsawyer.com to be placed on the plan holders list and to obtain copies of the bidding document. Bidders must be on the plan holders list to submit a bid. Copies of the Contract Documents and Specifications are available for free via email. 2 INFORMATION FOR BIDDERS BID SUBMISSION AND OPENING OF BIDS Bids must be received by the Owner at its office at 533 East Waterworks Drive, St. George Utah 84770 no later than Wednesday, November 6, 2024, at 11:00 AM. At that time Bids will be publicly opened and read aloud. Each Bid must be submitted in portable document format (PDF) via email to randy@wcwcd.gov. Each email must clearly identify the name of bidder, contact information, license number, if applicable, and that it contains a Bid for the Quail Creek Water Treatment Plant Package1 Electrical Equipment Pre-Purchase. Award will be based on the lowest combined Bid for each separate Bid Schedule. All Bids must be made on the Bid Schedule(s). All blank spaces for Bid prices and equipment delivery dates must be filled in (ink or typewritten). The Bid Schedule(s) must be fully completed and executed when submitted. A conditional or qualified bid will not be accepted. Only one copy of the Bid form is required. The Owner may waive any informalities or minor defects or reject any and all Bids. Any Bid may be withdrawn prior to the above-scheduled time for the opening of Bids. The Bidder is responsible to assure timely delivery of the Bid. Any Bid received after the time and date specified will not be opened or considered. No Bidder may withdraw a Bid within sixty (60) calendar days after the Bid opening. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder INTERPRETING DOCUMENTS If a Bidder is in doubt as to the true meaning of any part of the Contract Documents, Bidder may submit to Hazen and Sawyer a written request for interpretation thereof. The request for interpretation or clarification must be received not less than five (5) days prior to the date for opening Bids. Any interpretation of the proposed Contract Documents will be made only by Addendum duly issued and a copy of such Addendum will be mailed or delivered to each person receiving a set of Contract Documents. The Owner will not be responsible for any other explanations, interpretations, or clarifications of the Contract Documents. Bidders must satisfy themselves of the accuracy of the estimated quantities in the Bid Schedule by examination of the site and Contract Documents, including Addenda. By submitting a Bid, the Bidder waives any claim that there was a misunderstanding concerning the quantities of Work or of the nature of the Work to be done. 3 QUALIFICATIONS OF BIDDERS The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the Work contemplated therein. CERTIFICATION By submitting a Bid, the Bidder certifies that the Bidder has read and understands the documents provided, has become familiar with the conditions which might directly or indirectly affect provision of the Project, has identified any questions or concerns regarding provision of the Project, and has ensured that all questions are fully clarified. The Bidder certifies its ability to provide the Project as set forth in the Contract Documents based on detailed review of the information provided herein and any other information acquired by the Bidder and represents that the information in the Contract Documents is sufficient to determine the cost of the Project, to enter into the Agreement, and to provide the Work. AGREEMENT The Contract Documents contain the provisions required for the Project. Other information obtained from, or statements or representations made by an officer, agent, or employee of the Owner or any other person shall neither modify the Contract Documents nor affect the risks or obligations assumed by the Bidder or relieve Bidder from fulfilling any of the conditions of the Contract Documents. The Bidder to whom the contract is awarded will be required to execute the Agreement within ten (10) calendar days from the date when Notice of Award is delivered. The Notice of Award shall be accompanied by the necessary Agreement. In case of failure of the Bidder to execute the Agreement, the Owner may at his/her option consider the Bidder in default. The Owner within ten (10) days of receipt of the Agreement, signed by the party to whom the Agreement was awarded, shall sign the Agreement, and return to such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the Bidder may by written notice withdraw his/her signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner . NOTICE TO PROCEED The Owner shall issue the Notice to Proceed within ten (10) days of the execution of the Agreement by the Owner. Should there be reasons why the Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. 4 CONTACT INFORMATION Washington County Water Conservancy District ATTN: Randy Johnson – Project Manager 533 E. Waterworks Drive St. George, Utah 84770 (435) 673-3617 (office) randy@wcwcd.gov Hazen and Sawyer ATTN: Jeremy Williams 10619 S. Jordan Gateway, Suite 130 South Jordan, Utah, 84095 (385) 342-1082 (office) jswilliams@hazenandsawyer.com MINIMUM SPECIFICATIONS This Invitation for Bids is designed to provide Bidders with sufficient basic information to submit Bids meeting minimum requirements. It is not intended to limit the provision of the Project or exclude any relevant or essential data. Bidders are at liberty to expand upon the specifications to show relevant capability. At minimum, the Project must meet the following specifications and drawings: Technical Specifications The Bidder shall refer to the attached Technical Specifications included in Volume I. Drawings The Bidder shall refer to the attached Drawings included in Volume II. National Reference Standards The Bidder shall conform to the following National Reference Standards and organizations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ANSI American National Standards Institute ASTM American Society for Testing and Materials AWWA American Water Works Association ICBO International Conference of Building Officials NEC National Electric Code OSHA Occupational Safety and Health Administration SALES TAX NOTICE The Owner is a political subdivision of the State of Utah and is exempt from state sales tax. 5 BID SCHEDULES The Bidder shall use the Bid Schedule(s) form to submit the Bid. ACKNOWLEDGEMENT OF REVIEW The Bidder shall provide the Acknowledgement of Review as part of the Bid. REJECTING BIDS Bids may be rejected for any of the reasons set forth in Utah Code Annotated, Section 63G- 6a-120, including but not limited to the following circumstances: Bids that are not responsive, that violate a requirement of this Invitation for Bids, or that are not submitted before the submission deadline will be rejected. AWARD OF CONTRACT If the Owner awards a contract pursuant to the Invitation for Bids, the Owner will issue a Notice of Award to the successful Bidder. MATERIALS DELIVERY INFORMATION All materials shall be delivered to the Quail Creek Water Treatment Plant located at 5300 W, Hurricane, UT 84737. The Bidder shall give at least 3 days advance notice to the Owner of delivery of any materials. The Owner will arrange for unloading of materials. All equipment provided by the selected Bidder(s) shall be delivered as a total package with the delivery date for the item with the longest lead time governing the delivery schedule. Manufacture of items with reduced lead times shall be sequenced such that the date of manufacturer is within 6 months of the item with the longest lead time. DAMAGE LIABILITY When the materials are delivered, the Bidder and Owner will inspect them while still on the truck for any damage. Any visible damage found and acknowledged by the Owner will be deemed the responsibility of the Bidder, and the damaged material will be rejected and shall be replaced by the Bidder. WARRANTY Notwithstanding visual inspection and acceptance, the Bidder shall guarantee all materials furnished to be free from all defects due to faulty materials or workmanship for the warranty period specified in the individual equipment specifications. If a warranty period is not explicitly specified in the individual equipment specification, a minimum equipment warranty period of one (1) year shall be assumed. The warranty period shall begin at the date of delivery to the Owner. The Bidder shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. 6 TESTING AND INSPECTION Manufacturer equipment testing and installation inspection requirements are specified in the individual equipment specifications and shall be included in the bid. Manufacture shall coordinate with Owner’s selected future contractor to perform required field testing and equipment installation inspections. QUANTITIES AND PAYMENT The amount of work to be done and materials or services to be furnished under the contract, as noted in this document, are estimates and are not to be taken as an expressed or implied statement that the actual amount of work or materials will correspond to the estimate. In the event the total amount of the lowest acceptable bid exceeds the amount of funds available for the project, the scope of work will be modified as determined by the Owner and Engineer. The right is reserved to increase or decrease or to eliminate certain items from the work or materials if found desirable or expedient, and the Bidder is cautioned against unbalancing his/her bid by prorating his/her overhead into one bid item and/or schedule. The overhead and indirect charges should be prorated on all items in the Bidder’s bid(s). The Bidder will be allowed no claims for anticipated profits, loss of profits, or for damages because of any difference between the estimated and the actual amount of work done or materials furnished or used in the completed project. Other items of work defined in the specifications, but not listed in the Bid Schedule(s), shall be considered incidental to one or more of the items listed in the Bid Schedule(s) and shall be paid for under the bid items listed to which it is related. No payment will be made for items not delivered to the job site. The Bidder shall invoice for all items supplied to the job site by the 25th and before the 30th of each month. 7 BID SCHEDULES Proposal of ______________________________ (Bidder), organized and existing under the laws of the State of _____________ doing business as _______________________________________* to the Washington County Water Conservancy District (Owner). In compliance with the Invitation for Bids, Bidder hereby proposes to perform and supply all Work associated with the Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase in strict accordance with the Contract Documents, within the time and at the prices stated below in the Bid Schedule(s). All equipment provided by the selected Bidder(s) shall be delivered as a total package with the delivery date for the item with the longest lead time governing the delivery schedule. Manufacture of items with reduced lead times shall be sequenced such that the date of manufacturer is within 6 months of the item with the longest lead time. By submission of this Bid(s), Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that this Bid(s) has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid(s) with any other Bidder or with any competitor. The equipment delivery dates specified by the Bidder in the Bid Schedule is an essential condition of the Contract Documents. If awarded the contract to supply equipment for the Project, Bidder hereby agrees to commence Work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project by the time stated in the Bid Schedule. If Bidder shall fail to complete the Work within the Contract Time, or extension of time granted by the Owner, then the Bidder shall pay liquidated damages to the Owner of $2,500 for each calendar day after the date stipulated in the Bid Schedule. Bidder shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to the following and the Bidder has promptly given Written Notice of such delay to the Owner: 1. To unforeseeable causes beyond the control and without the fault or negligence of the Bidder, including but not restricted to acts of God, acts of the public enemy, acts of the Owner, acts of another supplier/contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather. Bidder acknowledges receipt of the following Addendum: *Insert "a corporation", "a partnership", or "an individual" as applicable. 8 WASHINGTON COUNTY WATER CONSERVANCY DISTRICT Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase Bidder agrees to perform and supply all the Work described in the Contract Documents for the following unit or lump sum prices stated in the bid schedule(s). All bids shall be checked for mathematical errors by the Engineer. If errors have been made in the extension of the figures, it will be assumed that the unit prices are correct, and the total amounts will be revised to reflect the corrections. Award of the contract will be made to the qualified Bidder with the lowest responsive and responsible bid(s). BID SCHEDULE ITEM ITEM DESCRIPTION EQUIPMENT DELIVERY DATE LUMP SUM BID PRICE (AMOUNT IN NUMBERS) 1 Motor Control Centers for MCC-6, MCC-7, MCC-8, variable frequency drives, and feeder circuit breakers $ 2 Manufacturer’s field services for MCC’s, VFD’s, and feeder circuit breakers $ 3 All Other Elements of the Contract Documents Associated with Item 1 Not Included in Other Items $ 4 $ 5. 6. Total Lump Sum Bid Price for Items 1 Through 4 $ 7. Lump Sum Add (or Deduct): Indicate Which $ 8. Total Lump Sum Bid with Add (or Deduct)$ 9. Total Lump Sum Bid with Add (or Deduct) in Words: 9 ATTEST: RESPECTFULLY SUBMITTED: Address (Seal - If Bid is by Corporation) Signature Name Title 10 CERTIFICATION OF EQUIPMENT/MATERIAL MANUFACTURERS DECLARATION OF EQUIPMENT SUPPLIERS: The Bidder shall base their Lump Sum Bid upon the specified and named (A) equipment/supplier items as listed in the following Owner-Selected Equipment/Supplier Schedule. If more than one (A) equipment/supplier is listed for the same equipment item, then the Bidder shall choose and base the Lump Sum Bid upon one of the specified and named (A) equipment/suppliers listed and shall so designate by circling the name of the chosen (A) equipment/supplier on the Schedule. If Bidder’s choice is not so indicated, the Lump Sum Bid will, by default, be based upon the first named (A) equipment/supplier in the Schedule. If an alternative (B) equipment/supplier is proposed, the desired (A) equipment/supplier must still be designated in the event that the alternate is not selected. The Contract will be awarded based on the selected (A) manufacturer. If the Owner accepts an alternate, the Contract amount will be adjusted by change order after execution of the Contract. PROPOSED DEDUCTS FOR PROPOSED EQUIPMENT/SUPPLIER ALTERNATES: Bidder may propose equipment/supplier alternates on the following Owner-Selected Equipment/Supplier Schedule by circling (B) and writing in an equal alternate, and by writing in the amount of deduct offered for the proposed equipment/supplier alternate. Where no space is provided on the Schedule for a write-in alternate, no such alternate will be considered. Design of this project is based upon the (A) named equipment/suppliers as listed in the Owner-Selected Equipment/Supplier Schedule. Should a Bidder propose an equipment/supplier alternate, Bidder shall include in their Bid any and all additional construction costs associated with the alternate and reimbursement to the Owner for any incurred engineering redesign costs associated with the alternate. The Bid shall also include any paid-up licenses necessary for the use of the equipment if required by the manufacturer. No equipment/supplier alternate will be considered unless a deduct is offered and, in the opinion of the Owner, it conforms to the requirements of the Contract documents in all respects except for make, manufacturer, and minor details. Equipment/supplier alternates will generally be deemed "equal" provided that, in the opinion of the Owner, the alternate is the same or better than the named (A) equipment/supplier in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the project requirements will be made by the Owner. Owner's allowance of an equipment/supplier alternate will constitute neither a waiver of the requirements of the Contract Documents nor agreement by the Owner that the alternate is equal to the named (A) equipment/supplier. The Owner may determine any proposed equipment/supplier alternate to be "not desired" as the Owner determines will best suit Owner’s sole best interests. Should a proposed and circled write-in alternate be determined "not equal" or "not desired" by the Owner, or should no proposed alternate be indicated; then the Bidder must provide the named (A) equipment/supplier listed in the Owner-Selected Equipment/Supplier 11 Schedule, and if more than one (A) equipment/supplier is listed, the name circled by the bidder must be provided. SUBMITTAL REQUIREMENTS FOR PROPOSED UNNAMED (WRITE-IN) EQUIPMENT/SUPPLIER ALTERNATES Bidder shall submit information with its Proposal, as described below for the Owner's use in determining the equality or desirability of proposed (write-in) equipment/supplier alternates. Bidder's failure to comply with the following requirements will result in a determination by the Owner that the proposed alternate is "not desired". For each proposed equipment/supplier alternate, Bidder shall submit with his Proposal one set of Drawings, Specifications, complete descriptive material, a detailed listing of proposed equipment, and other information, including, but not limited to, the following: 1. Dimensional and weight information on components and assemblies. 2. Catalog information. 3. Manufacturer's specifications, including materials descriptions and paint systems descriptions. 4. Complete listing of requested exceptions to the requirements of the Contract Documents. 5. Written description and Drawings regarding all changes and modifications to the Work necessary to adapt the equipment to the arrangements shown or function described in the Contract Documents. 6. Time of delivery OWNER SELECTED EQUIPMENT/SUPPLIER SCHEDULE Section Number Description Equipment Supplier Amount of Deduct for Alternative Equipment 26 09 16 Electric Controls and Relays (A) Square D (B) Proposed Or equal _____________________ 26 24 19 Motor Control Centers (A) Square D (B) Proposed Or equal _____________________ 26 28 16.13 Enclosed Circuit Breakers (A) Square D (B) Proposed Or equal _____________________ 12 26 29 23 Low -Voltage Variable Frequency Motor Controller (A) Square D (B) Proposed Or equal _____________________ NOTE: BIDDER MUST CIRCLE A BASE BID MANUFACTURER FOR EACH EQUIPMENT ITEM. CERTIFICATION AFFIDAVIT FOR EQUIPMENT/MATERIAL MANUFACTURERS THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE AND BELIEF. I FURTHER UNDERSTAND AND AGREE THAT, IF AWARDED A CONTRACT, THIS CERTIFICATION SHALL BE ATTACHED THERETO AND BECOME A PART THEREOF. NAME OF SIGNER: (Please Print or Type) TITLE OF SIGNER: (Please Print or Type) SIGNATUR: DATE: 13 ACKNOWLEDGEMENT OF REVIEW The Bidder has read and understands the Contract Documents, has identified any questions or concerns about the Project, and has ensured that all questions are fully clarified. The Bidder certifies and confirms its ability to deliver materials for the Project, within the stated equipment delivery time, based on detailed review of the Contract Documents, and represents that the Contract Documents are full and complete, sufficient to have enabled the determination of the cost of the Work therein, to enter into the Agreement, and to enable Bidder to supply the Work outlined hereunder, and that the Bidder has no knowledge of any discrepancies, omissions, ambiguities, or conflicts in the Contract Documents. BIDDER: By Date 14 AGREEMENT THIS AGREEMENT made this ___ day of ________, 20____, by and between Washington County Water Conservancy District (Owner) and ______________________ doing business as a(n) ______ (Bidder). WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. Commencement and Completion. The Bidder will commence and complete the materials supply within the equipment delivery time stated in the Bid Schedule(s) for the Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre- Purchase. 2. Necessary Services. The Bidder will furnish all the materials and associated appurtenances as described in the Contract Documents. The Bidder shall notify Owner at least 3 days prior to delivery of any materials in order for the Owner to arrange for unloading the materials. 3. Contract Price. The Contractor agrees to comply with the terms in the Contract Documents for the sum of $____________________________. 4. Contract Documents. The term "Contract Documents" means and includes the following: a. Public Notice b. Invitation for Bids c. Bid Schedule d. Acknowledgement of Review e. Agreement f. Supply Bond g. Notice of Award h. Notice to Proceed i. Change Order j. Volume I Technical Specifications prepared or issued by Washington County Water Conservancy District dated October 2024. k. Volume II Drawings prepared by Hazen and Sawyer dated October 2024. l. Addenda: No._____ dated _______________, 20_____. No._____ dated _______________, 20_____. 5. Payment. The Owner will pay the Bidder in the manner and at such times as set forth in the Contract Documents and in such amounts as required by the Contract Documents. 6. Ownership of Information. Title to all reports, information, data, computer data elements, and software prepared by the Bidder in performance of this Agreement shall vest in the Owner. The Bidder may publish and/or use the reports, information, data, computer data elements and software prepared in the performance of the Agreement for its non- 15 commercial, educational and research purposes only, provided, however, that no such information shall be disclosed without the prior consent of the Owner. Subject to applicable State and Federal laws, regulations, the Owner shall have full and complete rights to reproduce, duplicate, disclose, and otherwise use all such information. 7. Confidentiality of Records. The Bidder shall establish, maintain, and practice procedures and controls that are acceptable to the Owner for the purpose of assuring that no information contained in the Bidder’s records or obtained from the Owner or others in the course of carrying out its functions under this Agreement shall be used or disclosed by it, its agents, officers, or employees, except as is essential to the performance of duties under this Agreement. Persons requesting such information from the Bidder shall be referred to the Owner for access to records in compliance with the Utah Government Records and Management Act. If the performance of duties under this Agreement requires the Bidder to disclose information other than as is set forth in this section, prior to doing so, the Bidder shall apply to the Owner for written permission to make such disclosure. 8. Record Keeping, Audits, and Inspections. The Bidder and any Subconsultants shall maintain financial and operation records in sufficient detail to document all transactions relating to the disbursement of contract funds and shall make available for audit and inspection all such records relating to contract services, requirements, and expenditures until all audits initiated by State and Federal auditors are completed, for a period of five (5) years from the date of termination of this Agreement or for such period as is required by any other paragraph of this Agreement, whichever is longer. Records which relate to disputes, litigation, or the settlement of claims arising out of the performance of this Agreement, or to cost and expenses of this Agreement as to which exception has been taken by the Owner, shall be retained by the Bidder until disposition has been made of such disputes, litigation, claims, or exceptions. 9. Default. Except as specifically provided for herein, a default by any party in an obligation set forth herein shall not result in, or be the basis for, the termination or rescission of this Agreement. 10. Waiver. The waiver by any party to this Agreement of a breach of any provision of this Agreement shall not be deemed to be a continuing waiver or a waiver of any subsequent breach, whether of the same or any other provision of this Agreement. Any waiver shall be in writing and signed by the waiving party. 11. Rights and Remedies. The parties shall have all rights and remedies provided under applicable Federal or State law for a breach or threatened breach of this Agreement. These rights and remedies shall not be mutually exclusive, and the exercise of one or more of these rights and remedies shall not preclude the exercise of any other rights and remedies. Each party confirms that damages at law may be an inadequate remedy for a breach or threatened breach of any provision hereof and the respective rights and obligations of the parties hereunder shall be enforceable by specific performance, injunction, or other equitable remedy. 12. Utah Law to Govern. This Agreement has been drawn and executed in the State of Utah. All questions concerning the meaning, intention and enforcement of any of its terms 16 or its validity shall be determined in accordance with the laws of the State of Utah. In any dispute jurisdiction and venue shall be in Utah. 13. Binding on Successors in Interest. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 14. Authorization. Each individual executing this Agreement does represent and warrant to each other so signing (and each other entity for which another person may be signing) that he or she has been duly authorized to sign this Agreement in the capacity and for the entities set forth where he or she so signs. 15. Counterparts. This Agreement may be executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 16. Inducement. The making and execution of this Agreement has not been induced by any representation, statement, warranty, or agreement other than those herein expressed. 17. Integration. All agreements heretofore made in the negotiation and preparation of this Agreement between the parties hereto are superseded by and merged into this Agreement, no statement or representation not embodied herein shall have any binding effect upon the parties hereto and there shall be no amendments hereto except those in writing signed by the parties hereto. 18. Time is of the Essence. Time is of the essence with regard to this Agreement as to each covenant, term, condition, representation, warranty, and provision hereof. 19. Necessary Acts and Cooperation. The parties hereby agree to do any act or thing and to execute any and all instruments required by this Agreement and which are necessary and proper to make effective the provisions of this Agreement. 20. Partial Validity. If any portion of this Agreement shall be held invalid or inoperative, then insofar as is reasonable and possible: a. The remainder of this Agreement shall be considered valid and operative, and, b. Effect shall be given to the intent manifested by the portion held invalid or inoperative. 21. Ambiguities. This Agreement has been negotiated and drafted by all parties hereto and the general rule of contract construction that ‘ambiguities shall be construed against the draftsman’ shall have no application to this Agreement. 22. No Third-Party Beneficiaries. This Agreement is not intended to be a third-party beneficiary contract for the benefit of any third parties, including but not limited to any customer of any party, and no such persons shall have any right of subrogation or cause of action against any party for any breach or default by any party hereunder. In addition, no third parties shall have any rights hereunder that would, in any way, restrict the parties' right to modify or renew this Agreement at any time or in any manner. Nothing in this Agreement is intended to relieve or discharge the obligation or liability of any third persons to any party to this Agreement. 17 23. Equal Opportunities Clause. The parties shall abide by applicable provisions of state and federal law, including executive orders, that prohibit discrimination against any employee or applicant for employment or any applicant or recipient of services, on the basis of race, religion, color, national origin, sex, age, or disabilities and that prohibit sexual harassment in the workplace. 24. Boycott Restrictions. Pursuant to Utah Code Annotated Section 63G-27-201, the Bidder certifies that it is not currently engaged in a boycott of the State of Israel or an economic boycott. The Bidder agrees not to engage in a boycott of the State of Israel for the duration of this Agreement. The Bidder agrees to notify the Owner in writing if it begins engaging in an economic boycott. 25. Availability of Funds. Implementation of this Agreement shall be subject to the availability of appropriated funds. The Owner may cancel or suspend this Agreement without penalty if adequate funds are not appropriated or received. 26. Sovereign Immunity. Nothing in this Agreement shall be construed to waive the sovereign immunity of the Owner. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement on the date first above written. OWNER: Washington County Water Conservancy District By __________________________________________ Name _______________________________________ Title ________________________________________ BIDDER: _____________________________________________ By __________________________________________ Name _______________________________________ Address _____________________________________ _____________________________________________ 18 SUPPLY BOND (Name of Bidder) (Address of Bidder) a , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto_______________________________ Washington County Water Conservancy District (Name of Owner) 533 East Waterworks Drive, St. George, Utah 84770 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($________), in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the ___ day of ________, 20__, a copy of which is hereto attached and made a part hereof for the supply of Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if Principal shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect its obligation 19 on this Bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the Contract Documents or to the Work. PROVIDED, FURTHER, that no final settlement between the Owner and the Principal shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in ___ counterparts, each one of which shall be deemed an original, this the ___ day of ________, 20__. BIDDER AS PRINCIPAL _________________________________ (Seal) Bidder’s Name and Corporate Seal By: Signature ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title SURETY _________________________________ (Seal) Surety’s Name and Corporate Seal By: Signature (Attach Power of Attorney) ________________________________ Print Name ________________________________ Title Attest: _________________________ Signature ________________________________ Title NOTE: The date of Bond must not be prior to the date of Contract. If Bidder is a partnership, all partners should execute the Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. 20 NOTICE OF AWARD To: __________________________________ Project Description: Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase The Owner has considered the Bid(s) submitted by you for the Work in response to its Invitation for Bids dated ______________, 20_____. You are hereby notified that your Bid(s) has been accepted in the amount of $ ____. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this _______ day of ______________, 20______. Washington County Water Conservancy District Owner By ___________________________________________ Name ________________________________________ Title _________________________________________ ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the day of , 20___. By Name Title 21 NOTICE TO PROCEED To: __________________________________ Project Description: Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase You are hereby notified to commence Work in accordance with the Agreement dated _____, on or before ______, and you are to complete all on-site Work by _____. Washington County Water Conservancy District Owner By ___________________________________________ Name ________________________________________ Title _________________________________________ ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by this the day of , 20___. By Name Title 22 CHANGE ORDER Order No. Date: Agreement Date: NAME OF PROJECT: Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase OWNER: ___________________________________________________________________________ BIDDER: _____________________________________________________________________ The following changes are hereby made to the Contract Documents: Justification: _____________________________________________________________________________________ CHANGE TO CONTRACT PRICE: Original Contract Price $ Current Contract Price adjusted by previous Change Orders $ The Contract Price due to this Change Order will be (increased/decreased) by: $ The new Contract Price including this Change Order will be $ CHANGE TO CONTRACT TIME: The Contract Time will be (increased) (decreased) by calendar days. The date for completion of all Work will be . APPROVALS: ENGINEER: _____________________________________________________________________ BIDDER: __________________________________________________________________ WASHINGTON COUNTY WATER CONSERVANCY DISTRICT: _____________________ QCWTP PACKAGE 1 ELECTRICAL MEASUREMENT AND PAYMENT EQUIPMENT PRE-PURCHASE 01 20 00 - 1 PROJECT NO. 70097-001 SECTION 01 20 00 MEASUREMENT AND PAYMENT PART 1 – GENERAL 1.01 SUMMARY A. Section lncludes: 1. Items listed in this Section refer to and are the same pay items listed in the Bid Schedule and constitute all pay items. All costs shall be included in the prices named in the Bid Schedule for the various items of Work. Except as otherwise provided herein, no separate payment will be made for any item that is not specifically set forth in the Bid Schedule 2. Compensation for all services, items, materials, and equipment shall be included in prices stipulated for lump sum and unit price pay items listed in this Section and included in the Contract. 3. Bid amounts will include all materials delivered to the location specified in the Information for Bidders. 4. Payment for all items in the Bid Schedule will include full compensation for materials delivered to the location specified in the Information for Bidders 5. No direct or separate payment will be made for providing miscellaneous temporary or accessory works, bonds, insurance, or other requirements of the General Requirements, and other requirements of the Contract Documents. 6. Note that the information provided in this Section is intended for use as a general description of the breakdown of work to be included in the Bid Schedule. The following descriptions are NOT intended to represent a complete listing of all Work required by the Contract Documents. It is the Bidder’s responsibility to make sure that costs for all Work required in the plans and specifications is accounted for in the appropriate Bid Items, whether or not specifically described in this Measurement and Payment section. The Owner is not responsible for Bidder’s failure to properly coordinate with Subcontractors and Suppliers regarding the breakdown of Work in these Contract Documents QCWTP PACKAGE 1 ELECTRICAL MEASUREMENT AND PAYMENT EQUIPMENT PRE-PURCHASE 01 20 00 - 2 PROJECT NO. 70097-001 1.02 ENGINEER’S ESTIMATE OF QUANTITIES A. ENGINEER’S and OWNER’s estimated quantities for unit price pay items, as listed in the Bid Schedule, are approximate only and are included solely for the purpose of comparison of Bids. Owner does not expressly or by implication agree that the actual quantities of materials furnished will correspond therewith and reserves the right to increase or decrease any quantity or to eliminate any quantity as Owner may deem necessary. Bidder will not be entitled to any adjustment in a unit bid price as a result of any change in an estimated quantity and agrees to accept the aforesaid unit bid prices as complete and total compensation for any additions caused by changes or alterations in the Work ordered by Owner. 1.03 ADMINISTRATIVE REQUIREMENTS A. Bidder shall include all additional Work items, services, goods, resources, and manpower necessary for completion of the of the Work in accordance with the Contract Documents. Bidder shall include these costs within the listed items on the Bid Form and as specified herein. B. Bid Items: 1. Item 1: Motor control centers, variable frequency drives, feeder circuit breakers, and disconnect switches. a. Measurement and Payment: Unit cost for Item 1 will be full compensation for administration and completion of the Work to supply to the Owner such items and ancillary equipment, including motor control centers, variable frequency drives, feeder circuit breakers, disconnect switches, spare parts, etc., delivered to the address indicated in the Invitation to Bid, as indicated in the specifications and shown on the drawings. 2. Item 2: Manufacturer’s field services for motor control centers, variable frequency drives, feeder circuit breakers, and disconnect switches. a. Measurement and Payment: Lump sum for Item 2 will be full compensation for manufacturer’s construction field services for the motor control centers, variable frequency drives, feeder circuit breakers, and disconnect switches as indicated in the specifications. 3. Item 3: All other elements of the Contract Documents associated with Items 1 and 2 not included in other items. a. Measurement and Payment: Lump sum for Item 3 will be full compensation for all other elements of the Contract Documents associated with Items 1 QCWTP PACKAGE 1 ELECTRICAL MEASUREMENT AND PAYMENT EQUIPMENT PRE-PURCHASE 01 20 00 - 3 PROJECT NO. 70097-001 and 2 not included in other items, as indicated in the specifications and shown on the drawings. 4. Items 4 through 8 a. Measurement and Payment: Lump sum for Items 4 through 8. The price bid for each item specified in the Bid Schedule shall be considered complete compensation for supplying the item(s) to the project site. 5. _______________________. 6. _______________________. C. Alternate Bid Items: PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP PACKAGE 1 ELECTRICAL SUBMITTAL PROCEDURES EQUIPMENT PRE-PURCHASE 01 33 00 - 1 PROJECT NO. 70097-001 SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 – GENERAL 1.01 SUMMARY A. Section includes: 1. Supplier shall provide submittals in accordance with this Section. B. Related Sections: 1. Section 01 78 23  Operation and Maintenance Data. 1.02 ADMINISTRATIVE REQUIREMENTS A. Types of Submittals: When type of submittal is not specified and is not specified in this Section, Engineer will determine type of submittal. 1. Action/Informational Submittals: a. Shop Drawings. b. Product data. c. Design data not sealed and signed by a design professional retained by Supplier. d. Supplier instructions, including installation data, and instructions for handling, starting-up, and troubleshooting. 2. Closeout Submittals: a. Maintenance contracts. b. Operations and maintenance data. c. Warranty documentation. d. Record documentation. 3. Maintenance Material Submittals: a. Maintenance materials schedule and checklist. QCWTP PACKAGE 1 ELECTRICAL SUBMITTAL PROCEDURES EQUIPMENT PRE-PURCHASE 01 33 00 - 2 PROJECT NO. 70097-001 b. Spare parts. c. Extra stock materials. d. Tools. 4. Quality Assurance Submittals: a. Performance affidavits. b. Certificates. c. Source quality control submittals (other than testing plans, procedures, and testing limitations), including results of shop testing. d. Supplier reports. e. Qualifications statements. B. Submittal Requirements: 1. Supplier shall submit electronic copy of submittals for Engineer’s review via Owner’s selected Construction Management Information System (CMIS) unless otherwise specified in individual Specification Sections. Acceptable electronic formats are Adobe PDF. 2. Submittals shall be furnished in two-dimensional PDF and shall be electronically searchable. 3. Submittal shall be accompanied by letter of transmittal containing date, project title, Supplier’s name, number and title of submittal, list of relevant Specification Sections, notification of deviations from Contract Documents, and other material required for Engineer’s review. C. Scheduling: 1. Provide submittals well in advance of the Work following Engineer’s approval or acceptance of the associated submittal. Work covered by a submittal will not be included in progress payments until approval or acceptance of related submittals has been obtained in accordance with the Contract Documents. 2. Submittals shall be provided by Supplier with at least twenty (20) working days from Notice to Proceed for review and processing. QCWTP PACKAGE 1 ELECTRICAL SUBMITTAL PROCEDURES EQUIPMENT PRE-PURCHASE 01 33 00 - 3 PROJECT NO. 70097-001 1.03 SCHEDULE OF SUBMITTALS A. Schedule of Submittals, as specified in this Section: 1. Content: Requirements for content of preliminary Schedule of Submittals and subsequent submittals of the Schedule of Submittals are identical. a. Identify submittals required in the Contract Documents. Updates to Schedule of Submittals shall show scheduled dates and actual dates for completed tasks. b. Indicate the following for each submittal: 1) Equipment lead time. 2) Date when submittals are requested and received from Supplier. 3) Date when certification is received from Supplier and when submitted to Engineer. 4) Date when submittals are submitted to Engineer and returned with disposition from Engineer. 5) Date when submittals are revised by Supplier and submitted to Engineer. 6) Date when submittals are returned with “Furnish as Submitted” (FAS) or “Furnish as Corrected” (FAC) disposition from Engineer. 7) Date when approved submittals are returned to Supplier. 8) Date of Supplier scheduled delivery of equipment and material. 9) Date of actual delivery of equipment and material. 10) For submittals for materials or equipment, date by which material or equipment must be at the Site to avoid delaying the Work. 2. Schedule of Submittals that that places extraordinary demands on Engineer for time and resources, is unacceptable. Do not include submittals not required by the Contract Documents. 3. In preparing Schedule of Submittals: a. Considering the nature and complexity of each submittal, allow sufficient time for review and revision. QCWTP PACKAGE 1 ELECTRICAL SUBMITTAL PROCEDURES EQUIPMENT PRE-PURCHASE 01 33 00 - 4 PROJECT NO. 70097-001 b. Reasonable time shall be allowed for: Engineer’s review and processing of submittals, for submittals to be revised and resubmitted, and for returning submittals to Supplier. c. Identify and accordingly schedule submittals that are expected to have long anticipated review times. 1.04 ACTION/INFORMATIONAL SUBMITTALS A. Provide the following Submittals in accordance with the individual Specification Sections, including, but not limited to, the following: 1. Product Data: a. Catalog cut-sheets b. Descriptive bulletins/brochures/specifications c. Material of construction data, including details on all components including applicable ASTM designations. d. Lifting, erection, installation, and adjustment instructions, and recommendations. e. Finish/treatment data, including interior and exterior shop coating systems. f. Equipment/material weight/loading data, including total uncrated weight of the equipment plus the approximate weight of shipped materials. Support locations and loads that will be transmitted to bases and foundations following installation. Size, placement, and embedment requirements of anchor bolts. g. Motor data including horsepower; enclosure type; voltage; insulation class; temperature rise and results of dielectric tests; service-rating; rotative speed; motor speed-torque relationship; efficiency and power factor at ½, ¾, and full load; slip at full load; running, full load, and locked rotor current values; safe running time-current curves; motor protective devices; and interconnection diagrams. h. Engineering design data, calculations, and system analyses i. Digital system documentation j. Operating sequence descriptions k. Software/programming documentation QCWTP PACKAGE 1 ELECTRICAL SUBMITTAL PROCEDURES EQUIPMENT PRE-PURCHASE 01 33 00 - 5 PROJECT NO. 70097-001 l. Manufacturer’s instructions 2. Shop Drawings: a. Equipment and material layout drawings, including panel layout drawings. b. System schematics and diagrams including, but not limited to, piping systems; HVAC and ventilation systems; process equipment systems; electrical operating systems; wiring diagrams; controls, alarm and communication systems. c. Layout and installation drawings (interior and exterior) for all pipes, valves, fittings, sewers, drains, heating and ventilation ducts, all electrical, heating, ventilating and other conduits, plumbing lines, electrical cable trays, lighting fixture layouts, and circuiting, instrumentation, interconnection wiring diagrams, communications, power supply, alarm circuits, etc. d. Layout and installation drawings shall show connections to structures, equipment, sleeves, valves, fittings, etc. e. Drawings shall show the location and type of all supports, hangers, foundations, etc., and the required clearances to operate valves, equipment, etc. f. Equipment and material schedules. 1.05 CLOSEOUT SUBMITTALS A. Provide the following Closeout Submittals in accordance with the individual Specification Sections, including, but not limited to, the following: 1. Maintenance contracts 2. Warranty documentation 3. Software programming and documentation. B. On documents such as maintenance contracts and bonds, include on each document furnished original signature of entity issuing the document. C. Operations and Maintenance Data: Submit in accordance with Section 01 78 23  Operations and Maintenance Data. QCWTP PACKAGE 1 ELECTRICAL SUBMITTAL PROCEDURES EQUIPMENT PRE-PURCHASE 01 33 00 - 6 PROJECT NO. 70097-001 1.06 MAINTENANCE MATERIAL SUBMITTALS A. For spare parts, extra stock materials, and tools, submit quantity of items specified in associated Specification Section. 1.07 SUPPLIER’S RESPONSIBILITIES A. Supplier shall clearly and concisely indicate and mark equipment and material being submitted to meet the intent of the Contract Documents. Equipment and material not being submitted shall be deleted, stricken through, or otherwise designated not being submitted. Equipment and material data sheets shall be included once with cross references throughout the submittal. Multiple equipment and material data sheets for the same item within a submittal may receive a rejected disposition until corrected. B. Supplier shall provide Supplier’s stamp of approval certifying submittal material has been reviewed and conform to the Contract Documents prior to submitting material for Engineer’s review. C. Supplier shall provide written notice of deviations or variations that submittal may have with the Contract Documents. D. Supplier shall provide bound, dated, labeled, tabulated, and consecutively numbered submittals as specified in the individual Specification Section. Label shall contain the following: 1. Specification Section. 2. Referenced Drawing number. 3. Subcontractor or Supplier name. 4. Type of equipment and/or materials. E. Supplier shall perform the following after receiving Engineer’s review disposition: 1. Order, fabricate, or ship equipment and materials included in the submittal (pending Engineer’s review of source quality control submittals) with the following disposition: a. “Furnish as Submitted” (FAS). b. “Furnish as Corrected” (FAC). c. “Furnish as Corrected – Confirm” (FACC), only portions of Work that do not require resubmittal for Engineer’s review. QCWTP PACKAGE 1 ELECTRICAL SUBMITTAL PROCEDURES EQUIPMENT PRE-PURCHASE 01 33 00 - 7 PROJECT NO. 70097-001 2. Resubmittal requirements: a. Partial resubmittal of “Furnish as Corrected – Confirm” (FACC) returned dispositions, until Engineer’s disposition is either “Furnish as Submitted” (FAS) or “Furnish as Corrected” (FAC). b. Full resubmittal of material with Engineer’s disposition of “Revise and Resubmit” (R&R), until Engineer’s disposition is “Furnish as Submitted” (FAS), “Furnish as Corrected” (FAC), or “Furnish as Corrected – Confirm” (FACC) that requires a partial resubmittal. 1.08 ENGINEER’S REVIEW A. Engineer’s review of the Supplier’s submittal shall not relieve Supplier’s responsibility under the Contract Document. An acceptance of a submittal shall be intended to mean the Engineer does not have specific objection to the submitted material, subject to conformance with the Contract Drawings and Specifications. B. Engineer’s review of Supplier’s submittal shall be confined to general arrangement and compliance with the Contract Documents, and shall not be for the purpose of checking dimensions, weights, clearances, fittings, tolerances, interferences, etc. C. Review Dispositions: 1. “Furnish as Submitted” (FAS) – No exceptions are taken. 2. “Furnish as Corrected” (FAC) – Minor corrections are noted for Supplier’s correction. 3. “Furnish as Corrected – Confirm” (FACC) – Corrections are noted and partial resubmittal shall be made as noted. 4. “Revise and Resubmit” (R&R) – Corrections are noted and complete resubmittal shall be made. Submittal does not conform to applicable requirements of the Contract Documents and is not acceptable. Revise submittal and re-submit to indicate acceptability and conformance with the Contract Documents. 5. “Receipt Acknowledged” (RA) – a. Information included in submittal conforms to the applicable requirements of the Contract Documents and is acceptable. No further action by Supplier is required relative to this submittal, and the Work covered by the submittal may proceed, and products with submittals with this disposition may be shipped or operated, as applicable. QCWTP PACKAGE 1 ELECTRICAL SUBMITTAL PROCEDURES EQUIPMENT PRE-PURCHASE 01 33 00 - 8 PROJECT NO. 70097-001 b. Information included in submittal is for Project record purposes and does not require Engineer’s review or approval. 6. “Rejected” (R) – Information included in submittal does not conform to the applicable requirements of the Contract Documents and is unacceptable. Supplier shall submit products and materials as specified in the Contract Documents or provide required information for substitution as specified in the Contract Documents for consideration by Engineer. D. Electronic Submittal Return to Supplier: Electronic submittals shall be returned electronically with dispositions provided. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP PACKAGE 1 ELECTRICAL PRODUCT REQUIREMENTS AND OPTIONS EQUIPMENT PRE-PURCHASE 01 61 00 - 1 PROJECT NO. 70097-001 SECTION 01 61 00 PRODUCT REQUIREMENTS AND OPTIONS PART 1 – GENERAL 1.01 SUMMARY A. Section includes: 1. Common requirements for products. 2. Requirements for consideration of “or equal” products. 3. Warranty requirements of products. 1.02 REFERENCES A. Definitions: 1. “Products” includes materials, equipment, machinery, components, fixtures, systems, and other goods incorporated in the Work. Products do not include machinery and equipment used for preparing, fabricating, conveying, erecting, or installing the Work. Products include Owner-furnished goods incorporated in the Work where use of such goods is specifically required in the Contract Documents. 2. “Special Warranties” includes additions or modifications to standard warranty requirements specified in the Contract Documents. 1.03 SUBMITTALS A. Warranty Log Book: 1. Submit warranty log book prepared specifically for this Project. Submittal shall include a summary listing of all equipment and material warranties furnished in the Contract, date received, and start/end date of warranty period. Individual warranty documentation shall be provided in the submittal. 2. Submit prior to submittal of final application for payment. B. Patent Documentation: Submit licensing arrangement and agreement documentation. 1.04 REQUIREMENT A. Common Products: QCWTP PACKAGE 1 ELECTRICAL PRODUCT REQUIREMENTS AND OPTIONS EQUIPMENT PRE-PURCHASE 01 61 00 - 2 PROJECT NO. 70097-001 1. Provide products that have not been previously incorporated into another project or facility unless otherwise indicated in the Contract Documents. 2. Provide products of the same generic kind from a single source. 3. Provide products complete with accessories, trim, finish, fasteners, and other items shown, indicated, or required for a complete installation for the indicated use and performance. 4. Standard Products: When available, and unless custom or nonstandard options are specified or indicated, provide standard products of types that have been produced and used successfully in similar situations on other projects. 5. Visual Matching: Where required in the Contract Documents, provide products that match referenced existing construction, approved mock-ups, or approved Sample, as determined by Engineer. B. Product Compatibility: 1. Similar products by the same Supplier shall be compatible with each other, unless otherwise indicated in the Contract Documents. 2. Provide products compatible with products previously selected or installed on the Project. C. Product Options: 1. For products specified only by reference standard or description, without reference to Supplier, provide products meeting that standard, by a Supplier or from a source that complies with the Contract Documents. 2. For products specified by naming one or more products or Suppliers, provide the named products that comply with the Contract Documents, unless an “or equal” or substitute product is approved by Engineer. 3. For products specified by naming one or more products or Suppliers and the term, “or equal”, when Contractor proposes a product or Supplier as an “or equal”, submit to Engineer a request for approval of an “or equal” product or Supplier. 4. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is allowed, there is no option and no substitution will be allowed. D. Concerning Patents: QCWTP PACKAGE 1 ELECTRICAL PRODUCT REQUIREMENTS AND OPTIONS EQUIPMENT PRE-PURCHASE 01 61 00 - 3 PROJECT NO. 70097-001 1. Owner shall be provided a guarantee by equipment Supplier that equipment and material furnished in accordance with the Contract Documents is not the subject of patent litigation. 2. Patent litigation or controversy shall include, but not limited to, the following: a. Actual furnished equipment and material that is subject or could be subject to patent litigation or is known to infringe on a patent. b. Furnished equipment and material which may result in a process that use of equipment and material in a manner that infringes upon or violates a patent. 3. When patent infringement may occur, Supplier shall submit license arrangements among parties, including Supplier and patent owner (controller of patent) at a minimum, which shall permit use of equipment and material as specified in the Contract Documents. 4. Supplier shall indemnify and hold harmless Owner and Engineer against all claims, costs, losses, and damages arising out of or relating to any infringement or patent rights or copyrights incident to the use of equipment and material specified in the Contract Documents. E. “Or Equal” Products: 1. For proposed products not named in the Contract Documents and considered as an “or equal”, Supplier shall request in writing Engineer’s approval of the “or equal”. Request for approval of an “or equal” product shall accompany the Shop Drawing or product data submittal for the proposed product and shall include: a. Supplier’s request that the proposed product be considered as an “or equal” in accordance with the Contract Documents, accompanied by Supplier’s certifications required in the Contract Documents. b. Documentation adequate to demonstrate that proposed product does not require revisions to the Contract Documents, that proposed product is consistent with the Contract Documents, and that proposed product will produce results and performance required in the Contract Documents, and that proposed product is compatible with other portions of the Work. c. Detailed comparison of significant qualities of proposed product with the products and manufacturers named in the Contract Documents. Significant qualities include attributes such as performance, weight, size, durability, visual effect, performance and specific features and requirements shown or indicated. QCWTP PACKAGE 1 ELECTRICAL PRODUCT REQUIREMENTS AND OPTIONS EQUIPMENT PRE-PURCHASE 01 61 00 - 4 PROJECT NO. 70097-001 d. Evidence that proposed product manufacturer will furnish warranty equal to or better than specified, if any. e. List of similar installations for completed projects with project names and physical addresses of installation along with the names, telephone numbers, email addresses and physical address of design professionals and owners associated with the referenced installation, if requested. f. Samples, if requested. g. Other information requested by Engineer. 1.05 WARRANTY A. Warranties specified for products shall be in addition to, and run concurrent with, Supplier’s general warranty and guarantee and requirements for the required correction period. Disclaimers and limitations in specific product warranties do not limit Supplier’s general warranty and guarantee. 1. Product manufacturer’s warranty is preprinted written warranty published by product manufacturer and specifically endorsed by product manufacturer to Owner. 2. Equipment and material shall be guaranteed to be free from defects in workmanship, design, and/or materials for a period of one (1) year unless otherwise specified in the individual Specification Section for a Special Warranty. 3. Warranty period shall start on the date of the particular equipment and material is substantially delivered to the Project Site. 4. Warranty requirements may be added to or modified in the individual Specification Sections. Special warranty is written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by product manufacturer’s warranty or to provide increased rights to Owner. 5. Special warranty information, if any, will be located in the Specification Section for that product. B. Requirements for Special Warranties: Provide written special warranty document that contains appropriate terms and identification, ready for execution by product manufacturer and Owner. Submit draft warranty with submittals required for product. 1. Manufacturer’s Standard Form: Modified to include Project-specific information and properly executed by product manufacturer and other parties as appropriate. QCWTP PACKAGE 1 ELECTRICAL PRODUCT REQUIREMENTS AND OPTIONS EQUIPMENT PRE-PURCHASE 01 61 00 - 5 PROJECT NO. 70097-001 2. Specified Form: When specified forms are included in the Contract Documents, prepare written document, properly executed by product manufacturer and Owner, using appropriate form. 3. Refer to Specifications for content and requirements for submitting special warranties. C. Submit product manufacturer’s warranties and special warranties as submittals in accordance with Schedule of Submittals accepted by Engineer. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP PACKAGE 1 ELECTRICAL PRODUCT DELIVERY REQUIREMENTS EQUIPMENT PRE-PURCHASE 01 65 00 - 1 PROJECT NO. 70097-001 SECTION 01 65 00 PRODUCT DELIVERY REQUIREMENTS PART 1 – GENERAL 1.01 SUMMARY A. Section includes: 1. General requirements for preparing for shipping, delivering, and handling materials and equipment. 2. Supplier shall make all arrangements for transporting, delivering, and handling of materials and equipment required for prosecution and completion of the Work. 1.02 SUBMITTALS A. Refer to individual Specification Sections for submittal requirements relative to delivery and handling materials and equipment. 1.03 SHIPMENT REQUIREMENTS A. When practical, factory-assemble materials and equipment. Match mark or tag separate parts and assemblies to facilitate field assembly. Cover machined and unpainted parts that may be damaged by the elements with strippable, protective coating. B. Package materials and equipment to facilitate handling, and protect materials and equipment from damage during shipping, handling, and storage. Mark or tag outside of each package or crate to indicate the associated purchase order number, bill of lading number, contents by name, Owner’s contract name and number, Supplier name, equipment number, and approximate weight. Include complete packing lists and bills of materials with each shipment. C. Protect materials and equipment from exposure to the elements and keep thoroughly dry and dust-free at all times. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Lubricate bearings and other items requiring lubrication in accordance with manufacturer’s instructions. D. Advance Notice of Shipments: 1. Keep Engineer informed of delivery of all materials and equipment to be incorporated in the Work. E. Do not ship materials and equipment until: QCWTP PACKAGE 1 ELECTRICAL PRODUCT DELIVERY REQUIREMENTS EQUIPMENT PRE-PURCHASE 01 65 00 - 2 PROJECT NO. 70097-001 1. Related Shop Drawings, Samples, and other submittals have been approved or accepted (as applicable) by Engineer, including, but not necessarily limited to, Submittals associated with the materials and equipment being delivered. 2. Manufacturer’s instructions for handling, storing, and installing the associated materials and equipment have been submitted to and accepted by Engineer in accordance with the Specifications. 3. Results of source quality control testing (factory testing), when required by the Contract Documents for the associated materials or equipment, have been reviewed and accepted by Engineer. 4. Facilities required for handling materials and equipment in accordance with manufacturer’s instructions are in place and available. 5. Required storage facilities have been provided. 1.04 DELIVERY REQUIREMENTS A. Scheduling and Timing of Deliveries: 1. Coordinate deliveries to avoid conflicting with the Work and conditions at Site, and to accommodate the following: a. Work of others and Owner. b. Owner’s operations and maintenance. c. Storage space limitations. d. Availability of equipment and personnel for handling materials and equipment. e. Owner’s use of premises. 2. Deliver materials and equipment to the Site during regular working hours. B. Deliveries: 1. Shipments shall be delivered with Owner’s name, Site name, Project name, and contract designation clearly marked. 2. Owner shall receive and coordinate shipments upon delivery. C. Containers and Marking: QCWTP PACKAGE 1 ELECTRICAL PRODUCT DELIVERY REQUIREMENTS EQUIPMENT PRE-PURCHASE 01 65 00 - 3 PROJECT NO. 70097-001 1. Have materials and equipment delivered in manufacturer’s original, unopened, labeled containers. 2. Clearly mark partial deliveries of component parts of materials and equipment to identify materials and equipment, to allow easy accumulation of parts, and to facilitate assembly. D. Inspection of Deliveries: 1. Immediately upon delivery, Owner shall inspect shipment to verify that: a. Materials and equipment comply with the Contract Documents and approved or accepted (as applicable) submittals. b. Quantities are correct. c. Materials and equipment are undamaged. d. Containers and packages are intact and labels are legible. e. Materials and equipment are properly protected. 2. Supplier shall promptly remove damaged materials and equipment from the Site and expedite delivery of new, undamaged materials and equipment, and remedy incomplete or lost materials and equipment to furnish materials and equipment in accordance with the Contract Documents, to avoid delaying progress of the Work. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP PACKAGE 1 ELECTRICAL OPERATIONS AND MAINTENANCE DATA EQUIPMENT PRE-PURCHASE 01 78 23 - 1 PROJECT NO. 70097-001 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 – GENERAL 1.01 SUMMARY A. Section includes: Requirements for operation and maintenance data, manuals, and documentation. 1. Submit operation and maintenance data, in accordance with this Section and in accordance with requirements elsewhere in the Contract Documents, as instructional and reference manuals by operations and maintenance personnel at the Site. 2. Required operation and maintenance data groupings are listed in this Section. At minimum, submit operation and maintenance data for: a. All equipment and systems b. Valves, gates, actuators, and related accessories c. Instrumentation and control devices d. Electrical gear 3. For each operation and maintenance manual, submit the following: a. Preliminary Submittal: Combined electronic copy of complete operations and maintenance manual, except for test data and service reports by Supplier. b. Final Submittal: Combined electronic copy of complete operations and maintenance manual, including test data and service reports by Supplier. 1.02 ADMINISTRATIVE REQUIREMENTS A. Quantity Required and Timing of Submittals: 1. Preliminary Submittal: a. Electronic Copies: One copy. QCWTP PACKAGE 1 ELECTRICAL OPERATIONS AND MAINTENANCE DATA EQUIPMENT PRE-PURCHASE 01 78 23 - 2 PROJECT NO. 70097-001 b. Submit preliminary submittal 30 days prior to unloading equipment and material at the Site. c. Furnish preliminary operation and maintenance data submittal in acceptable form and content, as determined by Engineer, before associated materials and equipment will be eligible for payment. 2. Preliminary Submittal shall be reviewed by Engineer. One printed or electronic copy shall be returned to Supplier with required revisions noted. 3. Final Submittal: Submit prior to delivery to the site. a. Electronic Copies: One copy. B. Format of Electronic Copies: 1. Each electronic copy shall include all information included in the corresponding printed copy. 2. Submit electronic copy via transferable method and format acceptable to Engineer. 3. File Format: a. Acceptable formats include Adobe PDF. b. Files shall be electronically searchable. 1) Unsearchable scanned copies of equipment manuals/data is not acceptable. c. Submit separate file for each separate document identified in the printed copy requirements. d. Within each file, provide bookmarks for the following: 1) Each chapter and subsection listed in the corresponding printed copy document’s table of contents 2) Each figure 3) Each table 4) Each appendix 4. Submit drawings and figures in one of the following formats: “.bmp”, “.tif”, “.jpg”, “.gif”, “dwf”, or “dwg”. QCWTP PACKAGE 1 ELECTRICAL OPERATIONS AND MAINTENANCE DATA EQUIPMENT PRE-PURCHASE 01 78 23 - 3 PROJECT NO. 70097-001 C. General Content Requirements: 1. Prepare each operations and maintenance manual specifically for the Project. Include in each manual all pertinent instructions, as-built drawings as applicable, bills of materials, technical bulletins, installation and handling requirements, maintenance and repair instructions, and other information required for complete, accurate, and comprehensive data for safe and proper operation, maintenance, and repair of materials and equipment furnished for the Project. Include in manuals specific information required in the Specification Section for the material or equipment, data required by Laws and Regulations, and data required by authorities having jurisdiction. 2. Submit complete, detailed written operating instructions for each material or equipment item including: function; operating characteristics; limiting conditions; operating instructions for start-up, normal and emergency conditions; regulation and control; operational troubleshooting; and shutdown. Also include, as applicable, written descriptions of alarms generated by equipment and proper responses to such alarm conditions. 3. Submit written explanations of all safety considerations relating to operation and maintenance procedures. 4. Submit complete, detailed, written preventive maintenance instructions including all information and instructions to keep materials, equipment, and systems properly lubricated, adjusted, and maintained so that materials, equipment, and systems function economically throughout their expected service life. Instructions shall include: a. Written explanations with illustrations for each preventive maintenance task such as inspection, adjustment, lubrication, calibration, and cleaning. Include pre-startup checklists for each equipment item and maintenance requirements for long-term shutdowns. b. Recommended schedule for each preventive maintenance task. c. Lubrication charts indicating recommended types of lubricants, frequency of application or change, and where each lubricant is to be used or applied. d. Table of alternative lubricants. e. Troubleshooting instructions. f. List of required maintenance tools and equipment. QCWTP PACKAGE 1 ELECTRICAL OPERATIONS AND MAINTENANCE DATA EQUIPMENT PRE-PURCHASE 01 78 23 - 4 PROJECT NO. 70097-001 5. Submit complete bills of material or parts lists for materials and equipment furnished. Lists or bills of material may be furnished on a per-drawing or per-equipment assembly basis. Bills of material shall indicate: a. Manufacturer’s name, address, telephone number, fax number, and Internet website address. b. Manufacturer’s local service representative’s or local parts supplier’s name, address, telephone number, fax number, Internet website address, and e-mail addresses, when applicable. c. Manufacturer’s shop order and serial number(s) for materials, equipment or assembly furnished. d. For each part or piece include the following information: 1) Parts cross-reference number. Cross-reference number shall be used to identify the part on assembly drawings, Shop Drawings, or other type of graphic illustration where the part is clearly shown or indicated. 2) Part name or description. 3) Manufacturer’s part number. 4) Quantity of each part used in each assembly. 5) Current unit price of the part at the time the operations and maintenance manual is submitted. Price list shall be dated. 6. Submit complete instructions for ordering replaceable parts, including reference numbers (such as shop order number or serial number). 7. Submit manufacturer’s recommended inventory levels for spare parts, extra stock materials, and consumable supplies for the initial two years of operation. Consumable supplies are items consumed or worn by operation of materials or equipment, and items used in maintaining the operation of material or equipment, including items such as lubricants, seals, reagents, and testing chemicals used for calibrating or operating the equipment. Include estimated delivery times, shelf-life limitations, and special storage requirements. 8. Submit manufacturer’s installation and operation bulletins, diagrams, schematics, and equipment cutaways. Where materials pertain to multiple models or types, mark the literature to indicate specific material or equipment supplied. Marking may be in the form of checking, arrows, or QCWTP PACKAGE 1 ELECTRICAL OPERATIONS AND MAINTENANCE DATA EQUIPMENT PRE-PURCHASE 01 78 23 - 5 PROJECT NO. 70097-001 underlining to indicate pertinent information, or by crossing out or other means of obliterating information that does not apply to the materials and equipment furnished. 9. Submit original-quality copies of each approved and accepted Shop Drawing, product data, and other submittal, updated to indicate as-installed condition. Reduced drawings are acceptable only if reduction is to not less than one-half original size and all lines, dimensions, lettering, and text are completely legible on the reduction. 10. Submit complete electrical schematics and wiring diagrams, including complete point-to-point wiring and wiring numbers or colors between all terminal points. 11. Submit copy of warranty bond and service contract as applicable. 12. When copyrighted material is used in operations and maintenance manuals, obtain copyright holder’s written permission to use such material in the operation and maintenance manual. 1.03 SUBMITTALS A. Action/Informational Submittals: Submit preliminary schedule (listing) of operations and maintenance data for Engineer’s review. Preliminary operations and maintenance data shall be grouped as major equipment and material systems and divided into sub-systems as required for clarity, subject to Engineer’s approval. B. Closeout Submittals: 1. Operation and maintenance data: Submit the operations and maintenance data indicated in the Contract Documents, grouped into submittals as approved by Engineer. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP PACKAGE 1 ELECTRICAL SPARE PARTS AND EXTRA MATERIAL EQUIPMENT PRE-PURCHASE 01 78 43 - 1 PROJECT NO. 70097-001 SECTION 01 78 43 SPARE PARTS AND EXTRA MATERIAL PART 1 – GENERAL 1.01 SUMMARY A. Supplier shall furnish spare parts data and extra materials for materials and equipment in accordance with the Contract Documents. B. Spare Parts and Extra Materials: 1. Provide spare parts, extra stock materials, maintenance supplies, and special tools required for maintenance (“spare parts and extra materials”) for one year of operation (unless otherwise specified in the individual Specification Section). a. Provide Supplier recommended lubricating oil and grease in accordance with this Section and the Contract Documents. 2. Provide list of Supplier recommended spare parts and extra material. a. Include list of four standard lubricants, minimum, that shall be interchangeable for each type of lubricant required in the Contract Documents. b. Include unit prices in current United States funds c. Source(s) of supply for each. C. Packaging and Labeling: 1. Furnish spare parts and extra materials in manufacturer’s unopened cartons, boxes, crates, or other original, protective covering suitable for preventing corrosion and deterioration for maximum length of storage normally anticipated by manufacturer. 2. Packaging of spare parts and extra materials shall be clearly marked and identified with name of manufacturer, applicable equipment, part number, part description, and part location in the equipment. 3. Protect and package spare parts and extra materials for maximum shelf life normally anticipated by manufacturer. D. Finishes: Spare parts and extra material shall have painting, protective coating, and finishes identical to original installed equipment and material. Where painting, protective QCWTP PACKAGE 1 ELECTRICAL SPARE PARTS AND EXTRA MATERIAL EQUIPMENT PRE-PURCHASE 01 78 43 - 2 PROJECT NO. 70097-001 coating, or finishes are not specified, suitable provisions shall be furnished to protect from corrosion. E. Special Tools: Supplier shall provide special tools necessary to operate, disassemble, service, repair, and adjust equipment and material in accordance with the manufacturer’s operation and maintenance manual. Special tool requirements shall be the same as spare parts and extra material specified in this Section. F. Storage Prior to Delivery to Owner: Prior to furnishing spare parts and extra materials to Owner, store spare parts and extra materials in accordance with the Contract Documents and manufacturers’ recommendations. G. Delivery Time and Eligibility for Payment: 1. Deliver to Owner spare parts and extra materials prior to date of Substantial Completion for equipment or system associated with the spare parts and extra materials. Do not deliver spare parts and extra materials before commencing start- up for associated equipment or system. 2. Spare parts and extra materials are not eligible for payment until delivered to Owner and Supplier’s receipt of Owner’s countersignature on letter of transmittal. H. Procedure for Delivery to Owner: 1. Deliver spare parts and extra materials to Owner’s permanent storage rooms at the Site or area(s) at the Site designated by Owner. 2. When spare parts and extra materials are delivered, Engineer and Owner will mutually inventory the spare parts and extra materials delivered to verify compliance with the Contract Documents regarding quantity and part numbers. 3. Additional procedures for delivering spare parts and extra materials to Owner, if required, will be developed by Engineer and complied with by Supplier. I. Transfer Documentation: 1. Furnish on Supplier letterhead a letter of transmittal for spare parts and extra materials furnished under each Specification Section. Letter of transmittal shall accompany spare parts and extra materials. Do not furnish letter of transmittal separate from associated spare parts and extra materials. 2. Furnish three original, identical, signed letters of transmittal for each Specification Section. Upon delivery of specified quantities and types of spare parts and extra materials to Owner, designated person from Owner will countersign each original letter of transmittal indicating Owner’s receipt of spare parts and extra materials. QCWTP PACKAGE 1 ELECTRICAL SPARE PARTS AND EXTRA MATERIAL EQUIPMENT PRE-PURCHASE 01 78 43 - 3 PROJECT NO. 70097-001 a. Owner will retain one fully signed original. b. Supplier shall submit one fully signed original to Owner. c. Supplier shall retain one fully signed original for Supplier’s file. 3. Letter of transmittal shall include the following: a. Information required for letters of transmittal in Section 01 33 00  Submittal Procedures. b. Transmittal shall list spare parts and extra materials furnished under each Specification Section. List each individual part or product and quantity furnished. c. Provide space for countersignature by Owner as follows: space for signature, space for printed name, and date. J. Supplier shall be fully responsible for loss or damage to spare parts and extra materials until spare parts and extra materials are received by Owner. 1.02 SUBMITTALS A. Action/Informational Submittals: Individual Specification Sections that require spare parts, extra material, or tools, Supplier shall submit inventory checklist for each individual Specification Section that includes the following information: 1. Specification Section number and title. 2. Name of spare parts, extra material, or tools. 3. Manufacturer, part number and description. 4. Quantity specified and furnished. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP PACKAGE 1 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS EQUIPMENT PRE-PURCHASE 26 05 00 - 1 PROJECT NO. 70097-001 SECTION 26 05 00 BASIC ELECTRICAL REQUIREMENTS PART 1 – GENERAL 1.01 THE REQUIREMENT A. The Supplier shall furnish all labor, materials, tools, and equipment, and perform all work and services necessary for, or incidental to, the furnishing of all electrical equipment as shown on the Drawings, and as specified in accordance with the provisions of the Contract Documents. The Supplier shall obtain approved Shop Drawings showing wiring diagrams, connection diagrams, roughing-in, and hook up details for all equipment and comply therewith. B. The electrical scope of work for this project primarily includes, but is not limited to, the following: 1. Furnish new MCC Bays for MCC-6, MCC-7, & MCC-8. Bays include 6p VFDs with appropriate filtering and overcurrent protection as shown on the single lines and in specifications. 2. Furnish new feeder circuit breaker for MCC-7 in MCC-8 as shown on the single lines and in specifications. C. All material and equipment shall be the product of an established, reputable, and approved manufacturer; shall be new and of first-class construction; shall be designed and guaranteed to perform the service required; and shall bear the Label of approval of the Underwriters Laboratories, Inc., where such approval is available for the product of the listed manufacturer as approved by the Engineer. D. When a specified or indicated item has been superseded or is no longer available, the manufacturer's latest equivalent type or model of material or equipment as approved by the Engineer shall be furnished and installed at no additional cost to the Owner. E. Where the Supplier's selection of equipment of specified manufacturers or additionally approved manufacturers requires changes or additions to the system design, the Supplier shall be responsible in all respects for the modifications to all system designs, subject to approval of the Engineer. The Supplier's bid shall include all costs for all work of the Contract for all trades made necessary by such changes, additions or modifications or resulting from any approved substitution. QCWTP PACKAGE 1 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS EQUIPMENT PRE-PURCHASE 26 05 00 - 2 PROJECT NO. 70097-001 F. Furnish all stands, racks, brackets, supports, and similar equipment required to properly serve the equipment which is furnished under this Contract, or equipment otherwise specified or indicated on the Drawings. G. All electrical components and systems (e.g., conduit and other raceways, freestanding equipment, etc.) and their anchorage, including electrical equipment foundations, shall be designed to resist the controlling load combination of gravity loads, operational forces, wind forces, seismic forces, thermal loads, and any other applicable forces required in accordance with the governing Building Code. Seismic design shall be in accordance with ASCE 7 Chapter 13 unless the nonstructural component meets the criteria to be exempt. 1.02 LOCAL CONDITIONS A. The Supplier shall furnish the following electric equipment as a minimum: 1. MCC Bays 2. VFDs with filters and overcurrent protection 3. Feeder circuit breaker for MCC-7 in MCC-8 1.03 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00  Submittal Procedures and the requirements of the individual Specification Sections, the Supplier shall obtain from the equipment manufacturer and submit the following: 1. Shop Drawings 2. Operation and Maintenance Manuals 3. Spare Parts List 4. Proposed Testing Methods and Reports of Certified Shop Tests 5. Reports of Certified Field Tests 6. Manufacturer’s Representative’s Certification B. Submittals shall be sufficiently complete in detail to enable the Engineer to determine compliance with Contract requirements. QCWTP PACKAGE 1 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS EQUIPMENT PRE-PURCHASE 26 05 00 - 3 PROJECT NO. 70097-001 C. Submittals will be approved only to the extent of the information shown. Approval of an item of equipment shall not be construed to mean approval for components of that item for which the Supplier has provided no information. D. Some individual electrical specification sections may require a Compliance, Deviations, and Exceptions (CD&E) letter to be submitted. If the CD&E letter is required and shop drawings are submitted without the letter, the submittal will be rejected. The letter shall include all comments, deviations, and exceptions taken to the Drawings and Specifications by the Supplier AND Equipment Manufacturer/Supplier. This letter shall include a copy of the applicable specification section(s). In the left margin beside each and every paragraph/item, a letter "C", "D", or "E" shall be typed or written in. The letter "C" shall be for full compliance with the requirement. The letter "D" shall be for a deviation from the requirement. The letter "E" shall be for taking exception to a requirement. Any requirements with the letter "D" or "E" beside them shall be provided with a full typewritten explanation of the deviation/exception. Handwritten explanation of the deviations/exceptions is not acceptable. The CD&E letter shall also address deviations and exceptions taken to each Drawing related to the applicable specification section(s). E. Submit design for all nonstructural electrical components and systems and their anchorage in accordance with the governing Building Code. 1.04 APPLICABLE CODES AND REQUIREMENTS A. Conformance 1. Unless otherwise noted, all work, equipment, and materials furnished shall conform with the latest available version of the rules, requirements, and specifications of the following: a. Insurance Rating Organization having jurisdiction. b. The serving electric utility company. c. The currently adopted edition of the National Electrical Code (NEC). d. The National Electric Manufacturers Association (NEMA). e. The Institute of Electrical and Electronic Engineers (IEEE). f. The Insulated Cable Engineers Association (ICEA). g. The American Society of Testing Materials (ASTM). QCWTP PACKAGE 1 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS EQUIPMENT PRE-PURCHASE 26 05 00 - 4 PROJECT NO. 70097-001 h. The American National Standards Institute (ANSI). i. The requirements of the Occupational Safety Hazards Act (OSHA). j. The National Electrical Contractors Association (NECA) Standard of Installation. k. National Fire Protection Association (NFPA). l. InterNational Electrical Testing Association (NETA). m. All other applicable Federal, State/Commonwealth, and local laws and/or ordinances. 2. All equipment and materials shall be Listed by and shall bear the Label of Underwriter's Laboratories, Incorporated (UL), if the material and equipment is of the type/class inspected by said laboratories. B. Nonconformance 1. Any paragraph of requirements in these Specifications or Drawings deviating from the rules, requirements, and specifications of the above organizations shall be invalid and their (the above organizations) requirements shall hold precedent thereto. The Supplier shall be held responsible for adherence to all rules, requirements, and specifications as set forth above. Any additional work or material necessary for adherence will not be allowed as an extra, but shall be included in the Bid. Ignorance of any rule, requirement, or specification shall not be allowed as an excuse for nonconformity. Acceptance by the Engineer does not relieve the Supplier from the expense involved for the correction of any errors which may exist in the drawings submitted or in the satisfactory operation of any equipment. C. Certification 1. Where applicable, upon completion of the work, the Supplier shall obtain certificate(s) of inspection and approval from the inspection organization having jurisdiction and shall deliver same to the Engineer and the Owner. QCWTP PACKAGE 1 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS EQUIPMENT PRE-PURCHASE 26 05 00 - 5 PROJECT NO. 70097-001 1.05 PERMITS AND INSPECTIONS (NOT USED) 1.06 TESTS A. Upon completion of the installation, the Supplier shall perform tests for operation, load (Phase) balance, overloads, and short circuits. Tests shall be made with and to the satisfaction of the Owner and Engineer. B. The Supplier shall perform all field tests and shall provide all labor, equipment, and incidentals required for testing and shall pay for electric power required for the tests. All defective material and workmanship disclosed shall be corrected by the Supplier at no cost to the Owner. The Supplier shall show by demonstration in service that all circuits and devices are in good operating condition. Test shall be such that each item of control equipment will function not less than five (5) times. C. Refer to each individual specification section for detailed test requirements. D. The Supplier shall complete the installation and field testing of the electrical installation at least two (2) weeks prior to the start-up and testing of any equipment served by that electrical equipment. During the period between the completion of electrical installation and the start-up and testing of all other equipment, the Supplier shall make all components of the Work available as it is completed for their use in performing Preliminary and Final Field Tests. E. Before each test commences, the Supplier shall submit a detailed test procedure, and also provide test engineer resume, personnel, and scheduling information for the approval by the Engineer. In addition, the Supplier shall furnish detailed test procedures for any electrical equipment required as part of the field tests of other systems. 1.07 INFRARED INSPECTION A. Just prior to the final acceptance of a piece of equipment, the Supplier shall perform an infrared inspection to locate and correct all heating problems associated with electrical equipment terminations. B. Equipment located in hazardous areas shall be excluded from infrared testing requirements since the equipment in those areas is not intended to be operated while the enclosure is open. The infrared inspection shall apply to all new equipment and existing equipment in non-hazardous areas that is in any way modified under this Contract. All heating problems detected with new equipment furnished and installed under the Scope of this Contract shall be corrected by the Supplier at no additional cost to the Owner. All problems detected with portions of existing equipment modified under this Contract shall also be corrected by the Supplier at no additional cost to the Owner. QCWTP PACKAGE 1 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS EQUIPMENT PRE-PURCHASE 26 05 00 - 6 PROJECT NO. 70097-001 C. Any issues detected with portions of existing equipment that were not modified under this Contract are not the responsibility of the Supplier. Despite the Supplier not being held responsible for these problems, the Supplier shall report them to the Owner and Engineer immediately for resolution. D. The infrared inspection report shall include both digital photos and infrared (IR) photos positioned side by side. Both the digital and IR photos shall be clear and high quality. Fuzzy, grainy, or poorly illuminated photos are not acceptable. Each IR photo shall be provided with a temperature scale beside it, and an indication of the hot spot temperature in the photo. Reports shall be furnished in a 3-ring binder, with all pages printed in full color, with equipment assemblies separated by tabs. 1.08 PROTECTIVE DEVICE SETTING AND TESTING A. The Supplier shall provide the services of a qualified, independent, third-party testing company using NETA certified technicians to adjust, set, calibrate, and test all protective devices in the electrical system. The company shall not be a subsidiary of the electrical equipment manufacturer. The qualifications of the testing company and resumes of the technicians as well as all data forms to be used for the field testing shall be submitted. B. All protective devices in the electrical equipment shall be set, adjusted, calibrated, and tested in accordance with the manufacturers’ recommendations, the coordination study, and best industry practice. C. Proper operation of all equipment associated with the device under test and its compartment shall be verified, as well as complete resistance, continuity, and polarity tests of power, protective, and metering circuits. Any minor adjustments, repairs, and/or lubrication necessary to achieve proper operation shall be considered part of this Contract. D. All solid state trip devices shall be checked and tested for setting and operation using manufacturers’ recommended test devices and procedures. E. Circuit breakers and/or contactors associated with the above devices shall be tested for trip and close functions with their protective device. F. When completed, the Supplier shall provide a comprehensive report for all equipment tested indicating condition, readings, faults, and/or deficiencies in same. Inoperative or defective equipment shall be brought immediately to the attention of the Engineer. G. Prior to placing any equipment in service, correct operation of all protective devices associated with this equipment shall be demonstrated by field testing under simulated load conditions. QCWTP PACKAGE 1 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS EQUIPMENT PRE-PURCHASE 26 05 00 - 7 PROJECT NO. 70097-001 1.09 POWER SYSTEM STUDIES A. The Engineer will provide the Power System studies to the firm providing the protective device setting and testing services. The Supplier shall submit to the Engineer a tabulated listing of all protective devices requiring setting at least three (3) weeks prior to the scheduled date for setting and testing of protective devices. This table shall include the protective device manufacturer, model number, ampere rating (if applicable), instrument transformer ratios, and all other required information. 1.10 SCHEDULES AND FACILITY OPERATIONS A. Since the equipment testing required herein shall require that certain pieces of equipment be taken out of service, all testing procedures and schedules shall be submitted to the Engineer for review and approval one (1) month prior to any work beginning. When testing has been scheduled, the Engineer shall be notified 48 hours prior to any work to allow time for load switching and/or alternation of equipment. In addition, all testing that requires temporary shutdown of facility equipment shall be coordinated with the Owner/Engineer so as not to affect proper facility operations. B. At the end of the workday, all equipment shall be back in place and ready for immediate use should a facility emergency arise. In addition, should an emergency condition occur during testing, at the request of the Owner, the equipment shall be placed back in service immediately and turned over to Owner personnel. C. In the event of accidental shutdown of Owner equipment, the Supplier shall notify Owner personnel immediately to allow for an orderly restart of affected equipment. 1.11 EQUIPMENT, MATERIALS, AND SPARE PARTS HANDLING AND STORAGE A. Materials arriving on the job site shall be stored in such a manner as to keep material free of rust and dirt and to keep material properly aligned and true to shape. Rusty, dirty, or misaligned material will be rejected. Adequate protection shall be required at all times for electrical equipment and accessories until installed and accepted. Materials damaged during shipment, storage, installation, or testing shall be replaced or repaired in a manner meeting with the approval of the Engineer. If space heaters are provided in a piece of electrical equipment, they shall be temporarily connected to a power source during storage. B. Spare parts lists, included with the shop drawing submittal for each Section, shall indicate specific sizes, quantities, and part numbers of the items to be furnished. Terms such as "1 lot of packing material" are not acceptable. C. Spare parts shall be completely identified with a numerical system to facilitate parts inventory control and stocking. Each part shall be properly identified by a separate QCWTP PACKAGE 1 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS EQUIPMENT PRE-PURCHASE 26 05 00 - 8 PROJECT NO. 70097-001 number. Those parts which are identical for more than one size, shall have the same parts number. D. Spare parts shall be packed in containers suitable for long term storage, bearing labels clearly designating the contents and the pieces of equipment for which they are intended. E. Spare parts shall be delivered at the same time as the equipment to which they pertain. The Supplier shall properly store and safeguard such spare parts until completion of the work, at which time they shall be delivered to the Owner. 1.12 WARRANTIES A. Unless otherwise specified in an individual specification section, all electrical equipment and electrical construction materials shall be provided with a warranty in accordance with the requirements of the Contract Documents. 1.13 TRAINING A. Unless otherwise specified in an individual specification section, all training for electrical equipment shall be provided in accordance with the requirements of the Contract Documents. PART 2 – PRODUCTS 2.01 PRODUCT REQUIREMENTS A. Unless otherwise indicated, the materials to be provided under this Specification shall be the products of manufacturers regularly engaged in the production of all such items and shall be the manufacturer's latest design. The products shall conform to the applicable standards of UL and NEMA, unless specified otherwise. International Electrotechnical Commission (IEC) standards are not recognized. Equipment designed, manufactured, and labeled in compliance with IEC standards is not acceptable. B. All items of the same type or ratings shall be identical. This shall be further understood to include products with the accessories indicated. C. All equipment and materials shall be new, unless indicated or specified otherwise. D. The Supplier shall submit proof if requested by the Engineer that the materials, appliances, equipment, and/or devices that are provided under this Contract meet the requirements of Underwriters Laboratories, Inc. with regard to fire and casualty hazards. QCWTP PACKAGE 1 ELECTRICAL BASIC ELECTRICAL REQUIREMENTS EQUIPMENT PRE-PURCHASE 26 05 00 - 9 PROJECT NO. 70097-001 Documentation indicating Listing and Labeling by Underwriters Laboratories, Inc., will be accepted as meeting this requirement. E. Where the above items are Labeled by (bearing the certification mark of) an OSHA Nationally Recognized Testing Laboratory (NRTL) other than UL, and the NRTL is authorized by the Occupational Safety and Health Administration (OSHA) to test and certify those items to the same standard(s), then the certification mark of that NRTL shall be considered equivalent to the ‘UL’ certification mark. 2.02 SUBSTITUTIONS A. Unless specifically noted otherwise, any reference in the Specifications or on the Drawings to any article, service, product, material, fixture, or item of equipment by name, make, or catalog number shall be interpreted as establishing the type, function, and standard of quality and shall not be construed as limiting competition. The Supplier, in such cases may use any article, device, product, material, fixture, or item of equipment which in the judgment of the Engineer, expressed in writing, is equal to that specified. PART 3 – EXECUTION 3.01 CUTTING AND PATCHING (NOT USED) 3.02 EXCAVATION AND BACKFILLING (NOT USED) 3.03 CORROSION PROTECTION A. Wherever dissimilar metals, except conduit and conduit fittings, come into contact, the Supplier shall isolate these metals as required with neoprene washers, nine (9) mil polyethylene tape, or gaskets. END OF SECTION QCWTP PACKAGE 1 ELECTRICAL IDENTIFICATION FOR ELECTRICAL SYSTEMS EQUIPMENT PRE-PURCHASE 26 05 53 - 1 PROJECT NO. 70097-001 SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 – GENERAL 1.01 THE REQUIREMENT A. All electrical equipment shall be properly identified in accordance with these Specifications and the Contract Drawings. All electrical equipment shall be identified in the manner described, or in an equally approved manner. B. The types of electrical identification specified in this Section include, but are not limited to, the following: 1. Operational instructions and warnings. 2. Danger signs. 3. Equipment/system identification signs. 4. Nameplates. 1.02 SIGNS (NOT USED) 1.03 LETTERING AND GRAPHICS A. The Supplier shall coordinate names, abbreviations, and other designations used in the electrical identification work with the corresponding designations shown, specified, or scheduled. Provide numbers, lettering, and wording as indicated or, if not otherwise indicated, as recommended by manufacturers or as required for proper identification and operation/maintenance of the electrical systems and equipment. 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 – Submittal Procedures, the Supplier shall submit shop drawings. Each submittal shall be identified by the applicable Specification Section. 1.05 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipment's compliance with the Contract Documents. QCWTP PACKAGE 1 ELECTRICAL IDENTIFICATION FOR ELECTRICAL SYSTEMS EQUIPMENT PRE-PURCHASE 26 05 53 - 2 PROJECT NO. 70097-001 B. Partial, incomplete, or illegible submittals will be returned to the Supplier without review for resubmittal. C. Shop drawings shall include but not be limited to: 1. Product data sheets. PART 2 – PRODUCTS 2.01 MANUFACTURERS A. The material covered by these Specifications is intended to be standard material of proven performance as manufactured by reputable concerns. Material shall be fabricated and constructed in accordance with the best practices of the trade and shall operate satisfactorily when installed as specified herein and shown on the Drawings. 2.02 NAMEPLATES A. Nameplates shall be engraved, high pressure plastic laminate, black foreground with white lettering. B. Nameplates shall be attached to NEMA 4X enclosures utilizing UL-recognized mounting kits designed to maintain the overall UL Type rating of the enclosure. Mounting kit fasteners shall be stainless steel Type AHK10324X as manufactured by Hoffman, or Engineer approved equal. 2.03 HIGH VOLTAGE SIGNS A. Standard "DANGER" signs shall be of baked enamel finish on 20 gauge steel; of standard red, black, and white graphics; 14 inches by 10 inches size except where 10 inches by 7 inches is the largest size which can be applied where needed, and except where a larger size is needed for adequate identification. 2.04 CONDUIT IDENTIFICATION (NOT USED) 2.05 WIRE AND CABLE IDENTIFICATION A. A plastic laminate nameplate shall be provided at each panelboard, motor control center, switchgear assembly, and switchboard assembly. This nameplate shall be used to clearly convey the conductor identification means used at that piece of equipment (i.e., Phase A=Brown, Phase B=Orange, C = Yellow). B. Wiring identification for factory installed wiring in equipment enclosures shall be as specified in the respective Section. QCWTP PACKAGE 1 ELECTRICAL IDENTIFICATION FOR ELECTRICAL SYSTEMS EQUIPMENT PRE-PURCHASE 26 05 53 - 3 PROJECT NO. 70097-001 2.06 BOX IDENTIFICATION (NOT USED) PART 3 – EXECUTION 3.01 NAMEPLATES A. Nameplates shall be attached to the equipment enclosures with two (2) stainless steel sheet metal screws for nameplates up to 2-inches wide. For nameplates over 2-inches wide, four (4) stainless steel sheet metal screws shall be used, one (1) in each corner of the nameplate. The utilization of adhesives is not permitted. 3.02 OPERATIONAL IDENTIFICATION AND WARNINGS A. Wherever reasonably required to ensure safe and efficient operation and maintenance of the electrical systems and electrically connected mechanical systems and general systems and equipment, including prevention of misuse of electrical facilities by unauthorized personnel, install plastic signs or similar equivalent identification, instruction, or warnings on switches, outlets, and other controls, devices, and covers or electrical enclosures. Where detailed instructions or explanations are needed, provide plasticized tags with clearly written messages adequate for the intended purposes. Signs shall be attached as specified above for nameplates. END OF SECTION QCWTP PACKAGE 1 ELECTRICAL ELECTRIC CONTROLS AND RELAYS EQUIPMENT PRE-PURCHASE 26 09 16 - 1 PROJECT NO. 70097-001 SECTION 26 09 16 ELECTRIC CONTROLS AND RELAYS PART 1 – GENERAL 1.01 THE REQUIREMENT A. The Supplier shall furnish, install, test, and place in satisfactory operation all electric controls and relays as specified herein and indicated on the Drawings. B. Electrical control and relay systems shall be assembled using NEMA rated components. Components designed and built to International Electrotechnical Commission (IEC) standards are not recognized. Equipment designed, manufactured, and Labeled in compliance with IEC standards is not acceptable. C. Reference the following Specification Sections: 1. Section 26 05 00 – Basic Electrical Requirements 2. Section 26 05 53 – Identification for Electrical Systems 1.02 CODES AND STANDARDS A. Products specified herein shall be designed, manufactured, and/or Listed to the following standards as applicable: 1. American National Standards Institute (ANSI)/International Society of Automation (ISA): a. ANSI/ISA 12.12.01 – Nonincendive Electrical Equipment for Use in Class I and II, Division 2 and Class III, Divisions 1 and 2 Hazardous (Classified) Locations. 2. National Electrical Manufacturers Association (NEMA): a. NEMA 250 – Enclosures for Electrical Equipment. 3. National Fire Protection Association (NFPA): a. NFPA 70 – National Electrical Code (NEC). 4. Underwriters Laboratories (UL): a. UL 508A – Standard for Industrial Control Panels. QCWTP PACKAGE 1 ELECTRICAL ELECTRIC CONTROLS AND RELAYS EQUIPMENT PRE-PURCHASE 26 09 16 - 2 PROJECT NO. 70097-001 b. UL-1203 – Standard for Explosion-proof and Dust-ignition-proof Electrical Equipment for use in Hazardous (Classified) Locations. 1.03 SUBMITTALS A. In accordance with the procedures and requirements set forth in the Contract Documents and Section 01 33 00 – Submittal Procedures, the Supplier shall obtain from the equipment manufacturer and submit the following: 1. Shop Drawings 2. Spare Parts List B. Each submittal shall be identified by the applicable Specification Section. 1.04 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipment's compliance with the Contract Documents. B. Partial, incomplete, or illegible submittals will be returned to the Supplier without review for resubmittal. C. Shop drawings shall include but not be limited to: 1. Product data sheets. D. The shop drawing information shall be complete and organized in such a way that the Engineer can determine if the requirements of these Specifications are being met. Copies of technical bulletins, technical data sheets from "soft-cover" catalogs, and similar information which is "highlighted" or somehow identifies the specific equipment items the Supplier intends to provide are acceptable and shall be submitted. 1.05 SPARE PARTS A. All spare parts as recommended by the equipment manufacturer shall be furnished to the Owner by the Supplier. In addition to the manufacturer recommended spare parts, the following spare parts shall be provided for the local control stations: 1. One (1) contact block of each type furnished on the project 2. One (1) indicating light lens of each color furnished on the project 3. One (1) LED lamp of each color furnished on the project QCWTP PACKAGE 1 ELECTRICAL ELECTRIC CONTROLS AND RELAYS EQUIPMENT PRE-PURCHASE 26 09 16 - 3 PROJECT NO. 70097-001 B. Reference Section 26 05 00 – Basic Electrical Requirements for spare parts delivery and handling requirements. PART 2 – PRODUCTS 2.01 CONTROL COMPONENTS A. Manufacturers 1. Control components shall be manufactured by The Square D Company or Engineer approved equal. Any proposed equipment supplier alternates shall comply with the Certification of Equipment/Material Manufacturers requirements specified in the contract documents. B. Pilot Devices 1. General a. All pilot devices shall be provided with a legend plate. Legend plates shall have a white background and black lettering and indicate the function of the respective pilot device. The text shown on the Drawings or indicated in the specifications shall be used as the basis for legend plate engraving (e.g., HAND-OFF-AUTO, RUN, EMERGENCY STOP, etc.). b. All pilot devices shall be selected and properly installed to maintain the NEMA 250 rating of the enclosure in which they are installed. All pilot devices shall be UL 508 Listed. c. All pilot devices shall be 30.5mm in diameter, unless otherwise indicated. 22mm devices are not acceptable. d. Pilot devices for all electrical equipment under this Contract shall be of the same type and manufacturer unless otherwise specified herein or indicated on the Drawings. e. In Class I Division 2 hazardous locations, pilot devices shall be the hermetically-sealed type, constructed in accordance with ANSI/ISA 12.12.01. 2. Pushbuttons a. Pushbuttons shall be non-illuminated, black in color, and have momentary style operation unless otherwise indicated on the Drawings. b. Pushbuttons shall have the quantity of normally closed and/or normally open contacts as indicated on the Drawings and as required. In addition to the QCWTP PACKAGE 1 ELECTRICAL ELECTRIC CONTROLS AND RELAYS EQUIPMENT PRE-PURCHASE 26 09 16 - 4 PROJECT NO. 70097-001 required contacts, one (1) spare normally open and one (1) spare normally closed contact shall be installed at each pushbutton. Contacts shall be rated for 5A at 250VAC/DC (minimum), but no less than required for the application. c. Pushbuttons shall be provided with a full guard around the perimeter of the button. Where a lockout style pushbutton is specified or indicated on the Drawings, provide a padlockable guard. 3. Selector Switches a. Selector switches shall be non-illuminated, black in color, and have the number of maintained positions as indicated on the Drawings and as required. Handles shall be the extended type that provide a greater surface area for operation. b. Selector switches shall have the quantity of normally closed and/or normally open contacts as indicated on the Drawings and as required. In addition to the required contacts, one (1) spare normally open and one (1) spare normally closed contact shall be installed at each selector switch. Contacts shall be rated for 5A at 250VAC/DC (minimum), but no less than required for the application. c. Where indicated in the Drawings or Specifications, provide spring return positions. d. Selector switches shall be provided with an indexing component that fits into the keyed portion of the cutout for the device and prevents the switch from spinning when operated. 4. Indicating Lights a. Indicating lights shall be LED type, with the proper voltage rating to suit the application, and push-to-test feature. b. Indicating light lens colors shall be as required in equipment specifications and/or as indicated on the Drawings. If lens colors are not indicated, the following colors shall be used: Color Designation Red "Run", "On", “Open” Green "Off", “Closed” QCWTP PACKAGE 1 ELECTRICAL ELECTRIC CONTROLS AND RELAYS EQUIPMENT PRE-PURCHASE 26 09 16 - 5 PROJECT NO. 70097-001 Amber "Alarm", "Fail" White “Control Power On” 5. Emergency Stop and Tagline Switches a. Emergency stop switches shall be non-illuminated, red in color, with a minimum 35mm diameter mushroom head. Once activated, switch shall maintain its position and require a manual pull to release/reset. b. Tagline switches shall have a plunger that activates upon tension from the associated safety cable. Once activated, switch shall maintain its position and require a manual release/reset. c. Emergency stop and tagline switches shall have the quantity of normally closed and/or normally open contacts as indicated on the Drawings and as required. In addition to the required contacts, one (1) spare normally open and one (1) spare normally closed contact shall be installed at each switch. Contacts shall be rated for 5A at 250VAC/DC (minimum), but no less than required for the application. C. Relays and Timers 1. General a. Relays and timers shall be furnished with an integral pilot light for positive indication of coil energization. b. Relays and timers shall have tubular pin style terminals with matching 11-pin DIN rail mount socket. Spade or blade style terminals are not acceptable. c. Relays and timers for all electrical equipment under this Contract shall be of the same type and manufacturer unless otherwise specified herein or indicated on the Drawings. 2. Control and Pilot Relays a. Relays shall have a clear or translucent housing that allows the contacts to be visually inspected without disassembly. b. Relays shall have coil voltage as required to suit the application and/or as indicated on the Drawings. QCWTP PACKAGE 1 ELECTRICAL ELECTRIC CONTROLS AND RELAYS EQUIPMENT PRE-PURCHASE 26 09 16 - 6 PROJECT NO. 70097-001 c. Relays shall be provided with contacts rated for 10A (resistive), minimum, at 120/240 VAC and 28 VDC. Relays shall have 3-pole, double-throw (3PDT) contact arrangement. 3. Time Delay Relays a. Timers delay relays shall utilize electronic timing technology. Mechanical timing devices are not acceptable. b. Relays shall have coil voltage as required to suit the application and/or as indicated on the Drawings. c. Relays shall be provided with contacts rated for 10A (resistive), minimum, at 120/240 VAC and 28 VDC. Relays shall have double-pole double-throw (DPDT) contact arrangement. d. Time delay ranges shall be as indicated on the Drawings and/or as required to suit the application. Timing range shall be adjustable from the front of the relay. On delay and off delay timer configurations shall be provided as indicated on the Drawings and/or as required to suit the application. 4. Elapsed Time Meters a. Elapsed time meters shall be non-resettable type with no less than a four (4) digit display. Coil voltage shall be as required to suit the application and/or as indicated on the Drawings. D. Control Terminal Blocks 1. Control terminal blocks shall be assembled on non-current carrying galvanized steel DIN mounting rails securely bolted to the enclosure or subpanel. Terminals shall be tubular screw type with pressure plate that will accommodate wire size range of #22 – #8 AWG. 2. Control terminal blocks shall be single tier with a minimum rating of 600 volts and 20A. Separate terminal strips shall be provided for each type of control used (e.g., 120VAC vs. 24VDC). Quantity of terminals shall be provided as required to suit the application. In addition, there shall be a sufficient quantity of terminals for the termination of all spare conductors. 3. Terminals shall be marked with a permanent, continuous marking strip, with each terminal numbered. One side of each terminal shall be reserved exclusively for incoming field conductors. Common connections and jumpers required for internal wiring shall not be made on the field side of the terminal. QCWTP PACKAGE 1 ELECTRICAL ELECTRIC CONTROLS AND RELAYS EQUIPMENT PRE-PURCHASE 26 09 16 - 7 PROJECT NO. 70097-001 2.02 LOCAL CONTROL STATIONS A. Local control stations shall be furnished and installed complete with pushbuttons, selector switches, indicating lights, and other devices as indicated on the Drawings. B. Specific devices installed in local control stations shall be provided in accordance with the requirements specified elsewhere in this Section. C. In non-hazardous locations, local control stations shall be furnished with the following enclosure type and material of construction, dependent upon the designation of the area in which they are to be installed. Area designations are indicated on the Drawings. Area Designation Enclosure Type and Material Indoor Wet Process Area NEMA 4X, Type 304 Stainless Steel Indoor Dry Process Area NEMA 12, Die Cast Zinc Indoor Dry Non-process Area NEMA 12, Die Cast Zinc Indoor Type 1 Chemical Storage/Transfer Area NEMA 4X, Fiberglass or Thermoplastic Polyester Indoor Type 2 Chemical Storage/Transfer Area NEMA 4X, Type 304 Stainless Steel All Outdoor Areas NEMA 4X, Type 304 Stainless Steel D. In hazardous locations, local control stations shall be furnished with the following enclosure type and material of construction, dependent upon the classification of the area in which they are to be installed. Area classifications are indicated on the Drawings. Area Classification Enclosure Type and Material Class I, Division 1, Group D NEMA 7, Die Cast Aluminum Class I, Division 2, Group D NEMA 4X, Type 304 Stainless Steel Class II, Division 1, Group F NEMA 9, Die Cast Aluminum Class II, Division 2, Group F NEMA 9, Die Cast Aluminum E. Non-metallic enclosures, NEMA 7 enclosures, and NEMA 9 enclosures shall be provided with threaded integral conduit hubs. Conduit hubs shall be external to the enclosure. Where located outdoors or in indoor wet process areas, NEMA 7 and NEMA 9 enclosures shall also carry a NEMA 4X rating. F. Local control stations for use in non-hazardous locations shall be UL-508 Listed. Local control stations for use in Class I, Division 1 and Class II, Divisions 1/2 hazardous QCWTP PACKAGE 1 ELECTRICAL ELECTRIC CONTROLS AND RELAYS EQUIPMENT PRE-PURCHASE 26 09 16 - 8 PROJECT NO. 70097-001 locations shall be UL-1203 Listed. Local control stations for use in Class I, Division 2 hazardous locations shall be in accordance with ANSI/ISA 12.12.01-2013. G. Provide a nameplate on each local control station in accordance with Section 26 05 53 – Identification for Electrical Systems. The name and/or number of the equipment associated with each control station shall be engraved on the nameplate, followed by the words “LOCAL CONTROL STATION”. PART 3 – EXECUTION 3.01 INSTALLATION A. Local control stations shall be provided in the enclosure type and material of construction required for the area in which it is installed. Reference the requirements in Part 2 herein, and the area designations indicated on the Drawings. B. Local control stations shall be mounted, nominally, at 4ft 6in above finished floor or finished grade to the centerline of the enclosure, at the equipment height where appropriate and permitted by the NEC, or as shown otherwise on the Drawings. C. All control components shall be mounted in a manner that will permit servicing, adjustment, testing, and removal without disconnecting, moving, or removing any other component. Components mounted on the inside of panels shall be mounted on removable plates and not directly to the enclosure. Mounting shall be rigid and stable unless shock mounting is required otherwise by the manufacturer to protect equipment from vibration. Component's mounting shall be oriented in accordance with the component manufacturer's and industries' standard practices. D. Pilot devices shall be properly bonded to the equipment enclosure door where they are installed. If proper bonding cannot be achieved through the locknuts that affix the device in place, a green colored bonding screw shall be provided on the pilot device. The device shall be bonded to the equipment enclosure with an insulated green bonding conductor. E. Local control station covers shall be bonded to the local control station enclosure with an insulated green bonding conductor. F. Wiring to devices at each local control station shall be provided with enough slack to permit the local control station cover to be removed and pulled at least 6 inches away from the enclosure. G. Terminal strips, relays, timers, and similar devices shall not be installed on the rear of the panel/cabinet doors. Terminal strips, relays, timers, and similar devices shall not be QCWTP PACKAGE 1 ELECTRICAL ELECTRIC CONTROLS AND RELAYS EQUIPMENT PRE-PURCHASE 26 09 16 - 9 PROJECT NO. 70097-001 installed on the side walls of panel/cabinet interiors without written permission from the Engineer. END OF SECTION QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 1 PROJECT NO. 70097-001 SECTION 26 24 19 LOW VOLTAGE MOTOR CONTROL CENTERS PART 1 – GENERAL 1.01 THE REQUIREMENT A. The Supplier shall furnish, install, test, and place in satisfactory operation, the motor control centers as specified herein and indicated on the Drawings. B. The Supplier shall obtain the motor control centers from one manufacturer who shall also manufacture the enclosure and major equipment components, which includes, but is not limited to, combination starters, variable frequency drives, reduced voltage solid state starters, circuit breakers, power monitoring equipment, and other components of the equipment assembly. Subcontracting of wiring is not acceptable. C. The motor control center shall be assembled using NEMA rated components. Components designed and built to International Electrotechnical Commission (IEC) standards are not recognized. Equipment designed, manufactured and labeled in compliance with IEC standards is not acceptable. D. Reference Section 26 05 00 – Basic Electrical Requirements; Section 26 05 53 – Identification for Electrical Systems; and Section 26 09 16 – Electric Controls and Relays. 1.02 CODES AND STANDARDS A. The assemblies shall meet or exceed the requirements within the following standards for motor control centers: 1. NEMA ICS-18 2. UL845 B. The motor control center shall be designed, manufactured, and tested in facilities registered to the following quality standards: 1. ISO 9001 1.03 SUBMITTALS A. In accordance with the procedures and requirements set forth in the Contract Documents and Section 01 33 00 – Submittal Procedures, the Supplier shall obtain from the equipment manufacturer and submit the following: QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 2 PROJECT NO. 70097-001 1. Shop Drawings. 2. Spare Parts List. 3. Proposed Testing Methods and Reports of Certified Shop and Field Tests. 4. Manufacturers Startup Certification 5. Operation and Maintenance Manuals. B. Each submittal shall be identified by the applicable Specification Section. 1.04 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipment's compliance with the Contract Documents. B. Partial, incomplete or illegible submittals will be returned to the Supplier without review for resubmittal. C. Shop drawings for each motor control center shall include but not be limited to: 1. A Compliance, Deviations, and Exceptions (CD&E) letter. If the shop drawings are submitted without this CD&E letter, the submittal will be rejected. The letter shall include all comments, deviations and exceptions taken to the Drawings and Specifications by the Equipment Manufacturer/Supplier. This letter shall include a copy of this Specification Section. In the left margin beside each and every paragraph/item, a letter "C", "D", or "E" shall be typed or written in. The letter "C" shall be for full compliance with the requirement. The letter "D" shall be for a deviation from the requirement. The letter "E" shall be for taking exception to a requirement. Any requirements with the letter "D" or "E" beside them shall be provided with a full typewritten explanation of the deviation/exception. Handwritten explanation of the deviations/exceptions is not acceptable. The CD&E letter shall also address deviations, and exceptions taken to each Drawing related to this Specification Section. 2. Product data sheets. 3. Example equipment nameplate data sheet. 4. Approximate total shipping weight of each shipping split. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 3 PROJECT NO. 70097-001 5. Plan, front, and side view drawings, including overall dimensions of each motor control center. Identify shipping splits and show conduit stub-up area locations on the Drawings. 6. Internal schematic and point-to-point wiring diagrams of each motor control unit including variable frequency drives and reduced voltage solid state starters integrated into the motor control center. Standard wiring diagrams that are not custom created by the manufacturer for the motor control centers for this project are not acceptable. One wiring diagram which is typical for an equipment group (e.g. recycle pump, backwash pumps) is not acceptable. Each wiring diagram shall include wire identification and terminal numbers. Indicate all devices, regardless of their physical location, on the diagrams. Identify on each respective wiring diagram specific equipment names and equipment numbers consistent with those indicated on the Drawings. 7. Complete single-line diagrams for each motor control center showing circuit breakers, motor circuit protectors, motor controllers, instrument transformers, meters, relays, timers, control devices, dry-type transformers, panelboards, and other equipment comprising the complete assembly. Indicate electrical ratings of equipment and devices on these single-line diagrams. Ratings include starter size and type, motor circuit protector continuous current rating, circuit breaker frame size and trip rating, transformer ratings panelboard ratings, motor horsepower and full load current, and similar information. 8. Bill of material list for each motor control center and each motor control unit. 9. Nameplate schedule for each motor control center. 10. Manufacturer's installation instructions. 11. Key interlock scheme drawing and sequence of operations. 12. Manufacturer’s Warranty Statement 13. Table listing all motor loads connected to the motor control center. Table shall include the full load amps of the APPROVED motors. Final approval of MCC shop drawings cannot be given until all motor loads for MCC have been reviewed, approved, and shown in this table. D. The shop drawing information shall be complete and organized in such a way that the Engineer can determine if the requirements of these Specifications are being met. Copies of technical bulletins, technical data sheets from "soft-cover" catalogs, and similar information which is "highlighted" or somehow identifies the specific equipment items the Supplier intends to provide are acceptable and shall be submitted. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 4 PROJECT NO. 70097-001 E. Prior to completion and final acceptance of the project, the Supplier shall furnish and install "as-built" wiring diagrams for each motor control center unit of each motor control center. These final drawings shall be included in the O&M manuals. 1.05 OPERATION AND MAINTENANCE MANUALS A. The Supplier shall submit operation and maintenance manuals in accordance with the procedures and requirements set forth in the Contract Documents and Section 01 78 23 – Operation and Maintenance Data. 1.06 SPARE PARTS A. All spare parts as recommended by the equipment manufacturer shall be furnished to the Owner by the Supplier. In addition to the manufacturer recommended spare parts, the Supplier shall furnish the following spare parts for each motor control center: 1. One (1) set of fuses of each size provided 2. One (1) starter coil and complete set of contacts for each size and type of starter provided 3. One (1) relay of each type and size provided 4. One (1) control power transformer of each size provided 5. Two (2) lamps and lenses for indicating lights for each color provided 6. One (1) indicating lamp socket for each type provided 7. One (1) pilot device (e.g. pushbutton, selector switch, etc.) complete with contact blocks and legend plates for each type, size, and rating provided 8. One (1) motor circuit protector for each type, size, and rating provided 9. One (1) circuit breaker for each type, size, and rating provided (except main circuit breakers) B. The spare parts shall be packed in containers suitable for long term storage, bearing labels clearly designating the contents and the pieces of equipment for which they are intended. C. Spare parts shall be delivered at the same time as the equipment to which they pertain. D. Spare parts lists, included with the shop drawing submittal, shall indicate specific sizes, quantities, and part numbers of the items to be furnished. Term such as "1 lot of packing material" are not acceptable. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 5 PROJECT NO. 70097-001 E. Parts shall be completely identified with a numerical system to facilitate parts control and stocking. Each part shall be properly identified by a separate number. Those parts which are identical for more than one size, shall have the same parts number. 1.07 IDENTIFICATION A. Each motor control center shall be identified with the identification number indicated on the Drawings (e.g., MCC-6, MCC-7, MCC-8, etc.). A nameplate shall be securely affixed in a conspicuous place on each motor control center. Nameplates shall be as specified in Section 26 05 53 – Identification for Electrical Systems. PART 2 – PRODUCTS 2.01 MANUFACTURERS A. The equipment covered by this Specification is intended to be standard equipment of proven performance as manufactured by reputable concerns. Equipment shall be designed, constructed and installed in accordance with the best practices of the trade, and shall operate satisfactorily when installed as shown on the Drawings. B. It is the intent of these specifications that all components of the motor control center be provided by one manufacturer who shall have the sole responsibility of matching all components and providing equipment which functions together as a system. The manufacturer of the motor control center shall also be the manufacturer of the motor controllers. The use of third-party supply and assembly of these components is not acceptable. C. Motor control centers shall be Model 6 as manufactured by the Square D Company. Any proposed equipment supplier alternates shall comply with the Certification of Equipment/Material Manufacturers requirements specified in the contract documents. D. General 1. The motor control centers shall be 600 VAC class suitable for operation on a three-phase, 60 Hz system. The motor control centers and their components shall conform to the requirements of applicable standards of NEMA Part ICS 2-322 and Underwriters’ Laboratories, Inc. UL-845. Wiring shall be NEMA Class II, Type B. Each vertical section shall be a NEMA 1A (gasketed) industrial use enclosure unless otherwise specified or indicated on the Drawings. 2. The enclosures shall be cleaned, primed, and finish coated in accordance with the manufacturer’s standard process. The pre-treatment process shall be a zinc chromate primer followed by a “One Coat” paint process that is monitored to meet the manufacturer’s specifications for paint color, texture, thickness, and durability. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 6 PROJECT NO. 70097-001 Enclosure interior and exterior finish color shall be ANSI 49 (medium light gray). The color of the back panel/bucket located within the MCC enclosure shall be white. 3. The motor control centers shall be capable of withstanding the fault current available at its line terminals. Minimum bus bracing, withstand, and interrupting ratings are specified herein. 4. Unless otherwise specified or indicated on the Drawings, each vertical section shall be approximately 20 inches wide, and 90 inches high, 20 inches deep, and shall not contain more than six NEMA Size 1 starters. Motor control centers shown “back-to-back” on the Contract Drawings shall be complete motor control assemblies placed back-to-back in the location shown. Motor control center sections with common horizontal and/or vertical bus systems are unacceptable. 5. Continuous horizontal wiring troughs shall be provided at both the top and bottom of each section. These troughs shall line up to form a continuous wireway for the full length of the motor control center. Each section shall be provided with a large, continuous, full height vertical wiring trough in the right side of each section. Each vertical wiring trough shall be furnished complete with tie bars for conductor support. 6. All control wiring shall be No. 14 AWG (minimum) labeled at each end in accordance with the wiring numbers shown on the accepted shop drawings. Power wiring shall be sized to suit the maximum horsepower rating of unit; No. 12 AWG (minimum). Wiring shall be type MTW rated for 105°C. Wire color coding shall be red for control and black for power. Wire numbers shall not be repeated in a motor control center. 7. Starter units shall contain the number of auxiliary contacts, unit-mounted pilot devices and indicating lights, control relays, elapsed time meters, and other devices as shown on the Drawings and required for the applications. A minimum of two (2) normally open (NO) and two (2) normally closed (NC) spare contacts shall be provided for each magnetic starter. These spare contacts shall be shown on the submittal wiring diagrams. 8. The motor control centers shall be furnished with warning signs to notify maintenance personnel of multiple sources of power within the motor control units. E. Power 1. The motor control centers shall be supplied from a 480V, 3-phase, 3 or 4 wire as indicated on the Drawings, 60 Hz power source. The incoming power feeders shall be sized as shown on the Drawings. All terminals for incoming and outgoing power cables shall be provided with compression lugs. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 7 PROJECT NO. 70097-001 F. Bus 1. Power shall be distributed by means of a continuous, tin plated copper horizontal bus, rated as shown on the Drawings. The bus shall be braced for 65,000A rms symmetrical at 480V unless otherwise indicated on the Drawings. The horizontal bus shall be effectively isolated from all wiring troughs and other working areas. Vertical bus extensions shall be tin plated copper, isolated by rigid, glass-polyester moldings so as to be a separate self-supported assembly. Silver plated vertical bus may be provided if specifically accepted by the Engineer. Full height vertical bus shall be installed in all sections including those containing spare units and "prepared" spaces. No extra safety jacks or similar devices shall be required to obtain an essentially dead-front condition. Access shall be provided for inspection and maintenance from the front. Minimum horizontal bus rating shall be 600A. Minimum vertical bus rating shall be 300A. G. Incoming Line Units 1. Each incoming line unit shall contain buswork and fittings as required with cable lugs for cables of sizes and quantities shown on the Drawings. Cable lugs shall be suitable for their respective conductors. H. The Unit Compartments 1. Each unit compartment shall be provided with an individual front door hinged to the vertical structure. Each plug-in unit shall be supported and guided by a removable unit support pan, so that the unit rearrangement is easily accomplished. The rearrangement of the unit support pan from one location to the other shall be accomplished without use of tools. After insertion, each plug-in unit shall be held in place by at least one multi-turn latch, located at the front of the unit. The latch shall be located for front accessibility and installation convenience. An additional mechanical interlock shall be provided to prevent withdrawal of the unit from the stationary structure with the operating mechanism in the ON position. 2. The unit plug in power stabs shall be electromagnetically tin-plated copper to yield a low resistance connection and designed to tighten during heavy current surges and short circuits. The stab shall be backed by spring steel clips to provide and maintain a high pressure, two-point connection to the vertical bus. They shall be free floating and self-loading plug-in. Wiring from the unit disconnecting means to the plug-in stab shall be exposed at the rear of the unit. The power cable terminations at the plug-in stab shall be mounted in a two-piece, glass polyester support assembly. This support assembly shall provide a separate isolated pathway for each phase, minimizing the probability of a unit fault condition reaching the power bus system. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 8 PROJECT NO. 70097-001 3. NEMA Size 1 through Size 5 non-reversing starters shall be plug-in units. Size 1, 2, and 3 shall utilize stab assembly rated 100A. Stab assemblies for Size 4 and Size 5 starters shall be rated for the starters maximum output current rating. 4. An industrial, heavy-duty flange handle mechanism shall be supplied for the control of each disconnecting means. This mechanism shall be engaged with the disconnect device at all times as an integral part of the unit regardless of the unit door position. The operator handles shall have an up-down motion with the down position as off. The ON-OFF condition of the disconnecting means shall be permanently marked on the handle operator. It shall be possible to lock the handle in the "OFF" position with up to three (3) 3/8-inch diameter shackle padlocks and in the "ON" position with one (1) 3/8 inch diameter shackle padlock. 5. The operator handle of all units shall be interlocked with the door units so that the disconnect means cannot be switched unless the door unit is closed. A means shall be provided for purposely defeating the interlock during maintenance or testing. This interlock shall also prevent opening the unit door unless the disconnecting means is in the off position. An externally operated defeater requiring the use of a screwdriver shall provide access to the unit without interrupting service. 6. The overload relays shall be resettable from the outside of the enclosure by means of an insulated bar or button. I. Ground Bus 1. The horizontal ground bus shall be tin plated copper and located in the bottom horizontal wireway. The minimum size of the horizontal ground bus shall be ¼-inch x 1 inch (6.35mm x 25.4mm) or 33% of the phase bus ampacity, whichever is greater. 2. Compression lugs shall be mounted on the ground bus in each section, in the size and quantity as required for the termination of system and equipment grounding conductors. 3. The vertical ground bus shall be tin plated copper and solidly connected to the horizontal ground bus. This ground bus, in combination with the unit ground bus stab, establishes unit grounding before the plug-in power stabs engage the power bus, and conversely, as the unit is withdrawn, grounding is maintained until after the plug-in power stabs are disengaged. 4. The vertical load ground bus shall be tin plated copper and solidly connected to the horizontal ground bus. The vertical load ground bus assembly, comprised of the vertical load ground bus and the unit load ground bus connector, shall provide a termination point for the load equipment grounding conductor at the unit. This QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 9 PROJECT NO. 70097-001 fixed connection shall not have to be removed when the unit is withdrawn from the motor control center. J. Isolation and Insulation 1. Horizontal bus access covers and vertical bus covers shall isolate the energized buses to guard against the hazard of accidental contact. These covers shall be molded of a glass polyester material. 2. The horizontal bus shall be isolated from the top horizontal wireway by a grounded steel barrier. This barrier shall be removable to allow access to the bus and connections for maintenance. 3. The vertical bus cover shall provide unit plug-in openings which shall permit unit plug-in stab assemblies to pass through and engage the vertical bus. The unit plug-in openings shall be sized to minimize the probability of inadvertent contact with the vertical bus. 4. Isolation of unused stab openings shall be accomplished by use of a manual shutter to close off the stab opening. These shutters shall be attached to the structure so that when they are removed (to allow a stab connection) they are retained in the structure and are readily accessible for use should a plug-in unit be removed from the motor control center. 5. All units shall be isolated from one another, above and below, by unit support pans or steel barriers, which can remain in place when the units are withdrawn. 6. Incoming line compartments shall be isolated from horizontal and vertical wireways by steel barriers. 7. A molded unit isolating barrier shall be provided to isolate the unit from the vertical wireway. K. Combination Motor Control Units 1. Motor branch circuits shall be protected by a motor circuit protector (MCP). 2. The motor circuit protector shall be operated by a toggle type handle and shall have a quick make, quick break overcenter switching mechanism that is mechanically trip free from the handle, so that the contacts cannot be held closed against short circuits and abnormal currents. Tripping shall be clearly indicated by the handle automatically assuming a position midway between the manual ON and OFF positions. All latch surfaces shall be ground and polished. All poles shall be so constructed that they open, close, and trip simultaneously. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 10 PROJECT NO. 70097-001 3. Each pole of these motor circuit protectors shall provide instantaneous short circuit protection by means of an adjustable magnetic only element. 4. The motor circuit protectors in combination with a contactor and overload relay shall have an interrupting rating that matches the motor control center short circuit rating at 480V. 5. Motor circuit protector's ratings, modifications, etc., shall be as specified herein and as indicated on the Drawings. 6. Motor circuit protectors shall be completely enclosed molded case devices with a current sensing coil in each of the 3 poles and have a magnetic trip adjustment located on the front. The motor circuit protector shall be manually operable. The protector shall be designed to meet the NEC requirement concerning motor full load and locked-rotor current. Ampere ratings shall be clearly visible. Contacts shall be of non-welding silver alloy. Arc extinction must be accomplished by means of arc chutes, consisting of metal grids mounted in an insulating support. L. Motor Starters 1. Motor starters shall conform to NEMA Standard IC1 and shall be for across-the- line starting, unless otherwise indicated. IEC rated equipment is not acceptable and shall be used as a basis for rejection of the equipment. The size of the starter shall be as required for the particular load. Minimum starter size shall be NEMA Size 1. Size 1 and 2 starters shall be completely drawout type, so that units may be withdrawn without disconnecting any wiring. Size 3 and 4 full-voltage, non- reversing starters shall be drawout type after disconnecting power leads only. Starters over three-space units high may be bolt-on type. A positive guidance system shall be provided to assure proper alignment of wedge-shaped power stabs in deadfront openings in vertical power bus. 2. A suitable control disconnect device(s) to comply with the requirements of the NEC shall be provided. 3. Magnetic starters and contactors shall be electromagnetic vertical or horizontal lift design with double break cadmium oxide silver contacts. Design shall meet or exceed the requirements of UL and NEMA Standards. Coils shall be hot molded construction to protect the coils from mechanical and environmental damage. 4. Each starter shall be able to accommodate a minimum of three (3) auxiliary contacts in addition to the hold-in contact. 5. Each starter shall be supplied with a 3-pole, manual reset overload relay. The relays shall be solid state type, with at least one isolated normally open and one isolated normally closed auxiliary contact that operates when a trip condition has QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 11 PROJECT NO. 70097-001 occurred. Relays shall be self-powered, have a visible trip indicator, have a trip test function, and have selectable Class 10 or 20 operation. Overload relays shall be set for Class 10 operation unless otherwise directed by the Engineer. Overload relay shall have phase loss protection built in to trip the unit and protect the motor against single phasing. The Supplier shall provide the overload relay model with the correct current range for each application. Overload relay shall have adjustable current range dial. Eutectic alloy or bi-metallic type overload relays are not acceptable. 6. Each motor starter coil shall be equipped with a surge-suppression device for protection of the solid-state equipment (e.g. programmable logic controller) wired as part of the control circuit. 7. The Supplier and motor control center Manufacturer is advised to review the Contract Documents for additional requirements for space heaters, power factor correction capacitors, and similar equipment which may not be specified in this Division or shown on the Drawings. Control power transformers shall be fused on both the primary and secondary sides. The minimum control power transformer VA requirements are shown below. Control power transformers shall be sized as required for the connected loads, plus 25% spare capacity. a. Size 1-75 VA b. Size 2-75 VA c. Size 3-200 VA d. Size 4-300 VA e. Size 5-500 VA M. Circuit Breakers 1. Where specified herein, indicated on the Drawings, or required, the main circuit breaker shall be rated for service entrance and bear a service entrance label. 2. Unless otherwise indicated, circuit breakers shall be manually operable and shall provide thermal-magnetic, inverse-time-limit overload, and instantaneous short- circuit protection. 3. Circuit breakers shall be molded case type, rated 480 VAC, 2 or 3 pole and have 100 ampere or larger frames. The interrupting rating shall match that of the motor control center short circuit rating at 480V. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 12 PROJECT NO. 70097-001 4. Overload protection shall be provided on all poles with trip settings as indicated on the Drawings. Breakers of 225-ampere frames and larger shall have interchangeable trip units and adjustable magnetic trip elements. 5. Horizontally mounted operator handles for feeder circuit breaker units up to 225A are permissible if accepted in writing by the Engineer. N. Terminal Blocks 1. Terminal blocks associated with removable units within the motor control center shall be provided as follows: a. Terminal blocks shall be mounted within the unit insert and in the front for ease of accessibility. b. Pull-apart style terminal block assemblies shall be provided. Terminal block assembly shall consist of a male and female component held together with captive screws. The terminal block assembly shall be designed to withstand the effects of vibration, yet able to be pulled apart without difficulty. The terminals of the assembly shall be recessed to isolate them from accidental contact. Terminal markings shall be provided for the purpose of identifying terminations. Terminal strips shall be suitable for use as a disconnecting means of foreign interlock voltages. c. For starters Size 2 and smaller, terminate all starter wiring (power and control) and external field wiring on terminal blocks provided in each unit. d. For starters Size 3 and larger, terminate control wiring and external field control wiring on terminal blocks provided in each unit. 2. Terminal blocks associated with non-removable units within the motor control center shall be provided in accordance with Section 26 09 16 – Electric Controls and Relays. 3. Provide a minimum of four (4) spare terminals in each terminal block assembly. O. Control Devices 1. Furnish and install control devices as required and/or shown on the Drawings. The following control devices shall be provided as specified in Section 26 09 16 – Electric Controls and Relays: a. Pilot devices (switches, indicating lights, etc.) b. Relays and timers QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 13 PROJECT NO. 70097-001 P. Nameplates 1. Provide engraved plastic nameplates to identify the motor control center, each unit compartment, door mounted devices, and internal components. 2. Nameplates shall be as specified in Section 26 05 53 – Identification for Electrical Systems. Equipment names and numbers as indicated on the single line diagrams shall be used as the basis to engrave the nameplates. 3. Provide a master nameplate giving motor control center designation, voltage rating, ampere rating, short circuit rating, manufacturer's name, general order number and item number. 4. Control components mounted as part of the assembly, such as fuse blocks, control relays, pushbuttons, switches, and similar devices, shall be suitably marked for identification corresponding to appropriate designations on the manufacturer's wiring diagrams. Q. Future Space Requirements 1. Provide spaces for future combination starter and other units in the motor control centers. Furnish spaces with hardware to accommodate future plug-in control unit without modification of vertical sections. Provide the number of spaces required for future units as indicated on the Drawings, minimum. 2. Provide additional vertical sections to ensure total number of spaces as indicated on the Drawings. The number of vertical sections is contingent upon specific manufacturer's final proposed and Engineer-accepted configuration of motor control center units. R. Motor Control Center Additions 1. The Supplier shall furnish and install complete motor control center sections or individual motor control center units to be added to existing motor control centers in accordance with these Specifications and as indicated on the Drawings. 2. These additions shall be of the same manufacturer, type, rating, and color as the existing motor control centers. Furnish and install all hardware necessary to connect the buses of the new and existing motor control centers, including ground buses. Enclosures shall match existing. S. Motor Control Center Modifications 1. The Supplier shall modify existing motor control centers and specific motor control center units as specified herein and indicated on the Drawings. These QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE MOTOR CONTROL CENTERS EQUIPMENT PRE-PURCHASE 26 24 19 - 14 PROJECT NO. 70097-001 modifications include, but are not limited to, additions of door mounted pilot devices, modifications to existing motor control circuits and other work. PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP PACKAGE 1 ELECTRICAL ENCLOSED CIRCUIT BREAKERS EQUIPMENT PRE-PURCHASE 26 28 16.13 - 1 PROJECT NO. 70097-001 SECTION 26 28 16.13 ENCLOSED CIRCUIT BREAKERS PART 1 – GENERAL 1.01 THE REQUIREMENT A. The Supplier shall furnish and install enclosed circuit breakers of voltage and current ratings as specified herein and indicated on the Drawings. B. This specification is intended to apply to circuit breakers separately-mounted from other equipment in an individual enclosure. This Section does not apply to circuit breakers as part of an equipment assembly such as motor control centers, panelboards, switchboards, etc. C. Reference Section 26 05 00 – Basic Electrical Requirements and Section 26 05 53 – Identification of Electrical Systems. 1.02 CODES AND STANDARDS A. Enclosed circuit breakers shall comply with the following codes and standards: 1. UL 489 – Molded Case Circuit Breakers, Molded Case Switches, and Circuit Breaker Enclosures 2. UL 1203 – Standard for Explosion-proof and Dust-ignition-proof Electrical Equipment for use in Hazardous (Classified) Locations 3. NEMA 250 – Enclosures for Electrical Equipment 4. National Electrical Code 1.03 SUBMITTALS A. In accordance with the procedures and requirements set forth in the Contract Documents and Section 01 33 00 – Submittal Procedures, the Supplier shall obtain from the equipment manufacturer and submit the following: 1. Shop Drawings. 2. Spare Parts List. 3. Operation and Maintenance Manuals. QCWTP PACKAGE 1 ELECTRICAL ENCLOSED CIRCUIT BREAKERS EQUIPMENT PRE-PURCHASE 26 28 16.13 - 2 PROJECT NO. 70097-001 B. Each submittal shall be identified by the applicable Specification Section. 1.04 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipment's compliance with the Contract Documents. B. Partial, incomplete, or illegible submittals will be returned to the Supplier without review for resubmittal. C. Shop drawings shall include but not be limited to: 1. Product data sheets. 2. Complete assembly, layout, and installation drawings with clearly marked dimensions for each enclosed circuit breaker. 1.05 SPARE PARTS A. For each enclosed circuit breaker, the Supplier shall furnish to the Owner all spare parts as recommended by the equipment manufacturer. 1.06 IDENTIFICATION A. Each enclosed circuit breaker shall be identified with the identification name and/or number indicated on the Drawings. A nameplate shall be securely affixed in a conspicuous place on the front of each enclosed circuit breaker. Nameplates shall be as specified in Section 26 05 53 – Identification for Electrical Systems. PART 2 – PRODUCTS 2.01 MANUFACTURERS A. The Equipment shall be designed, constructed and installed in accordance with the best practices of the trade, and shall operate satisfactorily when installed as shown on the Drawings. B. Enclosed circuit breakers shall be manufactured by the Square D Company. Any proposed equipment supplier alternates shall comply with the Certification of Equipment/Material Manufacturers requirements specified in the contract documents. QCWTP PACKAGE 1 ELECTRICAL ENCLOSED CIRCUIT BREAKERS EQUIPMENT PRE-PURCHASE 26 28 16.13 - 3 PROJECT NO. 70097-001 2.02 ENCLOSED CIRCUIT BREAKERS A. Circuit breakers shall be molded case type with trip and frame ratings as indicated on the Drawings. Provide electronic trip unit where indicated on the Drawings, with adjustable functions as indicated on the Drawings. B. Circuit breakers shall have an interrupting rating of 65,000 amperes symmetrical at 480 VAC, unless otherwise indicated on the Drawings. C. Enclosed circuit breakers in non-hazardous locations shall be UL 489 Listed. Circuit breakers in hazardous locations shall be UL 1203 Listed. D. Enclosure Types and Materials 1. In non-hazardous locations, enclosed circuit breakers shall be furnished with the following enclosure type and material of construction, dependent upon the designation of the area in which they are to be installed. Area designations are indicated on the Drawings. Area Designation Enclosure Type and Material Indoor Wet Process Area NEMA 4X, Type 304 Stainless Steel Indoor Dry Process Area NEMA 12, Painted Steel Indoor Dry Non-Process Area NEMA 1, Painted Steel Indoor Type 1 Chemical Storage/Transfer Area NEMA 4X, Fiberglass Indoor Type 2 Chemical Storage/Transfer Area NEMA 4X, Type 304 Stainless Steel All Outdoor Areas NEMA 4X, Type 304 Stainless Steel 2. In hazardous locations, enclosed circuit breakers shall be furnished with the following enclosure type and material of construction, dependent upon the classification of the area in which they are to be installed. Area classifications are indicated on the Drawings. Area Classification Enclosure Type and Material Class I, Division 1, Group D NEMA 7, Die Cast Aluminum Class I, Division 2, Group D NEMA 7, Die Cast Aluminum Class II, Division 1, Group F NEMA 9, Die Cast Aluminum Class II, Division 2, Group F NEMA 9, Die Cast Aluminum QCWTP PACKAGE 1 ELECTRICAL ENCLOSED CIRCUIT BREAKERS EQUIPMENT PRE-PURCHASE 26 28 16.13 - 4 PROJECT NO. 70097-001 3. Non-metallic enclosures, NEMA 7 enclosures, and NEMA 9 enclosures shall be provided with threaded integral conduit hubs. 4. Where located outdoors or in indoor wet process areas, NEMA 7 and NEMA 9 enclosures shall also carry a NEMA 4X rating. E. Enclosed circuit breakers shall be quick-make, quick-break and with an interlocked cover which cannot be opened when the breaker is in the “ON” position and capable of being locked in the “OPEN” position. F. An Underwriter's Laboratories, Inc. inspection label shall appear on the interior of the enclosure. G. Enclosed circuit breakers shall be 100% rated. PART 3 – EXECUTION (NOT USED) END OF SECTION QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 1 SECTION 26 29 23 LOW VOLTAGE VARIABLE FREQUENCY MOTOR CONTROLLERS PART 1 – GENERAL 1.01 THE REQUIREMENT A. The Supplier shall furnish, install, connect, test and place in satisfactory operating condition all variable frequency drives (VFDs) as specified herein and indicated on the Drawings. B. Reference the following Specification Sections: 1. Section 26 05 00 – Basic Electrical Requirements 2. Section 26 05 53 – Identification for Electrical Systems 3. Section 26 09 16 – Electric Controls and Relays C. The Supplier is responsible for coordinating with the driven equipment manufacturer and the VFD manufacturer to ensure that the VFD is sized properly to meet all of the requirements herein. This includes, but is not limited to, accounting for motor RPM and variable or constant torque applications. The Supplier is responsible for including any costs related to equipment upsizing, conduit and wire upsizing, etc. that results from selecting equipment with a higher full load amp rating than was specified or used as the basis for design. D. The variable frequency drives shall be assembled using NEMA rated components. Components designed and built to International Electrotechnical Commission (IEC) standards are not recognized. Equipment designed, manufactured, and labeled in compliance with IEC standards is not acceptable. 1.02 CODES AND STANDARDS A. VFDs shall be designed, manufactured, and/or listed to the following standards as applicable: 1. NEMA 250 – Enclosure for Electrical Equipment 2. IEEE 519 – Recommended Practice and Requirements for Harmonic Control in Electric Power Systems 3. NEMA ICS 7 – Adjustable-Speed Drives QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 2 4. NEMA ICS 61800-2 – Rating Specifications for Low Voltage Adjustable Frequency AC Power Drive Systems 5. UL 489 – Molded Case Circuit Breakers, Molded Case Switches, and Circuit Breaker Enclosures 6. UL 508A – Standard for Industrial Control Panels 7. UL 508C – Standard for Power Conversion Equipment 1.03 DEFINITIONS A. The following definitions are provided for clarity with regard to the language used in this Specification: 1. Variable Frequency Drive (VFD) – The complete custom-engineered VFD as packaged within an overall enclosure, including the VFD unit and all other components within that enclosure as specified herein. 2. VFD Unit – The solid-state power electronic device or devices within the VFD. 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in the Contract Documents and Section 01 30 00 – Submittal Procedures, the Supplier shall obtain from the equipment manufacturer and submit the following: 1. Shop Drawings 2. Operation and Maintenance Manuals 3. Spare Parts List 4. Reports of Certified Shop and Field Tests 5. Manufacturer’s Field Start-up Report 6. Manufacturer’s Representative’s Installation Certification 1.05 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipment's compliance with the Contract Documents. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 3 B. Partial, incomplete, or illegible submittals will be returned to the Supplier without review for resubmittal. C. Shop drawings for each VFD shall include but not be limited to: 1. A Compliance, Deviations, and Exceptions (CD&E) letter. If the shop drawings are submitted without this CD&E letter, the submittal will be rejected. The letter shall include all comments, deviations and exceptions taken to the Drawings and Specifications by the Equipment Manufacturer/Supplier. This letter shall include a copy of this Specification Section. In the left margin beside each and every paragraph/item, a letter "C", "D", or "E" shall be typed or written in. The letter "C" shall be for full compliance with the requirement. The letter "D" shall be for a deviation from the requirement. The letter "E" shall be for taking exception to a requirement. Any requirements with the letter "D" or "E" beside them shall be provided with a full typewritten explanation of the deviation/exception. Handwritten explanation of the deviations/exceptions is not acceptable. The CD&E letter shall also address deviations, and exceptions taken to each Drawing related to this Specification Section. 2. Complete bill of material and catalog data sheets for all equipment and devices comprising the VFD. 3. Heat loss data for each VFD. 4. Manufacturer’s warranty information. 5. Product data sheets for all system components, including but not limited to: a. VFD units b. RVSS units and motor overloads c. Harmonic correction devices and/or equipment, e.g. line reactors, passive filters, and 18-pulse phase-shifting transformers d. Output reactors and/or output filters e. Pilot lights and pilot devices f. Control and timing relays g. Enclosure fans h. Contactors i. Power supplies QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 4 j. Control power transformers k. Current transformers l. Potential transformers m. Circuit breakers and/or motor circuit protectors n. Fuses o. Terminal blocks (power, control, and shorting) p. Surge protective devices 6. Layout drawings of the VFD that include: a. All cabinet or enclosure dimensions, access details, and weights. b. Required clearances around the enclosure, e.g. ventilation. c. Conduit entry areas and/or stub-up locations. d. Nameplate sizes, colors, and locations. e. Physical arrangement of door mounted devices located on the variable frequency drive enclosure. f. Physical arrangement of all interior components, including DIN-rail-mounted devices. g. General "catalog data sheet" layout drawings which are not specific to the systems specified herein are not acceptable. 7. Custom schematic and interconnection wiring diagrams of all electrical work, including but not limited to, circuit breakers, motor circuit protectors, contactors, instrument transformers, meters, relays, timers, control devices, terminal blocks and identification numbers, wire numbers, and other equipment comprising the complete system. a. These drawings shall be circuit specific for each motor-load combination (e.g. RP-XXX, etc.). Specific equipment names consistent with the Drawings shall appear on each respective diagram. b. Indicate all devices, regardless of their physical location, on the schematic diagrams. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 5 c. Electrical ratings of all equipment and devices shall be clearly indicated on the schematic diagrams. d. Standard schematics and wiring diagrams that are not custom created by the manufacturer for the variable frequency drives for this project are not acceptable. 8. Confirmation of spare parts requirements as specified herein. 9. Table listing all motor loads connected to the VFD. Table shall include the full load amps of the APPROVED motors. Final approval of VFD shop drawings cannot be given until all motor loads for each VFD have been reviewed, approved, and shown in this table. D. The shop drawing information shall be complete and organized in such a way that the Engineer can determine if the requirements of these Specifications are being met. Copies of technical bulletins, technical data sheets from catalogs, and similar information which is "highlighted" or somehow identifies the specific equipment items the Supplier intends to provide are acceptable and shall be submitted. 1.06 OPERATION AND MAINTENANCE MANUALS A. The Supplier shall submit operation and maintenance manuals in accordance with the procedures and requirements set forth in Section 01 33 00 – Submittal Procedures and Section 01 78 23 – Operation and Maintenance Data. B. Prior to completion and final acceptance of the project, the Supplier shall furnish and install "as-built" wiring diagrams for each VFD. These final drawings shall be included in the O&M manuals and an additional copy that is plastic laminated shall be securely placed inside each VFD. C. The O&M manual shall include the “as-commissioned” parameters of each VFD in both print and digital formats. D. If the VFDs require computer software or configuration, the O&M manual shall include copies of all programming guides/manuals. 1.07 SPARE PARTS A. The VFDs and accessories shall be furnished with all spare parts as recommended by the equipment manufacturer. In addition to the manufacturer recommended spare parts, the Supplier shall furnish the following spare parts: 1. Two (2) sets of fuses for each size and type of fuse provided. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 6 2. One (1) HMI per type of HMI provided. 3. One (1) set of enclosure air filters for each VFD. 4. For each VFD unit without field-replaceable internals, furnish one (1) spare VFD unit per size provided. 5. For each VFD unit with field-replaceable internals, furnish one (1) fully functional main control circuit board per VFD unit size provided. B. The spare parts shall be packed in containers suitable for long term storage, bearing labels clearly designating the contents and the pieces of equipment for which they are intended. C. Spare parts shall be delivered at the same time as the equipment to which they pertain. D. Spare parts lists included with the shop drawing submittal shall indicate specific sizes, quantities, and part numbers of the items to be furnished. Terms such as "1 lot of packing material" are not acceptable. E. Parts shall be completely identified with a numerical system to facilitate parts inventory control and stocking. Each part shall be properly identified by a separate number. Those parts which are identical for more than one size, shall have the same parts number. 1.08 WARRANTY A. Supplier shall warrant that the material and workmanship of all components and the operation of the VFDs and auxiliary equipment is in accordance with the latest design practices and meets the requirements of this Specification. B. Warranty shall include, but not be limited to the following: 1. Replace components found to be faulty and make changes in equipment arrangement or make adjustments necessary to meet the equipment or functional requirements or this Specification. 2. System rewiring and component substitution/rebuild. 3. All accessories and appurtenances provided by the VFD manufacturer. C. Warranty shall be in effect for a period of 24 months following final acceptance of each VFD. PART 2 – PRODUCTS QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 7 2.01 MANUFACTURERS A. The equipment covered by this Specification is intended to be equipment of proven performance. Equipment shall be designed, constructed, and installed in accordance with the best practices of the trade, and shall operate satisfactorily when installed as shown on the Drawings. B. The Supplier shall obtain the VFDs from one manufacturer who shall also manufacture and assemble the enclosure and major equipment components including, but not limited to the VFD unit and bypass starters. The manufacturer shall have five years minimum of experience in the manufacture of similar units and shall have a general distribution to the electrical trade. Subcontracting of wiring and/or third-party assembly is not acceptable. C. The VFDs shall be manufactured by the Square D Company. Any proposed equipment supplier alternates shall comply with the Certification of Equipment/Material Manufacturers requirements specified in the contract documents. D. The Supplier shall be responsible for the successful application and operation of the entire drive and control system serving the motor and driven equipment. This includes the responsibility for obtaining all load, torque, speed and performance requirements from the appropriate sources and integrating these into a VFD that fulfills the requirements of this Specification. 2.02 VFD SYSTEMS A. Operating Conditions 1. The following operating conditions are applicable for all equipment of this Specification. a. Humidity: 0-95%. b. Ambient Temperature: 0 degrees Celsius to plus 40 degrees Celsius. c. Altitude: up to 3,300 feet B. Basic Design and Performance 1. Each VFD shall be a complete alternating current electric drive system including all hardware and software necessary to accomplish variable speed operation of a motor and load combination. VFDs shall be provided in accordance with the requirements indicated on the Drawings and as described in these Specifications. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 8 2. Each VFD shall be suitable for operation as part of a 480 VAC, 3-phase, 60 Hertz power distribution system. The complete VFD system shall have a minimum short circuit current rating of 65,000 amperes symmetrical at rated voltage. 3.The Supplier is fully responsible for the review of the full Contract Documents to determine specified motor speed, horsepower and full load ampere requirements for each motor-driven load. In addition, the Supplier shall size and select the VFD and components as follows: a. Each VFD shall provide, continuously, motor load current equal to 100% of the direct on-line motor nameplate full load current. b. Each VFD shall be selected for Variable Torque (Normal Duty) or Constant Torque (Heavy Duty) based on its respective load type served as shown in the Load Type tables below. Variable Torque (Normal Duty) Load Types Constant Torque (Heavy Duty) Load Types Vertical Turbine Pumps OR [Not Included Under this Contract] Rotary Lobe Pumps OR [Not Included Under this Contract] Horizontal Non-Clog Pumps Progressive Cavity Pumps Horizontal Self-Priming Centrifugal Pumps Horizontal Centrifugal Chopper Pumps Submersible Non-Clog Pumps Positive Displacement Blower Packages Vertical Non-Clog Pumps Dewatered Sludge Screw Conveyors Vertical Turbine Mixers Screw Pumps Submersible Propeller (Window) Pumps [etc] [etc]- c. The Load Type tables above are intended to exhaustively cover all possible equipment controlled by VFDs to be provided under Division 26 for this Contract. If a piece of equipment is found that is not explicitly listed in these tables, this discrepancy shall be brought to the attention of the Engineer (in writing) immediately for resolution prior to submitting the Bid for this Contract. 4. Each VFD shall be suitable to operate, at times, on a limited power source engine- generator set. The VFD shall be provided with equipment and devices to prevent waveform distortion as specified herein. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 9 5. Each VFD shall be provided with control and sequence logic as specified herein and indicated on the Drawings. Control and sequence logic shall be designed such that the motor-load combination can be operated in the manual mode upon control and sequence logic failure, including all necessary personnel and equipment safety interlocks. Each VFD shall be designed such that specific control and protection functions can be attained through simple programming by either factory engineers or Owner's trained operating personnel. 6. Unless otherwise accepted in writing by the Engineer, VFDs shall be provided with output reactors or filters to prevent elevated voltage levels at the motor terminals that exceed the ratings of the inverter duty rated motor winding insulation. a.The Supplier is responsible for providing the VFD manufacturer with estimated and field-verified cable lengths between each VFD and its respective motor. The VFD manufacturer shall select and size the output reactors or filters based on the cable lengths provided by the Supplier. Any change in output filter or reactor selection and/or size from the Bid shall be immediately brought to the attention of the Engineer in writing for resolution. b. The output filters or reactors shall be as manufactured by TCI, MTE Corporation, Mirus International, or engineer approved equal. 7. Motor control circuits shall be wired in accordance with the requirements specified herein and/or indicated on the Drawings. C. Components 1. Each VFD shall contain and/or be furnished with the harmonic correction equipment as shown on the Drawings and required for the applications. Harmonic correction equipment shall be as specified elsewhere in this Specification. 2. Each VFD shall contain the number of auxiliary contacts, control power transformer(s), pilot devices and indicating lights, control relays, elapsed time meters, and other devices as specified herein, shown on the Drawings and required for the applications. The following components shall meet the requirements of Section 26 09 16 – Electrical Controls and Relays: a. Pilot devices (switches, indicating lights, etc.) b. Relays and timers c. Terminal blocks QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 10 3. Power terminal blocks for VFD output to the motor shall be fixed-mounted to a backplane or the enclosure. Mounting the terminal blocks on DIN rails is not acceptable. 4. Electrical bus, including ground bus, shall be tin-plated copper. Power and control wiring shall be copper, color coded and identified in accordance with these Specifications. 5. Each VFD shall be of modular construction allowing normal maintenance and repair to be done with ordinary hand tools. Design and install power electronic component assemblies so that, where practicable, components can be individually removed and replaced. 6. Auxiliaries, including fans, that are required for rated load operation at maximum ambient temperature, shall be 100% redundant. New and unused spare replacement fan(s) or air conditioning unit(s), shipped in original carton, may be provided in lieu of 100% redundant auxiliaries if accepted in writing by the Engineer. 7. Circuit boards and electrical components shall meet the corrosion protection requirements specified in these Specifications. Varnished or epoxy encapsulated circuit boards and tropicalized contactors suitable for corrosive environments shall be furnished. 8. Circuit Breakers a. Each VFD shall be protected by a UL 489 Listed circuit breaker. b. Unless otherwise indicated, circuit breakers shall be manually operable and shall provide thermal-magnetic, inverse-time-limit overload, and instantaneous short-circuit protection. c. Circuit breakers shall be molded case type, rated 480 VAC, 3 pole and have 100 ampere or larger frames. The interrupting rating shall match that of the VFD short circuit rating at 480V. d. Overload protection shall be provided on all poles with trip settings as indicated on the Drawings. Breakers of 225-ampere frames and larger shall have interchangeable solid-state electronic trip units. e. Where indicated on the Drawings, shunt trip devices shall be provided to trip a circuit from a remote location by means of a trip coil energized from a separate circuit. A 120V shunt trip shall be capable of operating at 55% or more of rated voltage. All other shunt trips shall be capable of operating at 75% or more of rated voltage. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 11 D. Controls 1. Each VFD shall be provided with automatic and manual controls as shown on the Drawings and as required to comply with all Specifications. Controls and indicators to accomplish operation and maintenance shall be located on the variable frequency drive equipment assembly as specified herein and indicated on the Drawings. 2. The Elementary Control Schematics shown on the Drawings are representative of design intent only. The manufacturer shall be responsible for providing all additional components, controls, and internal wiring necessary to meet the design intent. 3. VFD circuitry shall be designed such that the enclosure cooling fans only run when the VFD unit is producing output power. Designs that allow the enclosure cooling fans to run continuously when the VFD unit is energized but not producing output power are not acceptable. Fans that are used exclusively to provide cooling for the VFD unit (and not the overall enclosure) are permitted to run continuously if required by the VFD manufacturer’s design standards/practices. E. Enclosures 1. Equipment within the VFD enclosure shall be arranged so that it does not interfere with the entry of conduits and cables into the enclosure. 2. All pilot devices (selector switches, pushbuttons, indicating lights, etc.) and the human machine interface (HMI, specified elsewhere herein) shall be door mounted on the exterior of each VFD enclosure. Manipulation of the pilot devices or HMI, viewing of the information on the HMI, or viewing that status of pilot devices shall not require the VFD enclosure door to be opened. 3. Unless otherwise indicated on the Drawings, VFDs in non-hazardous locations, shall be furnished with the following enclosure type and material of construction, dependent upon the designation of the area in which they are to be installed. Area designations are indicated on the Drawings. Area Designation Enclosure Type and Material Indoor Wet Process Area NEMA 4X, Type 304 Stainless Steel Indoor Dry Process Area NEMA 12, Painted Steel Indoor Dry Non-Process Area NEMA 1, Painted Steel All Outdoor Areas NEMA 4X, Type 304 Stainless Steel QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 12 4. VFDs shall not be installed in hazardous locations. 5. NEMA 1 and NEMA 12 VFD enclosures shall be force ventilated with front accessibility and the following: a. Enclosures shall be provided with washable enclosure air intake filters that can be replaced while the enclosure door remains closed. b. Enclosures shall be designed for bottom or top entry of conduits and cables as required. c. Enclosures shall be finished in ANSI-61 gray enamel or in a color to match the complete line-up of equipment as indicated on the Drawings and accepted by the Engineer. 6. NEMA 4X VFD enclosures shall be air conditioned, dead-front, with front accessibility and the following: a. The air conditioning system shall utilize a heat-exchange method that allows for cooling of the enclosure interior without circulating outside air through the enclosure. b. Enclosures shall be furnished with tubular type enclosure space heaters. Space heaters shall be rated at 500V or 250V and operated at 240V or 120V, respectively. c. VFDs shall be furnished with an additional control power transformer sized to provide power exclusively for the air conditioning system and enclosure space heater. d. VFDs shall be furnished with a tamper-resistant hinged cover with a clear polycarbonate viewing window over the door-mounted pilot devices. e. VFDs shall be designed for bottom entry of cables/conduits only. 7. Each VFD shall be designed such that rear access to the enclosure is not required for operations, maintenance, or repair tasks. 8. The Supplier shall reference the Drawings for maximum dimensions of the VFDs. The Engineer shall be notified prior to the initial shop drawing submittal if exceptions to the dimensions indicated on the Drawings are to be requested. 9. Enclosure doors shall have full length piano type hinges and shall be braced to prevent sag when fully open. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 13 10. Each VFD enclosure shall be supplied with an industrial, heavy-duty flange-mount handle mechanism for the operation of the VFDs disconnecting means as follows: a. The mechanism shall be engaged with the disconnect device at all times as an integral part of the unit regardless of the unit door position. b. The operator handle shall have an up-down motion with the down position as off. The ON-OFF condition of the disconnecting means shall be permanently marked on the handle operator. c. It shall be possible to lock the handle in the "OFF" position with up to three (3) 3/8-inch diameter shackle padlocks and in the "ON" position with one (1) 3/8-inch diameter shackle padlock. d. The operator handle shall be mechanically interlocked such that the disconnecting means cannot be closed with the enclosure door open, nor can the enclosure door be opened when the disconnecting means is closed. A defeater mechanism shall be provided so that qualified personnel can bypass these interlocks for maintenance and testing purposes. The defeater mechanism shall allow the enclosure door to be opened without interrupting the operation of the VFD. F. Nameplates and Legend Plates 1. Provide engraved plastic nameplates and legend plates to identify each VFD and associated door mounted devices and internal components. Nameplates shall be as specified in Section 26 05 53 – Identification for Electrical Systems. 2. Equipment names and/or numbers and device identification text shown on the Drawings shall be used as the basis to engrave the nameplates and legend plates. Where the equipment identification text would exceed the capacity of the VFD manufacturer’s standard nameplate/legend plate size, the manufacturer shall provide larger nameplates and/or additional nameplates as necessary. Abbreviating equipment names/numbers and device identification text is not acceptable. 3. Control components mounted as part of the assembly, such as fuse blocks, control relays, pushbuttons, switches, and similar devices, shall be suitably marked with identification corresponding to appropriate designations on the manufacturer's wiring diagrams. 2.03 VFD UNITS A. The VFD unit shall be the Square D Altivar 600 series. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 14 B. Basic Design and Performance 1. Each VFD unit shall be of adjustable frequency, adjustable voltage, pulse width modulated (PWM) design. The units shall be microprocessor controlled, fully digitally programmable, and capable of precise and repeatable speed regulation of three phase 480 VAC NEMA Design A or B induction motors. Units for other than NEMA Design A or B induction motors (e.g., NEMA Design C) shall be coordinated with the requirements of that respective load. 2. Each VFD unit shall consist of a semiconductor rectifier system, direct current link, and pulse width modulated inverter. The inverter shall invert the direct current voltage into an alternating current voltage at a frequency which shall be proportional to the desired speed. This alternating current voltage and frequency shall both vary simultaneously at a constant "Volts-Per-Hertz" ratio to operate the motor at the desired speed. 3. Each VFD unit shall operate the motor and produce full rated nameplate horsepower at the motor output shaft without exceeding motor nameplate full load current and with the motor not exceeding rated total temperature not including the additional temperature increment that constitutes the motor service factor. Motor shall retain its service factor when operated by the variable frequency drive. 4. The overall efficiency of each VFD unit shall be a minimum of 95% when operating the specified motor-load combination at rated voltage, frequency, and current. 5. Each VFD unit shall provide smooth, stepless changes in motor speed and acceleration over the entire operating speed range from minimum to maximum speed. The VFD unit shall be provided with adjustable maximum and minimum frequency limits. 6. Each VFD unit shall maintain a desired output frequency (setpoint) with a steady state accuracy of 0.5% of rated frequency of 60 Hertz for a 24-hour period and a repeatability of 0.1% of rated frequency of 60 Hertz. 7. Each VFD unit shall be capable of operating the specified load continuously at any speed within the operating speed range of 10% to 100% of rated speed. The minimum and maximum continuous operating speeds shall each be adjustable within this speed range. The variable frequency drive shall provide for field adjustment of these setpoints. 8. Each VFD unit shall be capable of controlled linear acceleration and deceleration. Each VFD unit shall be capable of ramping the speed of the motor-load combination from the minimum selected operating speed to the maximum selected operating speed in a minimum of 30 seconds. Each VFD unit shall have two (2) field-adjustable speed setpoints for the variable frequency drive to skip equipment QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 15 resonant frequencies. The acceleration and deceleration time limits shall be field adjustable to values up to 120 seconds. 9. Voltage or current unbalance between phases of the VFD unit output voltage shall not exceed 3% of the instantaneous values. The VFD unit shall continuously monitor the output voltages and generate an alarm condition when the unbalance exceeds 3%. The system shall detect and generate a separate alarm for loss of any output phase voltage (single phasing). Phase unbalance shall be as defined by NEMA Standard MG-1. 10. Each VFD unit shall operate continuously without interruption of service or damage to equipment during transient input voltage variations of plus or minus 10% for a duration of 15 cycles. VFD unit output voltage regulation shall be plus or minus 2%. C. Features and Characteristics 1. Each VFD unit shall be furnished with a Human Machine Interface (HMI) to provide controls and indication to accomplish maintenance and operational functions as specified herein and shown on the Drawings. The HMI shall be password protected after startup to prevent unauthorized personnel from making changes. The HMI shall at minimum provide indication of the following: a. Input Voltage b. Output Voltage c. Output Current d. Output Frequency e. Output Speed from 0-100% f. Alarm Read-out 2. Each VFD unit shall provide a 4-20 mADC output signal that is proportional to the drive output frequency for use as speed feedback/speed indication to external equipment. 3. Each VFD unit shall accept a 4-20 mADC speed input command signal to control the output frequency in the automatic and/or manual control modes as specified herein or indicated on the Drawings. The system shall accept the input increase/decrease command with a resolution that permits incremental changes in speed equal to or less than 0.1% of rated speed. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 16 a. Where shown on the Drawings, VFD units shall also accept a 0-10VDC input from a speed potentiometer for manual speed control. Each VFD unit shall be capable of automatically switching between the input speed command signals as shown on the Drawings. 4. Input Voltage Loss Handling a. The VFD unit shall shut down upon a loss of one or more input phases, a 3- phase complete input power loss, or a sustained input undervoltage event. A sustained input undervoltage event is defined as voltage that is less 75% of nominal, for more than 0.5 seconds. b. Upon restoration of 3-phase power that is at an acceptable voltage level, the VFD unit shall automatically reset (after an adjustable time delay, 0-2 minutes) and be capable of being restarted and ramping up to speed when remotely commanded through the control system or locally commanded at any local controls. Personnel shall not be required to reset the VFD unit manually after a shutdown caused by any input voltage loss event. c. Automatic reset of the VFD unit shall be achieved through programming/parameter setpoints, time delay relays, or a combination of both. 5. Each VFD unit shall have a multiple attempt restart feature. 6. Each VFD unit shall have an automatic current limit feature to control motor currents during startup and provide a "soft start" torque profile for the motor-load combination. The VFD unit shall also limit current due to motor winding or motor lead phase-to-phase short circuit or phase-to-ground short circuit. The current limit protection setting shall be field adjustable. 7. Each VFD unit shall be furnished with programmable electronic overload and torque limits. 8. Each VFD unit shall have an automatic trip feature which will remove the drive output from the motor and allow it to decelerate safely. This automatic system shall lock-out the VFD unit and indicate the fault only upon the following conditions: a. Output voltage unbalance (trip threshold field set). b. Loss of phase on output. c. Motor overload. d. Motor stator winding fault (phase-to-ground, phase-to-phase). QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 17 e. Unacceptable voltage variation. f. High variable frequency drive equipment temperature. g. VFD failure as determined by the manufacturer. h. Component failure. i. Overcurrent. 9. Provide each VFD unit with transmitted and received radio interference protection. In addition, provide protection against starting a rotating motor, both directions (coasting to zero speed and backspin). In the event that a motor automatic restart feature (catch the motor "on-the-fly") is provided in the VFD unit, this feature shall be capable of being disabled. 10. Each VFD unit shall include on-line diagnostics, with an automatic self-check feature that will detect a variable frequency drive failure. a. Diagnostics shall operate a visual alarm indicator on the HMI. b. Diagnostics shall provide an easily readable output that can be used to isolate a failure. c. Provide an event and diagnostic recorder to printout in narrative English of the specific fault(s) and the sequence in which the faults occurred. An indication of the "First Out" failure is a minimum for fault sequence detection. d. Provide normally open and/or normally closed dry contacts as indicated on the Drawings for VFD failure conditions . 11. Each VFD unit shall communicate the following parameters to the control system via Profinet and hard wired run/fail and speed control and monitoring. Provide any necessary hardware gateways to provide this communication capability. The following parameters, at a minimum, shall be communicated: a. Motor current (all phases) b. Motor voltage (all phases) c. Motor KW 12. Where indicated on the Drawings, provide input cards that allow connection of speed encoders to the VFD unit. QCWTP PACKAGE 1 ELECTRICAL LOW VOLTAGE VARIABLE FREQUENCY EQUIPMENT PRE-PURCHASE MOTOR CONTROLLERS PROJECT NO. 70097-001 26 05 00 - 18 13. Each VFD unit shall be provided with input/output (I/O) cards including expansion cards as necessary to facilitate connection of all I/O specified herein and shown on the Drawings. 2.04 HARMONIC CORRECTION A. Harmonic correction devices for each VFD shall be as specified herein and located as shown on the Drawings. B. Input Line Reactors 1. 6-pulse VFD units shall be provided with input line reactor and/or integral DC link reactor. Total reactor impedance shall be a minimum of 3% and shall not exceed 5%. C. Passive Filters 1. Where indicated on the Drawings or where additional harmonic correction is required, 6-pulse VFD units shall be provided with a passive harmonic filter in addition to the integral DC link reactor specified above (if present.) 2. Passive harmonic filters shall be sized to attenuate harmonics resulting from operation of the VFD-driven motor load to no more than 5% THID when operating at full load, and no more than 8% THID when operating at 30% of full load. The filter shall be equipped with power contactors configured to remove the capacitors from the circuit when the VFD-driven loads are not in operation. The harmonic filters shall be as manufactured by TCI, MTE Corporation, Mirus International, or Engineer approved equal. 3. Passive filters shall be integrated into the VFD unless accepted in writing by the Engineer or shown as separately mounted from the VFD on the Drawings. PART 3 – EXECUTION (NOT USED) END OF SECTION ELECTRICAL EQUIPMENT PRE-PURCHASE OCTOBER 2024 BID SET MCC-06 30AT 30AF SPD MCP 6P VFD XFMR kVA 480-120/208V 3P/4W DRY TRANS AF AT 100 60 LP-6A MCP 1 MCP 1 EF U - 7 - 0 1 EL E C T R I C F A N EF U - 7 - 0 2 EL E C T R I C F A N MCP 6P VFD MCP 6P VFD AF AT 100 100 DP-6A SL G - 7 4 0 1 SL I D E G A T E AF AT 100 15 AF AT 100 15 AC U - 7 - 0 1 AI R C O N D I T I O N I N G OU T D O O R U N I T AF AT 100 15 4KW EU H - 7 - 0 1 EL E C T R I C U N I T HE A T E R AF AT 100 15 4KW EU H - 7 - 0 2 EL E C T R I C U N I T HE A T E R AF AT 100 15 SL G - 7 2 1 0 SL I D E G A T E AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 SL G - 7 4 0 2 SL I D E G A T E SL G - 7 2 2 0 SL I D E G A T E SL G - 7 2 3 0 SL I D E G A T E SL G - 7 2 4 0 SL I D E G A T E SL G - 7 2 5 0 SL I D E G A T E SL G - 7 2 6 0 SL I D E G A T E SL G - 7 2 7 0 SL I D E G A T E FROM MCC-5 30 30 30 1 1 1 1 1 1 1 1 1 1 1 P- 7 4 1 1 RE C L A I M P U M P P- 7 4 1 2 RE C L A I M P U M P P- 7 4 1 3 RE C L A I M P U M P SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 SECTION 6 SECTION 7 SECTION 8 1A 1C 1B 1D 2A 3C 3B 3A 4A 4B 4C 5C 5B 5A 6A 6B 6C 6D 7A 7B 7C 8B 8A 3C 4C 5C MCC-06 ELEVATION (NTS) 7A 7B 8B 8A ACTIVE HARMONIC FILTER AHF-MCC-6 200A AF AT 250 250 2A MCC-6 DEMOLITION SINGLE LINE DIAGRAM 600V, 3 PH, 3W, 800A MAIN BUS, 65 KAIC 600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC QUAIL CREEK WATER TREATMENT PLANT 90 MGD EXPANSION AND OZONE ADDITION 70097-001 #### JULY 2024J. WILLIAMS IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO FULL SCALE CHECKED BY: DRAWN BY: DESIGNED BY: PROJECT MANAGER: REV ISSUED FOR DATE BY 0 1"1/2" CONTRACT NO.: HAZEN NO.: DATE: DRAWING NUMBER:HAZEN AND SAWYER 10619 S. JORDAN GATEWAY STE 130 SOUTH JORDAN, UTAH 84095 RUCTION VALUE D. KAREEM E04 #### ELECTRICAL DEMOLITION SINGLE-LINE DIAGRAM MCC-6VALUE NOTES: 1.EXISTING SINGLE-LINE INFORMATION SHOWN IS BASED ON RECORD DRAWINGS AND IS APPROXIMATE. CONTRACTOR SHALL CONSULT ENGINEER FOR REMOVING EQUIPMENT NOT SHOWN ON THESE SINGLE-LINES. B. BRADSHAW B. BRADSHAW C. DUNHAM QUAIL CREEK WATER TREATMENT PLANT BUTTERFLY VALVE PRE-PURCHASE OCTOBER 2024 No. 11660942-2202 WILLIAM BRADSHAW 10\07\24 30% PREL BID SET 05\17\2410\07\24 SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 SECTION 6 VFD CABINET 1 VFD CABINET 2 VFD CABINET 3 1A 1B 1C 1D 2D 2C 2B 2A 3A 3B 4B 4C 4D 4A 5A 5B 6C 6B 6A 6D 7A 8A 9A SPACE 30AT 30AF SPD TR-7A 45kVA 480-120/208V 3P/4W DRY TRANS AF AT 125 125 LP-7A AF AT 400 250 6P VFD 75 RP - 3 6 1 1 RE C Y C L E P U M P AF AT 400 250 6P VFD 75 AF AT 400 250 6P VFD 75 AF AT 100 15 10 AF AT 100 15 10 AF AT 600 250 TR-71A 93kVA 480-120/240V 1P/3W DRY TRANS AF AT 100 15 AF AT 100 15 .75 AF AT 100 15 1 AF AT 100 15 15KW AF AT 100 15 4KW AF AT 100 15 4KW AF AT 100 15 1 1 AF AT 100 15 1 AF AT 150 100 DP-7A600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 100 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 AF AT 100 15 DP-7A 600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC DP-7B 600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 AF AT 100 15 1 RP - 3 6 1 2 RE C Y C L E P U M P RP - 3 6 1 3 RE C Y C L E P U M P 1 FROM MCC-8 MCC-7 600A, 480V, 3P, 3W, NEMA 1, 65KAIC SL G - 2 5 1 1 SL U I C E G A T E CV - 3 5 1 1 CO N T R O L V A L V E SL G - 2 5 2 1 SL U I C E G A T E SL G - 2 5 3 1 SL U I C E G A T E SL G - 2 5 4 1 SL U I C E G A T E CV - 3 5 1 2 CO N T R O L V A L V E CV - 3 5 2 1 CO N T R O L V A L V E CV - 3 5 2 2 CO N T R O L V A L V E CV - 3 5 3 1 CO N T R O L V A L V E CV - 3 5 3 2 CO N T R O L V A L V E AC - 3 3 1 1 AI R C O M P R E S S O R TO M C C - 7 1 AC - 3 - 0 1 AI R C O N D I T I O N I N G IN D O O R U N I T SF U - 3 - 1 4 SU P P L Y F A N SF U - 3 - 1 5 SU P P L Y F A N ED H - 3 - 0 4 EL E C T R I C D U C T HE A T E R EF U - 3 - 0 1 EX H A U S T F A N AC - 3 3 1 2 AI R C O M P R E S S O R AC - 3 - 0 1 AI R C O N D I T I O N I N G OU T D O O R U N I T EU H - 3 - 0 1 EL E C T R I C U N I T HE A T E R EU H - 3 - 0 3 EL E C T R I C U N I T HE A T E R SP A R E SP A R E SL G - 2 4 1 0 SL I D E G A T E CV - 3 6 1 5 CO N T R O L V A L V E SP A R E CV - 3 6 1 7 CO N T R O L V A L V E CV - 3 5 4 1 CO N T R O L V A L V E CV - 3 5 4 2 CO N T R O L V A L V E SL G - 2 4 2 0 SL I D E G A T E 1B 2A2B2C 2D 3B 3A4C4D4B4B 4A 5A6A6B6D1A MA T C H L I N E S E E A B O V E R I G H T MA T C H L I N E S E E B E L O W L E F T MCC-7 DEMOLITION SINGLE LINE DIAGRAM MCC-07 ELEVATION (NTS) 5B QUAIL CREEK WATER TREATMENT PLANT 90 MGD EXPANSION AND OZONE ADDITION 70097-001 #### JULY 2024J. WILLIAMS IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO FULL SCALE CHECKED BY: DRAWN BY: DESIGNED BY: PROJECT MANAGER: REV ISSUED FOR DATE BY 0 1"1/2" CONTRACT NO.: HAZEN NO.: DATE: DRAWING NUMBER:HAZEN AND SAWYER 10619 S. JORDAN GATEWAY STE 130 SOUTH JORDAN, UTAH 84095 TION VALUE D. KAREEM E05 GENERAL ELECTRICAL DEMOLITION SINGLE-LINE DIAGRAM MCC-7VALUE B. BRADSHAW B. BRADSHAW C. DUNHAM QUAIL CREEK WATER TREATMENT PLANT BUTTERFLY VALVE PRE-PURCHASE OCTOBER 2024 30% PREL BID SET No. 11660942-2202 WILLIAM BRADSHAW 10\07\2405\17\2410\07\24 MCC-08 30AT 30AF SPD TR-8A 45kVA 480-120/208V 3P/4W DRY TRANS AF AT 125 125 LP-8A AF AT 400 250 6P VFD 75 RP - 3 6 2 1 RE C Y C L E P U M P AF AT 400 250 6P VFD 75 AF AT 400 250 6P VFD 75 AF AT 100 30 AC - 3 3 2 1 AI R C O M P R E S S O R 10 AF AT 100 30 10 AF AT 600 250 TR-81A 93kVA 480-120/240V 1P/3W DRY TRANS TO M C C - 8 1 AF AT 100 25 AC - 3 - 0 2 AI R C O N D I T I O N I N G IN D O O R U N I T AF AT 100 25 SF U - 3 - 1 2 SU P P L Y F A N .75 SF U - 3 - 1 3 SU P P L Y F A N .75 AF AT 100 25 ED H - 3 - 0 2 EL E C T R I C D U C T HE A T E R 15KW AF AT 25 15 15KW AF AT 100 15 4KW AF AT 150 100 DP-8A600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC SL G - 2 5 5 1 SL U I C E G A T E AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 CV - 3 5 5 1 CO N T R O L V A L V E AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 100 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 SP A R E AF AT 100 15 SP A R E DP-8A 600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC DP-8B600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC AF AT 100 15 1 SL G - 2 4 3 0 SL I D E G A T E AF AT 100 15 1 AF AT 100 15 1 CV - 3 6 2 5 CO N T R O L V A L V E AF AT 100 15 SP A R E AF AT 100 15 1 CV - 3 6 2 7 CO N T R O L V A L V E RP - 3 6 2 2 RE C Y C L E P U M P RP - 3 6 2 3 RE C Y C L E P U M P AC - 3 3 2 2 AI R C O M P R E S S O R AC - 3 - 0 2 AI R C O N D I T I O N I N G OU T D O O R U N I T ED H - 3 - 0 3 EL E C T R I C D U C T HE A T E R EU H - 3 - 0 2 EL E C T R I C U N I T HE A T E R SL G - 2 5 6 1 SL U I C E G A T E SL G - 2 5 7 1 SL U I C E G A T E SL G - 2 5 8 1 SL U I C E G A T E CV - 3 5 5 2 CO N T R O L V A L V E CV - 3 5 6 1 CO N T R O L V A L V E CV - 3 5 6 2 CO N T R O L V A L V E CV - 3 5 7 1 CO N T R O L V A L V E CV - 3 5 7 2 CO N T R O L V A L V E CV - 3 5 8 1 CO N T R O L V A L V E CV - 3 5 8 2 CO N T R O L V A L V E SL G - 2 4 4 0 SL I D E G A T E SF U - 3 - 1 1 SU P P L Y F A N .75 MCP 1 MCP 1 MCP 1 AF AT 100 25 15KW ED H - 3 - 0 1 EL E C T R I C D U C T HE A T E R AF AT 600 250 TO M C C - 0 7 600V, 3 PH, 3W, 800A MAIN BUS, 65 KAIC FROM MAIN SERVICE ENTRANCE SWITCHBOARD SSB-1 MCC-8 DEMOLITION SINGLE LINE DIAGRAM SECTION 6 SECTION 5 SECTION 4 SECTION 3 SECTION 2 SECTION 1VFD CABINET 1 VFD CABINET 2 VFD CABINET 3 7A 8A 9A 6B 6A6B 6A 5A 5B4A4C4B3B3B4D2A2B2C2D2D2G2E2F1A 5A 4D 4C 4B 4A 3A 2C 2D 2E 2F 2G 1D 3B 1C 5B 2B 2A 1A SPACE MA T C H L I N E S E E B E L O W L E F T MA T C H L I N E S E E A B O V E R I G H T MCC-08 ELEVATION (NTS) 1C SPACE QUAIL CREEK WATER TREATMENT PLANT 90 MGD EXPANSION AND OZONE ADDITION 70097-001 #### JULY 2024J. WILLIAMS IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO FULL SCALE CHECKED BY: DRAWN BY: DESIGNED BY: PROJECT MANAGER: REV ISSUED FOR DATE BY 0 1"1/2" CONTRACT NO.: HAZEN NO.: DATE: DRAWING NUMBER:HAZEN AND SAWYER 10619 S. JORDAN GATEWAY STE 130 SOUTH JORDAN, UTAH 84095 RUCTION VALUE D. KAREEM E06 GENERAL ELECTRICAL DEMOLITION SINGLE-LINE DIAGRAM MCC-8VALUE B. BRADSHAW B. BRADSHAW C. DUNHAM QUAIL CREEK WATER TREATMENT PLANT BUTTERFLY VALVE PRE-PURCHASE OCTOBER 2024 30% PREL BID SET No. 11660942-2202 WILLIAM BRADSHAW 10\07\2405\17\2410\07\24 30AT 30AF SPD AF AT 100 100 DP-6A600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 AF AT 100 15 FROM MCC-5 30 P-7411 RECLAIM WATER PUMP 1 (DUTY) 30 P-7412 RECLAIM WATER PUMP 2 (DUTY) 30 P-7413 RECLAIM WATER PUMP 3 (DUTY) SL G - 7 4 0 1 SL I D E G A T E AC U - 7 - 0 1 AI R C O N D I T I O N I N G OU T D O O R U N I T 4KW EU H - 7 - 0 1 EL E C T R I C U N I T HE A T E R 4KW EU H - 7 - 0 2 EL E C T R I C U N I T HE A T E R SL G - 7 2 1 0 SL I D E G A T E SL G - 7 4 0 2 SL I D E G A T E SL G - 7 2 2 0 SL I D E G A T E SL G - 7 2 3 0 SL I D E G A T E SL G - 7 2 4 0 SL I D E G A T E SL G - 7 2 5 0 SL I D E G A T E SL G - 7 2 6 0 SL I D E G A T E SL G - 7 2 7 0 SL I D E G A T E 1 1 1 1 1 1 1 1 1 MCC-6 600A, 480V, 3P, 3W, NEMA 1, 65KAIC FLA: 164 MCC-6 MODIFIED SINGLE LINE DIAGRAM AF AT 100 60 AF AT 100 60 AF AT 100 60 30 P-7414 RECLAIM WATER PUMP 4 (STANDBY) AF AT 100 60 FILTER 6P VFD 3% FILTER 6P VFD 3% FILTER 6P VFD 3% FILTER 6P VFD 3% SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 SECTION 6 SECTION 7 SECTION 8 3C 3B 3A 4A 4B 4C 5C 5B 5A MCC-06 ELEVATION (NTS) 2A 2B 2C 1A 1C 1B 1D 6A 6B 6C 6D 7A 7B 7C 8B 8A 3A 4A 5A 7A 8A2A XFMR kVA 480-120/208V 3P/4W DRY TRANS AF AT 100 60 LP-6A MCP 1 MCP 1 EF U - 7 - 0 1 EL E C T R I C F A N EF U - 7 - 0 2 EL E C T R I C F A N 1 1 7B 8B QUAIL CREEK WATER TREATMENT PLANT 90 MGD EXPANSION AND OZONE ADDITION 70097-001 #### JULY 2024J. WILLIAMS IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO FULL SCALE CHECKED BY: DRAWN BY: DESIGNED BY: PROJECT MANAGER: REV ISSUED FOR DATE BY 0 1"1/2" CONTRACT NO.: HAZEN NO.: DATE: DRAWING NUMBER:HAZEN AND SAWYER 10619 S. JORDAN GATEWAY STE 130 SOUTH JORDAN, UTAH 84095 CTION VALUE D. KAREEM E08 GENERAL ELECTRICAL MODIFIED SINGLE-LINE DIAGRAM MCC-6VALUE P-0213 P-0214 P-0215 P-0216 NOTES: 1.SINGLE-LINE DIAGRAM SHOWN IS INTENDED FOR PRE-PURCHASE PURPOSES ONLY. DRAWINGS MAY CHANGE FOR FINAL DESIGN. 2.CONDUIT AND CONDUCTOR TAGS ARE SHOWN FOR REFERENCE. THESE ITEMS SHALL NOT BE INCLUDED IN ANY PRE-PURCHASE BIDS, ESTIMATES, AND EQUIPMENT ORDERS. LEGEND: LIMITS OF PRE-PURCHASE B. BRADSHAW B. BRADSHAW C. DUNHAM QUAIL CREEK WATER TREATMENT PLANT BUTTERFLY VALVE PRE-PURCHASE OCTOBER 2024 30% PREL BID SET No. 11660942-2202 WILLIAM BRADSHAW 10\07\2405\17\2410\07\24 30AT 30AF SPD TR-7A 45kVA 480-120/208V 3P/4W DRY TRANS AF AT 125 125 LP-7A AF AT 100 100 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 SP A R E AF AT 100 15 SP A R E DP-7A 600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC DP-7B600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC AF AT 100 15 1 SL G - 2 4 1 0 SL I D E G A T E AF AT 100 15 1 AF AT 100 15 1 CV - 3 6 1 5 CO N T R O L V A L V E AF AT 100 15 SP A R E AF AT 100 15 1 CV - 3 6 1 7 CO N T R O L V A L V E CV - 3 5 4 1 CO N T R O L V A L V E CV - 3 5 4 2 CO N T R O L V A L V E SL G - 2 4 2 0 SL I D E G A T E RP-XXX RECYCLE PUMP 1 (DUTY) 125 RP-XXX RECYCLE PUMP 2 (DUTY) 125 RP-XXX RECYCLE PUMP 3 (STANDBY) 125 AF AT 100 30 10 MCC-7 MODIFIED SINGLE LINE DIAGRAM AF AT 250 250 AF AT 250 250 AF AT 250 250 30A 3P FILTER 6P VFD 3% FILTER 6P VFD 3% FILTER 6P VFD 3% MA T C H L I N E S E E A B O V E R I G H T SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 SECTION 6 1A 1B 1C 1D 2D 2C 2B 2A 3A 3B 4B 4C 4D 4A 5A 5B 5C 6C MCC-07 ELEVATION (NTS) AC-XXXX AIR COMPRESSOR 3 (STANDBY) 2D AF AT 100 15 10 AF AT 100 15 10 AF AT 600 250 TR-71A 93kVA 480-120/240V 1P/3W DRY TRANS AF AT 100 15 AF AT 100 15 .75 AF AT 100 15 1 AF AT 100 15 15KW AF AT 100 15 4KW AF AT 100 15 4KW AF AT 100 15 1 1 AF AT 100 15 1 1 AC - 3 3 1 1 AI R C O M P R E S S O R TO M C C - 7 1 AC - 3 - 0 1 AI R C O N D I T I O N I N G IN D O O R U N I T SF U - 3 - 1 4 SU P P L Y F A N SF U - 3 - 1 5 SU P P L Y F A N ED H - 3 - 0 4 EL E C T R I C D U C T HE A T E R EF U - 3 - 0 1 EX H A U S T F A N AC - 3 3 1 1 AI R C O M P R E S S O R AC - 3 - 0 1 AI R C O N D I T I O N I N G OU T D O O R U N I T EU H - 3 - 0 1 EL E C T R I C U N I T HE A T E R EU H - 3 - 0 3 EL E C T R I C U N I T HE A T E R 1B 2A2B2C3B4C4D4B4B5A1A FROM MCC-8 MCC-7 600A, 480V, 3P, 3W, NEMA 1, 65KAIC AF AT 150 100 DP-7A600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 SL G - 2 5 1 1 SL U I C E G A T E CV - 3 5 1 1 CO N T R O L V A L V E SL G - 2 5 2 1 SL U I C E G A T E SL G - 2 5 3 1 SL U I C E G A T E SL G - 2 5 4 1 SL U I C E G A T E CV - 3 5 1 2 CO N T R O L V A L V E CV - 3 5 2 1 CO N T R O L V A L V E CV - 3 5 2 2 CO N T R O L V A L V E CV - 3 5 3 1 CO N T R O L V A L V E CV - 3 5 3 2 CO N T R O L V A L V E 3A 4A MA T C H L I N E S E E B E L O W L E F T 5C SPACE SPACE SPACE SECTION 7 7C SPACE SECTION 8 8C SPACE SECTION 9 9C SPACE 7B 8B 9B 7A 8A 9A 7A 8A 9A QUAIL CREEK WATER TREATMENT PLANT 90 MGD EXPANSION AND OZONE ADDITION 70097-001 #### JULY 2024J. WILLIAMS IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO FULL SCALE CHECKED BY: DRAWN BY: DESIGNED BY: PROJECT MANAGER: REV ISSUED FOR DATE BY 0 1"1/2" CONTRACT NO.: HAZEN NO.: DATE: DRAWING NUMBER:HAZEN AND SAWYER 10619 S. JORDAN GATEWAY STE 130 SOUTH JORDAN, UTAH 84095 RUCTION VALUE D. KAREEM E09 GENERAL ELECTRICAL MODIFIED SINGLE-LINE DIAGRAM MCC-7VALUE P-0225P-0142 P-0143 P-0144 NOTES: 1.EXTEND BUSSING FROM EXISTING SECTION 6 TO NEW SECTION 7 FOR COMPLETE SYSTEM. 2.PROVIDE CIRCUIT BREAKER PER SINGLE-LINE AND DIVISION 26 SPECIFICATION 26 28 16.13. 3.SINGLE-LINE DIAGRAM SHOWN IS INTENDED FOR PRE-PURCHASE PURPOSES ONLY. DRAWINGS MAY CHANGE FOR FINAL DESIGN. 4.CONDUIT AND CONDUCTOR TAGS ARE SHOWN FOR REFERENCE. THESE ITEMS SHALL NOT BE INCLUDED IN ANY PRE-PURCHASE BIDS, ESTIMATES, AND EQUIPMENT ORDERS. LEGEND: LIMITS OF PRE-PURCHASE SEE NOTE 1 SEE NOTE 2 B. BRADSHAW B. BRADSHAW C. DUNHAM QUAIL CREEK WATER TREATMENT PLANT BUTTERFLY VALVE PRE-PURCHASE OCTOBER 2024 30% PREL BID SET No. 11660942-2202 WILLIAM BRADSHAW 10\07\2405\17\2410\07\24 SECTION 6 SECTION 5 SECTION 4 SECTION 3 SECTION 2 SECTION 1 AF AT 100 30 10 30AT 30AF SPD TR-7A 45kVA 480-120/208V 3P/4W DRY TRANS AF AT 125 125 LP-8A FROM QCWT-SWGR-A1 RP-XXX RECYCLE PUMP 1 (DUTY) 125 RP-XXX RECYCLE PUMP 2 (DUTY) 125 RP-XXX RECYCLE PUMP 3 (STANDBY) 125 MCC-8 1000A, 480V, 3P, 3W, NEMA 1, 65KAIC FLA: 865 TO M C C - 0 7 AF AT 600 600 MCC-8 MODIFIED SINGLE LINE DIAGRAM AF AT 250 250 AF AT 250 250 AF AT 250 250 30A 3P FILTER 6P VFD 3% FILTER 6P VFD 3% FILTER 6P VFD 3% MCC-08 ELEVATION (NTS) SECTION 7 7C SPACE SECTION 8 8C SPACE SECTION 9 9C SPACE 7B8B9B 7A8A9A AC-XXXX AIR COMPRESSOR 3 (STANDBY) MA T C H L I N E S E E B E L O W L E F T AF AT 150 100 DP-8A600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC SL G - 2 5 5 1 SL U I C E G A T E AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 CV - 3 5 5 1 CO N T R O L V A L V E AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 1 SL G - 2 5 6 1 SL U I C E G A T E SL G - 2 5 7 1 SL U I C E G A T E SL G - 2 5 8 1 SL U I C E G A T E CV - 3 5 5 2 CO N T R O L V A L V E CV - 3 5 6 1 CO N T R O L V A L V E CV - 3 5 6 2 CO N T R O L V A L V E CV - 3 5 7 1 CO N T R O L V A L V E CV - 3 5 7 2 CO N T R O L V A L V E AF AT 100 30 AC - 3 3 2 1 AI R C O M P R E S S O R 10 AF AT 100 30 10 AF AT 600 250 TR-81A 93kVA 480-120/240V 1P/3W DRY TRANS TO M C C - 8 1 AF AT 100 25 AC - 3 - 0 2 AI R C O N D I T I O N I N G IN D O O R U N I T AF AT 100 25 SF U - 3 - 1 2 SU P P L Y F A N .75 SF U - 3 - 1 3 SU P P L Y F A N .75 AF AT 100 25 ED H - 3 - 0 2 EL E C T R I C D U C T HE A T E R 15KW AF AT 25 15 15KW AF AT 100 15 4KW AC - 3 3 2 2 AI R C O M P R E S S O R AC - 3 - 0 2 AI R C O N D I T I O N I N G OU T D O O R U N I T ED H - 3 - 0 3 EL E C T R I C D U C T HE A T E R EU H - 3 - 0 2 EL E C T R I C U N I T HE A T E R SF U - 3 - 1 1 SU P P L Y F A N .75 MCP 1 MCP 1 MCP 1 AF AT 100 25 15KW ED H - 3 - 0 1 EL E C T R I C D U C T HE A T E R 1C AF AT 100 100 AF AT 100 15 1 AF AT 100 15 1 AF AT 100 15 SP A R E AF AT 100 15 SP A R E DP-8A 600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC DP-8B600V, 3 PH, 3W, 100A MAIN BUS, 65 KAIC AF AT 100 15 1 SL G - 2 4 3 0 SL I D E G A T E AF AT 100 15 1 AF AT 100 15 1 CV - 3 6 2 5 CO N T R O L V A L V E AF AT 100 15 SP A R E AF AT 100 15 1 CV - 3 6 2 7 CO N T R O L V A L V E CV - 3 5 8 1 CO N T R O L V A L V E CV - 3 5 8 2 CO N T R O L V A L V E SL G - 2 4 4 0 SL I D E G A T E MA T C H L I N E S E E A B O V E R I G H T 6B 4A4C4B3B3B 2C2D2D2G2E2F 5A 6B 6A 5A 4D 4C 4B 4A 3A 2C 2D 2E 2F 2G 1D 3B 1C 5B 1B SPACE SPACE 6A1B5B7A8A9A SPACE QUAIL CREEK WATER TREATMENT PLANT 90 MGD EXPANSION AND OZONE ADDITION 70097-001 #### JULY 2024J. WILLIAMS IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO FULL SCALE CHECKED BY: DRAWN BY: DESIGNED BY: PROJECT MANAGER: REV ISSUED FOR DATE BY 0 1"1/2" CONTRACT NO.: HAZEN NO.: DATE: DRAWING NUMBER:HAZEN AND SAWYER 10619 S. JORDAN GATEWAY STE 130 SOUTH JORDAN, UTAH 84095 CTION VALUE D. KAREEM E10 GENERAL ELECTRICAL MODIFIED SINGLE-LINE DIAGRAM MCC-8VALUE NOTES: 1.EXTEND BUSSING FROM EXISTING SECTION 6 TO NEW SECTION 7 FOR COMPLETE SYSTEM. 2.PROVIDE CIRCUIT BREAKER PER SINGLE-LINE AND DIVISION 26 SPECIFICATION 26 28 16.13. 3.SINGLE-LINE DIAGRAM SHOWN IS INTENDED FOR PRE-PURCHASE PURPOSES ONLY. DRAWINGS MAY CHANGE FOR FINAL DESIGN. 4.CONDUIT AND CONDUCTOR TAGS ARE SHOWN FOR REFERENCE. THESE ITEMS SHALL NOT BE INCLUDED IN ANY PRE-PURCHASE BIDS, ESTIMATES, AND EQUIPMENT ORDERS. LEGEND: LIMITS OF PRE-PURCHASE P-0233 P-0234 P-0235 P-0238 SEE NOTE 1 SEE NOTE 2 B. BRADSHAW B. BRADSHAW C. DUNHAM QUAIL CREEK WATER TREATMENT PLANT BUTTERFLY VALVE PRE-PURCHASE OCTOBER 2024 30% PREL BID SET No. 11660942-2202 WILLIAM BRADSHAW 10\07\2405\17\2410\07\24 QCWTP Package 1 Electrical Equipment Pre- Addendum No. 1 Purchase Project 70097-001 Page 1 of 3 ADDENDUM NO. 1 TO BID AND CONTRACT DOCUMENTS FOR WASHINGTON COUNTY WATER CONSERVANCY DISTRICT QUAIL CREEK WATER TREATMENT PLANT PACKAGE 1 ELECTRICAL EQUIPMENT PRE-PURCHASE PROJECT October 14, 2024 PREPARED BY Hazen and Sawyer 10619S. Jordan Gateway, Suite 130 South Jordan, Utah 84095 No. 11660942-2202 WILLIAM BRADSHAW 10\14\24 QCWTP Package 1 Electrical Equipment Pre- Addendum No. 1 Purchase Project 70097-001 Page 2 of 3 This addendum provides additional information and clarification to the Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase Project. The purpose of this addendum is to ensure that all Bidders have a clear and consistent understanding of the Project’s requirements and expectations. This addendum is divided into three parts: responses to questions submitted by Bidders; changes to the specifications that affect the scope of work; and changes to the drawings. I. CLARIFICATIONS/RESPONSES TO QUESTIONS – None Received This Addendum No. 1, and attachments, modifies the Bid and Contract Documents for Washington County Water Conservancy District’s Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase Project, and shall become part of the contract documents for this Project. Bidders shall acknowledge receipt of Addenda by number in the space provided for that purpose in the Bid Schedule. II. CONTRACT DOCUMENTS: CONTRACT/TECHNICAL SPECIFICATIONS a. Bid Schedules: i. REPLACE pages 8 and 9 in their entirety with the attached pages 8 and 9 of the Bid Schedule. b. Certification of Equipment/Material Manufacturers: i. REPLACE pages 10 through 12 in their entirety with the attached pages 10 through 12 of the Certification of Equipment/Material Manufacturers. III. CONTRACT DOCUMENTS: DRAWINGS No changes This Addendum, including attachments (if any), shall become part of the Contract and all provisions of the Contract shall apply thereto. The time provided for completion of the Contract is not changed. Bidders shall acknowledge receipt of all Addenda by number in the space(s) provided in the Bid Schedule. Hazen and Sawyer Bill Bradshaw, P.E. PE NO. 11660942-2202 QCWTP Package 1 Electrical Equipment Pre- Addendum No. 1 Purchase Project 70097-001 Page 3 of 3 ATTACHED PAGES, SECTIONS, DETAILS, AND DRAWINGS 8 WASHINGTON COUNTY WATER CONSERVANCY DISTRICT Quail Creek Water Treatment Plant Package 1 Electrical Equipment Pre-Purchase Bidder agrees to perform and supply all the Work described in the Contract Documents for the following unit or lump sum prices stated in the bid schedule(s). All bids shall be checked for mathematical errors by the Engineer. If errors have been made in the extension of the figures, it will be assumed that the unit prices are correct, and the total amounts will be revised to reflect the corrections. Award of the contract will be made to the qualified Bidder with the lowest responsive and responsible bid(s). BID SCHEDULE ITEM ITEM DESCRIPTION EQUIPMENT DELIVERY DATE LUMP SUM BID PRICE (AMOUNT IN NUMBERS) 1 Motor Control Centers for MCC-6, MCC-7, MCC-8, Variable Frequency Drives, and Feeder Circuit Breakers $ 2 Manufacturer’s Field Services for MCC’s, VFD’s, and Feeder Circuit Breakers $ 3 All Other Elements of the Contract Documents Associated with Item 1 not Included in Other Items $ 4 Additional Costs Listed in the Equipment/Supplier Schedule $ 5. 6. Total Lump Sum Bid Price for Items 1 Through 5 $ 7. Lump Sum Add (or Deduct): Indicate Which $ 8. Total Lump Sum Bid with Add (or Deduct) $ 9. Total Lump Sum Bid with Add (or Deduct) in Words: 9 ATTEST: RESPECTFULLY SUBMITTED: Address (Seal - If Bid is by Corporation) Signature Name Title 10 CERTIFICATION OF EQUIPMENT/MATERIAL MANUFACTURERS DECLARATION BY EQUIPMENT SUPPLIERS: The existing MCCs being modified are manufactured by Square D. This project will maintain portions of the existing MCCs, and, in some cases, swap out sections in the middle of the MCC section lineup. It is understood that modifications to accommodate new equipment from Square D would be minimal to accomplish these changes. To determine the total equipment supply price, all manufacturers shall include an additional cost to modify the existing equipment to install the named or alternate equipment. Modifications may include, but are not limited to, bussing modifications, electrical adapter kits, and section metal work/enclosure modifications. The Owner will not pay additional costs after bid day for modification to the existing MCCs to accommodate the manufacturer’s equipment whether the new equipment is by Square D or an alternate manufacturer. Standalone MCC sections are not allowed due to space limitations in the existing electrical rooms. The Bidder shall base their Lump Sum Bid upon the total cost of the Bid Schedule and the Equipment/Supplier Schedule. ADDITIONAL COSTS FOR PROPOSED EQUIPMENT/SUPPLIER ALTERNATES: Bidder shall indicate the equipment/supplier, and any additional installation costs, on the following Equipment/Supplier Schedule by circling and writing in the name of the equipment supplier, and by writing in the amount of additional equipment to cover modifications for the proposed equipment/supplier. No equipment/supplier alternate will be considered unless, in the opinion of the Owner, it conforms to the requirements of the Contract Documents in all respects except for make, manufacturer, and minor details. Equipment/supplier alternates will generally be deemed "equal" provided that, in the opinion of the Owner, the alternate is the same or better than the named (A) equipment/supplier in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the project requirements will be made by the Owner. SUBMITTAL REQUIREMENTS FOR ALL EQUIPMENT SUPPLIERS Bidder shall submit information with its Proposal, as described below for the Owner's use in determining the equality or desirability of proposed equipment. Bidder's failure to comply with the following requirements will result in a determination by the Owner that the proposed equipment is "not desired". For each equipment supplier, Bidder shall submit with their Proposal one set of Drawings, Specifications, complete descriptive material, a detailed listing of proposed equipment, and other information, including, but not limited to, the following: 1. Dimensional and weight information on components and assemblies. 2. Catalog information. 11 3. Manufacturer's specifications, including materials descriptions and paint systems descriptions (where applicable). 4. Complete listing of requested exceptions to the requirements of the Contract Documents. 5. Written description and Drawings regarding all changes and modifications to the Work necessary to adapt the equipment to the arrangements shown or function as described in the Contract Documents. 6. Time of delivery EQUIPMENT/SUPPLIER SCHEDULE Section Number Description Equipment Supplier Additional Cost for Modifications to Existing MCCs to Install Supplier’s Equipment 26 09 16 Electric Controls and Relays (A) Square D (B) Proposed or equal _____________________ 26 24 19 Motor Control Centers (A) Square D (B) Proposed or equal _____________________ 26 28 16.13 Enclosed Circuit Breakers (A) Square D (B) Proposed or equal _____________________ 26 29 23 Low -Voltage Variable Frequency Motor Controller (A) Square D (B) Proposed or equal _____________________ Total Cost for all supporting equipment required to install Supplier’s Equipment in the existing MCCs (include total cost in Bid Form) NOTE: BIDDER MUST CIRCLE A BASE BID MANUFACTURER FOR EACH EQUIPMENT ITEM. 12 CERTIFICATION AFFIDAVIT FOR EQUIPMENT/MATERIAL MANUFACTURERS THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE AND BELIEF. I FURTHER UNDERSTAND AND AGREE THAT, IF AWARDED A CONTRACT, THIS CERTIFICATION SHALL BE ATTACHED THERETO AND BECOME A PART THEREOF. NAME OF SIGNER: (Please Print or Type) TITLE OF SIGNER: (Please Print or Type) SIGNATURE: DATE: