Loading...
HomeMy WebLinkAboutC-7693-2 - 16th Street Pump Station Back-Up Generator and UpgradesCITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 15th day of June, 2021, at which time such bids shall be opened and read for 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 $2,450,000 Engineer's Estimate Approved by James M. Houlihan Deputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planotbids.com/portal/portal.cfm?CompanylD=22078 MANDATORY PRE-BID SITE WALK: A mandatory lob walk will be conducted for this project on Thursday June 3rd, 2021 at 10:OOAM at 1611' Street Utilities yard located at 949 16"' Street, Newport Beach, CA 92660 Hard copy plans are available via Mouse Graphics at (949) 548-5571 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" and all electrical work shall be performed by a Contractor with a "C-10" license. For further information, call Ben Davis, Prosect Manager at (949) 644-3317 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca qov/government/or)en_transparent/online-services/bids-rfps- vendor-registration City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 INSTRUCTIONS TO BIDDERS 1 The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4 The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals, The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 of seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act'. 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may 4 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. 747268 A/B/C-10/C-21 Contractor's License No. & Classification 1000010181 DIR Registration Number & Expiration Date R.I.C. Construction Co., Inc. Bidder 5 Authorized Signature/Tile- 1000010181 ignature/Ti e June 14, 2021 Date City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of not to exceed ten percent (10%) of the total bid amount -- ------ ---- Dollars ($ -- -- — -- -- --) to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES, Contract No. 7693-2 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations, under this Bond. Witness our hands this 10th day of June R.I.C. Construction Co., Inc. Name of Contractor (Principal) Merchants Bonding Company (Mutual) Name of Surety P.O. Box 14498, Des Moines, IA 50306-3498 Address of Surety (800) 678.8171 Telephone 2021. Authorized Signat e/Title �gv��?4 Authorized Agent Signature Renae N. Balderas, Attorney In Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) n ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of52A [fin ;na }ss. On 3umtg �(� '�[5 a \ , 20 before me, , nd Jo ..p Notary Public, personally appeared 0--oncof Ylan rk j d who proved to me on the basis of satisfactory evidence to be a person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. -T-=.. p ».• .�_.— -.. WITNESS my hand and official seal �i nature / OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: VA (seal) Thumbprint of Signer 0 Check here if no thumbprint or fingerprint is available. 1wrAy jo McKr_e s 258 2. NC7OC✓ FU_ICCAJFURMIA.- N`- San Bemardino N My Cumrnission Expires r November 10, 2022 I Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: VA (seal) Thumbprint of Signer 0 Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 0 (seal) M ERCHANT� BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Julia B Bales; Kenneth A Coate; Renae N Balderas; Stephanie D Fisher their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of February 2021 +p�,pUAt 4" � +�'�\- �` . A, MERCHANTS BONDING COMPANY MUTUAL '�`''�Vj R4,'-- .y; : mj'`oPP0A9'9y' MERCHANTS NATIONAL BONDING, INC. ) :Z :.;?r to •1.- -0- c. 2003 c tri; • a' 1933 ' c; By .......... +'.�'�j/ ' ��,;� President STATE OF IOWA """"'' •'"+" COUNTY OF DALLAS ss. On this 1st day of February 2021 before me appeared Larry Taylor, to me personally known, who being by me duly swam did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �tAc S POLLY MASON Q > Commission Number 750576gp� My Commission Expires pa* January07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 10th day of June 2021 -•.• '' T A '• \NG . Cp �1P0' -o- G•i-:_ : -0- 0:_9 1933 C Secretary �v. 2003 A POA 0018 (1/20) """ •+•• CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies onlythe Identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On JUN 1.0 2021 before me, Date personally appeared Karina J, Alvarado, Notary Public Here Insert Name and Title of the Officer Renae N. Balderas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s} is/ere subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theta authorized capacity(ies), and that by#is/herA4 eifsignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. @KARINA J�ALVARADO COMM. #22577411 ' NOTARY PUBLIC - CALIFORNIA m cc RIVERSIDE COUNTY My Comm. Expires Sept. 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature dv&u A Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: :mac:. "+7a•W:. ex,:.4nsisi,:=ci's?<'S�`SP:v: •.:a�a:Ut:ck$��vZ�-?. a?::i*�ti:.cvr�c:+.e�3W5WiytW:i�sa �,5•• -.e:�i'�v= ii,� .'.�_ail�:ta.�PF' `cu�ti t>>'c^:"iota .W" 26S4W1 National(02019 • Association City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. R.I.C. Construction Co., Inc. Bidder 9 Authorized Signatureffl City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name R.I.C. Construction Co., Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number Hesperia Recycled Water System Phase 1B Project Description New 2.5 MG Water Tank & Pump Station includes related site improvements majority of work self performed Approximate Construction Dates: From 9/2018 To: 3/2020 Agency Name City of Hesperia Contact Person David Burkett Telephone (760 947-1202 Original Contract Amount $_a,677,186-00 Final Contract Amount $ 4,771,998.00 If final amount is different from original, please explain (change orders, extra work, etc.) City of Hesperia requested changes. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 10 No. 2 Amethyst New Pump Station Project Name/Number Project Description New water pumping station and appurtenances including water piping, steel framed masonry building, electrical improvements (self performed) Approximate Construction Dates: From 3/2019 To: 11/2020 Agency Name City of Victorville Contact Person Shah Nawaz Telephone ( 760 243-6353 Original Contract Amount $ 4,894,474 Final Contract Amount $ 4,894.474 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 3 Project Name/Number Arroyo Booster Station Upgrades Project Description Upgrades to existing pump station. (new pumps, motors, electrical upgrades) Approximate Construction Dates: From 3/2019 To: 10/2020 Agency Name City of Pasadena Contact Person Gary Cho Telephone (62q 744-4468 Original Contract Amount $1,999,000 Final Contract Amount $1,894,627 If final amount is different from original, please explain (change orders, extra work, etc.) City deleted partial scope of work. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO 11 No. 4 Project Name/Number Orange County Region Service Center Project Description Construction of 16,700 sf maintenance & storage facility, including communication, electrical water, and sewer; storm water management –system— Approximate ys emApproximate Construction Dates: From 4/2018 To: 8/2020 Agency Name Metropolitan Water District Contact Person Steve Kobzeff Telephone (909 222-8142 Original Contract Amount $9,257,483Final Contract Amount $ 9,717,618.85 If final amount is different from original, please explain (change orders, extra work, etc.) Owner requested changes Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 5 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. M No. 6 Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. R.I.C. Construction Co., Inc. Bidder 13 Authorized Signature/Tile 10675 "E"Avenue, Suite 1 �!l*T �:M■QHesperia, California ONSTRUCTION CO.• INCC. 92345-5120 G.eneraI Engineering Contr�5_ttor RESIDENTIAL • INDUST A'L —COMMERCIAL Donald Mangold Office: 760-244-7749 Fax: 760-244-1419 ricgeneral@ rice onstruction. com 10675 E Ave., Unit #1 ♦ Hesperia, CA 92345 ♦ (760) 244-7749 ♦ ricgeneral(D-ricconstruction.com Profile Co-owner of general/engineering/electrical construction company; field operations manager, professional hands-on skilled individual with over 40 years experience in managing multi-million dollar commercial new construction building projects. Flexible and versatile — able to maintain a sense of humor under pressure. Poised and competent with demonstrated ability to trouble shoot and resolve conflicts. Thrive in deadline -driven environments. Excellent team -building skills. Shills Summary ♦ Project Management ♦ Computer Savvy ♦ Heavy Equipment Operator ♦ Report Preparation ♦ Customer Service ♦ Class A Operators License ♦ Design/Build ♦ Scheduling ♦ Licensed Electrician Professional ♦ Safety Certified ♦ Licensed Building Contractor ♦ Estimating Professional Experience: R.I.C. CONSTRUCTION CO., INC. — HESPERIA, CA 1978 — PRESENT ♦ Co-owner and Field Operations Manager, 1978 to present ♦ Vice President and Secretary, July 2010 to present ♦ Past President and Treasurer, 1998 to June 2010 Enthusiastically encourage the relationship with clients and responsible for insuring that all services provided are performed in accordance with requirements. Assist the President with the pre -construction phase of the Project by providing input on value engineering, scheduling, logistics, estimating, etc. Assist the President by assessing the Project requirements and recommend the field personnel requirements and respective responsibility lists. Field Experience: Experienced operating dozers, backhoes, excavators, scrapers motor graders, front-end loaders, semi -trucks, transfer trucks and trailers, dump trucks. Placement of rebar, concrete forms, concrete footings, concrete slabs, concrete pits and vaults, concrete retaining walls, concrete stem walls, underground electric, plumbing, HVAC duct work, waste lines, drains and septic systems with leach lines and seepage pits, ground up clean room construction (MP50 WR Grace, Hesperia, Ca, telecomm clean rooms Professional Affiliations: Member ABC Education: SOUTH HILLS HIGH SCHOOL, WEST COVINA, CA 1973 NUMEROUS CONTINUING EDUCATION PROGRAMS TO MAINTAIN MULTI STATE CONTRACTOR LICENSES 10675 "E"Avenue, Suite 1 , Hesperia, California 92345-5120 G RESIDE �■�� Office: 760-244-7749 UCTI - CO., INC. Fax. 760-244-1419 .g i n e e r n g Co ri c a?c f o r ricgeneral@ricconstruction.com Electrical Superintendent: Jason Gregg Qualifications: 17 years Project Experience RCIAL The Electrical Superintendent will supervise the daily activities of the job on a full time basis. The Electrical Superintendent will be responsible for implementation of the work and scheduling the day-to-day activities of the subcontractors and suppliers. Jason has experience working in the electrical field for 17 years and is experienced in working on various size projects as a Journeyman Electrician. His experience performing install and maintenance, repair on low & medium voltage power, install medium voltage switchgear, transformers and duct banks. Assemble, install, test, and maintain electrical wiring, equipment and fixtures using hand & power tools. Diagnose malfunctioning systems and components using test equipment to locate the cause of a breakdown and correct the issue. Attributes: • Enthusiasm & Initiative. Positive attitude. • Excellent communications skills, both written and verbal. • Cooperative attitude. Works well with Owner, superiors and technical staff. • Positive work ethic. • Ability to anticipate conflicts and problems and provide early solutions. • Knowledge that product in the field meets document requirements. • Maintains and strengthens client relations. • Excellent planning and scheduling skills. • Timely and good decisions made for the benefit of the client. • Excellent motivator of field personnel. • Thinks ahead and stays ahead of the Project. • Ability to analyze subcontractor's crew size to maximize efficiency and meet schedule. • Works with management to oversee and maintain corporate safety policies. • Journeyman Electrician Key Responsibilities: • Will direct and supervise all field activities • Administer Project safety plan • Completion of Project on time. • Conflict and problem resolution • Quality management. • Complete daily job reports • Schedule all inspections • Record as -built drawings • Supervise close out activities 10675 "E"Avenue, Suite 1 _ �■o—ow Hesperia, California CONSTRU 92345-5120 GF,r1n?satr]a.l_ F n n RESIDE Job Experience: m 'm Office: 760-244-7749 ON�CO., 1NC. Fax: 760-244-1419 'i n g Con t'rac`t o r ricgeneral@ricconstruction.com CIAL • RIC Construction — 4 years, supervising projects and running equipment • Fort Irwin — JACOBS W71 PRV Stations Phase II • Fort Irwin — Weed Army Comm Hospital (New Construction) • China Lake — Missile Launch Test Facility (New Construction) • Nogales High School — 5 new buildings • Cal State Long Beach — 3 buildings • UCLA — Decommissioning of old hospital • UCLA — 2 student housing facilities • John Wayne Airport — Terminal C construction • San Bernardino Juvenile Detention Center — New housing campus • LAX — Relocation of south runway / taxiway upgrades • Cal State Fullerton — Fire / Alarm Telecom Infrastructure upgrade campus wide City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of San Ber� Donald Mangold being first duly sworn, deposes and says that he or she is Vice Presidentof R:I.C. Construction Co., Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. R.I.C. Construction Co., Inc. Bidder 1 Authorized Signature/Ti Subscribed and sworn to (or affirmed) before me on thisday of '�^ 2021 by �0110.�f.� �(t(1G1D� proved to me on the basis of satisfactory evidence to be the erson(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. f Notary Pub)' [SEAL] / My Commission Expires: (UoyV-1 a2 Mc 5--e 11 COMM. 6'22662 r� F•JEr-rC CALh10; iAy pSan Sernardino N �.,'� M Comrnission Expires h?ovemDer 1Q 2022 �` 14 My Commission Expires: (UoyV-1 a2 City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 DESIGNATION OF SURETIES Bidder's name R.I.C. Construction Co., Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Payment & Performance Bonds - Inland Surety 3390 University Ave Ste 300 Riverside CA 92501 - Kenneth Coate 951-779-8571 —. _ __... Insurance (Liability, Workers Comp etc) - Patriot Risk 2415 Campus Dr. Ste 200 Irvine, CA 92612 - David Jacobson 949--486-7979------ 15 4486-7979 --- 15 City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name R.I.C. Construction Co.. Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record I Record Record Record Year of for for or for for Record 2020 2019 L'2018 2017 2016 Total 2021_ No. of contracts 23 32 48 I 74 —+ 45 36 258 Total dollar Amount of Contracts (in Thousands of $) $2.2M $15.8M $20AM $13.7M $10.5M $11.9M $74.5M No. of fatalities 0 0 0 0 0 0 i 0 No. of lost Workday Cases 0 1 0 0 0 0 1 No. of lost workday cases involving permanent transfer to 0 0 0 0 0 0 0 another job or termination of em to ment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder R.I.C. Construction Co., Inc. Business Address: 10675 E Ave. Ste 1 Hesperia, CA 92345 Business Tel. No.: 760-244-7749 State Contractor's License No. and — Classification: 747268 A/B/C-10 & C-21 Title Vice President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Vice President,: s _ Secret ry Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partnersgoint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. rNOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDt 17 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of -<,ah Cnaji po } On Ourl-e �� / before me, � i rl� o / � , q�'P (insert/name and title of the officer) personally appeared 0oncori I 1 �n c0.gA �d who proved to me on the basis of satisfactory evidYnce to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/herltheir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. dy WITNESS my hand and of tial seat. N `"� COMM � ssssae ,...� . �¢•�'�'� 4VCYr::Y FtiJC.'JC CAJFtlRFHp� San Bernardino S -4y Cumrn4ssion Mr®s �.. h'uvemoer 10, 2022 Signature � ���� � � (Seat) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of �O•�c r Cr� n U ) On UtAne- 7 oPog l before me,Cl � ec-e (ino/sert ame and title of the officer) personally appeared D onoad C i �/} l QYI&l c who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seat) h -sir •1 .;c McK" coMwl. t:226625rs NG7r.-:Y F'JE+'JC CALIFORNIA— San Bernardino S My Commission EiVres %_w November 10, 2022 City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name R.I.C. Construction Co., Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature Add #1 6/10/2021 im City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: R.I.C. Construction Co., Inc. Business Address: 10675 E Ave. Ste 1 Hesperia, CA 92345 Telephone and Fax Number: 760-244-7749 Fax: 76-244-1419 California State Contractor's License No. and Class: 747268 A / B / C-10 & C-21 (REQUIRED AT TIME OF AWARD) Original Date Issued: 3/19/1998 Expiration Date: 3/31/2022 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Jason Gregg, Electrical Superintendent The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Donald Mangold Title Vice President Address 10675 E Ave. Ste 1 Hesperia, CA Telephone 760-244-7749 Evelia Mangold President 10675 E Ave. Ste 1 Hesperia, CA 760-244-7749 Donald Mangold Secretary 10675 E Ave. Ste 1 Hesperia, CA 760-244-7749 Evelia Mangold Treasurer 10675 E Ave. Ste 1 Hesperia, CA 760-244-7749 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: None For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; None Briefly summarize the parties' claims and defenses; None Have you ever had a contract terminated by the owner/agency? If so, explain_ No Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No all Are any claims or actions unresolved or outstanding? Yes /@ If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. marl0d .vena. (Print name of gwner or President of C16rr)orati 1 ompanvl R_ x Bidder pfesiclen� Title Date La I On l dl' /0 �41 before me, o / 1 >: ee , Notary Public, personally appeared A , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 7 (SEAL) Not6ry Publlj in ,end for said State r �°._ ..., R',ir-dy Jo McKee • ` °i COMMA2266258 �i SS o tdU',�;;Y F11E.'JC CA:JFORRIIAy My Commission Expires: i I o San Bernardino My res n F022 1 �Jovember !0, 2022 November 21 City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES CONTRACT NO. 7693-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 13th day of July, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and R.I.C. CONSTRUCTION CO., INC., a California corporation ("Contractor"), whose address is 10675 E Avenue, Suite 1, Hesperia, CA 92345, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work ("Project" or "Work"): The work necessary for the completion of this contract consists of all labor, supervision, materials, and equipment utilized for the demolition of: three (3) solid state soft starters, three (3) 350 -hp multi -stage vertical turbine pump assemblies, three (3) pump discharge control valves; removal and replacement of: two (2) 300 -hp vertical turbine pump motors; and installation/construction of: three (3) 300 -hp multi -stage vertical turbine pump assemblies, three (3) pump discharge slanting disc check valves, three (3) variable frequency drives, five (5) pump disconnect switches, an automatic transfer switch, and modification to the existing busway, including all electrical software and hardware modifications, conduit, wiring, programming and any other appurtenant work in accordance with the contract documents. Work also consists of all necessary labor, supervision, materials, and equipment utilized for the installation and construction of a 1,000 kW diesel fuel generator and 4,000 gallon diesel fuel storage tank including, but not limited to, dirt removal, grading, site preparation, concrete housekeeping pads, retaining walls, generator fuel piping, conduit, wiring and any other appurtenant work in accordance with the contract documents. This is a potable water project. As such, all construction activities, materials, equipment, and components conveying or in contact with potable water must be in compliance with pertinent California potable water standards, NSF -61, and comply with all City of Newport Beach requirements for potable water. C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7693-2, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Million Five Hundred Eight Thousand Nine Hundred Five Dollars ($2,508,905.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. R.I.C. CONSTRUCTION CO., INC. Page 2 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Jason Gregg to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. R.I.C. CONSTRUCTION CO., INC. Page 3 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Evelia Mangold R.I.C. Construction CO., Inc. 10675 E Avenue, Suite 1 Hesperia, CA 92345 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class R.I.C. CONSTRUCTION CO., INC. Page 4 VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is R.I.C. CONSTRUCTION CO., INC. Page 5 available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project R.I.C. CONSTRUCTION CO., INC. Page 6 (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et R.I.C. CONSTRUCTION CO., INC. Page 7 seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. R.I.C. CONSTRUCTION CO., INC. Page 8 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. R.I.C. CONSTRUCTION CO., INC. Page 9 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] R.I.C. CONSTRUCTION CO., INC. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTOR EY'S OFFICE Date: 71Z0&::02-1 By: � Aaron C. Harp City Attorney ATTEST: Date: $• (&•Zoz/ 8 Leilani I. Brown City Clerk �....� CITY OF NEWPORT BEACH, a California municipal corporation Date: By: r.. Br d ery Mayor CONTRACTOR: R.I.C. CONSTRUCTION CO., INC., a California corporation Date: By: Signed in Counterpart Evelia Mangold Chief Executive Officer Date: By: Signed in Counterpart Donald Mangold Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements R.I.C. CONSTRUCTION CO., INC. Page 11 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7 4 ZoZo7- By: (k. � lk)(- Aaron C. Harp City Attorney ATTEST: C� Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Brad Avery Mayor CONTRACTOR: R.I.C. CONSTRUCTION California corporation Date: -7Izi )zt, Velia Mangold Chief Executive Officer Date: ? lZ 1/7.1 By: Donald Mangold Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements CO., INC., a R.I.C. CONSTRUCTION CO., INC. Page 11 ISSUED IN TWO ORIGINAL COUNTERPARTS. COUNTERPART NO. OF. EXHIBIT A CITY OF NEWPORT BEACH BOND NO. CAC719899 BOND NO. CAC719899 PREMIUM: INCLUDED IN THE PREMIUM CHARGED FOR THE PERFORMANCE BOND. LABOR AND MATERIALS PAYMENT BOND 1NE R NM iS PRUATEO ON THE RNAL CONTRACTPMMAND IS SUBJECT TO ADJUSTMENT. WHEREAS, the City of Newport Beach, State of California, has awarded to R.I.C. Construction CO., Inc. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of all labor, supervision, materials, and equipment utilized for the demolition of: three (3) solid state soft starters, three (3) 350 -hp multi -stage vertical turbine pump assemblies, three (3) pump discharge control valves; removal and replacement of: two (2) 300 -hp vertical turbine pump motors; and installation/construction of: three (3) 300 -hp multi -stage vertical turbine pump assemblies, three (3) pump discharge slanting disc check valves, three (3) variable frequency drives, five (5) pump disconnect switches, an automatic transfer switch, and modification to the existing busway, including all electrical software and hardware modifications, conduit, wiring, programming and any other appurtenant work in accordance with the contract documents. Work also consists of all necessary labor, supervision, materials, and equipment utilized for the installation and construction of a 1,000 kW diesel fuel generator and 4,000 gallon diesel fuel storage tank including, but not limited to, dirt removal, grading, site preparation, concrete housekeeping pads, retaining walls, generator fuel piping, conduit, wiring and any other appurtenant work in accordance with the contract documents. This is a potable water project. As such, all construction activities, materials, equipment, and components conveying or in contact with potable water must be in compliance with pertinent California potable water standards, NSF -61, and comply with all City of Newport Beach requirements for potable water, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Merchants Bonding Company (Mutual) duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Five Hundred Eight Thousand Nine Hundred Five Dollars ($2,508,905.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, R.I.C. CONSTRUCTION CO., INC. Page A-1 implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 21 st day of July , 2021 R.I.C. Construction Co., Inc. Name of Contractor (Principal) Merchants Bonding Company (Mutual) Name of Surety 4 1 , a `,'- V tGZ. (' �' ' Authorized Signature/Titl 6700 Westown Parkway, Des Moines, IA 50306-3498 Renae N. Balderas, Attorney In Fact Address of Surety Print Name and Title (800) 678-8171 Telephone R.I.C. CONSTRUCTION CO., INC. Page A-2 APPROVED AS TO FORM: CITY ATTO7NEY'S OFFICE Date: Aaron C. Harp City Attorney db. NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.I.C. CONSTRUCTION CO., INC. Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County oflh ss. 7off- On & grol20 al before me, thrhM Rorncs Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS d and official seal. — ())V D Sign ur *my NICHOL BARNES Notary Public - California San Bernardino County Commission # 2362394 Comm. Expires Jun 24, 2025 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of )SS. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) R.I.C. CONSTRUCTION CO., INC. Page A-4 M ERCHANT� BONDING COMPANYT. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Julia B Bales; Kenneth A Coate; Renae N Balderas; Stephanie D Fisher their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of February 2021 PO'� MERCHANTS BONDING COMPANY (MUTUAL) ;�y:GoR R o: o.' P0, 4i '• y : + �; AOR "9 MERCHANTS NATIONAL BONDING, INC. GO v 2003 :;,p ; : y 1933 By • J. •may• •.,��ji......•�J•.•!y ' \�.•• President STATE OF IOWA •��'"""''��� • • •' •' COUNTY OF DALLAS ss. On this 1st day of February 2021 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. AQ'µtA4 s POLLY MASON Z a o a o Commission Number 750576 My Commission Expires ,0WP January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 21st day of July 2021 . c,,; 2 ; .� • v. � o ; y 1933 Secretary ,v. 2003 : �, POA 0018 (1/20) ••''�•'•••'�••' '••••••• CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside JUL 2 12021 On Date personally appeared before me, Karina J. Alvarado, Notary Public Here Insert Name and Title of the Officer Renae N. Balderas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons} whose name(&} is/emssubscribed to the within instrument and acknowledged to me that -ge/she/t-hey-executed the same in his/her/toe+r authorized capacity0es), and that by#is/her/the+f-signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KARINA .1 ALVARADOOJ =r- COMM. #2257741 cw - ."YF�a. e^ NOTARY PUBLIC - CALIFORNIA m RIVERSIDE COUNTY My Comm. Expires Sept. 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 4,4_, " ` AA Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 02019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 011-1 1NM ISSUED IN TWO ORIGIWAL COUNTERPARTS. BOND NO. CAC719899 COUNTERPART NO. OFPREMIUM. $28,567.00 EXHIBIT B THE PREMIUM IS PREDICATED ON THE FINAI. CONTRACT PRICE AND is SUP40T Tp WUTM CITY OF NEWPORT BEACH BOND NO. CAC719899 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 28,567.00 , being at the rate of $ 25.00/$15.00/$10.00/$7.50 Sliding Scale per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to R.I.C. Construction CO., Inc. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of all labor, supervision, materials, and equipment utilized for the demolition of: three (3) solid state soft starters, three (3) 350 -hp multi -stage vertical turbine pump assemblies, three (3) pump discharge control valves; removal and replacement of: two (2) 300 -hp vertical turbine pump motors; and installation/construction of: three (3) 300 -hp multi -stage vertical turbine pump assemblies, three (3) pump discharge slanting disc check valves, three (3) variable frequency drives, five (5) pump disconnect switches, an automatic transfer switch, and modification to the existing busway, including all electrical software and hardware modifications, conduit, wiring, programming and any other appurtenant work in accordance with the contract documents. Work also consists of all necessary labor, supervision, materials, and equipment utilized for the installation and construction of a 1,000 kW diesel fuel generator and 4,000 gallon diesel fuel storage tank including, but not limited to, dirt removal, grading, site preparation, concrete housekeeping pads, retaining walls, generator fuel piping, conduit, wiring and any other appurtenant work in accordance with the contract documents. This is a potable water project. As such, all construction activities, materials, equipment, and components conveying or in contact with potable water must be in compliance with pertinent California potable water standards, NSF -61, and comply with all City of Newport Beach requirements for potable water in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Merchants Bonding Company (Mutual) , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Five Hundred Eight Thousand Nine Hundred Five Dollars ($2,508,905.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and R.I.C. CONSTRUCTION CO., INC. Page B-1 well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 21st day of July 2021 R.I.C. Construction Co., Inc. Name of Contractor (Principal) Merchants Bonding Company (Mutual) Name of Surety Authorized Signature/TitluO- mr/aMm, - Meuv "Ur"WIMP, - 6700 Westown Parkway, Des Moines, IA 50306-3498 Renae N. Balderas, Attorney In Fact Address of Surety Print Name and Title (800) 678-8171 Telephone R.I.C. CONSTRUCTION CO., INC. Page B-2 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:7�� Aaron C. Harp City Attorney p� NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R.I.C. CONSTRUCTION CO., INC. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of yr i ss. n On Di 20 02l before me, 111 DlE-arncs Notary Pubic, personally appeared who proved to me on the basis of satisfactory evidence to baAhe person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Californiathat th f regoing paragraph is true and correct. NICH01 BARNES " . Notary Public -California � WITNE hand and official seal. .. ' San Bernardino County . Commission N 2362394 My Comm. Expires Jun 24, 2025 Si natu a (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) R.I.C. CONSTRUCTION CO., INC. Page B-4 MERCHANT� BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Julia B Bales; Kenneth A Coate; Renae N Balderas; Stephanie D Fisher their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1 st day of February 2021 P�.. q< •' \NG.�O '•. C,?pitPOR ''�O•: : •o�� PP09;°9'• MERCHANTS BONDING COMPANY (MUTUAL) l`;'G 4i"•'y ; • V� �.%; MERCHANTS NATIONAL BONDING, INC. 2003 ;1� : a' 1933 C: By /� •'•d� ' t1�,' •••6',jW u . • •`,\.a•• President .•�•.. STATE OF IOWA •••••"'.""'•••�• ••'"•'•••• COUNTY OF DALLAS ss. On this 1st day of February 2021 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PatA4 s POLLY MASON o Commission Number 750576 Z ° 00, '` My Commission Expires • �oyfP January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 21st day of July 2021 ••.••Pt 10 Nq �tG�Cp•A • '' RPU 9. '•.' ,`„ / i%✓ • — X6 1933 Secretary 2003 r o : y;. 1Ci: POA 0018 (1/20) """"�����' •••°••••• CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California 1 County of Riverside J} On JUL 2 12021 before me, Date personally appeared Karina J. Alvarado, Notary Public Here Insert Name and Title of the Officer Renae N. Balderas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose names} is/efe-subscribed to the within instrument and acknowledged to me that 4ie/she/they-executed the same in 4ile/her/0e# authorized capacity0es), and that byf-+is/her/t4e1Fsignature(s) on the instrument the person(sb or the entity upon behalf of which the person(s) acted, executed the instrument. KARINA J. ALVARADO COMM. ,#2257741„ 11' ''�' °` NOTARY PUBLIC - CALIFORNIA m RIVERSIDE COUNTY ;.° My Comm. Expires Sept. 10, 2022 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 4JVMA404 Signature of Notary Public 1-12dr—lX UMI Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 02019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an R.I.C. CONSTRUCTION CO., INC. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten R.I.C. CONSTRUCTION CO., INC. Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be R.I.C. CONSTRUCTION CO., INC. Page C-3 entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. R.I.C. CONSTRUCTION CO., INC. Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. R.I.C. CONSTRUCTION CO., INC. Page C-5 '� Pop City of Newport Beach 1Ae Insurance Compliance PO Box 100085 - FV Duluth, GA 30096 July 21, 2021 R.I.C. CONSTRUCTION CO., INC. 10675 E AVENUE HESPERIA, CA 92345 Reference Number: 7693-2 This Account has moved from non-compliant to COMPLIANT status and currently in compliance for certificate of insurance requirements. As of the date above, your insurance meets City of Newport Beach insurance requirements. We appreciate your efforts and those of your insurance agent in working with our insurance representatives. Please call us at (951) 766-2285 if you have any questions. Sincerely, City of Newport Beach Compliant Notice [CA1] City of Newport Beach 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES Contract No. 7693-2 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7693-2 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: June 14, 2021 Date 760-244-7749 Fax: 76-244-1419 Bidder's Telephone and Fax Numbers 747268 A/B/C-10 & C21 Bidder's License No(s). and Classification (s) 1000010181 DIR Registration Number R.I.C. Construction Co., Inc. Bidder Bidder's Authorized S` nat re and Title 10675 E Ave. Ste 1 Hesperia, CA 92345 Bidder's Address Bidder's email address: karen.jacobs cgricconstruction.com PR -1 Vendor Name R.I.C. Construction Co., Inc. Address 10675 E Ave. Ste #1 Delivery Method Hesperia, California 92345 Bid Responsive United States Respondee Karen Jacobs Respondee Title Project Coordinator Phone 760-244-7749 Email karen.jacobs@ricconstruction.com Vendor Type DGS, MBE, CADIR, WBE License # 747268 CADIR Bid Format Electronic Submitted 06/15/2021 9:31 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 257483 File Title File Name File Type Bid Bond.pdf Bid Bond.pdf Bid Bond BID SUBMITTAL C-7693-2.pdf BID SUBMITTAL C-7693-2.pdf General Attachment Showing 3 Subcontractors Name & Address Desc License Num CADIR Amount Type Amber Steel Co. Reinforcing Steel 268566 1000000630 $24,670.00 312 S. Willow Ave Rialto, California 92376 General Pump Company Pumps & Motors 496765 1000002769 $632,935.00 DGS 159 N. Acacia Street San Dimas, California 91773 Techno Coatings Inc. Paint & Coatings 296517 1000005841 $17,987.00 1391 S Allec Street Anaheim, California 92805 Discount Terms No Discount Item a Item Code Type Item Description C-7693-2 166th Street Pump Station Back -Up Generator and Upgrades I Mobilization. Demobilization. and Cleanup 2 Generator Site Prep. Retaining Wall. and Concrete Pads 3 1000 kW Generator. Fuel Tank. Generator Conduit 8 Wiring 4 Automatic Transfer Switch and Busway Modifications 5 Demolition and Removal of Solid State Soft Starters and Pumping Units 6 Ialulti-Stage Vertical Turbine Pump Assemblies 7 Slanting Disc Check Valves 8 300 -hp Variable Frequency Drives 9 300 -hp Vertical Turbine Pump Replacement Motors 10 Disconnect Svdiches at Vertical Turbine Pump Motors 11 Pre -Negotiated PLC 8 SCADA System Integration Services 12 Misc. System Integration Work toot included in Pre-neg. proposal) 13 Provide As -Built Plans UOM QTY Unit Price Line Total Response Comment 52.508.905.00 LS 1 5157.066.00 5157.0666.00 Yes LS 1 5196,816.00 5196.81690 Yes LS 1 5655.267.00 5655,267.00 Yes LS 1 $260.748.00 3260.748.00 Yes LS 1 315,662.00 515,662.00 Yes EA 3 5178.690.00 5536.070.00 Yes EA 3 S2396800 571.904.00 Yes EA 3 5110.453.00 $331.359.00 Yes EA 2 556.264.00 $112.528.00 Yes EA 5 311.410.00 352050.00 Yes LS 1 5101.225.00 $101,225.00 Yes LS 1 58.210.00 58,210.00 Yes LS 1 55900.00 35900.00 Yes 1.�'i,�! Section Title Line Total C-7693-2 16th Street Pump Station Back-Up Generator and Upgrades 52.508.905.00 Grand Total 52.508.905.00 Pg. 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES PROJECT NO. 18W13 CONTRACT NO 7693-2 DATE: 162116ZLBY: rD)ev(uty PWD/City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. SPECIFICATIONS 1. Section 11310 Vertical Turbine Pumps ADD Paragraph 2.03 C 18, with the following: "Motors shall be equipped with a vibration switch (Robertshaw Model 366A8 or equal)." ADD the following sentence to the end of Paragraph 2.03 C 2: "A service factor of 1.0 applies to VFD operated motors." 2. Section 16050 Basic Electrical Materials and Methods DELETE the following sentence from the end of Paragraph 1.06 C: "All rooms housing liquid handling equipment are also classified as damp locations regardless of grade elevation." Pg. 2 of 3 3. Section 16481 Variable Frequency Drives REPLACE Paragraph 2.03 N, with the following: "Total Harmonic Distortion (THD) compliance to IEEE 519: The Drive Manufacturer shall provide calculations showing total harmonic current distortion and total harmonic voltage distortion is less than 5%, both with no individual harmonic greater than 3%, at the drive input terminals. Calculations at the transformer are not acceptable. This requirement may be met by VFD's that use Matrix conversion technology. VFD's employing the use of 6 - Pulse, Passive Filters, 12 -Pulse, 18 -pulse or "LCL" filter schemes will be rejected. Additional equipment required to meet this performance will be the responsibility of the contractor with no additional cost to the owner." REPLACE Paragraph 2.04 C, with the following: "VFD shall employ use of matrix conversion technology for direct conversion of AC to AC. Active AC to DC rectifier schemes are not acceptable and will be rejected. 6 pulse, passive filters, 18 -pulse, and 12 -pulse rectifiers are not acceptable and will also be rejected. Input / Output Section: VFD input power stage shall convert three-phase AC line power directly into variable AC output. The main circuit shall consist of a compact input filter and bidirectional switches. The bidirectional switches are power devices that carry the full current of the drive." REPLACE Paragraph 2.05 H, with the following: "Resettable 100% rated, line current sensing circuit breakers with inverse time versus current response shall be furnished and shall not automatically reset preventing restoration of voltage if maintenance is being performed. This breaker shall protect the generator from damage due to its own high current capability and shall not trip within the 10 seconds specified above to allow selective tripping of down -stream fuses or circuit breakers under a fault condition. Provide two output breakers. Line circuit breaker shall be sized at 1600AT. A load bank circuit breaker shall be sized at 1600AT. Circuit breakers shall be installed in the generator terminal box and be easily operable when the operator is at the control panel. Circuit breakers shall include provision for a lock out device in the de - energized position to comply with NFPA 70E." PLANS 1. REPLACE the following plan sheets with the attached revised sheets Plan Sheets 2,3,8,9,12, and 15 Pg. 3 of 3 Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. R.I.C. Construction Co., Inc. Bidder's Name (Please Print) June 14, 2021 Date Authorized Signature & Title, Attachments: - Revised Plans Sheets 2, 3, 8, 9,12 and 15 - Photo 1 of Pipe Fitting Art display provided for clarity CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES PROJECT NO. 18W13 CONTRACT NO. C-7693-2 PART 1 - GENERAL PROVISIONS 1 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 1 1 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 5 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7 6-9 LIQUIDATED DAMAGES 7 6-9.1 — Connection of Busway to Automatic Transfer Switch 7 6-9.2 — Interrupting the Operation of a Pumping Unit 8 6-9.3 — Exceeding the Allotted Calendar Days for the Project 8 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 8 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 8 7-1.2 Temporary Utility Services 8 7-2 LABOR 9 7-2.2 Prevailing Wages 9 7-7 COOPERATION AND COLLATERAL WORK 9 7-8 WORK SITE MAINTENANCE 9 7-8.4 Storage of Equipment and Materials 9 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-10 SAFETY 10 7-10.4 Safety 10 7-10.4.1 Work Site Safety 10 SECTION 9 - MEASUREMENT AND PAYMENT 11 9-2 LUMP SUM WORK 11 9-3 PAYMENT 11 9-3.1 General 11 9-3.2 Partial and Final Payment. 13 PART 2 - CONSTRUCTION MATERIALS 13 SECTION 200 — ROCK MATERIALS 13 200-2 UNTREATED BASE MATERIALS 13 200-2.1 General 13 203-6 ASPHALT CONCRETE 14 203-6.5 Type III Asphalt Concrete Mixtures 14 SECTION 209 — PRESSURE PIPE 14 209-1 IRON PIPE AND FITTINGS 14 209-1.1 Ductile Iron Pipe 14 209-1.1.2 Materials 14 PART 3 - CONSTRUCTION METHODS 15 SECTION 300 - EARTHWORK 15 300-1 CLEARING AND GRUBBING 15 300-1.3 Removal and Disposal of Materials 15 300-1.3.1 General 15 300-1.3.2 Requirements 15 PART 6 — TEMPORARY TRAFFIC CONTROL 16 SECTION 600 - ACCESS 16 600-2 VEHICULAR ACCESS 16 SECTION 601— WORK AREA TRAFFIC CONTROL 16 601-1 GENERAL 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 16TH STREET PUMP STATION BACK-UP GENERATOR AND UPGRADES PROJECT NO. 18W13 CONTRACT NO. C-7693-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W -5389-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements; (5) Project Technical Specifications. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT Page 1 of 16 At the time of the award and until completion of work, the Contractor shall possess a Class A license and all electrical work shall be performed by a Contractor with a "C-10" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City of Newport Beach. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of all labor, supervision, materials, and equipment utilized for the demolition of: three (3) solid state soft starters, three (3) 350 -hp multi -stage vertical turbine pump assemblies, three (3) pump discharge control valves; removal and replacement of: two (2) 300 -hp vertical turbine pump motors; and installation/construction of: three (3) 300 -hp multi -stage vertical turbine pump assemblies, three (3) pump discharge slanting disc check valves, three (3) variable frequency drives, five (5) pump disconnect switches, an automatic transfer switch, and modification to the existing busway, including all electrical software and hardware modifications, conduit, wiring, programming and any other appurtenant work in accordance with the contract documents. Work also consists of all necessary labor, supervision, materials, and equipment utilized for the installation and construction of a 1,000 kW diesel fuel generator and 4,000 gallon diesel fuel storage tank including, but not limited to, dirt removal, grading, site preparation, concrete housekeeping pads, retaining walls, generator fuel piping, conduit, wiring and any other appurtenant work in accordance with the contract documents. This is a potable water project. As such, all construction activities, materials, equipment, and components conveying or in contact with potable water must be in compliance with pertinent California potable water standards, NSF -61, and comply with all City of Newport Beach requirements for potable water. 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor shall: Page 2 of 16 a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Guida Surveying and can be contacted at (949) 777-2000. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48 - hours in advance of any work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: Page 3 of 16 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions and Technical Specifications. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. Page 4 of 16 SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION The Contractor shall replace in kind any facility damaged by the work or activity of the Contractor. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. Page 5 of 16 The following project constraints shall be adhered to throughout the duration of the project: 1. The contractor shall provide an outage request to the City (21) calendar days in advance of any station or pumping unit outage. 2. The entire facility may be taken off-line one time for up to 24 consecutive hours to make the connection to the busway for the automatic transfer switch connection. 3. No more than one pumping unit may be taken out of service at any given time unless the City provides written permission specifying otherwise. 4. It is suggested (not required) that the (3) vertical turbine pumping units, affiliated piping improvements, check valve replacements, variable frequency drive replacements, and disconnect switch additions be completed prior to the replacement of the (2) 300 -hp motors and disconnect switch additions. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 400 consecutive working days after the date on the Notice to Proceed. This assumes a Notice to Proceed Date of August 12, 2021, and a completion date of March 23, 2023. Work on items interrupting the operation of the pump station or a pumping unit (power outages for connection of automatic transfer switch to busway, pump/motorNFD work, SCADA programming, piping or valving changes, etc. shall only be allowed from November 1, 2022 through March 1, 2023. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. Page 6 of 16 The following days are designated City holidays and are non -working days - 1 . ays: 1. January 1 st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES There are several sets of liquidated damages for this project as follows: 6-9.1 — Connection of Busway to Automatic Transfer Switch Per Section 6-6.1, the contractor shall be allowed to take the entire facility off-line one time for up to 24 consecutive hours to make the connection to the busway for connection of the automatic transfer switch. This work shall be conducted between November 1, 2022 and March 1, 2023. The Contractor shall pay to the City, or have withheld from moneys due it, the daily sum of $5,000 per Calendar day for not complying with these project requirements. Page 7 of 16 6-9.2 — Interrupting the Operation of a Pumping Unit Per Section 6-6.1, the contractor shall be allowed to take no more than one pumping unit out of service at a time and this work shall be conducted between November 1, 2022 and March 1, 2023. The Contractor shall pay to the City, or have withheld from moneys due it, the daily sum of $2,000 per Calendar day for not complying with these project requirements. 6-9.3 — Exceeding the Allotted Calendar Days for the Project For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City, or have withheld from moneys due it, the daily sum of $2,500 for not completing the project within the overall stipulated working days. The Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $5,000 for any working days required beyond the 30 days allowed for water facilities to be out of service. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. Page 8 of 16 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shutdowns of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown of these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials Construction materials and equipment may not be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: No demolition or construction materials, debris, equipment or waste shall be placed or stored in any location where it may enter or impact sensitive habitat areas, streams, wetlands, receiving waters or a storm drain, or be subject to wave, wind, rain, or tidal erosion and dispersion. Page 9 of 16 b. The permittees shall employ Best Management Practices (BMPs) to ensure that erosion is minimized and the sea is protected from sedimentation. c. Any and all debris resulting from demolition or construction activities shall be removed from the project site within 24 hours of completion of the project. d. Demolition or construction debris and sediment shall be removed from work areas each day that demolition or construction occurs to prevent the accumulation of sediment and other debris that may be discharged into coastal waters. e. All trash and debris shall be disposed in the proper trash and recycling receptacles at the end of every construction day. f. The applicant shall provide adequate disposal facilities for solid waste, including excess concrete, produced during demolition or construction. g. Debris shall be disposed of at a legal disposal site outside the coastal zone or recycled at a recycling facility. h. All stock piles and construction materials shall be covered, enclosed on all sides, shall be located as far away as possible from drain inlets and any waterway, and shall not be stored in contact with the soil. i. Machinery and equipment shall be maintained and washed in confined areas specifically designed to control runoff. Thinners or solvents shall not be discharged into sanitary or storm sewer systems. j. The discharge of any hazardous materials into any receiving waters shall be prohibited. k. Spill prevention and control measures shall be implemented to ensure the proper handling and storage of petroleum products and other construction materials. Measures shall include a designated fueling and vehicle maintenance area with appropriate berms and protection to prevent any spillage of gasoline or related petroleum products or contact with runoff. The area shall be located as far away from the receiving waters and storm drain inlets as possible. I. Best Management Practices (BMPs) and Good Housekeeping Practices (GNPs) designed to prevent spillage and/or runoff of demolition or construction -related materials, and to contain sediment or contaminants associated with demolition or construction activity, shall be implemented prior to the on -set of such activity. m. All BMPs shall be maintained in a functional condition throughout the duration of construction activity. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.4 Safety 7-10.4.1 Work Site Safety Page 10 of 16 The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization, and Cleanup: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for mobilization, providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Generator Site Prep, Retaining Wall, and Concrete Pads: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the earthwork required to prepare the slope and site subgrade for the construction of the new generator facilities. The work also includes the construction of a reinforced concrete retaining walls and reinforced concrete housekeeping/equipment pads, constructing all drainage improvements, water proofing, minor grading, replacement of and connection to existing walls and pavements, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page 11 of 16 Item No. 3 1000 kW Generator, Fuel Tank, Generator Conduit and Wiring: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all items associated with the generator site work including: 1000 kW diesel generator, diesel storage tank, fuel piping, conduit, wiring, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 4 Automatic Transfer Switch and Busway Modifications: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the installation of an automatic transfer switch, modification of the busway, all related conduit and wiring, all supports and restraints, all related concrete pads, concrete patching, replacement and repairs, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 5 Demolition and Removal of Solid State Soft Starters and Pumping Units: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and salvage of three (3) solid state soft starters, three (3) vertical turbine pump assemblies, three (3) pump control valves, associated discharge piping and fittings, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 6 Multi -Stage Vertical Turbine Pump Assemblies: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing three (3) 300 -hp multi -stage vertical turbine booster pump assemblies, re- installing air/vac valve assemblies, associated conduit and wiring, and all other work items as required to complete the work in place. Item No. 7 Slanting Disc Check Valves: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing three (3) slanting disc check valves, associated piping, fittings, flange supports, painting and coating of new piping and affected piping/appurtenances, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 8 300 -hp Variable Frequency Drives: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing three (3) 300 -hp variable frequency drive units, associated conduit and wiring, and all other work items as required to complete the work in place. Item No. 9 300 -hp Vertical Turbine Pump Replacement Motors: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing two (2) existing 300 -hp pump motors, furnishing and installing two (2) 300 -hp pump motors, associated conduit and wiring, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 10 Disconnect Switches at Vertical Turbine Pump Motors: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for Page 12 of 16 furnishing and installing five (5) disconnect switches and junction boxes, associated conduit and wiring, supports and bracing, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 11 Pre -Negotiated PLC and SCADA System Integration Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing PLC and SCADA system integration services as stated in the pre - negotiated proposal from Enterprise Automation contained in Appendix B of the Technical Specifications. They include, but are not limited to, building an existing 10 list and BOM, detailing the PLC/SCADA program modifications, completing the programming, testing, and commissioning procedures and providing assistance to the Contractor as needed to complete the work per the Contract Documents. Item No. 12 Miscellaneous System Integration Work (not included in Pre -negotiated Proposal): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all other necessary programming not included in the pre -negotiated proposal, extra card reader, restoring all existing improvements affected by the work, coordination, and all other work items as required to complete the work in place. Item No. 13 Provide As -Built Plans. Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. Page 13 of 16 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III -C3 -PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III -B2 -PG 64-10 (20% max RAP). SECTION 209 — PRESSURE PIPE 209-1 IRON PIPE AND FITTINGS 209-1.1 Ductile Iron Pipe 209-1.1.2 Materials All flanged pipe joints shall be joined utilizing Type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and transition couplings used to join pipes in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe harness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from stainless steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints. Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 Stainless Steel. Threads shall be coated with a liberal amount of anti - seize compound. Flange gaskets shall be full-faced Buna-N, nylon impregnated rubber. Page 14 of 16 Ductile iron pipe fittings and valves buried underground shall be protected with a polyethylene encasement (plastic film wrap) in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. Page 15 of 16 PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 -ACCESS 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. Page 16 of 16 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS SECTION NUMBER TITLE DIVISION 01 GENERAL REQUIREMENTS 01045 Existing Facilities DIVISION 02 SITEWORK 02050 Demolition DIVISION 03 CONCRETE 03200 Reinforcing Steel 03300 Concrete DIVISION 05 METALS 05125 Miscellaneous Metalwork DIVISION 07 THERMAL AND MOISTURE PROTECTION 07990 Sealants and Caulking DIVISION 09 FINISHES 09900 Painting and Coatings DIVISION 11 EQUIPMENT 11010 Mechanical Equipment 11310 Vertical Turbine Pumps DIVISION 13 SPECIAL CONSTRUCTION 13205 Above Grade Steel Fuel Storage Tanks DIVISION 15 MECHANICAL 15070 Miscellaneous Piping and Appurtenances 15074 Hangers and Supports 15191 Fuel Oil Piping DIVISION 16 ELECTRICAL 16050 Basic Electrical Materials and Methods 16080 Site Acceptance Testing 16135 Electrical Exterior Underground 16250 Automatic Transfer Switch 16480 Feeder Busway 16481 Variable Frequency Drives 16621 Standby Generator City of Newport Beach Table of Contents 16`h St PS Back -Up Generator and Upgrades TOC - l TABLE OF CONTENTS (Continued) SECTION NUMBER TITLE DIVISION 17 INSTRUMENTATION 17040 Control System Hardware and Software APPENDICES A. Geotechnical Investigation B. Enterprise Automation Pre -Negotiated Proposal City of Newport Beach 16`' St PS Back -Up Generator and Upgrades Table of Contents TOC - 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 01045 EXISTING FACILITIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Requirements for protection of, removal of, and restoration of existing City facilities. 1.02 SUBMITTALS A. The following shall be submitted. 1. Qualification data for photographer or web -based photographic documentation service provider. Contractor shall utilize a third party to provide preconstruction video and photographs of the entire work site inside and outside of the building. 2. Key plan of project site areas with notation of vantage points marked for location and direction of each video recording/photograph. 3. Video recordings and image files of digital photographs with the following information: a. Name of project b. Name and address of photographer c. Name of contractor d. Date of video recording e. Weather conditions at time of recording 1.03 CONDITION OF EXISTING FACILITIES A. The City cannot guarantee the condition, size, material, and location of existing facilities. 1.04 LOCATION A. The Contractor shall be responsible for potholing and verifying in advance the locations of all existing facilities as shown on the plans and as needed for the project. Discrepancies shall be reported to the City prior to the fabrication of, or purchase of, material or equipment affected by the discrepancy. At a minimum, the Contractor shall pothole at all connections, crossings, and as otherwise directed by the City. 1.05 PROTECTION OF EXISTING UTILITIES AND FACILITIES A. The Contractor shall be responsible for the care and protection of all existing storm drains, waterlines, gas mains, power or communications lines, sidewalks, curbs, pavement, other hardscape, landscaping, or other building structure and facilities that may be encountered in or near the area of the work. 16TH ST PS BACK-UP GENERATOR AND UPGRADES EXISTING FACILITIES 01045- 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. It shall be the duty of the Contractor to notify Underground Service Alert and each agency of jurisdiction and make arrangements for locating their facilities prior to beginning construction. C. In the event of damage to any existing facility during the progress of the work and of the failure of the Contractor to exercise the proper precautions, the Contractor will pay for the cost of all repairs, restoration and protection to said facilities to the satisfaction of the City. The Contractor's work may be stopped by the City until repair operations are complete. 1.06 PROTECTION OF LANDSCAPING A. The Contractor shall be responsible for the protection of all the trees, shrubs, irrigation systems, fences, and other landscape items adjacent to or within the work area, unless they are directed to do otherwise on the plans. B. In the event of damage to landscape items, the Contractor shall replace the damaged items in a manner satisfactory to the City and the owner, or pay damages to the owner as directed by the City. The decision to replace or pay damages will be determined by the City and the owner of the damaged facilities. C. If the Contractor does not proceed with the restoration after completion of the work or does not complete the restoration in a satisfactory manner, the City reserves the right to have the work done and to charge the Contractor for the actual cost of the restoration including all labor, material, and overhead required for restoration. 1.07 PERMITS A. All work shall conform to the specifications and requirements of the State of California Department of Transportation, the Orange County Public Works, the City of Newport Beach, or the other affected agencies involved. The Contractor shall keep a copy of all the required permits in the job site and comply with all the terms and conditions of said permits. PART 2 PRODUCTS 2.01 GENERAL A. All materials used in making the connection or removing the facility from service shall conform to the applicable sections of these specifications. END OF SECTION 16TH ST PS BACK-UP GENERATOR AND UPGRADES EXISTING FACILITIES 01045-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 02050 DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. The WORK of this Section includes furnishing materials, equipment and labor necessary to perform demolition work on the project site as shown on the Contract Drawings B. In areas where demolition is required, cut back flush and seal any pipe stub -outs remaining, and remove exposed piping, conduits, fixtures, junction boxes, light fixtures, water fixtures, and supports. Switches, receptacles, and boxes shall also be removed. Concealed piping and conduits shall be removed or capped and abandoned as necessary to facilitate the demolition work, unless otherwise noted on the Contract Drawings. 1.02 SUBMITTALS A. The following shall be submitted. Demolition Schedule: The Contractor shall submit a complete coordination schedule for demolition work including shut-off and continuation of utility services prior to start of the WORK. The schedule shall indicate proposed methods and operations of facility demolition, and provide a detailed sequence of demolition and removal work to ensure uninterrupted operation of occupied areas. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. Structures shall be demolished and removed in compliance with SSPWC subsection 306-5 and the requirements indicated herein. 3.02 POLLUTION CONTROL A. Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used for dust suppression. B. Water shall not be used when it creates hazardous or objectionable conditions such as flooding, erosion, sedimentation, or pollution. 16" ST PS BACK-UP GENERATOR AND UPGRADES DEMOLITION 02050- 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3.03 PROTECTION A. Safe passage of persons around the area of demolition shall be provided. Operations shall be conducted to prevent injury to people and damage to adjacent buildings, structures, and other facilities. B. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be demolished. C. Existing landscaping materials, structures, and appurtenances which are not to be demolished shall be protected and maintained as necessary. D. Unless otherwise indicated, the Contractor shall protect and maintain all utilities in the proximity of the facilities to be demolished. E. The Contractor shall protect the nearby existing equipment such as control panels and others from dust caused by demolition activities by covering, drop -curtains and other similar methods. 3.04 STRUCTURE DEMOLITION A. Building structures and appurtenances shall be demolished, as shown and required to complete work, in compliance with governing regulations. B. Small structures may be removed intact when approved by authorities having jurisdiction. C. Demolition shall proceed in a systematic manner, from top of structure to ground. D. Concrete and masonry shall be demolished in small sections. Use bracing and shoring to prevent collapse. E. Demolition equipment shall be dispersed throughout structure and demolished materials removed to prevent excessive loads on supporting walls, floors or framing. 3.05 BELOW -GRADE DEMOLITION A. Footings, foundation walls, below -grade construction and concrete slabs on grade shall be demolished and removed to a depth which will not interfere with new construction, but not less than 12 inches below existing ground surface or future ground surface, whichever is lower. All floors of basements, vaults, and other underground structures shall be broken up. B. Below -grade areas and voids resulting from demolition of structures shall be completely filled to a minimum compaction of 95%. C. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as indicated. 3.06 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed without permission from the Owner. Alternate routes shall be provided around closed or obstructed traffic ways. 16TH ST PS BACK-UP GENERATOR AND UPGRADES DEMOLITION 02050-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. Site debris, rubbish, and other materials resulting from demolition operations shall be removed and disposed of in compliance all laws and regulations. Burning of removed materials from demolished structures shall not be permitted. 3.07 PATCHING AND REPAIRING A. The Contractor shall provide patching, replacing, repairing and refinishing of damaged areas involved in demolition as necessary to match the existing adjacent surfaces. B. The Contractor shall repair all damages caused to adjacent facilities by demolition at no additional cost to the Owner. C. After patching and repairing has been completed, the Contractor shall carefully remove splatterings of mortar from adjoining work and repair any damage caused by such cleaning operations. 3.08 CLEANING A. During and upon completion of work, the Contractor shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean condition. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition and return adjacent areas to condition existing prior to start of work. END OF SECTION 02050 16' ST PS BACK-UP GENERATOR AND UPGRADES DEMOLITION 02050-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 03200 REINFORCING STEEL PART 1 —GENERAL 1.01 DESCRIPTION A. The Work of this Section includes providing all concrete reinforcement steel, welded wire fabric, couplers, and concrete inserts for use in reinforced concrete and masonry construction, including all the wires, clips, supports, chairs, spacers, and other accessories. 1.02 RELATED SECTIONS A. The Work of the following Sections applies to the Work of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. Section 03300 Cast -in -Place Structural Concrete 1.03 CODES A. The Work of this Section shall comply with the current edition California Building Code. 1.04 SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the Work of this Section. ACI 315 Details and Detailing of Concrete Reinforcement. ACI 318 Building Code Requirements for Reinforced Concrete. CRSI MSP -1 Concrete Reinforcing Steel Institute Manual of Standard Practice WRI Manual of Standard Practice for Welded Wire Fabric. AWS DIA Structural Welding Code - Reinforcing Steel. ASTM A 82 Specification for Steel Wire, Plain, for Concrete Reinforcement. ASTM A 185 Specification for Welded Steel Wire Fabric For Concrete Reinforcement. ASTM A 615 Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. ASTM A 775 Specification for Epoxy -Coated Reinforcing Steel Bars. 1.05 SHOP DRAWINGS AND SAMPLES A. The following shall be submitted for review by the Engineer: 1. Shop bending diagrams, placing lists, and drawings of all reinforcement steel prior to fabrication. 2. Details of the concrete reinforcement steel and concrete inserts shall be submitted by the Contractor at the earliest possible date after receipt by the Contractor of the Notice to Proceed. Details of reinforcement steel for fabrication and erection shall conform to ACI 315 16M ST PS BACK-UP GENERATOR AND UPGRADES REINFORCING STEEL 03200-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. and the requirements indicated. The shop bending diagrams shall show the actual lengths of bars, to the nearest inch measured to the intersection of the extensions (tangents for bars of circular cross section) of the outside surface. The shop drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. Where mechanical couplers are required or permitted to be used to splice reinforcement steel, manufacturer's literature shall be submitted which contains instructions and recommendations for installation for each type of coupler used; furnish current research reports by International Conference of Building Officials (ICBO) or equivalent code agency, reports which verify the load capacity of each type and size of coupler used; and shop drawings which show the location of each coupler with details of how they are to be installed in the formwork. 4. If reinforcement steel is spliced by welding at any location, the Contractor shall submit mill test reports which shall contain the information necessary for the determination of the carbon equivalent as specified in AWS DIA. The Contractor shall submit a written welding procedure for each type of weld for each size of bar which is to be spliced by welding; merely a statement that AWS procedures will be followed is not acceptable. 1.06 FACTORY TESTING A. If requested by the District Representative, the Contractor shall provide samples from each heat of reinforcement steel delivered in a quantity adequate for testing. Costs of initial tests will be paid by the Contractor as well as additional tests due to material failing initial tests. B. If reinforcement steel is spliced by welding at any location, the Contractor shall submit certificates of procedure qualifications for each welding procedure used and certification of welder qualifications, for each welding procedures, and for each welder performing the work. Such qualifications shall be as specified in AWS DIA. 1.07 FIELD TESTING A. Products shall be field tested for compliance with the indicated requirements. If requested by the District Representative, the Contractor shall provide samples of each type of welded splice used in the work in a quantity and of dimensions adequate for testing. At the discretion of the District Representative, radiographic testing of direct butt welded splices will be performed. The Contractor shall provide assistance necessary to facilitate testing. The Contractor shall repair any weld which fails to meet the requirements of AWS DIA. The costs of testing will be paid by the Owner; except, the costs of all tests which fail to meet specified requirements shall be paid by the Contractor at no additional cost to the Owner. PART 2 — PRODUCTS 2.01 GENERAL A. Materials specified in this Section which may remain or leave residues on or within the concrete shall be classified as acceptable for potable water use by the Environmental Protection Agency within 30 days of application or use. 16TH ST PS BACK-UP GENERATOR AND UPGRADES REINFORCING STEEL 03200-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2.02 REINFORCEMENT STEEL A. Reinforcement Steel for all cast -in-place reinforced concrete construction shall conform to the following requirements: 1. Bar reinforcement shall conform to the requirements of ASTM A 615 for Grade 60 Billet Steel or as indicated per plans. 2. Welded wire fabric reinforcement shall conform to the requirements of ASTM A 185 as indicated; provided, that welded wire fabric with longitudinal wire of W4 size wire and smaller shall be either furnished in flat sheets or in rolls with a core diameter of not less than 10 inches; and provided further, that welded wire fabric with longitudinal wires larger than W4 size shall be furnished in flat sheets only. 3. Spiral reinforcement shall be cold -drawn steel wire conforming to the requirements of ASTM A82. 4. Accessories: a. Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers, and other devices to position reinforcement during concrete placement. All bar supports shall meet the requirements of the CRSI Manual of Standard Practice including special requirements for supporting epoxy coated reinforcing bars. Wire bar supports shall be CRSI Class 1 for maximum protection with a 1/8 -inch minimum thickness of plastic coating which extends at least '/2 -inch from the concrete surface. Plastic shall be gray in color. b. Concrete blocks (dobies), used to support and position reinforcement steel, shall have the same or higher compressive strength as specified for the concrete in which it is located. Wire ties shall be embedded in concrete block bar supports. c. Tie wire shall be a minimum 14 gauge annealed steel wire. 5. Epoxy coating for reinforcing and accessories, where specified or shown, shall conform to ASTM A 775. 2.03 MECHANICAL COUPLERS A. Mechanical couplers shall be provided where shown and where approved. The couplers shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcement bars being spliced at each splice. B. Where the type of coupler used is composed of more than one component, all components required for a complete splice shall be supplied. This shall apply to all mechanical splices, including those splices intended for future connections. C. The reinforcement steel and coupler used shall be compatible for obtaining the required strength of the connection. Straight threaded type couplers shall require the use of the next larger size reinforcing bar or shall be used with reinforcing bars with specially forged ends which provide upset threads which do not decrease the basic cross section of the bar. 16TH ST PS BACK-UP GENERATOR AND UPGRADES REINFORCING STEEL 03200-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2.04 WELDED SPLICES A. Welded splices shall be provided where shown and where approved. All welded splices of reinforcement steel shall develop a tensile strength which exceeds 125 percent of the yield strength of the reinforcement bars which are connected. B. All materials required to conform the welded splices to the requirements of AWS D 1.4 shall be provided. 2.05 EPDXY GROUT A. Epoxy for grouting reinforcing bars shall be specifically formulated for such application, for the moisture condition, application temperature, and orientation of the hole to be filled. Epoxy grout shall meet the requirements found in Section 03600. 2.06 MANUFACTURERS A. Couplers shall be Lenton Form Saver by Erico Products, Dowel Bar Splicer System by Richmond Screw Anchor Company, or equal. PART 3 — EXECUTION 3.01 GENERAL A. All reinforcement steel, welded wire fabric and other appurtenances shall be fabricated, and placed in accordance with the requirements of the Building Code and the supplementary requirements specified herein. 3.02 FABRICATION A. General: Reinforcement steel shall be accurately formed to the dimensions and shapes shown, and the fabricating details shall be prepared in accordance with ACI 315 and ACI 318, except as indicated. Stirrups and tie bars shall be bent around a pin having a diameter not less than 1 -1/2 -inch for No. 3 bars, 2 -inch for No. 4 bars, and 2 -1/2 - inch for No. 5 bars. Bends for other bars shall be made around a pin having a diameter not less than 6 times the bar diameter, except for bars larger than 1 inch, in which case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold. The Contractor shall fabricate reinforcement bars for structures in accordance with bending diagrams, placing lists, and placing drawings. B. Fabricating Tolerances: Bars used for concrete reinforcement shall meet the following requirements for fabricating tolerances: Sheared length: + 1 inch 16" ST PS BACK-UP GENERATOR AND UPGRADES REINFORCING STEEL 03200-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. Depth of truss bars: + 0, - 1/2 inch Stirrups, ties, and spirals: + 1/2 inch All other bends: + 1 inch 3.03 PLACING A. Reinforcement steel shall be accurately positioned and shall be supported and wired together to prevent displacement, using annealed iron wire ties or suitable clips at intersections. All reinforcement steel shall be supported by concrete, plastic or metal supports, spacers or metal hangers which are strong and rigid enough to prevent any displacement of the reinforcement steel. Where concrete is to be placed on the ground, supporting concrete blocks (or dobies) shall be used, in sufficient numbers to support the bars without settlement, but in no case shall such support be continuous. All concrete blocks used to support reinforcement steel shall be tied to the steel with wire ties which are embedded in the blocks. For concrete over formwork, the Contractor shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. B. Limitations on the use of bar support materials shall be as follows. C. Concrete Dobies are permitted at all locations except where architectural finish is required. D. Wire Bar Supports are permitted only at slabs over dry areas, interior dry wall surfaces, and exterior wall surfaces. E. Plastic Bar Supports are permitted at all locations except on grade. F. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. G. Bars additional to those shown which may be found necessary or desirable by the Contractor for the purpose of securing reinforcement in position shall be provided by the Contractor at no additional cost to the Owner. H. Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified in Chapter 25 of ACI 318-14 except where in conflict with the requirements of the CBC. I. Bars may be moved as necessary to avoid interference with other reinforcement steel, conduits, or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be subject to the approval of the Engineer. J. Welded wire fabric reinforcement placed over horizontal forms shall be supported on slab bolsters. Slab bolsters shall be spaced not more than 30 inches on centers, shall extend continuously across the entire width of the reinforcement mat, and shall support the reinforcement mat in the plane indicated. 16TH ST PS BACK-UP GENERATOR AND UPGRADES REINFORCING STEEL 03200-5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. K. Welded wire fabric placed over the ground shall be supported on wired concrete blocks (dobies) spaced not more than 3 feet on centers in any direction. The construction practice of placing welded wire fabric on the ground and hooking into place in the freshly placed concrete shall not be used. L. Epoxy coated reinforcing bars shall be stored, transported, and placed in such a manner as to avoid chipping of the epoxy coating. Non-abrasive slings made of nylon and similar materials shall be used. Specially coated bar supports shall be used. All chips or cracks in the epoxy coating shall be repaired with a compatible epoxy repair material prior to placing concrete. M. Accessories supporting reinforcing bars shall be spaced such that there is no deflection of the accessory from the weight of the supported bars. When used to space the reinforcing bars from wall forms, the forms and bars shall be located so that there is no deflection of the accessory when the forms are tightened into position. N. The Contractor shall request, in writing, final re -bar inspection a minimum of 24 hours prior to planned placement of concrete. 3.04 SPACING OF BARS A. The clear distance between parallel bars (except in columns and between multiple layers of bars in beams) shall be not less than 3 -inches. B. Where reinforcement in beams or girders is placed in 2 or more layers, the clear distance between layers shall be not less than one inch. C. In columns, the clear distance between longitudinal bars shall be not less than 1'/z times the bar diameter, nor less than 1'/z times the maximum size of the coarse aggregate, nor less than 1'/z inches. D. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. 3.05 SPLICING A. General: Reinforcement bar splices shall only be used at locations indicated. When it is necessary to splice reinforcement at points other than where shown, a Request for Clarification shall be submitted to the District Representative. B. Splices of Reinforcement: The length of lap for reinforcement bars, unless otherwise indicated, shall be in accordance with ACI 318-14, Section 25.5.2.1 for a class B splice. Laps of welded wire fabric shall be in accordance with the ACI 318. Adjoining sheets shall be securely tied together with No. 14 tie wire, one tie for each 2 running feet. Wires shall be staggered and tied in such a manner that they cannot slip. Splices in column spiral reinforcement, when necessary, shall be made by welding or by a lap of 1-1 /2 turns. 16 ST PS BACK-UP GENERATOR AND UPGRADES REINFORCING STEEL 03200-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Bending or Straightening: Reinforcement shall not be straightened or re-bent in a manner which will injure the material. Bars with kinks or bends not shown shall not be used. All bars shall be bent cold, unless otherwise permitted by the District Representative. No bars partially embedded in concrete shall be field -bent except as shown or specifically permitted by the District Representative. D. Couplers which are located at a joint face shall be a type which can be set either flush or recessed from the face as shown. The couplers shall be sealed during concrete placement to completely eliminate concrete or cement paste from entering. Couplers intended for future connections shall be recessed a minimum of 1/2 inch from the concrete surface. After the concrete is placed, the coupler shall be plugged with plastic plugs which have an O-ring seal and the recess filled with sealant to prevent any contract with water or other corrosive materials. Threaded couplers shall be plugged. Maintain minimum edge distance and concrete cover. Couplers shall be installed as required by manufacturer with threads tightened in accordance with ICBG report. E. Unless indicated otherwise, mechanical coupler spacing and capacity shall match the spacing and capacity of the reinforcing shown for the adjacent section. F. Tack welding of reinforcing bar is prohibited. 3.06 CLEANING AND PROTECTION A. Reinforcement steel shall at all times be protected from conditions conducive to corrosion until concrete is placed around it. B. The surfaces of all reinforcement steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcement shall be re -inspected and, if necessary re -cleaned. 3.07 EMBEDMENT OF DRILLED REINFORCING STEEL DOWEL A. The hole diameter shall be as recommended by the epoxy manufacturer but shall be not larger than 0.25 inch greater than the diameter of the outer surface of the reinforcing bar deformations. B. The depth of the hole shall be as recommended by the epoxy manufacturer to fully develop the bar but shall not be less than 12 bar diameters, unless noted otherwise. C. The hole shall be drilled by methods which do not interfere with the proper bonding of epoxy. D. Existing reinforcing steel in the vicinity of proposed holes shall be located prior to drilling. The location of holes to be drilled shall be adjusted to avoid drilling through or nicking any existing reinforcing bars. E. The hole shall be blown clean with clean, dry compressed air to remove all dust and loose particles. F. Epoxy shall be injected into the hole through a tube placed to the bottom of the hole. The tube shall be withdrawn as epoxy is placed but kept immersed to prevent formation of air 16TH ST PS BACK-UP GENERATOR AND UPGRADES REINFORCING STEEL 03200-7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. pockets. The hole shall be filled to a depth that insures that excess material will be expelled from the hole during dowel placement. G. Dowels shall be twisted during insertion into the partially filled hole so as to guarantee full wetting of the bar surface with epoxy. The bar shall be inserted slowly enough to avoid developing air pockets. END OF SECTION 03200 16 T11 ST PS BACK-UP GENERATOR AND UPGRADES REINFORCING STEEL 03200-8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 03300 CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. Cast -in-place concrete 1.02 REFERENCED STANDARDS A. American Concrete Institute (ACI) 1. ACI 117: Standard Tolerances for Concrete Construction and Materials 2. ACI 211.1: Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete 3. ACI 214: Recommended Practice for Evaluation of Strength Test Results of Concrete 4. ACI 301: Specifications for Structural Concrete 5. ACI 3048: Guide for Measuring, Mixing, Transporting, and Placing Concrete 6. ACI 305R: Guide to Hot Weather Concreting 7. ACI 306: Guide to Cold Weather Concreting 8. ACI 308R: Guide to External Curing of Concrete 9. ACI 309: Consolidation of Concrete 10. ACI 315: Details and Detailing of Concrete Reinforcement 11. ACI 318: Building Code Requirements for Reinforced Concrete 12. ACI 347R: Guide to Formwork for Concrete B. American Lumber Standard Committee: I. PS 1: U.S. Product Standard for Concrete Forms, Class I 2. PS 20: American Softwood Lumber Standard C. ASTM International (ASTM) 1. ASTM A1064: Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete 2. ASTM C31: Practice for Making and Curing Concrete Test Specimens in the Field 3. ASTM C33: Standard Specification for Concrete Aggregates 4. ASTM C39: Test Method for Compressive Strength of Cylindrical Concrete Specimens 5. ASTM C94: Standard Specification for Ready -Mixed Concrete 6. ASTM C109: Standard Test Method for Compressive Strength of Hydraulic Cement Mortars 16" ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 7. ASTM C 143: Test Method for Slump of Hydraulic Cement Concrete 8. ASTM C 150: Standard Specification for Portland Cement 9. ASTM C 171: Standard Specification for Sheet Materials for Curing Concrete 10. ASTM C309: Specifications for Liquid Membrane Forming Compounds for Curing Concrete 11. ASTM C494: Specification for Chemical Admixtures for Concrete 12. ASTM C579: Standard Test Methods for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes 13. ASTM A615: Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement 14. ASTM C827: Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures 15. ASTM C881: Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete 16. ASTM C920: Specification for Elastomeric Joint Sealants 17. ASTM C1077: Practice for Laboratories Testing Concrete and Concrete Aggregates for use in Construction & Criteria for Laboratory Evaluation 18. ASTM C1107: Standard Specification for Packaged Dry, Hydraulic -Cement Grout 19. ASTM D638: Test Method for Tensile Properties of Plastic 20. ASTM D747: Test Method for Apparent Bending Modulus of Plastics by Means of a Cantilever Beam D. American Welding Society: 1. AWS D1.4: Structural Welding Code — Reinforcing Steel E. U.S. Army Corps of Engineers (ACOE) Specifications: 1. CRD -0572: PVC Waterstop F. Concrete Reinforcing Steel Institute (CRSI) 1. Manual of Standard Practice 1.03 SUBMITTALS A. General: Submit all information for all products and materials. B. Formwork: Calculations and drawings 16" ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Reinforcing: 1. Product cutsheets 2. Materials of construction 3. Shop drawings: a. Details of reinforcement steel for fabrication and erection shall conform to ACI 315 and the requirements indicated. b. The shop bending diagrams shall show the actual lengths of bars, to the nearest inch, measured to the intersection of the extensions (tangents for bars of circular cross section) of the outside surface. c. The shop drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. 4. Welding procedures: The Contractor shall submit a written welding procedure for each type of weld for each size of bar which is to be spliced by welding; a mere statement that AWS procedures will be followed will not be acceptable. D. Concrete: 1. Mix design: Sign and seal mix designs by licensed civil or structural engineer, registered in the State of California. Mix design shall include: a. Indicate proposed mix design complies with requirements of ACI 301 and ASTM C 94. In case of conflict, ACI 301 shall govern. b. Indicate proposed mix design complies with requirements of ACI 318. c. Provide certificate that cement used complies with ASTM C150, Type I or Type II, and these specifications. d. Provide delivery tickets for ready -mix concrete or weighmasters certificate per ASTM C94, including weights of cement and each size aggregate and amount of water added at the plant and record of pours. 1) Record the amount of water added on the job on the delivery ticket. 2) Water added at the plant shall account for the moisture in both coarse and fine aggregate. e. Provide plant qualification showing conformance with requirements of the Check List for Certification of Ready Mixed Concrete Production facilities of the National Ready Mixed Concrete Association and ASTM C94. E. Curing: Materials and methods 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver reinforcing steel to the site bundled and tagged with identifying tags. 16TH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. PART 2 PRODUCTS 2.01 FORMWORK A. Construction: Comply with requirements of ACI 347R 2. Forms shall be accurately constructed of clean lumber and shall be of designed with sufficient strength and rigidity such that wall sections can be poured full height without creating horizontal cold joints and withstand the necessary pressure and tamping without deflection from the prescribed lines and which shall permit ready removal of the forms without spalling or damaging the concrete. 3. The surface of forms against which concrete is placed shall be smooth and free from irregularities, dents, sags, or holes. The surface shall leave uniform form marks conforming to the general lines of the structure. B. Form Materials: 1. Lumber shall be Douglas Fir or Southern Yellow Pine, construction grade or better, in conformance with U.S. Product Standard PS 20. 2. Plywood for concrete formwork shall be new, waterproof, synthetic resin bonded, exterior type Douglas Fir or Southern Yellow Pine plywood manufactured especially for concrete formwork and shall conform to the requirements of PS 1 for Concrete Forms, Class I, and shall be edge sealed. C. Form Ties: 1. Form ties with integral water stops shall be provided with a plastic code or other suitable means for forming a conical hole to ensure that the form tie may be broken off back of the face of the concrete. 2. The maximum diameter of removable cones for rod ties, or of other removable -tie fasteners having a circular cross-section, shall exceed 1-1/2 inches and all such fasteners shall be such as to leave holes of regular shape for reaming. 2.02 REINFORCING STEEL A. For Reinforcing steel requirements see specification 03200 — Reinforcing Steel. 2.03 PORTLAND CEMENT CONCRETE MATERIALS A. Cement: 1. ASTM C 150, Type I or Type II 2. Acquire cement for entire project from same source. B. Aggregates: 1. Conform to ASTM C33 2. Acquire aggregates for entire project from same source 3. Free from any substances that will react with the cement alkalis. 16TH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 4. Coarse aggregate a. Clean, hard, durable gravel, crushed rock, or combination thereof b. Maximum size: 3/4 -inch 5. Fine aggregates a. Sand or a combination of natural and manufactured sand that are hard and durable b. Gradation of fine aggregate shall conform to ASTM C33 with 15 to 30 -percent passing the number 50 screen and 5 to I0 -percent passing the number 100 screen. C. Water: Clean and not detrimental to concrete D. Admixtures: 1. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight of cement. 2. Water Reducing Admixture: ASTM C494 Type A 3. Set Retarding Admixture: ASTM C494 Type B or D 4. Set Accelerating Admixture: ASTM C494 Type C or E 2.04 CONCRETE DESIGN REQUIREMENTS A. Establish required average strength for concrete on the basis of trial mixtures, as specified in ACI 301. B. Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended or required by manufacturer. C. At the Contractor's option, ready mix concrete may be used meeting the requirements of ASTM C94. D. Concrete classes called out on the Drawings shall conform to the following: 16'rH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-5 Type of work, unless 28 -Day Compressive Slump Max. Water/Cement Class indicated otherwise Strength inpsi) inches Ratio 560-C-3250 Where shown on the 3,250 4 0.45 Drawings 16'rH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2.05 CONCRETE ACCESSORIES A. Anchor bolts: 1. Type 316 stainless steel 2. Possess a current ICC Evaluation Service report B. Non -Shrink Cementitious Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing, and plasticizing agents 1. Grout: Comply with ASTM C 1107 2. Height Change, Plastic State; when tested according to ASTM C827 a. Maximum: Plus 4 percent b. Minimum: Plus 1 percent 3. Minimum Compressive Strength at 48 Hours, ASTM C109: 2,000 pounds per square inch 4. Minimum Compressive Strength at 28 Days, ASTM C109: 7,000 pounds per square inch C. Non -Shrink Epoxy Grout: Moisture -insensitive, two-part; consisting of epoxy resin, non- metallic aggregate, and activator 1. Composition: High solids content material exhibiting positive expansion when tested in accordance with ASTM C827 a. Maximum Height Change: Plus 4 percent b. Minimum Height Change: Plus 1 percent 2. Minimum Compressive Strength at 7 days, ASTM C579: 12,000 pounds per square inch D. Joint Sealant: 1. Elastomeric Sealant complying with requirements of ASTM C920 2. Plastic Foam Joint -Fillers: Preformed, compressible, resilient, non -waxing, non -extruding strips of plastic foam of either flexible open cell polyurethane foam or non -gassing closed -cell polyethylene foam, subject to sealant manufacturer's approval 3. Bond -breaker tape: designed to prevent bond between sealant and joint filler E. Concrete bonding agent: 1. Epoxy Bonding System 2. Comply with ASTM C881 F. Dampproofing agent: Asphalt emulsion G. Waterstops: 1. Extruded PVC, complying with ACOE CRD -C 572. 2. Ribbed with centerbulb with minimum 3/8 -inch thickness 3. Prefabricated joint fittings shall be used at all intersections of the ribbed -type waterstops. 16 T11 ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 4. Tensile strength: 1,400 psi per ASTM D638, Type IV 5. Stiffness in Flexure: 400 psi per ASTM D747 PART 3 EXECUTION 3.01 FORMWORK INSTALLATION A. Design and install formwork in compliance with requirements of ACI 347R. B. The Contractor shall notify the City a minimum of one working day before the placement of concrete to enable the City to check the form lines, grades, and other required items for acceptance before placement of concrete. C. Unless otherwise indicated on the plans, all exposed sharp edges shall be chamfered with at least 3/4 - by 3/4 inch triangular fillets. D. Before placing concrete, the form surface shall be clean and coated with form oil of high penetrating qualities. E. All embedded bolts, dowels, anchors, and other embedded items shall be held correctly in place in the forms before concrete is placed. F. Ties: 1. Holes left by the removal of form tie cones shall be reamed with suitable toothed reamers so as to leave the surface of the holes clean and rough before being filled with mortar. Ties shall not be removed in such manner as to leave a hole extending through the interior of the concrete members. 2. After the taper tie is removed, the hole shall be thoroughly cleaned and roughened for bond. A precast neoprene or polyurethane tapered plug shall be located at the wall centerline. The hole shall be completely filled with non -shrink grout for water bearing and below -grade walls. The hole shall be completely filled with non -shrink or regular cement grout for above -grade walls which are dry on both sides. G. Forms shall be maintained at all times in good condition, particularly as to size, shape, strength, rigidity, tightness, and smoothness of surface. H. False Work: The Contractor shall be responsible for the design, engineering, construction, maintenance and safety of all false work, including staging, walkways, forms, ladders, and similar appurtenances, which shall equal or exceed the applicable requirements of the provisions of the OSHA Safety and Health Standards for Construction, and the requirements of the California Division of Industrial Safety. 3.02 REINFORCEMENT A. General: 16 FH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1. Place reinforcing steel in accordance with CRSI Manual of Standard Practice. Unless otherwise noted, minimum cover shall be 1-1/2 inches for No. 5 and smaller bars, 2.0 - inches for No. 6 and larger bars or for any bars exposed to exterior or wet environments, and 3.0 -inches when poured against earth. Unless otherwise noted, bend all horizontals reinforcing a minimum of two (2) feet at corners and wall intersections. 2. All reinforcing steel shall be of the required sizes and shapes and placed where shown on the drawings or prescribed by the City. 3. Do not straighten or rebend reinforcing steel in a manner that will injure the material. Do not use bars with bends not shown on the drawings. 4. All bars shall be free from rust, scale, oil, or any other coating which would reduce or destroy the bond between concrete and steel. All reinforcing steel and wire mesh shall be completely encased in concrete. Place additional reinforcement around the pipe or opening as indicated in the drawings Position reinforcement steel in accordance with the drawings and secure by using annealed wire ties or clips at intersections and support by concrete or metal supports, spacers, or metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie wires away from the forms in order to provide the specified concrete coverage. Bars additional to those shown on the drawings, which may be found necessary or desirable by the Contractor for the purpose of securing reinforcement in position, shall be provided and paid for by the Contractor. 8. Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into the concrete after the concrete has been placed. 9. Place reinforcement a minimum of 2 inches clear of any metal pipe or fittings. 10. Minimum lap for all reinforcement shall be 48 bar diameters. B. Wire Mesh 1. Wire mesh reinforcement is to be rolled flat before being placed in the form. Support and tie wire mesh to prevent movement during concrete placement. 2. Extend welded wire fabric to within 2 inches of the edges of the slab. Lap splices at least 1-1/2 courses of the fabric and a minimum of 6 inches. Tie laps and splices securely at ends and at least every 24 inches with 16 gage black annealed steel wire. Pull the fabric into position as the concrete is placed by means of hooks, and work concrete under the steel to ensure that it is at the proper distance above the bottom of the slab. C. Ties: The reinforcement shall be so secured in position that it will not be displaced during the placement of concrete. D. Limitations on the use of the bar support materials shall be as follows: 1. Concrete Dobies: Permitted at all locations except where architectural finish is required. 2. Wire Bar Supports: Permitted only at slabs over dry areas, interior dry wall surfaces and exterior wall surfaces. Plastic Bar Supports: Permitted at all locations except on grade. E. Splices 16TH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1. General: Splicing shall be in accordance with ACI 318, unless otherwise noted on Drawings. 2. Vertical Bars: Except as specifically detailed or otherwise indicated, splicing of vertical bars in concrete is not permitted, except at the indicated or approved horizontal construction joints or as otherwise specifically detailed. 3. Horizontal Bars: Except as specifically detailed or otherwise indicated, splicing of horizontal bars in concrete is not permitted. 4. Mechanical Couplers: Unless otherwise indicated or accepted by the City, use of mechanical couplers is not permitted. 5. Welding: Except as specifically detailed or otherwise indicated, welding of reinforcing bars is not permitted. 3.03 DRILLED EPDXY DOWELS A. The hole diameter shall be as recommended by the epoxy manufacturer but shall be no larger than 0.25 inch greater than the diameter of the outer surface of the reinforcing bar deformations. B. The depth of the hole shall be as recommended by the epoxy manufacturer to fully develop the bar but shall not be less than 12 bar diameters, unless noted otherwise. C. The location of holes to be drilled shall be adjusted to avoid drilling through or nicking any existing reinforcing bars. D. Install epoxy per manufacturer's recommendations. 3.04 MIXING AND PLACING CONCRETE A. Concrete, either commercial of on-site ready mix or batch mixed, shall be placed in the forms before taking its initial set. B. No concrete shall be placed in water except with permission of the City. C. As the concrete is placed in the forms, or in excavations to be filled with concrete, it shall be thoroughly settled and compacted throughout the entire layer by internal vibration and tamping bars. D. All concrete surfaces upon which or against which the concrete is to be placed, and to which new concrete is to adhere, shall be roughened, thoroughly cleaned, wet, and grouted before the concrete is deposited. E. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. F. Ensure reinforcement, inserts, and formed construction joint devices will not be disturbed during concrete placement. G. Place concrete continuously without construction (cold) joints wherever possible. 16'ri► ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1. Where construction joints are necessary, before next placement prepare joint surface by removing laitance and exposing the sand and sound surface mortar, by sandblasting or high-pressure water jetting. 2. Provide construction joints at 25 -foot maximum spacing, unless noted otherwise. H. Cold Weather Placement: 1. Placement of concrete shall conform to ACI 306 — Standard Specification for Cold Weather Concreting and the following. 2. Remove all snow, ice and frost from the surfaces, including reinforcement, against which concrete is to be placed. Before beginning concrete placement, thaw the subgrade to a minimum depth of 6 inches. All reinforcement and embedded items shall be warmed to above 32 degrees F before concrete placement. 3. Concrete ingredients shall not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. 4. Maintain the concrete temperature above 50 degrees F for at least 3 days after placement. L Hot Weather Placement: 1. Placement of concrete shall conform to ACI 3058 — Hot Weather Concreting, and the following. 2. When the temperature of the concrete is 85 degrees F or above, the time between the introduction of the cement to the aggregates and discharged shall not exceed 45 minutes. 3. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, the Contractor shall employ effective means, such as pre -cooling aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. The Contractor shall be entitled to no additional compensation on account of foregoing requirements. 4. Only set retarding admixture shall be used in concrete when air temperature is expected to be consistently over 80 degrees F. 5. The maximum temperature of concrete shall not exceed 90 degrees F immediately before placement. 6. From the initial placement to the curing state, concrete shall be protected from the adverse effect of high temperature, low humidity and wind. 3.05 PUMPING OF CONCRETE A. General: If the pumped concrete does not produce satisfactory end results, discontinue the pumping operation and proceed with the placing of concrete using conventional methods. B. Pumping Equipment: The pumping equipment must have two cylinders and be designed to operate with one cylinder only in case the other is not functioning. In lieu of this requirement, the Contractor may have a standby pump on the site during pumping. C. The minimum diameter of the hose (conduits) shall be in accordance with ACI 304R. D. Pumping equipment and hoses (conduits) that are not functioning properly shall be replaced 16TH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. E. Aluminum conduits for conveying the concrete shall not be permitted. F. Field Control: Concrete samples for slump, air content and test cylinders will be taken at the placement (discharge) end of the line. 3.06 TAMPING AND VIBRATING A. As concrete is placed in the forms or in excavations, it shall be thoroughly settled and compacted throughout the entire depth of the layer which is being consolidated, into a dense homogeneous mass, filling all corners and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be Group 3 (per ACI 309) high speed power vibrators (8,000 to 12,000 rpm) of an immersion type in sufficient number and with (at least one) standby unit(s) as required. Group 2 vibrators may be used only at specific locations when accepted by the City. B. Care shall be used in placing concrete around waterstops. The concrete shall be carefully worked by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat -strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. C. Concrete in walls shall be internally vibrated and at the same time rammed, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents. 16'm ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3.07 CONCRETE FINISHING A. Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing or roughness of any kind, and shall present a finished, smooth, continuous hard surface. B. Surface holes larger than 1/2 inch in diameter or deeper than 1/4 inch are defined as surface defects in basins and exposed walls. C. Immediately upon the removal of forms, all voids shall be neatly filled with cement mortar. D. The surfaces of concrete to be permanently exposed to view must be smooth, free from projections, and thoroughly filled with mortar. E. Exposed surfaces of concrete not finished against forms, such as horizontal or sloping surfaces, shall be screened to a uniform surface and worked with suitable tools to a smooth mortar finish. 3.08 PROTECTION AND CURING OF CONCRETE A. Comply with requirements of ACI 3088. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Exposed surfaces of new concrete shall be protected from the direct rays of the sun and from frost by being kept damp for at least two weeks after the concrete has been placed, or by using accelerant / retardant compound process or approved equal accepted by the City. C. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. D. Formed Surfaces: Cure by moist curing with forms in place for full curing period. E. Surfaces Not in Contact with Forms: 1. Initial Curing: Start as soon as free water has disappeared and before surface is dry. Keep continuously moist for not less than three days by water ponding, water -saturated sand, water -fog spray, or saturated burlap. 2. Final Curing: Begin after initial curing but before surface is dry. a. Moisture -Retaining Sheet: Lap strips not less than 3 inches and seal with waterproof tape or adhesive; secure at edges. b. Curing Compound: Apply in two coats at right angles, using application rate recommended by manufacturer. 3.09 FORMWORK REMOVAL A. Carefully remove formwork to avoid injury to the concrete. B. No heavy loading on green concrete will be permitted. C. Do not backfill against walls until the top slab is in place and all concrete has obtained compressive strength equal to the specified 28 -day compressive strength. 16TH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. D. Formwork removal periods: 1. General: Remove once 28 -day compressive strength is achieved, except as noted otherwise. 2. Curbs: Sufficient time to hold shape 3. Non -load bearing walls: 16 hours E. Forms may be reused only if in good condition and only if acceptable to the City. 3.10 FIELD QUALITY CONTROL A. Field Testing: Perform field testing on all Class A concrete as follows: 1. Tests on component materials and for compressive strength and shrinkage of concrete will be performed as specified herein. Test for determining slump will be in accordance with requirements of ASTM C 143. 2. The cost of all laboratory tests requested by the City on cement, aggregates and concrete will be borne by the City. However, the Contractor will be charged for the cost of any additional tests and investigation on work performed which does not meet the specifications. The laboratory must meet or exceed the requirements of ASTM C1077. 3. The Contractor shall provide assistance to the City in obtaining samples and disposal and clean up of excess material. 4. Field Compression Tests: a. Compression test specimens will be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the City to ensure continued compliance with these specifications. Each set of test specimens will be a minimum of five cylinders. b. Compression test specimens for concrete shall be made in accordance with section 9.2 of ASTM C31. Specimens shall be 6 -inch diameter by 12 -inch high cylinders. c. Compression tests shall be performed in accordance with ASTM C39. One test cylinder will be tested at 7 days and two at 28 days. The remaining cylinders will be held to verify test results, if needed. 5. Evaluation and Acceptance of Concrete: a. Evaluation and acceptance of the compressive strength of concrete shall be according to the requirements of ACI 318-14, Chapter 19 and Chapter 26 and as specified herein. b. A statistical analysis of compression test results will be performed according to the requirements of ACI 214. The standard deviation of the test results shall not exceed 640 psi when ordered at equivalent water content as estimated by slump. C. If any concrete fails to meet these requirements, immediate corrective action shall be taken to increase the compressive strength for all subsequent batches of the type of concrete affected. 16TH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. d. When the standard deviation of the test results exceeds 640 psi, the average strength for which the mix is designed shall be increased by an amount necessary to satisfy the statistical requirement that the probability of any test being more than 500 psi below or the average of any three consecutive tests being below the specified compressive strength is 1 in 100. The required average strength shall be calculated by Criterion No. 3 of ACI 214 using the actual standard of deviation. e. All concrete which fails to meet the ACI requirements and these specifications is subject to removal and replacement at no additional cost to the City. B. Tolerances: 1. Formwork: Comply with ACI 347 2. Concrete: a. Set and maintain concrete forms and perform finishing operations so as to ensure that the completed work is within the tolerances specified herein. b. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. c. Tolerance is the specified permissible variation from lines, grades or dimensions shown. d. Where tolerances are not slated in the specifications, permissible deviations will be in accordance with ACI 117. e. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown: Item Tolerance Variation of the constructed linear outline from In 10 feet: 1/4 -inch the established position in plan In 20 feet or more: 1/2 -inch Variation from the level or from the grades shown In 10 feet: 1/4 -inch In 20 feet or more: 1/2 -inch Variation from the plumb In 10 feet: 1/4 -inch In 20 feet or more: 1/2 -inch Variation in the thickness of slabs and walls Minus 1/4 -inch; Plus 1/2 -inch Variation in the locations and sizes of slabs and Plus or minus 1/4 -inch wall openings END OF SECTION 16TH ST PS BACK-UP GENERATOR AND UPGRADES CONCRETE 03300-14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 05125 MISCELLANEOUS METALWORK PART 1 GENERAL 1.01 DESCRIPTION A. This section describes materials, fabrication, and installation of miscellaneous metalwork, wedge anchors, stainless-steel fasteners, and grating. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 09900: Painting and Coating. B. Section 1 1310: Vertical Turbine Pumps C. Standard Specifications for Public Works Construction. 1.03 DESIGN CRITERIA A. Structural Connections and Framing: AISC specifications for the design, fabrication, and erection of structural steel for buildings, latest edition. B. Handrails, walkways, ladders, personnel platforms: OSHA. 1.04 SUBMITTALS A. Submit drawings in accordance with the Special Provisions. B. Submit drawings of fabricated items. Show dimensions and reference materials of construction by ASTM designation and grade. C. Certificates that steels comply with the indicated standards. 1.05 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included with the structure to which the metal is attached. PART 2 PRODUCTS 2.01 BOLTS A. All bolts, concrete inserts, anchors, nuts and washers shall be type 316 Stainless Steel, unless noted otherwise. 16 F" ST PS BACK-UP GENERATOR AND UPGRADES MISC. METALWORK 05125-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. Stainless-steel bolts shall be ASTM A 193, Grade B8M, or ASTM F 593, Type 316. Nuts shall be ASTM A 194, Grade 8M, or ASTM F 594, Type 316. Use ASTM A 194 nuts with ASTM A 193 bolts; use ASTM F 594 nuts with ASTM F 593 bolts. Provide washer for each nut and bolt head. Washers shall be of the same material as the nuts. 2.02 GALVANIZING Zinc coating for plates, bolts, anchor bolts, and threaded parts shall be in accordance with ASTM A 153. Structural steel, pipe, and tubing shall be zinc coated in accordance with ASTM A 123. 2.03 STAINLESS-STEEL PLATE AND MEMBERS Except where otherwise specified, stainless steel plate and members shall be Type 316, ASTM A 167. PART 3 EXECUTION 3.01 STORAGE OF MATERIALS Storage of structural materials, either plain or fabricated, shall be above ground on platforms, skids, or other supports. Keep materials free from dirt, grease, and other foreign matter and protect from corrosion. 3.02 FABRICATION AND ERECTION A. Fabricate miscellaneous metal items to straight lines and true curves. Drilling and punching shall not leave burrs or deformations. Continuously weld permanent connections along the entire area of contact. Exposed work shall have a smooth finish with welds ground smooth. Joints shall have a close fit with corner joints coped or mitered and shall be in true alignment. Unless specifically indicated on the drawings, there shall be no bends, twists, or open joints in any finished member nor any projecting edges or corners at intersections. Exposed ends and edges of metal shall be slightly rounded. All bolt holes shall be 1/16 inch in diameter larger than bolt size. B. Clean the surfaces of metalwork to be in contact with concrete of rust, dirt, grease, and other foreign substances before placing concrete. C. Set embedded metalwork accurately in position when concrete is placed and support it rigidly to prevent displacement. 3.03 BOLTING A. Use steel bolts to connect structural steel members except where Type 316 stainless steel bolting is shown on the drawings. B. Drive bolts accurately into the holes without damaging the thread. Protect bolt heads from damage during driving. Bolt heads and nuts shall rest squarely against the metal. Where bolts are to be used on beveled surfaces having slopes greater than I in 20 with a plane normal to the bolt axis, provide beveled washers to give full bearing to the head or nut. Where self-locking nuts are not furnished, bolt threads shall be upset to prevent the nuts from backing off. 16" ST PS BACK-UP GENERATOR AND UPGRADES MISC. METALWORK 05125-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Bolts shall be of the length that will extend entirely through but not more than 1/4 inch beyond the nuts. Draw bolt heads and nuts tight against the work. Tap bolt heads with a hammer while the nut is being tightened. After final tightening, lock the nuts. 3.04 REPAIR OF GALVANIZED SURFACE Repair or replace metal with damaged galvanized surfaces at no additional cost to the City. Accomplish repair of galvanized surfaces by use of DRYGALV as manufactured by the American Solder and Flux Company; Cold Galvanizing Repair Compound as manufactured by Rust-Oleum; or equal. Apply in accordance with the manufacturer's instructions. 3.05 CORROSION PROTECTION A. Coat aluminum surfaces to be embedded or which are in contact with concrete or masonry, per Section 09900 before installation. Allow the paint to dry before the aluminum is placed in contact with the concrete. B. Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar metallic surfaces from direct contact by use of neoprene gaskets or washers. C. Coat non -galvanized structural steel surfaces. Paint material and color of finish coat shall be same as exterior of the piping. END OF SECTION 05125 16TH ST PS BACK-UP GENERATOR AND UPGRADES MISC. METALWORK 05125-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 07990 SEALANTS AND CAULKING PART 1 GENERAL 1.01 DESCRIPTION A. This section includes materials and installation of sealants and caulkings. This specification is intended to be general in scope as to locations of caulking and sealants. CONTRACTOR shall examine all Drawings and Details thoroughly and familiarize with the extent of the caulking and sealing involved. Only a complete and absolutely watertight and weathertight job will be accepted. In areas where demolition is required, cut back flush and seal any pipe stub -outs remaining, and remove exposed piping, conduits, fixtures, junction boxes, light fixtures, water fixtures, and supports. Switches, receptacles, and boxes shall also be removed. Concealed piping and conduits shall be removed or capped and abandoned as necessary to facilitate the demolition work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 303: Concrete, Mortar and Related Materials. 1.03 SUBMITTALS Prior to purchase or delivery of materials, submit the following in accordance with the Special Provisions. A. Samples and Technical Data 1. Submit technical data by all manufacturers of proposed materials. 2. Submit material manufacturers' printed preparation and application instructions. B. Shop Drawings and Mock -Ups. When requested, submit the following in accordance with these Specifications: 1. Full-size details indicating all the necessary components for each type of joint to be sealed. 2. Observed field conditions and measurements. Mock-up units or test sections shall be also scheduled after receiving written approval of shop drawings by the CITY. 1.04 WARRANTY CONTRACTOR shall fully guarantee all materials and workmanship under this Section for a period of one (1) year from the date of final acceptance of the structure against all defects in both workmanship and materials and he shall promptly correct and/or replace such faulty work if so notified, at no additional cost to the CITY. 1.05 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer 16r,, ST PS BACK-UP GENERATOR AND UPGRADES SEALANTS AND CAULKING 07990-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. PART 2 PRODUCTS 2.01 SEALANT COMPOUNDS Materials shall conform to Fed. Spec. TT -S -00227E(3) for multi-component sealant, or to Fed. Spec. TT -S -00230C(2) for single -component sealant. Properties and adhesion of 1 -part sealants shall be equal to 2 -part materials. Sealants shall be Type I or Type II, as applicable. Sealants shall be limited to acceptable compounds compositions which are polysulfide, polyurethane, and silicone. For metal buildings, use Class "A" sealants, and for other locations, use Class "B" sealants each conforming with above referenced Federal Specifications or with ASTM C-920 like characteristics. Above -grade sealants shall be resistant to ultra- violet deterioration. A. For joints in waterbearing surfaces, use only polyurethane sealants certified and approved by manufacturer for continuous or intermittent submergence in water or sewage. B. Silicone type sealant shall be used only on above grade joints that are not subject to vehicular or pedestrian traffic. C. Acceptable polyurethane materials are "Sikaflex/2c Polyurethane Elastomeric Sealant," as manufactured by Sika Chemical Corp., and "Select Seal, U-227 Reservoir Grade," as manufactured by SPC, or approved equal. 2.02 COLORS As selected to match adjoining surfaces. Special colors may be required. 2.03 PRIMER Where required, shall be used as recommended in writing by the sealant manufacturer. Primer shall have been tested for non -staining characteristics and durability on samples of actual surfaces to be sealed. 2.04 BACK-UP MATERIALS AND PREFORMED JOINT FILLERS Use non -staining material, compatible with sealant and primer, and of a resilient nature, such as closed cell polyethylene rod, or elastomeric tubing or rod (neoprene, butyl, or EDPM). Materials impregnated with oil, bitumen, or similar shall not be used. Size and shape shall be as indicated by joint details in Drawings and shall be as recommended by sealant manufacturer in writing. Sealant shall not adhere to back-up material. 2.05 BOND BREAKERS Where required, shall be polyethylene tape, aluminum foil or other material as recommended by sealant manufacturer in writing. 16"I1 ST PS BACK-UP GENERATOR AND UPGRADES SEALANTS AND CAULKING 07990-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. PART 3 EXECUTION 3.01 GENERAL A. Perform work of this Section by material manufacturer's approved applicator in strict conformance with manufacturer's printed instructions, or perform such operations under direct supervision of qualified representative of material manufacturer. B. Applicator shall examine all surfaces and report to the General CONTRACTOR all conditions not acceptable. 3.02 PREPARATION A. Thoroughly clean all joints, removing all foreign matter such as dust, oil, grease, water, surface dirt, frost and old caulking materials. Sealant must be applied to the base surface. Previously applied paint or primer must be entirely removed. B. Porous materials such as concrete masonry or stone should be cleaned where necessary be grinding, blast -cleaning, mechanical abrading, acid washing or combination of these methods to provide a clean, sound base surface for sealant adhesion. 1. Laitance shall be removed by acid washing, grinding, or mechanical abrading. 2. Form oils shall be removed by blast -cleaning. 3. Loose particles present or resulting from grinding, abrading or blast -cleaning shall be removed by blowing out joints with oil -free compressed air (or vacuuming) prior to application of primer or sealant. C. Non -porous surfaces, such as metal and glass, shall be cleaned either mechanically or chemically. Protective coatings such as methacrylite lacquer on metallic surfaces shall be removed by a solvent that leaves no residue. Solvent shall be used with clean cloths or tintless paper towels. Do not allow solvent to air dry without wiping. Wipe dry with clean, dry cloth, or tintless paper towels. D. Joint areas to be protected with masking tape or strippable films shall be cleaned before application of tape or film. E. All joints to receive sealant shall be as indicated on shop or Project Drawings. Do not seal joints until they are in compliance with drawings or are acceptable to the Engineer. 1. Joints to receive sealant shall be a minimum of 3/8 in. wide by 1/2 in. deep, unless otherwise approved. 2. For joints in concrete or masonry: depth of the sealant may be equal to the width of joints up to %2 inch wide. For joints % inch to 1 inch wide: depth shall be % inch. For expansion and other joints, 1 to 2 inches wide: depth shall be no greater than % the applied sealant width. For joints exceeding 2 in. (5 cm) in width: depth shall be as directed by sealant manufacturer. F. Joints to receive sealant, back-up material or pre -formed joint filler shall be cleaned out, raked to full width and depth as required by Applicator. 16n, ST PS BACK-UP GENERATOR AND UPGRADES SEALANTS AND CAULKING 07990-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3.03 APPLICATION A. Install back-up material or joint filler, of type and size specified, at proper depth to provide sealant dimensions as detailed. Back-up material shall be of suitable size and shape; and compressed 25% to 50% to fit joints as required. Sealant shall not be applied without back-up material and/or bond breaker strip. When using back-up tube avoid length -wise stretching. Tube or rod shall not be twisted or braided. B. Apply masking tape, where required, with primer as recommended by sealant manufacturer. C. Prime surfaces, where required, with primer as recommended by sealant manufacturer. D. Follow sealant manufacturer's instruction regarding mixing (if required), surface preparation, priming, and application procedure. E. Apply sealant under pressure with hand or power actuated gun or other appropriate means. Gun shall have nozzle of proper size and provide sufficient pressure to completely fill joints as designed. All joint surfaces shall be tooled to provide the contour as indicated on Drawings. When tooling joints, use tooling solution recommended by manufacturer. Remove masking tape immediately after joints have been tooled. 1. For sealant application when air temperature is below 40°F (4°C), consult sealant manufacturer for recommendations. 3.04 CLEAN-UP AND PROTECTION Clean adjacent surfaces of sealant as work progresses. Use solvent or cleaning agent as recommended by sealant manufacturer. All finished work shall be left in a neat, clean condition. 3.05 QUALITY CONTROL The sealant joints shall be uniformly smooth, free of wrinkles, flush with adjacent surfaces and absolutely water tight. Adjacent surfaces that have been soiled by the application of the sealing compound shall be wiped clean and be left neat. The work will be adjusted defective due to the sealant's hardening, cracking crumbling, melting, shrinking, leaking, or running. END OF SECTION 07990 16 T11 ST PS BACK-UP GENERATOR AND UPGRADES SEALANTS AND CAULKING 07990-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 09900 PAINTING AND COATING PART 1 GENERAL 1.01 DESCRIPTION This section includes materials and application of painting and coating systems for the following surfaces unless noted on the plans or elsewhere in the specifications. A. Exposed Metal. B. Buried Metal. C. Submerged Metal. D. Surfaces in Contact with Concrete. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 05125: Miscellaneous Metal Work. B. Section 1 1310: Vertical Turbine Pumps. C. Section 15070: Miscellaneous Piping and Appurtenances. 1.03 SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the work of this Section: 1. References herein to "SSPC Specifications" or '`SSPC" shall mean the published standards of the Steel Structures Painting Council, 4400 Fifth Avenue, Pittsburgh, PA 15213. 2. References to "NAGE" shall mean the published standards of the National Association of Corrosion Engineers, P.O. Box 986, Katy, TX 77450. 1.04 SUBMITTALS A. Submit shop drawings and samples in accordance with the Special Provisions. B. Submit manufacturer's data sheets showing the following information: 1. Percent solids by volume. 2. Minimum recommended dry -film thickness per coat for prime, intermediate, and finish coats. 3. Recommended surface preparation. 4. Recommended thinners. 16`" ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900- 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 5. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. 6. Application instructions including recommended equipment and temperature limitations. C. Submit two (2) color charts for City's selection. D. Qualifications of Painting Subcontractor: Copy of a valid State of California license as required for the application of coatings. Five references which show that the painting subcontractor has previous successful experience with the indicated coating systems. Provide the name, address, telephone number of the City of each installation. The Contractor shall obtain the references form the subcontractor and submit them to the City. 1.05 CITY'S MANUAL The Contractor shall submit all such certificates to the City within 7 days of completion of each paint system. 1.06 QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be used to monitor all phases of surface preparation, application, and inspection throughout the duration of the project. Procedures and practices not specifically defined herein may be used provided they meet recognized and acceptable professional standards and are approved by the Engineer. B. All materials furnished and all work accomplished under the Contract shall be subject to inspection by the Engineer. The Contractor shall be held strictly to the true intent of the specifications in regard to quality of materials, workmanship, and diligent execution of the Contract. The Engineer reserves the right to inspect any and all work procedures employed by the Contractor to ensure that said procedures are in absolute compliance with the governing specification, industry accepted inspection criteria, and coating manufacturers published information. The Contractor is responsible for provide safe accessibility and adequate lighting to inspection personnel upon request of the Engineer. The Contractor is responsible for having on-site at all times recently calibrated inspection equipment available for use by the Engineer. C. Application: No coating or paint shall be applied when the surrounding air temperature or the temperature of the surface to be coated or painted is outside the published material manufacturer's recommendations to wet or damp surfaces or in rain, snow, fog or mist; when the temperature is less than 5°F above the dew point; when it is expected the air temperature will drop below manufacturer's recommendations, or less than 5°F above the dew point within eight hours after application of coating or paint. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric or equivalents. If above conditions are prevalent, coating or paint application shall be delayed or postponed until conditions are favorable. The days coating or paint application shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. 16TH ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1.07 INSPECTION AND TESTING A. General: The Contractor shall give the City a minimum of 3 days' advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 days; advance notice of the start of any shop surface preparation work. B. All such work shall be performed only in the presence of the City unless the City has granted prior approval to perform such work in its absence. C. Inspection by the City or the waiver of inspection of any particular portion of the work shall not relieve the Contractor of its responsibility to perform the work in accordance with this Specification. D. Inspection Devices: The Contractor shall furnish, until final acceptance of such coatings, inspection devices in good working condition for the detection of holidays and measurement of dry -film thickness of protective coatings. Dry -film thickness gauges shall be made available for the City's use at all times while coating is being done, until final acceptance of such coating. The Contractor shall furnish the services of a trained operator of the holiday detection devices until the final acceptance of such coatings. Holiday detection devices shall be operated only in the presence of the City. E. Film Thickness Testing: On ferrous metals, the dry film coating thickness shall be measured in accordance with the SSPC "Paint Application Specification No. 2" using a magnetic -type dry film thickness gauge such AS Mikrotest Model FM, Elcometer Model 1 1 1/IEZ, or equal. Each coat shall be tested for the correct thickness. On non-ferrous metals and other substrates, the coating thicknesses shall be measured at the time of application using a wet film gauge. F. Evaluation of Surface Preparation: Evaluation of blast cleaned surface preparation work will be based upon comparison of the blasted surfaces with the standard samples available from the NACE, using NACE standard TM -01-70. 1.08 SAFETY AND HEALTH REQUIREMENTS A. General: Ventilation, electrical grounding, and care in handling coatings, paints, solvents and equipment are important safety precautions during coating and painting projects. Contractor shall conform with safety requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals. The Contractor shall provide and require use of personal protective life saving equipment for persons working in or above the project site. B. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion -proof, or industrial design and shall be approved by the Engineer. Household -type venting equipment will not be acceptable. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist by ducting air, vapors, etc. from the confined space. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. Forced air duction during last cleaning and coating application operations is mandatory. If dehumidification equipment is used, equipment must be operated on a continuing basis during all blasting, coating and curing operations, including shifts during which no work is being conducted. 16TH ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1.09 WARRANTY INSPECTION A warranty inspection may be conducted during the eleventh month following completion of all coating and painting work. The City shall establish the date for the inspection and shall notify the Contractor at least 30 days in advance. The Contractor and a representative of the coating material manufacturer shall attend this inspection. All defective work shall be repaired in accordance with these specifications and to the satisfaction of the City. The City may, by written notice to the Contractor, reschedule the warranty inspection to another date within the one-year correction period, or may cancel the warranty inspection altogether. If a warranty inspection is not held, the Contractor is not relieved of its responsibilities under the Contract Documents. 1.10 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. 1.11 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the unit price or lump sum bid amount for the item to be painted or coated as stated in the proposal. PART 2 PRODUCTS 2.01 GENERAL A. Definitions: The terms "paint," "coatings," and "finishes" are used herein, shall mean surface treatments, emulsions, enamels, paints, epoxy resins, and all other protective coatings, except galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or finish coat. The "DFT" means minimum dry -film thickness. B. The Contractor shall use coating materials suitable for the intended use and recommended by the manufacturer for the intended service. C. In any coating system only compatible materials from a single manufacturer shall be used in the work. Particular attention shall be directed to the compatibility of primers and finish coats. If necessary, subject to the approval of the City, a barrier coat shall be applied between existing prime coat and subsequent field coats to ensure compatibility. D. All colors and shades of colors of all coats of paint shall b as selected or specified by the City. Each coat shall be of a slightly different shade, to facilitate inspection of surface coverage of each coat. Finish colors shall be as selected from the manufacturer's standard color samples by the City. E. Products shall be standard products produced by recognized manufacturers who are regularly engaged n production of such materials for essentially identical service conditions. Paint shall be abrasion, sulfide and mildew resistant. 16TH ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. F. Substitute or "Or -Equal" Submittals: Materials have been specified from catalogs of manufacturers in most cases, to show their type and quality of the coatings that are required. Materials by other manufacturers are acceptable provided that they are established as being compatible with and of equal quality of the coatings of the companies listed. In accordance with the requirements of the Special Provisions, the CONTRACTOR shall provide satisfactory documentation from the firm manufacturing the proposed substitute or "or -equal" material that said material meets the requirements and is equivalent or better that the listed materials in the following properties: 1. Quality 2. Durability 3. Resistance to abrasion and physical damage 4. Life Expectancy 5. Ability to re -coat in future 6. Solids content by volume 7. Dry -film thickness per coat 8. Compatibility with other coatings 9. Suitability for the intended service 10. Resistance to chemical attack 11. Temperature limitations in service and during application 12. Type and quality of recommended undercoats and topcoats 13. Ease of application 14. Ease of repairing damaged areas 15. Stability of colors G. The cost of all testing and analyzing proposed substitute materials that may be required by the City shall be paid by the Contractor. If the proposed substitution requires changes in the contact work, the Contractor shall bear all such costs involved and the costs of allied trades affected by the substitution. 2.02 PAINTING AND COATING SYSTEMS A. System No. 1 - Submerged Metal, Raw Water or Raw Sewage: 1. Type: Coal -tar epoxy having a minimum volume solids of 70%, conforming to MIL -P- 23236. 2. Service Conditions: Shall be used on metal structures or pipes (such as tanks, clarifier mechanisms, scum toughs, slide gates or other miscellaneous metal) submerged in raw water or raw sewage. 3. Surface Preparation: SSPC SP -10 4. Prime Coat: Apply to a dry -film thickness of 8 mils: a. ICI/Devoe Devtar 5A; b. Tnemec 461-1-413; 16 M ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. International Intertuf 132; d. or approved equal. 5. Finish Coat: Apply same as prime coat to give a total dry -film thickness of 16 mils. B. System No. 2 — Ferrous Surfaces in Water Passages and Submerged Surfaces of Pumps, Raw Water or Raw Sewage: 1. Type: Amine cured epoxy having a minimum solids volume content of 80% and shall be suitable for long-term immersion service in potable water and wastewater. 2. Service Conditions: Shall be used on metal surfaces in water passages of valves 4 -inch size and larger, exterior surfaces of valves, submerged surfaces of all pumps submerged in raw water or raw sewage. 3. Surface Preparation: SSPC SP -5 4. Prime Coat and Finish Coat: Apply 3 or more coats to a dry -film thickness of 16 mils: a. ICI/Devoe Bar Rust 233H; b. Ameron Amercoat 395; c. Tnemec 139; d. or approved equal. C. System No. 3 - Exposed Metal, Atmospheric Weathering Environment: 1. Type: Gloss alkyd enamel having a minimum volume solids content of 50% with alkyd primer. 2. Service Conditions: For use on exterior metal and piping, fittings and appurtenances subject to sunlight and weathering. 3. Surface Preparation: SSPC SP -6 -Commercial 4. Prime Coat: ICI/Devoe 4160, Tnemec 4-55 (2 mils), or approved equal. Minimum volume solids shall be 49%. 5. Finish coat: Two coats of ICI/Devoe Devgard 4348, 1.5 mils each; two coats of Tnemec Series 2, 1.5 mils each; or approved equal. D. System No. 4 - Exposed Metal, Galvanized: 1. Type: Synthetic resin primer (phosphoric acid or vinyl butyral acid). 2. Service Conditions: Coat galvanized surfaces with this system before applying topcoat. 3. Surface Preparation: SSPC SP -1 4. Prime Coat: ICI/Devoe Devran 205, Tnemec 32-1210, or equal. 5. Finish Coat:; ICI/Devoe Devthane 379, 2 mils; Tnemec 35, 2 mils; or equal. E. System No. 5 - Exposed Metal, Nonferrous: I . Type: Two -component vinyl wash or phosphorous acid primer, having a minimum volume solids of 8%. 2. Service Conditions: Coat nonferrous metal surfaces with the system before applying topcoat. 16TH ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3. Surface Preparation: SSPC SP -1 4. Prime Coat: ICI/Devoe Devran 205, Tnemec 32-1210, or equal. 5. Finish Coat: ICI/Devoe Devthane 379, Tnemec 35, or equal. F. System No. 7 — Aluminum and Concrete Insulation 1. Type: Bituminous paint having a minimum volume solids of 68% coat -tar pitch based. 2. Service Conditions: Shall be used to coat areas of aluminum grating, gates, stairs, or structural members in contact with concrete, unless otherwise noted on the plans or in the specifications. 3. Surface Preparation: SSPC SP -1. 4. Prime Coat: Apply synthetic resin wash primer (phasphoric acid or vinyl butyral acid) to surface as prime coat Products: a. ICI/Devoe Devtar 5A; b. Tnemec 32-1210; c. International — no primer required; d. or approved equal. 5. Finish Coat: Two coats of 12 mil dry -film thickness each coat: a. ICI/Devoe Devtar 5A; b. Tnemec 46-450; c. International Intertuf 100; d. or approved equal. G. System No. 9 — Interior Surface of Ferrous -Metal Valves 1. Type: Thermsetting powdered epoxy coating. 2. Service Conditions: Shall be used to coat interior surfaces of ferrous metal valves, excluding seating areas and bronze and stainless steel pieces. 3. Surface Preparation: SSPC SP -5. Protuberances, which may produce pinholes in the coating, shall be removed. Sharp edges shall be rounded. Surface contaminants, which may prevent bonding of the coating, shall be removed. 4. Coating: Apply to a dry -film thickness of 12 mils in accordance with manufacturer's recommendation: a. 3M Scotchkote 134; b. or approved equal. H. System No. 10 — Exposed Concrete, Indoors and Outdoors 1. Type: Water based acrylic latex having a minimum volume solids content of 35%. 2. Service Conditions: Shall be used to coat interior and exterior surfaces of exposed concrete. 16TH ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. Surface Preparation: Surface preparation shall not begin until at least 30 days after concrete has been placed. All oil, grease and form release and curing compounds shall be removed by detergent cleaning per SSPC-SPI before abrasive blast cleaning. Surfaces shall be clean and dry, and as recommended by the coating manufacturer before coating is started. Prime Coat: ICI Dulux 2000; Tnemec 54-561; or approved equal. Finish Coat: Two or more coats, 7-10 mil dry -film thickness: a. ICI Dulux Professional 2200 Acrylic; b. Tnemec 6-465; or approved equal. System No. 11 — PVC Tape Service Conditions: Shall be used on all buried small steel and non-ferrous pipe. Surface Preparation: Prior to wrapping the pipe with PVC tape, the pipe and fittings first shall be primed using a primer recommended by the PVC tape manufacturer. Application: After being primed, the pipe shall be wrapped with a 20 -mil adhesive PVC tape, half -lapped, to a total thickness of 40 mils. 2.03 FINISH A. All buried ductile iron pipe and fittings, shall be coated with approximately I mil petroleum asphaltic coating. The coating shall be applied to the outside of all fittings in complete accordance with AWWA C 100, latest edition. All pipe shall be shop coated. After coating, buried pipe and fittings shall be encased in a 8 mil polyethylene tube in complete accordance with AWWA C 105, latest edition. B. All stainless steel bolt and screw surfaces in contact with aluminum shall be coated with Never- Seez by Never Seez Compound Corp., WLR No. 111 by Oil Research Inc., or equal. 2.04 AIR QUALITY REQUIREMENTS Materials shall comply with South Coast Air Quality Management District's Rule 1107 for shop coating and Rule 1113 for field coating. PART 3 EXECUTION 3.01 SURFACE PREPARATION A. Do not sandblast or prepare more surface area than can be coated in one day. Remove all sharp edges, burrs, and weld spatter. B. Surface preparation shall conform with the SSPC specifications as follows: Solvent Cleaning SP -1 Hand Tool Cleaning SP -2 Power Tool Cleaning SP -3 White Metal Blast Cleaning SP -5 Commercial Blast Cleaning SP -6 16TH ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. Brush -Off Blast Cleaning SP -7 Pickling SP -8 Near -White Blast Cleaning SP -10 C. Wherever the words "solvent cleaning" "hand tool cleaning" "wire brushing" or "blast cleaning" or similar words are used in these specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structure Painting Council, Surface Preparation Specifications, ANSI A159.1) Specifications listed above. D. Sandblasting: The Contractor shall provide suitable enclosure, exhaust system, and bad house for sandblasting operations to prevent violations of applicable air quality requirements. 3.02 PAINTING SYSTEMS A. All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, dryers, and other additives shall be as recommended by the paint manufacturer for the particular coating system. B. Deliver paints to the job site in the original, unopened containers. 3.03 PAINT MIXING Prepare multiple -component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple -component coatings that have been mixed beyond their pot life. Provide small quantity kits for touchup painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. 3.04 SURFACES NOT TO BE COATED Do not paint the following surfaces. Protect during the painting of adjacent areas: A. Stainless steel. B. Brass and copper tubing, submerged. C. Buried pipe, unless specifically required in the piping specifications. D. Equipment Name Plates and grease fittings. E. Aluminum grating. 3.05 PROTECTION OF SURFACES NOT TO BE PAINTED Remove, mask, or otherwise protect hardware and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. 3.06 SURFACES TO BE COATED Coat surfaces as described below: 16r,, ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. A. Coat above ground and exposed piping or piping as described in the various piping specifications. B. Coat valves as described in the various valve specifications. Above ground valves, or valves in vaults and structures, shall match the color of the connecting piping. C. Coat buried flanges, nuts and bolts, valves, flexible pipe couplings, exposed rebar in thrust blocks, and valve boxes as specified in the particular specifications for the above items. D. Coat above ground structural steel as described in the structural steel and miscellaneous metalwork specifications. E. Pipe supports in vaults and pump station shall match the color of the adjacent piping. F. Exposed indoor galvanized electrical conduits shall be coated per Section 2.02. Color of finish coat shall be OSHA Safety Orange. G. Mechanical equipment, such as pumps, shall be coated in accordance with Section 2.02. H. Concrete surfaces, floors, walls and ceilings, inside the dry well, control room and generator room. 3.07 FIELD TOUCH-UP OF SHOP -APPLIED PRIME COATS Surfaces that are shop primed shall receive a field touch-up of the same primer used in the original prime coat. 3.08 DRY -FILM THICKNESS TESTING A. If required by the City, measure coating thickness specified for metal surfaces with a magnetic - type dry -film thickness gauge. Test the finish coat (except zinc primer and galvanizing) for holidays and discontinuities with an electrical holiday detector, low -voltage, wet -sponge type. Measuring equipment shall be provided by the Contractor and subject to calibration testing by authorized inspector. Provide detector as manufactured by Tinker and Paser of K -D Bird Dog. Provide dry -film thickness gauge as manufactured by Mikrotest or Elcometer. Check each coat for the correct dry -film thickness. Do not measure within eight hours after application of the coating. B. If the item has an improper finish color or insufficient film thickness, the surface shall be cleaned and topcoated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power -sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections. 3.09 WORKMANSHIP A. Skilled craftsmen and experience supervision shall be used on all work. B. Clean drop clothes shall be used. All damage to surfaces resulting from the work hereunder shall be cleaned, repaired, and refinished to their original condition. 16 -FH ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. All coatings shall be applied under dry and dust -free conditions. Coating shall be done in a workmanship manner so as to produce an even film of uniform thickness. Edges, corners, crevices, and joints shall receive special attention to insure that they have been thoroughly cleaned and that they receive an adequate thickness of coating material. The finished surfaces shall be free form runs, drops, ridges, waves, laps, brush marks, and variations in color, texture, and finish. The hiding shall be so complete that the addition of another coat would not increase the hiding. Special attention shall be given to insure that edges, corners, crevices, welds and similar areas receive a film thickness equivalent to adjacent areas. END OF SECTION 09900 16" ST PS BACK-UP GENERATOR AND UPGRADES PAINTING AND COATING 09900-11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 11010 MECHANICAL EQUIPMENT PART 1 GENERAL 1.01 DESCRIPTION This Section contains general information required to install mechanical equipment as shown on the Drawings and specified in the various individual Specifications. Included shall be all supervision, labor, materials, tools, equipment and services as required for installation and test operation of equipment, including the services of Manufacturer service engineers, receiving, unloading, storage, protection, installation and complete erection of all mechanical equipment required in these Specifications. Installation shall include, but not be limited to, placing, shimming, anchoring, grouting, cleaning, painting, lubricating, assembling, testing and adjusting of all mechanical equipment. Installation shall also include providing all required miscellaneous parts. 1.02 COORDINATION OF WORK The Contractor shall coordinate his work with other disciplines to provide a complete, operational installation. 1.03 RESPONSIBILITY FOR EQUIPMENT The Contractor shall be liable for all damage to the equipment which is to be furnished and installed under this Contract, as well as for any damage to structures or other property, real or personal, resulting from the movement of equipment or installation work. This liability shall continue until the installed equipment is accepted by the City's Representative. 1.04 QUALITY OF EQUIPMENT AND WORKMANSHIP A. Materials of Construction. Equipment and appurtenances shall be designed in conformity with the specified standards as listed herein. Equipment shall be constructed of materials for the conditions of exposure and of such strength to withstand all stresses that may occur during testing, installation, and all conditions of normal operation. B. Conformance to Shop Drawings. Machinery parts shall conform exactly to the dimensions shown on the Shop Drawings. The corresponding parts of the identical machines shall be made interchangeable. Clearance shall be provided for repairs, inspection and adjustment. C. Appearance of Exposed Surfaces. Exposed surfaces shall be finished in appearance. All exposed welds shall be ground smooth and the corners of structural shapes shall be rounded or chamfered for personnel protection. D. Equipment Safety Devices. All machinery and equipment shall comply in all respects with the provisions of Federal, State and local laws and regulations regarding occupational safety. 16" ST PS BACK-UP GENERATOR AND UPGRADES MECHANICAL EQUIPMENT 11010-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. E. Seismic Design of Equipment and Their Anchorage. Equipment, together with their appurtenances, shall be designed to withstand seismic loadings according to the Uniform Building Code (latest edition). Equipment design shall consider various conditions of content levels, including both full and empty. Equipment design shall then be based on the most severe condition. Equipment manufacturers shall also be responsible for seismic design of the recommended anchorage system for their equipment. The Contractor shall install equipment using the manufacturer's recommended anchorage system or using the anchorage system otherwise shown or specified by these contract documents; implementing whichever system is most conservative, at no additional cost to the City. Shop drawings shall include seismic design calculations that shall be sealed by a registered Professional Engineer. The signing professional engineer shall be licensed in the State of California unless other registration is accepted by City. 1.05 EQUIPMENT GUARANTEES Contractor shall guarantee all equipment provided under this Contract in accordance with the Contract Documents. PART 2 PRODUCTS 2.01 ANCHORS AND SUPPORTS The Contractor shall furnish, install, and protect all guides, bearing plates, anchor and attachment bolts, and all other appurtenances required for the installation. Anchors and supports shall be as shown on the drawings or specified elsewhere. If not shown or otherwise specified, anchors and supports shall be of ample size and strength (refer to Section 1.3.5 herein for seismic design requirements) for the purpose intended and shall be approved by the City's Representative. Cast -in-place anchor bolts shall be furnished where required. Reference the contract drawings for sizes, locations, and materials of such cast -in-place anchors. The Contractor does not have the option of using expansion anchors in lieu of indicated or specified cast -in-place anchors, without Engineer's prior approval. The Contractor shall obtain and use shop drawings or suitable templates when required for proper placement of equipment anchors. 2.02 LUBRICATION A. General. The Contractor shall thoroughly lubricate all equipment in accordance with the equipment manufacturer's instructions. Lubricating oils and greases shall be of the type and viscosity recommended by the equipment manufacturer. A one year supply of all necessary lubricants shall be provided by the Contractor for each piece of equipment. B. Flushing Oil. All lubricants shall be furnished with flushing oils as recommended by the Manufacturer. This includes, but is not limited to, all gearing and bearings, regardless of whether they have been shipped with or without oil soluble protective coatings. 16TH ST PS BACK-UP GENERATOR AND UPGRADES MECHANICAL EQUIPMENT 11010-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Equipment "Run -In." Following flushing, oil lubricating systems shall be filled with "run-in" oil as recommended by the equipment manufacturer. The equipment shall be "run-in" at the no- load condition for a minimum of two (2) hours. Following "run-in" and inspection, the equipment is to be drained and flushed again with flushing oil and refilled with lubricant as recommended by the Manufacturer. The schedule for the above procedures is to be submitted for review by the City's Representative, at least two (2) weeks prior to the selected procedure starting date. D. Grease Fittings. The grease fittings on all mechanical equipment shall be such that they can be serviced with a single type of grease gun. Grease fittings shall be a standard button -head type. Where locally mounted grease fittings would be difficult to service, the fittings shall be extended by adequately sized tubing to a point that shall provide accessibility for normal maintenance. Such points shall be located and installed as per the City's directive. 2.03 PROTECTIVE COATINGS AND PAINTING A. General. All equipment and materials shall be painted per the requirements of these contract documents. B. Machined Surfaces. All machined surfaces and shafting shall be cleaned and protected from corrosion by the proper type and amount of coating necessary to assure a minimum protection for two (2) years after shipment. C. Lubricated Components. Oil lubricated gearing, bearings, and other lubricated components, shall be shipped with an oil soluble protective coating as recommended by the Manufacturer. The coating shall be selected to provide protection for two (2) years. D. Field Touch -Up of Factory -Painted Equipment. Provide two (2) quarts of paint compatible with the finish coat on factory -painted equipment for field touch-up. 2.04 TOOLS AND ACCESSORIES The Contractor shall furnish, with each type, make or size of equipment, any special tools, wrenches and appliances which may be needed to adjust, operate, maintain or repair the equipment. Such tools and appliances shall be high-grade, properly labeled, and delivered to the City with the equipment. Tools shall be furnished with the equipment. PART 3 EXECUTION 3.01 SHOP DRAWING INFORMATION TO BE SUBMITTED BY CONTRACTOR A. General. Contractor shall submit shop drawings, schematics, technical data and all other information as necessary for City to evaluate compliance of proposed equipment with the specifications per the requirements of Specifications herein and individual equipment specifications. Additionally, Contractor shall submit the information listed below as appropriate. 16"'" ST PS BACK-UP GENERATOR AND UPGRADES MECHANICAL EQUIPMENT 11010-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. Tabulation of Additional Equipment or Parts That Are Required For a Complete Installation. The Contractor shall provide a tabulation and detailed description (including cost) of any auxiliary equipment or spare parts required for proper operation and maintenance (by City) which are not included in the Bid. C. Tabulation of Special Tools. The Contractor shall provide a list of all special tools to be provided in accordance with Paragraph 2.4. D. Instruction of City's Personnel. Recommended number of days for instruction and training of City's operating personnel. 3.02 NOISE REQUIREMENTS A. All equipment that is specified to meet a certain noise generation limit shall be tested by the Contractor for noise generation after installation, at no additional cost to the City. When tested, equipment shall include the complete driver and driven equipment. Eight (8) certified copies of the test shall be submitted to the City for approval prior to final acceptance. B. If the tested equipment exceeds the specified noise limit, the Contractor shall provide corrective measures at no additional cost to City, as required to achieve compliance. Such measures may include (but shall not be limited to): Furnishing and installing a stainless steel silencer on the equipment system. Providing a noise reducing enclosure around the equipment. C. These or other measures shall be implemented by the Contractor as required to achieve the specified maximum noise level. D. Subsequent to construction of such noise control measures, the Contractor shall retest the modified equipment system. Testing and equipment revision will continue at no additional cost to City until compliance with the specified noise limit is achieved. In all instances, copies of certified noise level test methods will be provided to City demonstrating the noise characteristics of the equipment system when each test is made. Field measurements shall be taken by competent, trained workmen who have prior experience testing and interpreting the field data obtained for similar installations. 3.03 SHOP TESTING AND SHOP INSPECTION A. Shop Testing By Manufacturer. Manufacturer's standard test procedures shall be required. The Manufacturer shall demonstrate that equipment meets all the requirements of this Specification. The Contractor shall notify the City's Representative in writing, at least five (5) working days prior to commencement of shop tests, of the time and place of all shop tests. B. Shop Inspection By the City. The City shall be granted reasonable access to the production and shop test areas of the equipment manufacturer's facility during manufacturing and testing. However, Inspection by the City's Representative will not relieve the Contractor of his responsibility for workmanship, materials and specification requirements. 16 T11 ST PS BACK-UP GENERATOR AND UPGRADES MECHANICAL EQUIPMENT 11010-4 3.04 SHIPPING AND IDENTIFICATION A. Tagging of Equipment Shipments. fabricated in the minimum numbe components or assemblies shall be shipment. CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. The equipment covered in these Specifications shall be r of sub -assemblies necessary for transportation. Small adequately boxed or crated to prevent damage during Each assembly or package shall be identified with a durable shipping tag securely attached and plainly marked with the Contractor's order number, Manufacturer's purchase order number and equipment number. All shipments shall be "tagged" by the Contractor with a "wired -on" metal or plastic tag clearly stenciled or lettered with paint or waterproof ink. The information on the tags and cartons should include Contractor's order number, purchase order number, manufacturer's number and the equipment number. Any expense incurred by City due to the Contractor's failure to do so will be back charged or deducted from his Contract. B. Equipment Nameplates. Each piece of equipment shall be provided with a substantial stainless steel nameplate, securely fastened in a conspicuous location and clearly inscribed with the Manufacturer's name, year of manufacture, serial number, principal rating data and equipment item number. C. Equipment Openings. All openings shall be covered with plywood, plastic or wood plugs or shields to prevent debris from entering the assemblies. D. Lifting. Each assembly or sub -assembly shall have lifting lugs to facilitate erection. 3.05 OPERATING AND MAINTENANCE MANUALS Operation and Maintenance Manuals shall be furnished in accordance with the Supplementary General Conditions and individual equipment specifications. 3.06 INSTALLATION OF EQUIPMENT A. General. The Contractor's work procedure shall conform to the Manufacturer's installation instructions and shall be consistent with manufacturer's performance warranties unless expressly directed otherwise by the City's Representative. B. Leveling of Equipment. Equipment shall be erected level and plumb on the foundations and supports at the locations and elevations shown on the Drawings, unless otherwise directed by the City's Representative during installation. The equipment shall be brought to proper level with wedges, shims, or backing nuts. Precision gauges and levels shall be used in setting all equipment. After the machine has been leveled and aligned, the nuts on the anchor bolts shall be tightened to anchor the machine firmly into place against the shims and backing nuts. Wedges shall be removed after shimming. Grout placed beneath equipment bases shall be as specified in these contract documents, and shall be installed in accordance with the manufacturer's instructions. C. Access For Maintenance and Operation. All equipment shall be installed in such a manner as to provide access for routine maintenance and lubrication. 16 r ST PS BACK-UP GENERATOR AND UPGRADES MECHANICAL EQUIPMENT 11010-5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. D. Portable Equipment. Equipment of a portable nature that requires no installation shall be delivered to a location designated by the City's Representative. 3.07 MECHANICAL START-UP Once the equipment has been installed, complete with all auxiliary and support systems, and is ready for operation, the Contractor shall mechanically check out the equipment to verify that the equipment functions correctly under "non -process" conditions. The equipment shall be fine-tuned, adjusted, water tested, where applicable, and completely checked out before the equipment and support systems are considered ready for process start-up. The Contractor will be responsible for coordinating this effort and providing all support services and facilities necessary for work effort. The equipment will not be considered ready for process start-up until the City's Representative is satisfied that the equipment has been satisfactorily checked -out and successfully passed a "non -process" test run. END OF SECTION 11010 16 FH ST PS BACK-UP GENERATOR AND UPGRADES MECHANICAL EQUIPMENT 11010-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 11310 VERTICAL TURBINE PUMPS PART 1 - GENERAL 1.01 SCOPE A. This section describes the supply and installation of vertical turbine pumps and motors. The equipment shall be installed as shown on the plans, as recommended by the Manufacturer, and in compliance with all OSHA, local, state, and federal codes and regulations. B. Contractor shall furnish all labor, materials, equipment and incidentals required to supply, modify, install, test and place in satisfactory operation vertical turbine pumps complete and operational with motors and accessories as shown and specified. Pumps shall be vertical turbine open line shaft pumps. C. All items covered in this Specification shall be furnished by a single manufacturer. The pump Manufacturer shall ensure the correct fit and compatibility of all components. The pump Manufacturer shall also ensure that the items specified herein function as a complete and workable system. D. The Contractor is responsible for troubleshooting the system after installation until it functions according to the requirements of the Drawings and Specifications. All combinations of manufactured equipment that are provided under these Specifications shall be entirely compatible, and the Contractor shall be responsible for the compatible and successful operation of each component of the equipment items. E. A pumping unit shall consist of the pump assembly, motor, coupling, column, discharge head, sole plate, and all appurtenances. The scope of supply does not include pump cans or can air release valves for the domestic water pumps. F. A pump motor shall consist of the motor, coupling, and hardware/interface needed to attach the motor to the existing pump assembly. 1.02 EQUIPMENT LIST A. The major items of equipment covered under this section include but is not necessarily limited to the equipment listed below. Pump No. Description I 300 -hp Vertical Turbine Pump Motor 2 300 -hp Vertical Turbine Pump Motor 3 300 -hp Vertical Turbine Pumping Unit 4 1300 -hp Vertical Turbine Pumping Unit 5 1300 -hp Vertical Turbine Pumping Unit 16m ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. All components of the pumping unit shall be supplied and coordinated by the pump manufacturer. 1.03 RELATED SECTIONS A. General Equipment Provisions. The General Equipment Provisions shall apply to all equipment furnished under this section. B. Painting. Painting shall be as required in the General Equipment Provisions and as specified in Section 09900 of these Specifications. C. Galvanizing. Galvanizing shall conform to the applicable requirements of Section 210-3 "Galvanizing" of the Standard Specifications for Public Works Construction, latest edition. D. Electrical Work. All electrical work shall be as specified in Division 16 of these Specifications. E. Piping and Valves. All piping, valves, and fittings shall be as shown on the drawings and as specified in Division 15 of these Specifications. F. Anchor Bolts. All anchor bolts, nuts, and washers shall be type 316 stainless steel and shall be furnished by the manufacturer. Anchor bolts shall conform to the requirements of Section 05125 Miscellaneous Metals. G. Instrumentation. Instrumentation and control systems shall be as shown on the drawings and as specified in Division 17 of these Specifications. H. Metals. Miscellaneous metal work shall be as specified in Section 05125 of these Specifications and as shown on the drawings. I. Reference Standards: The work in this section shall comply with applicable provisions and recommendations of the following standards, except as otherwise shown or specified: 1. American Gear Manufacturer's Association (AGMA) 2. American National Standards Institute (ANSI) 3. American Society of Civil Engineers (ASCE) 4. American Society of Mechanical Engineers (ASME) 5. American Society for Testing and Materials (ASTM) 6. American Welding Society (AWS) 7. American Water Works Association (AWWA) 8. Anti -Friction Bearing Manufacturer's Association (AFBMA) 9. Ductile Iron Pipe Research Association (DIPRA) 10. Hydraulic Institute (HI) 11. Institute of Electrical and Electronic Engineers (IEEE) 12. Insulated Power Cable Engineer's Association (IPCEA) 13. National Association of Corrosion Engineers (NACE) 16 1H ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 14. National Electric Code (NEC) 15. National Electrical Manufacturer's Association (NEMA) 16. National Fire Protection Association (NFPA) 17. National Sanitation Foundation (NSF) 18. Standard Specifications for Public Works Construction (SSPWC, "Greenbook") 19. Steel Structures Painting Council (SSPC) 20. Uniform Building Code (UBC) 21. Underwriter's Laboratory (UL) 1.04 DRAWINGS AND DATA The information submitted by the Contractor shall be in accordance with Section 2 of the most recent edition of the Greenbook and shall include, but not be limited to, the following items: A. Shop Drawings showing in detail, the installation of all equipment and appurtenances covered by this specification. Shop Drawings shall include, but not be limited to: 1. Anchoring details. 2. Details of support members. 3. Detailed assembly, installation, and start-up procedures. 4. Dimensions, elevations and materials for all equipment items and appurtenances listed in this specification. 5. Performance curves. 6. Seismic calculations for determining the anchoring requirements for the pumps. 7. Pump Data (EA): Furnish literature, illustrations, specifications and engineering data including: dimensions, coupling data, bearing life calculations, pressure limitations, materials, paint systems, size, performance data, operating speed, - specific speed, and curves showing pump efficiencies, required net positive suction head, bowl submergence required, flow rate, head, brake horsepower, and torque and thrust from shut-off head to minimum head conditions. Supply data on pump losses including column and discharge head hydraulic friction losses and horsepower required for shaft friction and thrust bearings. 8. Motor Data: a. For each motor furnish a certified motor data sheet for the actual motor or for a previously manufactured electrically duplicate motor which was tested. Provide the following minimum data: (1) Speed -torque relationship. (2) Efficiency at 1/2, 3/4 and full load. (3) Power factor at 1/2, 3/4 and full load. (4) Slip at full load. (5) Running light, full load and locked rotor current. (6) Temperature rises and results of dielectric tests. (7) Type and frame size. 16TH ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. (8) Bearing type and lubrication medium. (9) Insulation and enclosure type. (10) Safe running time -current curves. 9. Thrust Bearing Data: Type, specification, lubricant specification, maximum applied load, capacity, bearing load and life (minimum) at rated speed and shut- off head. 10. Arrangement: Provide complete dimensioned arrangement drawings showing the assembled pump, motor, couplings, anchor bolts, support base, and major components. 11. Wiring: Provide drawings showing sizes and location for all wiring connecting to external devices. Number all terminal blocks. 12. Weights: Provide list of weights of major pumping unit components, including discharge head, motor, column, bowl assemblies, impeller, and sole plates. 13. Manufacturer's Certification and Reports: a. Provide all manufacturer's certification and reports required in Part 1 of this Section. b. Report on field tests including vibration tests. C. Acceptance of any report or certification by the Engineer shall not relieve the Contractor from his responsibility to meet the requirements of the Contract Documents. d. Provide certification from the pump Manufacturer that the variable frequency drive motor controller being supplied is appropriate for the control of the motor and pump being furnished. 14. Shop Test Results: a. Certified pump and motor test data. b. Copies of torsional and critical speed analysis. 15. Field Test Results: Submit all results of field tests. 16. Calculations signed and sealed by a registered professional engineer in the State of California verifying that the diameter and embedment of all anchor bolts are suitable for use in the installation of the new pumps. B. Operation and Maintenance Data: Submit Operations and Maintenance Manuals prior to startup of facilities in accordance with Section 2. C. Manufacturer's And Supplier's Field And Test Data: All test and field data collected by the manufacturers/suppliers of equipment during installation supervision and start-up services, where required in the Specifications, shall be submitted by the Contractor to the Owner within fourteen (14) days after the start-up services are complete. The test and field data shall be submitted whether specified or not in the detailed equipment specifications and shall include but not be limited to tolerance and alignment measurements where applicable to certify equipment has been satisfactorily installed, and all other information collected by the manufacturers/suppliers to satisfy themselves that equipment has been properly installed. In cases where the manufacturers/suppliers feel 16TH ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. equipment is not properly installed, manufacturers and suppliers shall include with this submittal a punch list detailing the problems noted. The information required under this section shall be furnished for all equipment and devices requiring installation and start-up services as specified in the Specifications and as required for a complete and operable system. D. Factory Test and Certification: All equipment, devices and systems requiring factory test and certification as required by these Specifications, may be witnessed by the Owner at the Owner's expense by reporting intent to do so to the Contractor. The Contractor shall notify the Owner in writing, at least fourteen (14) calendar days prior to testing by the manufacturer. The written notifications shall specify the exact date and location the tests shall be conducted, and all testing shall be performed during normal working hours. E. Torsional and Critical Speed Analysis: 1. Contractor shall retain pump manufacturer to perform vibration and critical frequency analysis of all pumping unit components to demonstrate compliance with requirements defined in the Conditions of Operation. Analysis shall include but not be limited to the natural resonance of the motors (coupled and uncoupled to the shaft) pump shafts, pump head, pump columns, and pump base. 2. The analysis shall demonstrate that the pumping units will not be subject to harmful vibrations at any point on the pump operating curve from shut-off to run- out head during start-up, shutdown, and normal operating speed(s) ranging from 890 rpm to 1,780 rpm. 1.05 OPERATION AND MAINTENANCE MANUALS A. Submit operations and maintenance manuals for the equipment in compliance with the Contract documents, prior to shipment. Manuals shall include: 1. Name, address, and telephone number of the nearest competent service representative who can furnish parts and technical service. 2. Descriptive literature, including illustrations, covering the operational features of the equipment, specific for the particular installation, with all inapplicable information omitted or marked out. 3. Operating, maintenance and trouble shooting information. 4. Complete maintenance parts list. 5. Complete connection, interconnecting and assembly diagrams. 6. Approved shop drawings including complete electrical information. 1.06 QUALITY ASSURANCE A. Manufacturer's Qualifications: Pump manufacturer(s) and motor manufacturer(s) shall have experience in manufacturing equipment of the same size or larger to the pumps and motors specified. For a manufacturer to be determined acceptable for providing equipment on this project, it must show evidence of five separate, substantially similar installations which have been in satisfactory operation for a minimum of five years. 16-rH ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. All equipment shall be new and of current manufacture. All pumps shall be identical and obtained from a single manufacturer. The pump Manufacturer and the Contractor shall assume full responsibility for the completeness of the pumping system. The motors shall be obtained from a single manufacturer. The pump Manufacturer shall be the source of information on all pumping equipment furnished. C. All pumping equipment furnished under this Section shall be of a design and manufacture that has been used in similar applications and it shall be demonstrated to the satisfaction of the Owner that the quality is equal to equipment made by that manufacturer specifically named therein. D. Unit responsibility: Pumps complete with motor, necessary guards and all other specified accessories and appurtenances shall be furnished by the pump manufacturer to ensure compatibility and integrity of the individual components, and provide the specified warranty for all components. The vertical turbine pumps specified in this section shall be furnished by and be the product of one manufacturer. E. Pumps are to be engineered and manufactured under a written Quality Assurance program. The Quality Assurance program is to be in effect for at least ten years, to include a written record of periodic internal and external audits to confirm compliance with such program. Pumps are to be engineered and manufactured under the certification of ISO -9001:2000. Source Quality Control: Pump Shop Tests: a. Pump columns, discharge heads, and bowl assemblies shall be hydrostatically tested to twice the design total head or one -and -a -half times the shut-off head, whichever is greater. b. Running Test: Each pump shall be operated from zero to maximum capacity. Results of the tests shall be shown in a plot of test curves showing bowl head, total head, flow, pump input power, net positive suction head required, pump efficiency, and pump efficiency at design running speed(s). Recording and computation of test results shall be in accordance with AWWA E101. Readings shall be taken at a minimum of 5 evenly spaced capacity points including shutoff, design point, minimum and maximum head for which pump is designed to operate. C. Each test shall be witnessed by a registered Professional Engineer, who may be an employee of the manufacturer. The engineer shall sign and seal all copies of curves and test reports and shall certify that hydrostatic tests were performed. Test shall be conducted in conformance with the methods described in AWWA E10L d. Pumping units shall be within the following tolerances: (1) At design head, +10 percent of design capacity or at design capacity, +5 percent of design head. (2) No minus tolerances shall be allowed with respect to capacity, total head, or the manufacturer's guaranteed bowl efficiency at the design point. 16" ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. e. Pumps shall not be shipped until the Engineer has approved the test reports. 2. Motor Shop Tests: a. Each motor shall be given a short commercial test to demonstrate that it is free from defects and to provide assurance that it meets specified requirements. Tests shall include as a minimum: (1) No load running current and current balance. (2) Locked rotor current. (3) Winding resistance. (4) High potential test. (5) Bearing inspection. (6) Vibration test. b. Each test shall be witnessed by a registered Professional Engineer; who may be an employee of the manufacturer. The engineer shall sign and seal all copies of curves and test reports. C. Motors shall not be shipped until the Engineer has approved the test reports. 3. Undamped Vibration Test: The pumps shall be given an undamped vibration test to identify any potential frequency imbalances. 4. Field Tests: See Part 3 of this Section for field test requirements. 1.07 GUARANTEE AND WARRANTY A. The Contractor shall limit the shipment of pump materials from the factory unit all testing has been completed, test results submitted and accepted by the Owner. B. The Contractor shall obtain from the pump Manufacturer a warranty for all pumps, motors, controls, and appurtenances for one year from the date of Substantial Completion, not to exceed 18 months after shipment. C. During the warranty period, the Contractor shall provide the services of a trained manufacturer's representative to make all adjustments, repairs and replace all defective material and equipment at no cost to the Owner. D. The Contractor shall include all costs incurred by the manufacturer, including travel and expenses, under the terms of the warranty. PART 2 - PRODUCTS 2.01 GENERAL A. All items specified in this section shall be the unit responsibility of the pump Manufacturer. Manufacturer shall be responsible for furnishing a compatible, complete and operable system as specified. 16M ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. The Contractor shall furnish seismic calculations for anchoring all equipment, signed, stamped, and dated by a Registered Civil Engineer in the State of California, in accordance with the procedures outlined in the General Equipment Provisions. 2.02 CONDITIONS OF OPERATION A. Each pump shall be capable of operation in manual or automatic control modes as specified in Division 17. The pumping units shall be driven through a variable frequency drive as specified in Division 16 of these Specifications. Motors on the water pumps shall be totally enclosed fan cooled (TEFL), premium efficiency, inverter duty and shall conform to specifications herein. Motors shall be sized to be non -overloading throughout the entire range of operation as specified herein. The motors shall be capable of operation at any point on the curve defined by the performance points specified herein. The variable speed pumping units shall be capable of continuous or intermittent duty throughout the range of speed, flow, and pressure ranges specified below and shall conform to all of the following pump performance requirements. B. Each pump shall be capable of providing the following hydraulic conditions: Parameter Value Equipment Number N/A Number of Units 3 Speed Type RPM Nominal Speed m 1780 Discharge Connection Flange Size inches 12 Column Diameter inches 14 Maximum Pump Can Velocity (fps) 4.0 Guaranteed Design Point (full speed) Flow (gpm) 4000 Total Dynamic Head (ft) 210 Minimum Efficiency (%) 82 Maximum NPSH-Re uired ft 29 Shut-off Head ft 390 Second Design Point (full speed) Flow (gpm) 2000 Total Dynamic Head (ft) 300 Minimum Efficiency (%) 65 Minimum NPSH-Re uired ft 20 Third Design Point (full speed) Flow (gpm) 3000 Total Dynamic Head (ft) 270 Minimum Efficiency (%) 82 Minimum NPSH-Re uired ft 21 Maximum Brake Horsepower HP 265 Nominal Motor Horsepower HP 300 Maximum Number of Stages 3 Minimum Water Level over Pump Suction ft 18 16TH ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Pump characteristic curve shall continuously rise from minimum head to minimum flow with no intermediate dips. D. Liquid pumped is water with a maximum temperature of 80 deg Fahrenheit. E. Pump input power requirements shall not exceed the motor nameplate brake horsepower at any point on the pump operating curve from shutoff to runout at all speeds. F. Pumping Unit Vibration: 1. Pumping units shall be designed so there are not damaging vibrations or lateral or torsional critical speeds, or abnormal noise at any point on the operating curve from shutoff to run -out head at all operating speeds. 2. The vibration of the installed pumping unit shall comply with the recommended limits defined in ANSI/HI 2.4, latest edition. Contractor shall perform tests to confirm compliance with vibration limits. 3. If the installed pumps experience vibration exceeding the Hydraulic Institute limits, pump Manufacturer shall modify discharge head and other pumping components to correct the deficiencies, at no additional cost to the Owner. G. Thrust Bearings: Bearings shall have AFBMA rated (minimum) life of not less than five years when operated continuously at highest rated speed of motor and at total load consisting of the weight of the motor rotor plus combined dead weight and hydraulic thrust load imposed on motor by pump, when pumping at shutoff head. (Average life is five times minimum life). Bearings shall be adequate to carry thrust Loads existing under all conditions of pump operation from shutoff to run -out. 2.03 CONSTRUCTION A. General: Pumping units shall be vertical turbine, open line shaft, water lubricated, conforming to AWWA E101 except where modified below. B. Pump Materials and Construction: Pump Bowls: a. The bowls shall be made of close -grained cast iron conforming to ASTM A48 CL30. Castings shall be free from blowholes and sand holes, and shall be accurately machined and fitted to close dimensions. b. Bowls 8" and above shall be flanged connected. Bowls below 8" nominal diameter may use either flanged or threaded connections. C. Bowls shall be designed with smooth passages to ensure efficient operation and their interior and exterior shall be coated with fusion bonded epoxy. d. The casing shall be hydrostatically tested to 1.5 times the design head or 1.25 times the shutoff head whichever is greater. Impellers: a. The impeller shall be of Type 316 stainless steel or Aluminum Bronze. They shall be of one-piece construction, single suction, enclosed vane and radial flow design. The waterways through the impeller shall have 16re ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. extremely smooth contours, devoid of sharp corners, so as to promote maximum efficiency. b. The impeller is to be balanced and secured to the shaft by means of a stainless steel drive collet for bowl shafts 1-15/16" diameter and smaller. For bowl shafts larger than 1-15/16" impellers shall be secured to the shaft using a combination of a thrust washer, key and/or snap rings. C. Impellers shall be adjustable by means of a top shaft -adjusting nut. 3. Impeller Shaft: a. Impeller shaft shall be of stainless steel construction conforming to ASTM A582 (416 stainless steel). b. The shaft shall be supported by bronze bearings located on both sides of each impeller. C. Impeller shaft coupling shall be of stainless steel construction conforming to ASTM A582 (416 stainless steel). 4. Wear Rings: a. Wear rings shall be provided on both the impellers and bowls on bowls of nominal diameter of 8" or larger so that clearances can be maintained throughout the life of the rings and minimize recirculation. Bowls of 6" and 7" nominal diameter shall incorporate bowl wear rings only. b. Impeller wear rings shall be of the radial -type. C. Bowl wear rings shall be of the radial -type. d. Wear rings shall be attached to the impellers and bowls using an interference fit and Loctite. e. Wear rings shall be aluminum bronze. 5. Column: a. Total length of discharge column shall be as shown on the Drawings. b. Column pipe shall be not less than 14 inches inside diameter. C. Column pipe shall be flanged and furnished in interchangeable sections not over ten feet in length. d. Column joints are to be butted to ensure perfect column alignment after assembly. e. The interior and exterior of the pump columns shall be coated with fusion bonded epoxy. 6. Lineshafts: a. Lineshafting shall be of ample size to transmit the torque and operate the pump without distortion or vibration. b. Lineshafting shall be made of Type 416 stainless steel and be furnished in interchangeable sections not over ten feet in length. C. Lineshafting shall be coupled with extra -strong threaded 410 stainless steel couplings machined from solid bar steel. 16 IN ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. d. Lineshafting shall be fitted with stainless steel replaceable sleeves at each bearing and shall conform to AISI 316 material. e. Lineshaft bearings shall be of neoprene material construction. f. Lineshaft bearings shall be retained in 304SS bearing retainers that are fitted into the column coupling and secured in place by the butted column pipe ends. 7. Discharge Head Assembly: a. The pump discharge head shall be of the above ground type of fabricated carbon steel construction with an ANSI 150# discharge flange. b. The discharge head shall be of sufficient design to support the entire weight of the pump and driver. C. If the application uses a variable frequency drive, the discharge head shall be fabricated steel and specifically designed to elevate the discharge head natural frequency above the operating speed. d. A drive shaft of the same material as the lineshaft shall extend through the sealing assembly of the discharge head and be coupled to a vertical solid shaft driver using a spacer type coupling to permit easy field removal of the mechanical seal. e. Discharge head openings shall be fitted with guards to prevent access to the rotating shaft and/or coupling. f. The interior and exterior of the discharge head shall be coated with fusion bonded epoxy. 8. Provide single cartridge type mechanical seal. Mechanical seals shall John Crane Type 5610 and shall be installed and tested by the vertical turbine pump manufacturer. 9. Stainless steel anchor bolts shall fit into existing pipe sleeves and shall be sized and installed in accordance with the manufacturer's recommendations. 10. All bolts, nuts and cap screws shall have hexagon heads and shall be Type 316 stainless steel. 11. Brass or stainless steel nameplates giving the manufacturer's model and serial number, rated capacity, head, speed, date of manufacture, and all other pertinent data shall be attached to the pump. NSF61 Certification nameplate shall be provided on pump discharge head by the manufacturer. C. Pump Motors: Motors shall be constructed in accordance with current NEMA, IEEE and ANSI Standards, where applicable. Motors shall be fully capable of performing in accordance with the manufacturer's nameplate rating and free from defective material and workmanship. 2. Motors shall be vertical squirrel cage induction type, hollow shaft, inverter duty with a service factor of 1.15. Motors shall comply with NEMA Standard MG 1-31 3. Motors shall operate on 460 volt, 3 phase electric power. 16TH ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 4. Motors shall be of sufficient size so that there will be no overload on the motor above rated nameplate horsepower under any condition of operation from shut- off to zero head. Motors shall be suitable electrically and mechanically for pump drive application. Motors shall be designed for continuous operation at full load and rated voltage with a frequency variation of f 5 percent and a voltage variation of f 10 percent. Motors shall be suitable for use with a variable frequency drive. The starting, accelerating and operating torques of the pump motors shall be sufficient to start and operate the pump over a speed range of 50% to 100% of full speed 5. Maximum vibration limit for pump motors shall be 0.002 inches peak to peak unfiltered, when measured in accordance with NEMA Publication MGI -20.54. 6. Motor enclosure shall be TEFL. Combined noise level of pump and motor measured at a distance of 5 feet shall not exceed 75 dBA at 3 feet. 7. Motors shall be equipped with 120 volt, single phase space heaters. 8. Motors shall be equipped with (6) 100 ohm platinum resistance temperature detectors in the motor winding and (2) 100 ohm platinum resistance temperature detectors the for bearings. 9. Motor shall be capable of carrying full load current continuously without injurious temperature rise in an ambient temperature of 50 °C. 10. Motor shall be made from high grade steel laminations adequately fastened together and to the shaft. Squirrel cage shall be either cast aluminum or bar type with brazed or welded end rings. 11. Insulation shall be minimum Class H braced for repeated full voltage starts. 12. The maximum temperature rise of windings as measured by the resistance method shall not exceed 90°C when the motor is operated continuously at service factor horsepower, rated voltage and frequency and with an ambient temperature not exceeding 50 ° C. 13. Locked rotor currents shall be as specified in NEMA standards. 14. Motors shall be equipped with stainless steel hardware throughout. All windings, stators and rotor parts subject to wear due to airborne abrasives shall be treated with abrasion resistant material. Bearings shall be provided with dust -tight seals. 15. Provide corrosion resistant guard screens to cover openings. 16. Provide insulated bearings and shaft grounding ring to prevent bearing fluting. 17. Provide an engraved stainless steel name plate for each motor. The nameplate shall include as a minimum: a. Manufacturer. b. Type. C. Frame. d. Insulation Class. e. Horsepower. f. RPM. 16TH ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUNIPS 11310-12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. g. W Model. h. KVA Code. i. Voltage. j. Locked Motor Current. k. Full Load Current. 1. Serial Number. in. Date of Manufacture. 2.04 PAINTING A. All ferrous surfaces of the pumping unit except for machined or bearing surfaces and stainless steel surfaces shall be shop painted. Non-ferrous, stainless steel and moving parts shall not be painted. B. All exterior surfaces below the sole plate, the bottom surfaces of the head and sole plate, and all interior wetted surfaces shall receive surface cleaning and preparation, prime coat, and applied finish coats as specified in Section 09900. C. All exterior surfaces above, and including, the sole plate shall receive surface clearing and preparation, prime coat, and applied finish coats as specified in Section 09900. D. Touch-up all painted parts that have been damaged during shipping. E. Coat machined, polished and non-ferrous surfaces with a corrosion prevention compound. F. Paint all equipment after installation to match the Owner's Color Selection Schedule as presented in Section 09900. G. Bowl exterior, in and out column pipe, and water passages head shall be coated with Scotchkote 134 fusion bonded epoxy. 2.05 SPARE PARTS A. Provide Following: 1. One (1) bowl assembly for each style and size of vertical turbine pump. B. Pack in sturdy containers with clear indelible identification markings. Store in a dry location until delivered to Owner. 2.06 MANUFACTURER A. Peerless Pump — 16HXB or approved equal B. Provide pump motors as manufactured by U. S. Motors, Nidec Motors or approved equal. C. Approved Equal: 16TH ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. If bidder chooses to furnish an alternate manufacturer and/or product it must be identified in the schedule of bidders alternate manufacturers and suppliers and submitted prior to the bid for engineering approval. If no alternate is identified it shall be deemed that the bid has been submitted with a named manufacturer and equipment. PART 3 - EXECUTION 3.01 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site to ensure uninterrupted progress of the work. Deliver anchor bolts and anchorage devices which are to be embedded in cast -in-place concrete in ample time not to delay that work. B. Packaging shall be as required to prevent damage during shipment and unloading C. Handle all equipment and materials very carefully. Damaged equipment and materials will not be acceptable. Protect all bolt threads, etc. from damage and corrosion. Protect all factory applied coatings from damage during shipment, unloading, storage and installation. D. All material and equipment shall be covered or stored in a manner which will prevent entry of deleterious matter. Power cables shall be covered or stored in a manner which will protect them from dirt and abrasion. 3.02 INSPECTION A. Prior to installation, the Contractor shall provide for one site visit and up to 4 hours of time on-site by the pump manufacturer's representative to provide the following services: 1. Ensure that the equipment shipped to the job -site has been handled according to the manufacturer's recommendations and has arrived in good working order. 2. Ensure that all equipment has been stored and protected according to the manufacturer's recommendations. B. Inspect and verify the structures or surfaces on which the equipment will be installed have no defects which would adversely affect the installation. C. The Contractor shall promptly report, in writing, defects which may affect the work to the Engineer. A copy of the manufacturer's field report shall be provided to the Engineer. 3.03 INSTALLATION A. Install in a manner and to the tolerances recommended by the equipment manufacturer. B. Installation shall include furnishing and applying an initial supply of grease and oil, recommended by the manufacturer. C. Support piping independent of pump. D. Check and align unit components. 16TH ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. E. Make all electrical connections in conformance with requirements of Division 16, Electrical. Plug all taps and orifices not required for pump operation and controls. G. Neatly placed copper pipe with compression fittings to allow disassembly shall be provided on each pump to convey leakage to nearest drainage inlet. 3.04 START-UP AND FIELD TESTS A. Contractor shall verify that structures, pipes and equipment are compatible. B. Make adjustments required to achieve optimum operation. C. Field test using job supplied flow meters and pressure gauges to demonstrate mechanical integrity and compliance with hydraulic performance criteria in this spec and with shop performance tests and vibration limitations. The tests shall demonstrate that the equipment operates in the manner intended. D. Demonstrate that the completed installation meets specified requirements and that all controls and safety shutdowns are operational. Make adjustments required to place equipment in proper operating condition. E. A certified factory hydrostatic and performance test shall be performed on each bowl assembly in accordance with Hydraulic Institute Standards, latest edition. Tests shall be sufficient to determine the curves of head, input horsepower, and efficiency relative to capacity from shutoff to 150% of design flow. A minimum of six points, including shutoff, shall be taken for each test. At least one point of the six shall be taken as near as possible to each specified condition. F. Results of the performance tests shall be certified by a Registered Professional Engineer and submitted for approval before final shipment. G. Vibration Testing: 1. Provide services of specialist in this field to conduct the tests. 2. Test each installed pump and motor at each operating speed for compliance with specified vibration and critical frequency limits. 3. Perform bump tests on each pump in each of two orthogonal planes one of which shall include the discharge elbow to determine critical frequency. 4. Determine the natural frequency of the pump support structure at each pump by a bump test and an analyzer with a frequency finder. 5. Perform vibration measurements at the upper motor bearing of each pump at each operating speed. Provide measurements in each of two orthogonal horizontal directions one of which shall be in the plane of greatest vibration and in addition provide a measurement in the vertical (pump axial) direction. Modify units and/or dynamic balance, if required to meet specified vibration limits or to correct excessive vibration. 6. The limits of vibration as set forth in the standards of the Hydraulic Institute shall govern. 16 T11 ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3.05 MANUFACTURER'S FIELD SERVICES A. Retain factory trained pump and motor manufacturer's representatives with demonstrated ability and experience in the installation and operation of the pumps, and motors and accessories to perform the services listed below: 1. Provide technical assistance to Contractor during installation of pumping units. 2. Check alignment and inspect the installation prior to final grouting and start-up. 3. Assist in initial start-up, adjustments and field testing, including vibration testing. 4. Instruct City's personnel in the operation and user maintenance of all components. 5. Supervise the correction of any defective or faulty Work before and after acceptance by Owner. B. The pump and motor manufacturers shall check and approve the installation during construction and prior to initial operation. Prior to initial start-up, a written statement shall be provided by the manufacturers stating the equipment has been installed by the Contractor in accordance with the Drawings, Specifications and manufacturer's shop drawings and is ready to be placed into operation. The manufacturer shall test operate the system in the presence of the Engineer and shall verify the equipment conforms to the specified requirements. The manufacturer shall re -visit the job -site as often as necessary until all deficiencies are corrected and the installation and operation is satisfactory to the Engineer. C. Perform all tests in the presence of the Engineer and the pump manufacturer's representative. D. Submit report on pump performance from the pump manufacturer's representative. END OF SECTION 16" ST PS BACK-UP GENERATOR AND UPGRADES VERTICAL TURBINE PUMPS 11310-16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 13205 ABOVE GRADE STEEL FUEL STORAGE TANKS PART 1 - GENERAL 1.01 SCOPE A. This section describes the supply and installation of a complete, operational above grade steel tank with insulated secondary containment for storage of diesel fuel. The above grade steel fuel storage tank will be packaged with the Standby Generator; refer to Section 16620. The equipment shall be installed as shown on the plans, as recommended by the Manufacturer, and in compliance with all OSHA, local, state, and federal codes and regulations. B. The Contractor is responsible for furnishing complete and operable tank in accordance with requirements of the Contract Documents. The tank shall be provided to the jobsite complete with all necessary equipment, piping, local wiring, controls, accessories, and other appurtenances as specified and as required for a complete operating installation. C. The Contractor is responsible for troubleshooting the system after installation until it functions properly in accordance with the requirements of the Contract Documents. The Contractor and the designated manufacturer shall be responsible for the compatible and successful operation of each component of the equipment items. D. The Contractor shall refer to the Contract Documents for any additional equipment items or components required for the complete operation of the equipment of this Section, but not specifically described in this specification. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 15191 Fuel Oil Piping B. Section 16620, Standby Generator C. Division 16, Electrical, applicable sections 1.03 SUBMITTALS A. Deviation from Specification: The Manufacturer shall submit a copy of this specification section with all addenda and all referenced specification sections. Each paragraph shall be check -marked to indicate specification compliance or marked to indicate deviations from the specification requirements. Failure to include the required specification sections and the justification for deviations will indicate non-compliance and will be rejected without further review. Check marks shall indicate complete compliance with the paragraph requirements. 2. Deviations from the specification shall be indicated by underlining the deviation and marking the paragraph or line with a number or letter. The remainder of the paragraph not marked as a deviation shall indicate compliance with the requirements of the paragraph. The manufacturer shall prepare a detailed justification for each deviation. 16TH ST PS BACK-UP GENERATOR AND UPGRADES FUEL STORAGE TANK 13205-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. Product Data: The following shall be submitted: 1. Product cutsheets and brochures of all components 2. Type and model numbers of all components C. Design Data: The following shall be submitted: 1. Tank Design 2. Liquid Levels 3. Actual volumes 4. Calculations for earthquake restraints signed, stamped, and dated by a Registered Civil Engineer in the State of California D. Drawings: Drawings shall include the minimum following items: 1. Dimensions, elevations, and materials for all components covered in this specification 2. Installation and layout of components and appurtenances 3. Details of support members 4. Field connection locations 5. Total equipment weight and lifting procedure 6. Seismic restraint drawings signed, stamped, and dated by a Registered Civil Engineer in the State of California E. Guarantee and Warranty Information: Submit all guarantee and warranty information described in the Paragraph entitled "Guarantee and Warranty." F. Operation and Maintenance Manuals: Submit operation and maintenance manuals in compliance with the Contract Documents, prior to shipment. Manuals shall include: 1. Name, address, and telephone number of the nearest competent service representative who can furnish parts and technical service. 2. Operating, maintenance and trouble shooting information. 3. Complete maintenance parts list. 4. Complete connection, interconnecting and assembly diagrams. 5. Approved shop drawings 1.04 QUALITY ASSURANCE A. Material Quality: All material and/or components specified herein shall be new and of current manufacturer. The equipment furnished shall be designed and constructed in accordance with the best practices and methods and shall operate satisfactorily when installed as shown on the Drawings and operated per the manufacturer's recommendations. All workmanship and materials used shall be of the highest quality and of proven reliability. B. Reference Specifications, Codes, and Standards: The work in this section shall comply with applicable provisions and recommendations of the following standards, except as otherwise shown or specified: 16F" ST PS BACK-UP GENERATOR AND UPGRADES FUEL STORAGE TANK 13205-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1. Underwriters Laboratories (UL) UL 142 Steel Aboveground Tanks for Flammable and Combustible Liquids UL Standard 2085 Insulated/Secondary Containment for above ground storage tanks 2. Uniform Fire Code (UFC) NFPA 30 Flammable and Combustible Liquid UFC for two-hour (firewall) test C. Factory Testing: The equipment shall be factory assembled and factory tested prior to being shipped to ensure satisfactory operation. 1. Tank components: The following, but not limited to, individual components of the system shall be factory tested: a. Primary steel tank shall be pressure tested at 5 prig for 24 to 48 hours. b. Overfill prevention valve C. Emergency vent d. Leak detection system 2. Regulatory and Safety testing: a. California Air Resources Board (CARB): To be tested and certified by CARE for Balanced Phase I and Phase II Vapor Recovery including methanol and ethanol. b. High Explosive (HE) Blast Resistance: The tank system design shall be the subject of a Blast Effects Analysis (BEA) for resistance under the following blast load scenarios: (1) A 50 -pound HE man -portable improvised explosive device (MPIED) at the standoff distance of 5 feet; (2) A 500 -pound HE vehicle -born improvised explosive device (VBIED) at the standoff distance of 20 feet; and (3) A vapor cloud explosion (VCE) with a load of 10 psi. The BEA shall conclude that the tank system will resist the explosion loads and remain intact, without failure of the primary tank or expectation of leakage. Movement of the tank shall not exceed 2 inches. The engineering consultants performing the BEA shall be a nationally recognized firm with over 10 years of experience offering comprehensive services related to blast and impact effects analysis, explosive safety design, vulnerability assessments and threat mitigation. D. Single Supplier: The items described in this Section shall be provided by a single supplier, in order to ensure coordination and proper operation of the component pieces of the system. Where two or more items of the same type and/or size of equipment are required, such items shall be produced by the same manufacturer. 16T}1 ST PS BACK-UP GENERATOR AND UPGRADES FUEL STORAGE TANK 13205-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1.05 GUARANTEE AND WARRANTY A. The Contractor shall obtain from the Manufacturer, a manufacturer warranty for all material, components, and appurtenances specified in this Section. B. The protected and insulated tank system shall be warranted by the manufacturer against defects in material or workmanship for 30 years following the delivery of the tank. Warranties that limit coverage to 12 months for failure due to defective materials and workmanship will not be pennitted. C. The protected and insulated tank system design shall have been in use for a minimum of twenty (20) years. The manufacturer must stipulate no reportable above ground storage tank containment system failure in over 30,000 units produced. D. During the warranty period, the Contractor shall provide the services of a trained Manufacturer's representative to make all adjustments, repairs and replace all defective material and components at no cost to the City. The Contractor shall include all costs incurred by the Manufacturer, including travel and expenses, under the terms of the warranty. E. The manufacturer(s) shall certify that authorized service personnel reside no more than 300 miles from the installation and that replacement parts can be delivered within 24 hours. 1.06 WORK PAYMENT A. Payment for the Work in this Section shall be included as part of the lump -sum or unit -price bid amount for which such Work is appurtenant thereto, including all Work and materials specified herein and as may be required to complete this portion of the Work. PART 2 - PRODUCTS 2.01 GENERAL A. The above grade steel fuel storage tank specified herein shall be manufactured by Oldcastle Precast (ConVault), or approved equal. 2.02 DESIGN REQUIREMENTS A. The primary steel tank shall be rectangular in shape and have continuous welds on all exterior seams, manufactured in accordance with UL listing requirements and UL Standard 142. B. Steel tank and secondary containment shall be encased in six inches of 4,000 psi reinforced concrete. C. The tank shall be designed and constructed per the specifications and standards listed in the paragraph of this Section entitled Quality Assurance. D. The tank shall have the following dimensions: 1. Nominal capacity: 4,000 gallon 2. Length: 146 inches 16TH ST PS BACK-UP GENERATOR AND UPGRADES FUEL STORAGE TANK 13205-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3. Width: 96 inches 4. Height: 105 inches 2.03 CONSTRUCTION AND MATERIALS A. Primary Tank: 1. Steel tank skin shall be 3/16" thick ASTM A-36 steel plate. 2. Steel tank shall be rectangular in shape and have continuous welds on the outside. 3. All exposed metal with the exception of stainless steel must be powder coated to inhibit corrosion. 4. The primary steel tanks shall have "emergency vent" system as per NFPA 30 Code requirements. 5. The primary steel tank shall be pressurized at 5 psig during concrete encasement. B. Secondary Containment: 1. The outer surface of the primary steel tank shall be covered by a minimum of '/4" thick (6.4 mm) Stryofoam insulation panels. 2. The secondary containment shall be impervious to corrosion, including damage or failure due to microbial infestation. The secondary containment shall consist of a 30 Mil thick (0.76 mm) high-density polyethylene membrane enclosing the steel tank and insulation material. 3. The protected and insulated above grade storage tank shall have a thru-tank detector tube to allow for physical checkup and monitoring capability between the primary and the secondary containment. C. Concrete Vault: 1. The primary steel tank and the secondary containment shall be encased in six inches of monolithic reinforced concrete, with minimum design strength of 4,000 psi. The concrete design shall include the following for long-term durability: air entrainment, water reducing admixture, and steel reinforcement. Concrete encasements with seams will not be approved. 2. The protected and insulated above ground storage tank (AST) system shall be of concrete exterior and a continuous and visually verifiable monolithic (seamless) pour on top, bottom, ends, and sides and contain no cold joints or heat sinks (heat transfer points). The AST must be shop fabricated and tested in accordance with the UL listings. Designs that use two layers of steel with insulation material between them will not be approved. 3. No steel or insulating material shall come in contact with the concrete or other corrosive material. 4. All openings shall be from the top only. 5. The protected and insulated above ground storage tank shall have two (2) bolts for connecting grounding conductors for lightning protection in accordance with NFPA 780. 16T}' ST PS BACK-UP GENERATOR AND UPGRADES FUEL STORAGE TANK 13205-5 CITY" OF NEWPORT BEACH PUBLIC WORKS DEPT. D. Tank Appurtenances: 1. Storage tank diesel generator suction and trim package shall include, but not be limited to: a. Overfill prevention valve b. Clock gauge C. Emergency vent d. Pressure/vacuum vent e. Fill cap and adapter f. Foot valve g. 2" x 4' vent riser and coupler h. Drop tube (for stick port) i. Misc. pipe fittings E. Ancillary Items: 1. Off -tank (ground level) fill package shall include, but not be limited to: a. Spill containment box. Remote fill box with bottom connection, Morrison Bros Series 715 or equal. b. Hand pump C. Connector hose d. Swing check valve e. Drop tube f Ball Valves g. Overfill prevention valve h. Male camlock and adapter i. Steel flex pipe 2.04 SPILL CONTAINMENT A. The protected and insulated above ground storage tank system shall include a 7 or 15 -gallon powder coated or stainless steel, UL listed spill containment, and shall include normally closed valve to release spilled product into the primary steel tank. Spill containment which route the spilled product into interstitial area will not be approved. 2.05 COATING AND FINISHING A. The protected and insulated above grade storage tank system shall be coated with a weatherproofed low maintenance architectural finish. Models with steel exteriors will not be approved. B. All exposed metal with the exception of stainless steel must be powder coated to inhibit corrosion. 16"" ST PS BACK-UP GENERATOR AND UPGRADES FUEL STORAGE TANK 13205-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2.06 ANCHOR BOLTS A. The Contractor shall calculate and determine the size of the anchor bolts. The Contactor shall submit calculations signed and sealed by a civil engineer registered in the State of California. The anchor bolts shall be Type 316 stainless steel, threaded rods for use with the HILTI HY-150 Adhesive Anchoring system. Adhesive to shall be provided by the Contractor. 2.07 EQUIPMENT IDENTIFICATION A. Product and warning labels shall be installed on site. If installed at the factory, labels shall be masked prior to shipment. Labels and decals must be placed on the tank in accordance with the Manufacturer's installation guidelines and instructions. PART 3 - EXECUTION 3.01 PRODUCT DELIVERY, STORAGE, AND HANDLING A. The equipment shall be shipped completely assembled. It shall be capable of being set in place and field erected by the contractor with minimum field assembly. B. Packaging shall be as required to prevent damage during shipment and unloading. C. Deliver materials to the site to insure uninterrupted progress of the work. Deliver anchor bolts and anchorage devices which are to be embedded in cast -in-place concrete in ample time not to delay that work. D. The Contractor shall store and temporarily support equipment prior to installation in strict accordance with the manufacturer's recommendations and instructions. Protect all exposed surfaces. Protect all equipment from being contaminated by dust, dirt, vibration and moisture. Keep records of the storage parameters and the dates that storage procedures were performed. The contractor shall be responsible for work, equipment, and materials until inspected, tested and finally accepted. E. Handle all equipment and materials very carefully. Damaged equipment and materials will not be acceptable. Protect all bolt threads, etc. from damage and corrosion. Protect all factory applied coatings from damage during shipment, unloading, storage and installation. 3.02 INSTALLATION A. The Contractor shall furnish and install all on-site wiring and piping as indicated on the Drawings. B. Installation of equipment shall be in accordance with the Manufacturer's recommendations. C. All electrical connections shall be in conformance with requirements of Division 16, Electrical. 3.03 FUEL OIL PIPE PRIMING A. The Contractor shall properly prime and purge all air from the fuel oil supply and return piping prior to startup of the diesel engine generator which the fuel tank is connected to. 16T11 ST PS BACK-UP GENERATOR AND UPGRADES FUEL STORAGE TANK 13205-7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3.04 INSTALLATION, OPERATION AND MAINTENANCE MANUAL A. In addition to the normal Installation, Operation, and Maintenance manuals required by the contract, a spare manual will be shipped with the unit to allow for proper operation of the equipment prior to the release of all final Installation, Operation, and Maintenance manuals. END OF SECTION 13205 16TH ST PS BACK-UP GENERATOR AND UPGRADES FUEL STORAGE TANK 13205-8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 15070 MISCELLANEOUS PIPING AND APPURTENANCES PART 1 GENERAL 1.01 DESCRIPTION This section includes materials, installation and testing of miscellaneous piping, fittings and appurtenances not covered in other sections. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 09900: Painting and Coating. 1.03 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit manufacturer's catalog data and descriptive literature showing dimensions and materials of construction. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be based on the unit price per linear foot or shall be included as part of the assembly in which the work is included, all in accordance with the bid amount stated in the Proposal. PART 2 PRODUCTS 2.01 POLYVINYL CHLORIDE PIPE (PVC) AND FITTINGS A. General: All plastic drainpipe and fittings shall be unplasticized polyvinyl chloride (PVC) Type I, Grade 1 Normal Impact PVC conforming to ASTM D1784. All pipes shall meet the applicable requirements and specifications of the National Sanitation Foundation Testing Laboratories, Inc. B. PVC pipe shall be made from all new rigid unplasticized polyvinyl chloride and shall be normal impact (Type I) Schedule 80 unless otherwise shown. Elbows and tees shall be of the same material as the pipe. Unless otherwise shown, joints shall be solvent -welded in accordance with the manufacturer's instructions. Expansion joints or pipe bends shall be provided to absorb pipe expansion over a temperature range of 100° F. 2.02 STAINLESS STEEL PIPE (2 -INCH AND SMALLER) Stainless steel pipe shall be Schedule 40S seamless, conforming to the requirements of ASTM A312. Joints shall be screwed. 16TH ST PS BACK-UP GENERATOR AND UPGRADES MISC. PIPING AND APPURT. 15070- 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. Fittings shall be screwed, stainless steel, 150 pound, rated 1,000 -pound CWP, with forgings conforming to ASTM A 276, Type 316. Dimensions shall conform to ANSI B 16.3. Branch connections shall be screwed tees as specified above, or shall be 3,000 -pound WOG forged stainless steel, ASTM A 182, Grade 316L commercial welding branch fittings with threaded outlet. Welding branch fittings shall be as manufactured by the Bonney Forge Division of Gulf and Western Industrial Division (Allentown, PA), Allied Piping Products Co., Inc. (Norristown, PA), or approved equal. Thread lubricant shall be Teflon tape. Contractor shall provide a dielectric barrier between contacting surfaces wherever stainless steel pipe is supported by metallic brackets, hangers, or other devices. The dielectric barrier material shall be as approved by Engineer. 2.03 GROOVED END COUPLING Grooved end couplings shall be designed for a water working pressure equal to the design pressure for the pipe on which they are to be installed, and shall be equipped with Grade H rubber gaskets. Unless noted otherwise, couplings shall be Victaulic Style 77, or approved equal. 2.04 FLANGES, GASKETS, AND BOLTS Flanges shall conform to dimensions and drilling of ANSI B16.1, Class 125, or as called for on the Drawings. Flange gaskets shall be ring type, Johns- Mansville Style 605, Cranite, or equal. Thickness shall be 1/16 -inch for pipe 18 -inches and smaller, and 1/8 -inch for larger pipe. Flange assembly bolts shall be standard hexagon head carbon steel machine bolts with heavy hot pressed hexagon nuts. Threads shall conform to ANSI 131.1, coarse thread series, Class 2 fit. Bolt length shall be such that after the joints are made up, the bolts shall protrude through the nut, but not more than 1/2 -inch. All bolts and nuts for buried flanges and flanges located outdoors above ground shall be Type 316 stainless steel conforming to ASTM A 193, Grade 138M for bolts and ASTM A 194, Grade 8M for nuts. 2.05 GASKETS Except as otherwise provided, gaskets for flanged joints shall be 1/16 -inch thick laminated asbestos fiber, Cranite, or approved equal. Wherever blind flanges are shown, the gaskets shall consist of 1/16 -inch thick reinforced rubber, which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. 2.06 INSULATING BUSHINGS OR UNIONS Where shown, pipe or fittings made of non-ferrous metals shall be isolated from ferrous metals by PVC insulating pipe bushings or unions as manufactured by Smith -Blair, Corrosion Control Products Company, or approved equal. 16TH ST PS BACK-UP GENERATOR AND UPGRADES MISC. PIPING AND APPURT. 15070-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. PART 3 EXECUTION 3.01 GENERAL The CONTRACTOR shall install pipe closure sections, fittings, valves, and appurtenances shown, including pipe supports, bolts, nuts, gaskets, and jointing materials. All exposed piping shall be adequately supported with devices of appropriate design. Where details are shown, the supports shall conform thereto and shall be placed as indicated; provided that the support for all piping shall be complete and adequate as herein specified, regardless of whether said supporting devices are specifically called for. 3.02 ALL OTHER PIPING All other piping and appurtenances shall be installed utilizing installation procedures standard with the manufacturer of the pipe. Care shall be taken to prevent damage or injury to all piping and appurtenances during handling and installation. END OF SECTION 15070 16TH ST PS BACK-UP GENERATOR AND UPGRADES MISC. PIPING AND APPURT. 15070-3 CITY" OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 15074 HANGERS AND SUPPORTS PART 1 GENERAL 1.01 DESCRIPTION The work of this section consists of providing necessary materials and installation to properly support all pipe, electrical conduit, ductwork and miscellaneous hardware. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 207-9: Iron Pipe and Fittings. B. Section 303: Concrete, Mortar and Related Materials. C. Section 05125: Miscellaneous Metalwork D. Section 09900: Painting and Coating. E. Section 16050: General Electrical Provisions 1.03 QUALITY ASSURANCE Standards, codes, rules and regulations as established by Section 11010. 1.04 SUBMITTALS A. Shop Drawings: Submit certified drawings showing all details of pipe, electrical conduit, ductwork and miscellaneous support devices. Shop drawings shall include all details of construction, anchor size, hanger rod sizes, bar sizes, weld sizes, mounting dimensions and overall space requirements. B. Manufacturer's Literature: Submit manufacturer's literature for all channels, Clevis hooks, straps, hanger rod, anchors, fasteners, and related material used in their utility support systems. PART 2 PRODUCTS 2.01 FRAMING SUPPORT SYSTEMS A. As called out on the drawings and as required to provide adequate support, use framing systems as manufactured by Unistrut Corp. or equal. B. All fasteners shall be stainless steel conforming to Sections 05125 - Miscellaneous Metalwork. C. All materials shall be hot -dipped galvanized steel. 16TH ST PS BACK-UP GENERATOR AND UPGRADES HANGERS AND SUPPORTS 15074-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. D. Continuous insert embedment channel shall be Unistrut P-3300 Series, Cain Strut No. C- 3450/70, or equal. 2.02 STRUCTURAL MISCELLANEOUS METALS As specified in Section 05125. All structural miscellaneous metals used for hangers and supports shall be hot -dip galvanized in accordance with ASTM A-123. Vent holes shall be provided in closed tube type members in an unobtrusive location as required to prevent any danger of explosion during the galvanizing process. 2.03 SEISMIC BRACING The discharge header shall be seismically braced laterally every 5 feet, and braced longitudinally and laterally every 10 feet and at 90° bends. The seismic bracing shall consist of 3/8 -inch steel plate welded to pipe hanger, '/z -inch diameter all threaded rod, %-inch diameter flexible connector and eye rod inserted in the ceiling. PART 3 EXECUTION 3.01 PIPE SUPPORT Pipes shall be supported as shown on the Drawings, otherwise use appropriate type of support. Supports shall be used to meet all criteria herein, regardless of whether or not indicated on the drawings. No pipe shall be left unsupported whenever a change in direction of line or flow takes place. At least one support shall be provided between every two couplings. Supports shall be provided for all valves and other metallic appurtenances. In no case shall the distance between supports exceed the following unless specifically indicated otherwise on the drawings or specified otherwise in other sections. Pipe Size Inches 1/2-3/4 1 1-1/4-2 3 4 3.02 ELECTRICAL CONDUIT SUPPORT See Section 16050 3.03 DUCTWORK SUPPORT Maximum Span Between Supports (Feet) 5 6 8 10 12 A. The support type detail used will be as shown on the drawing. The spacing and frequency of support details will be as required by the latest SMACNA guide. 3.04 MISCELLANEOUS HARDWARE Support as shown. When not shown, support as required to form a solid, rigid, strong installation satisfactory to the Engineer. 16M ST PS BACK-UP GENERATOR AND UPGRADES HANGERS AND SUPPORTS 15074-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3.05 COLD GALVANIZED All field cut bare metal not designated to be painted. END OF SECTION 15074 16TH ST PS BACK-UP GENERATOR AND UPGRADES HANGERS AND SUPPORTS 15074-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 15191 FUEL OIL PIPING PART 1 - GENERAL 1.01 SCOPE A. This Section includes diesel fuel piping, specialties, and accessories. 1.02 RELATED SECTIONS A. Section 13205 Above Grade Fuel Storage Tank B. Section 16620 Standby Generator C. Division 16, Applicable Sections 1.03 SUBMITTALS A. Product Data: For each type of product: 1. Include construction details, material descriptions, and dimensions of individual components and profiles. 2. Include, where applicable, rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. 3. For valves, include pressure rating, capacity, settings, and electrical connection data of selected models. B. Shop Drawings: 1. Piping Lay Drawings 2. Connection Details 3. Pipe Supports C. Field Test Reports: Indicate and interpret test results for compliance with performance requirements. 1.04 QUALITY ASSURANCE A. All materials shall be new and of current manufacture. B. Comply with ASME 1331.1 "Power Piping," for fuel oil piping materials, installation, inspection, and testing. C. Comply with NFPA 30, "Flammable and Combustible Liquids Code," and NFPA 37, "Installation and Use of Stationary Combustion Engines and Gas Turbines." for fuel oil piping materials, components, installations, inspection, and testing. 16TH ST PS BACK-UP GENERATOR AND UPGRADES FUEL OIL PIPING 15191 - 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1.05 PERFORMANCE REQUIREMENTS A. Minimum Working -Pressure Rating: Unless otherwise indicated, minimum pressure requirement for fuel oil piping is 150 psig. 1.06 WORK PAYMENT A. Payment for the Work in this Section shall be included as part of the lump -sum or unit -price bid amount for which such Work is appurtenant thereto, including all Work and materials specified herein and as may be required to complete this portion of the Work. PART 2 -PRODUCTS 2.01 PIPING MATERIALS A. Pipe: Black steel ASTM A53, Grade B, seamless Schedule 40. B. Threaded Fittings: Malleable iron 150 psi class, ANSI B 16.3 at valves and unions. C. Flexible Hose: Type 316 Stainless steel braided hose. 2.02 SPECIALTY VALVES A. Oil Shutoff Valves: UL 842; Ball valves shall be two-piece, full line size (full port) 316 stainless steel balls and stems and reinforced seats and stuffing box rings. All ball valves shall be designed to permit repacking while valve is in line. Valves shall be furnished with blowout proof stems. Valves used for balancing shall be provided with balancing stops. B. Emeryency Shut -Off Valve (Fusible Link): UL listed for flammable and combustible liquids. Includes 316 stainless steel body; fuse link activates spring closure at 165°F (73°C); and 50-psig (433.7kPa) minimum pressure rating. C. Anti -Siphon Valve: Inline normally closed anti -siphon valve designed to prevent accidental liquid loss in the event of a leak or break in the piping. Includes 304/316 body (wetted components) and Viton disc; integrated expansion relief; maximum working pressure is 200 psi; and operating temperature range is -107 (-23°C) to 200°F (93°C). Opening vacuum pressure shall not exceed 5 In. Hg. 2.03 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Specialty Valves: a. Morrison Bros. Co. b. Conbraco Industries, Inc.; Apollo Div. C. Nibco, Inc. d. Watts Industries, Inc.; Water Products Div. 16TH ST PS BACK-UP GENERATOR AND UPGRADES FUEL OIL PIPING 15191-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. PART 3 - EXECUTION 3.01 PIPING APPLICATIONS A. Flanges, unions, transition, and special fittings with pressure ratings same as or higher than system pressure rating may be used in applications below, unless otherwise indicated. 3.02 VALVE INSTALLATION A. Install valves in accessible locations, protected from possible damage. B. Install valves at branch connections to supply mains and at equipment. C. Install drain valves at piping low points. 3.03 HANGER AND SUPPORT INSTALLATION A. Refer to ASME 1331.1 "Power Piping" and Division 15 Section "Hangers and Supports" for pipe hanger and support devices. 3.04 CONNECTIONS A. Install piping adjacent to equipment to allow service and maintenance. B. Connect piping to equipment with oil shutoff valve with fusible link and union. Install unions between valve and equipment. C. Install stainless steel braided hose connections on ends of fuel piping where connected to fuel tank and generator. 3.05 FIELD QUALITY CONTROL A. Inspect and test piping including pressure testing and weld inspection according to NFPA 30, "Testing" Paragraph and NFPA 37, "Tests of Piping" Paragraph; ASME 1331.1 "Power Piping" and according to requirements of authorities having jurisdiction. B. Repair leaks and defects with new materials and retest system until satisfactory results are obtained. C. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. END OF SECTION 15191 161*11 ST PS BACK-UP GENERATOR AND UPGRADES FUEL OIL PIPING 15191-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1.01 SCOPE A. The Contractor shall provide electrical and appurtenant Work necessary for a complete and operable electrical system, in accordance with the Contract Documents. B. The Contractor shall make all field connections and terminations to all motors, switchgear, panels, control equipment and devices, instruments, and to all vendor -furnished packaged equipment. The requirements of this Section shall apply to all electrical items indicated in Division 16 unless otherwise indicated. C. The Contractor shall provide all materials and incidentals required to complete the electrical work. Typical materials which may be incidentals are terminal lugs not furnished with vendor -supplied equipment, compression connectors for cables, splices, junction and terminal boxes, and all control wires required by vendor -furnished equipment to interconnect with other equipment all specifically indicated on the Contract Documents. 1.02 REFERENCE SPECIFICATIONS, CODE AND STANDARDS C. Codes and Standards: 1. NEC - National Electrical Code, latest edition 2. CEC — California Electrical Code — latest edition D. Government Standards: 1. FS WW -C-581 D, E - Conduit, Metal, Rigid, And Intermediate; And Coupling, Elbow, and Nipple, Electrical Conduit: Steel, Zinc Coated E. Commercial Standards: 1. ANSI C80.1 - Zinc Coated, Rigid Steel Conduit, Specification for 2. ANSI C80.4 - Fittings for Rigid Metal Conduit and Electrical Metallic Tubing, Specifications for 3. ANSI/UL 467 - Grounding and Bonding Equipment, Safety Standard for 4. ASTM B3 - Soft or Annealed Copper Wire 16'" ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 5. ASTM B8 - Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, and Soft 6. ASTM B33 - Specification for Timed Soft or Annealed Cooper Wire for Electrical Purposes 7. ICEA 5-61-402 - Thermoplastic - Insulated Wire and Cable 8. ICEA S-66-524, NEMA WC7 - Cross -Linked, Thermosetting, Polyethylene Wire and Cable 9. ICEA S-68-516, NEMA WC8 - Ethylene Propylene Rubber Insulated Wire and Cable 10. NEMA 250 - Enclosures for Electrical Equipment (1,000 volts maximum) 11. UL 6 - Rigid Metal Electrical Conduit 14. UL 44 - Rubber - Insulated Wire and Cable. F. All equipment furnished by the Contractor shall be listed by and shall bear the label of Underwriters' Laboratories, Incorporated (UL), or of an independent testing laboratory acceptable to the local code -enforcement agency having jurisdiction. E. The construction and installation of all electrical equipment and materials shall comply with all applicable provisions of the OSHA Safety and Health Standards (29CFR1910 and 29CFR1926, as applicable), State Building Standards, and applicable local codes and regulations. 1.03 SUBMITTALS A. Shop Drawings and Catalog Data: The Contractor shall submit shop drawings and catalog data submittals in accordance with this section. B. Material Lists: The Contractor shall submit complete material lists for the Work of this Section. Such lists shall state the manufacturer and brand name of each item or class of material. The Contractor shall submit shop drawings for all grounding work not specifically indicated. C. Shop Drawing Content: Shop drawings are required for materials and equipment listed in other Sections. Shop drawings shall provide sufficient information to evaluate the suitability of the proposed material or equipment for the intended use, and for compliance with these Specifications. The following shall be included: Front, side, rear elevations and top views with dimensional data. 2. Location of conduit entrances and access plates. 3. Component data. 16rH ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 4. Connection diagrams, terminal numbers, wire numbers, internal wiring diagrams, conductor size, and cable numbers. 5. Method of anchoring, seismic requirement; weight. 6. Types of materials and finish. 7. Nameplates. 8. Temperature limitations, as applicable. 9. Voltage requirement, as applicable. 10. Front and rear access requirements. D. Catalog Data: Catalog data shall be submitted to supplement all shop drawings. Catalog cuts, bulletins, brochures, or the like or photocopies of applicable pages thereof shall be submitted for mass produced, non -custom manufactured material. These catalog data sheets shall be stamped to indicate the project name, applicable Specification section and paragraph, model number, and options. This information shall be marked in spaces designated for such data in the stamp. E. Materials and Equipment Schedules: The Contractor shall furnish within 30 days, a complete list of all materials, equipment, apparatus, and fixtures proposed for use. The list shall include type, sizes, names of manufacturers, catalog numbers, and such other information required to identify the items. F. Manuals: The Contractor shall furnish manuals as part of the shop drawing submittals. G. Record Drawings: In addition to the record drawings as a part of the record drawing requirements, the Contractor shall show depths and routing of all duct bank concealed below grade electrical installations. 1.04 QUALITY ASSURANCE A. Field Control of Location and Arrangement: The Drawings diagrammatically indicate the desired location and arrangement of outlets, conduit runs, equipment, and other items. The Contractor shall determine the exact locations in the field based on the physical size and arrangement of equipment, finished elevations, and other obstructions. Locations shown on the Drawings, however, shall be adhered to as closely as possible. B. Equipment Locations: All conduit and equipment shall be installed in a manner to avoid all obstructions and to preserve head room and keep openings and passageways clear. Lighting fixtures, switches, convenience outlets, and similar items shall be located within finished rooms, as shown. Where the Drawings do not indicate exact locations, such locations shall be obtained from the Engineer. Where equipment is installed without instruction and must be moved, it shall be moved without additional cost to the OWNER. 16TH ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Workmanship: All materials and equipment shall be installed in accordance with printed recommendations of the manufacturer which have been reviewed by the Engineer. The installation shall be accomplished by workmen skilled in this type of work and installation shall be coordinated in the field with other trades so that interferences are avoided. D. Quality of Work: All Work, including installation, connection, calibration, testing, adjustment, and paint touchup, shall be accomplished by qualified, experienced personnel working under continuous, competent supervision. The completed installation shall display competent work, reflecting adherence to prevailing industrial standards and methods. E. Protection of Equipment and Materials: The Contractor shall furnish adequate means for and shall fully protect all finished parts of the materials and equipment against damage from any cause during the progress of the Work and until acceptable by the Engineer. F. Protection: All materials and equipment, both in storage and during construction, shall be covered in such a manner that no finished surfaces will be damaged, marred, or splattered with water, foam, plaster, or paint. All moving parts shall be kept clean and dry. G. Damaged Materials and Equipment: The Contractor shall replace or have refinished by the manufacturer, all damaged materials or equipment, including face plates of panels and switchboard sections, at no expense to the OWNER. H. Tests: The Contractor shall perform all tests required by the Engineer or other authorities having jurisdictions. All such tests shall be performed in the presence of the Engineer. The Contractor shall furnish all necessary testing equipment and pay all costs of tests, including all replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. The following testing shall be accomplished: Testing for the ground resistance value under "Grounding," below. Insulation resistance tests under "Wire and Cable," below. Operational testing of all equipment furnished and/or connected in other Sections of Division 16, including furnishing of support labor for testing. Standard test reports for mass-produced equipment shall be submitted along with the shop drawing for such equipment. Test reports on testing specifically required for individual pieces of equipment shall be submitted for review prior to final acceptance of the project. Any test failure shall be corrected in accordance with the industry practices and in a manner satisfactory to the Engineer. 1.05 PERMITS AND INSPECTION A. The Contractor shall obtain permits and pay for inspection fees as indicated in the Contract Documents. 16'"" ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1.06 AREA DESIGNATIONS A. General: For purposes of delineating electrical enclosure and electrical installation requirements of this project, certain areas have been classified in the Contract Documents as defined below. Electrical installations within these areas shall conform to the referenced code requirements for the area involved. B. General Purpose Indoor Locations: Electrical work installed in areas which are not otherwise specifically classified shall be "General Purpose." Workmanship and enclosures shall comply with the general requirements of these Specifications. Electrical enclosures shall be NEMA Type 1 unless otherwise specified or noted. C. Outdoor and Damp Locations: In outdoor locations, raceway shall be galvanized rigid PVC (polyvinyl chloride) -coated conduit; entrances shall be threaded; and fittings shall have gasketed covers. Provisions shall be made to drain the fitting or conduit system. Threaded fastening hardware shall be stainless steel. Raceway supports such as hanger rods, clamps, and brackets shall be stainless steel. Attachments or welded assemblies shall be galvanized after fabrication. Instruments and control cabinets, and panel enclosures shall be NEMA Type 3R enclosure. Switchboard and motor control centers shall be weatherproof NEMA Type 3R. Enclosures shall be mounted 1 inch from walls to provide an air space. Locations which are indoors and 2 feet below grade elevation or which are classified as damp locations on the Drawings shall have electrical installations which conform to the requirements for outdoor locations. "Damp locations" shall include pipe galleries, tunnels, and basements. All rooms housing liquid handling equipment are also classified as damp locations regardless of grade elevation. D. Splash Locations: Areas shown as splash proof shall have electrical installations as described for "outdoor locations." 1.07 CLEANUP A. Cleaning of Materials and Equipment: All materials and equipment shall be thoroughly cleaned. Exposed parts shall be thoroughly clean of cement, plaster, and other materials. All oil and grease spots shall be removed with a nonflammable cleaning solvent. Such surfaces shall be carefully wiped and all cracks and corners scraped out. Paint touchup shall be applied to all scratches on panels and cabinets. Electrical cabinets or enclosures shall be vacuum cleaned before final acceptance. B. Cleaning of the Site: During the progress of the Work, the Contractor shall clean the premises and leave the premises and all portions of the site free of debris. 1.08 DEMOLITION AND RELATED WORK A. Demolition Work: The Contractor shall perform all electrical demolition work as indicated. Electrical equipment and components, terminal and relay cabinets, VFD's, and MCCs, shall be returned to the OWNER in an orderly fashion to a designated location on the site. 16"H ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2. Wire, conduit, junction boxes, fittings, supports and miscellaneous hardware removed as part of the demolition work shall not be reused and shall be returned to the OWNER. 3. Wires and/or conduits that need to be extended shall be terminated in a new terminal box with terminal strips. Terminal box shall be properly sized by the Contractor. In outdoor installation, the terminal box shall be NEMA 4X 316 stainless steel. Wires and terminals shall be properly identified before disconnection and after reconnection. 4. Wiring in conduits located in or under slabs shall be removed. The conduit shall be plugged level with the floor where practical. In other cases, the conduit shall be cut three inches below the finished floor and the area shall be resurfaced. 5. Openings in walls and platforms created by the removal of conduit or electrical equipment shall be patched with materials similar to those in surrounding work areas or as required to provide proper sealed conditions as reviewed and accepted by the Engineer. Electrical demolition shall be as shown on the Drawings or as required by the Specifications. The Contractor shall exercise due care in the removal of the equipment made surplus by this project so as not to impair its resale value or reuse. The OWNER has the right to salvage any wire or other electrical equipment removed from the project. B. Installation of New Equipment in Existing Structures: Installation of certain new equipment and devices is required in existing structures. For this phase of the Work, the Contractor shall remove existing equipment or devices, install new equipment as indicated, remove existing conductors from existing raceways, and pull new conductors in existing raceways, reconnect existing conductors or furnish and install new conduit and wires. The Contractor shall visit the site before bidding and carefully examine existing installation so that its proposal will reflect all the Work necessary to provide a complete installation so that the resulting installation will function as required. Include in the bid price all costs of labor and materials necessary to complete installations. C. Installation of Temporary Equipment: To facilitate continuous operation of existing equipment, temporary equipment shall be provided where indicated. The Contractor shall submit installation and connection details for review and acceptance. Temporary installations shall be provided at no additional cost to the OWNER. All cables, conduits, and fittings used in temporary connections shall not be reused to install permanent connections. Salvaged items shall be returned to the OWNER. D. Plant Monitoring Power and Control Shutdowns: 16" ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. Existing plant operation shall be continued during this demolition process. The Contractor shall carefully examine all Work to be done in, on, or adjacent to existing equipment. Work shall be scheduled, subject to the OWNER's approval, to minimize required plant shutdown time. The Contractor shall submit a written request, including sequence and duration of activities to be performed during plant shutdown. The Contractor shall perform all switching and safety tagging required for plant shutdown or to isolate existing equipment. In no case shall the Contractor begin any Work in, on, or adjacent to existing equipment without written authorization of the Engineer. E. Modifications to Existing Electrical Facilities: The Contractor shall provide all modifications or alterations to existing electrical facilities required to successfully install and integrate the new electrical equipment. All modifications to existing equipment, panels, or cabinets shall be made in a professional manner with all coatings repaired to match existing. Modifications to existing electrical facilities required for a complete and operating system shall be made at no additional cost to the OWNER. Extreme caution shall be exercised in digging trenches in order not to damage existing underground utilities. Cost of repairs of damages caused during construction shall be the Contractor's responsibility. The Contractor shall verify all available existing circuit breakers in lighting panels for their intended use as required by the Drawings. At no additional cost to the OWNER, the Contractor shall verify the available space in substation switchboards to integrate new power circuit breakers. PART 2 - PRODUCTS 2.01 GENERAL A. All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label where UL requirements apply. All equipment and materials shall be the products of experienced and reputable manufacturers in the industry. Similar items in the project shall be products of the same manufacturer. All equipment and materials shall be of industrial grade and standard of construction; shall be of sturdy design and manufacture; and shall be capable of reliable, trouble- free service. 2.02 GROUNDING A. General: All components of the grounding electrode system shall be manufactured in accordance with UL 467 and shall conform to the applicable requirements of NEC Article 250. B. Grounding Cable: Grounding cable shall be copper. Bare copper wire shall be annealed, No. 8 AWG minimum, if not called out in the Drawings. C. Ground Rods: Ground rods shall conform to ANSI/UL 467 and shall be 3/4 -inch diameter copper - clad steel, sectional type, joined by threaded copper alloy couplings. 16tH ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. Grounding connectors shall be high-strength copper alloy suitable for direct burial. 2. Wire connections shall be exothermic weld by Cadweld of Erico Products for underground installation, or Burndy Hyground System using irreversible compression -type connectors for exposed aboveground installation. Manufacturers of grounding materials shall be Copperweld, Blackburn, Burndy, or equal. 2.03 RACEWAYS A. General: Raceway shall be manufactured in accordance with UL and ANSI standards and shall bear UL label as applicable. B. Galvanized Rigid Steel (GRS) Conduit: Rigid steel conduits and fittings shall be full weight, mild steel, hot -dip galvanized and zinc bichromate coated inside and outside after galvanizing. Rigid steel conduit shall be manufactured in accordance with UL Standard No. 6 and ANSI C80.1. Rigid steel conduit shall be manufactured by Triangle PWC, Republic Steel, or equal. C. Flexible Metallic Conduit: Flexible metallic conduit shall be fabricated from galvanized interlocked steel strip. Liquid -tight flexible metallic conduit shall have an extruded PVC covering over the flexible steel conduit. For conduit sizes 3/4 inch through 1-1/4 inches, flexible conduits shall have continuous built-in copper ground conductor. Flexible conduit shall be American Brass, Anaconda, Electroflex, or equal. D. PVC -Coated Raceway: PVC -coated raceway system shall conform to Federal Specification WW -C -581E, ANSI C80.1, and to UL specifications. 1. The zinc surfaces of the conduits and fittings shall remain intact and undisturbed on both the inside and the outside of the conduit through the preparation and application processing. 2. A PVC coating shall be bonded to the galvanized outer surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. 3. The thickness of the PVC coating shall be a minimum of 40 mils. 4. A PVC jacketed coupling shall be furnished with each length of conduit. A PVC sleeve equal to the OD of the conduit shall extend 1-1/2 inches from each end of coupling. PVC -coated conduits shall be as manufactured by Robroy, Occidental (OCCAL), or equal. 16 I'll ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2.04 WIRE AND CABLE A. General: All conductors, including ground conductors, shall be copper. Insulation shall bear UL label and the manufacturer's trademark, type, voltage and temperature rating, and conductor size. Wire and cable shall be products of American, Rome Cable, Okonite, Houston, or equal. B. Control Cables: All control cables shall be rated for 600 V and shall meet the following requirements: Control wires shall consist of No. 14 gage stranded copper conductors and shall be XHHW rated for 90 degrees C at dry locations and 75 degrees C at wet locations. 2. Control wires at panels and cabinets shall be machine tool grade type MTW, UL approved, rated for 90 degrees C at dry locations. Multiconductor control cable shall be rated at 600 V and shall consist of No. 14 gauge stranded copper conductors, individually insulated with a minimum of 20 mils of polyethylene, 10 mils full color coded PVC jacket over each insulated conductor, a polyester tape over assembly, and an overall PVC jacket. Multiconductor cable shall be identified by either ICEA color coding or ink imprinting. Multiconductor cables may be used in conduits or cable trays as required by the Drawings. Multipull taped control conductor assemblies may be used in conduits as approved by the Engineer. Multiconductor tray cable shall be rated 600 V, listed by UL as Type TC cable per Article 340 of the NEC. The individual conductors shall be UL listed as Type XHHW, with a sunlight -resistant overall jacket. The cables shall pass UL and IEEE -383 ribbon burner flame tests. C. Instrumentation Cables: Shielded instrumentation cables shall be rated at 300 V and shall comply with the following requirements: Individual shielded cable shall consist of twisted 2 or 3 No. 18 gauge, stranded, color coded, tinned -coated copper in accordance with ASTM B 33 - Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes and B 8 - Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, and Soft. Color coding shall be black -clear, or black -red -clear. Insulation thickness shall be 32 mils of polyethylene, insulated with 2.3 mils 100% aluminum foil/polyester shield and No. 18 stranded tinned copper drain wire, all under a 32 mil PVC jacket. The shield shall be continuous and shall be grounded only at the receiving end, or as indicated. Multi -individual shielded pair or triad instrumentation cable shall consist of individual shielded and twisted pair copper conductors with an ethylene -propylene insulation, and No. 18 AWG tinned stranded copper drain wire, an overall aluminum mylar shield and an overall chloro-sulfonated polyethylene compound jacket. The cables shall be suitable for cable tray installation and shall be flame retardant. 16M ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. D. Building Wire and Cable: Building wires and cables shall be rated at 600 V and shall meet the following requirements: Building wire shall be single conductor copper cable listed by UL as Type XHHW rated 75 degrees C in wet locations and 90 degrees C in dry locations. Building wire No. 8 AWG and larger shall be stranded; size No. 10 AWG and smaller shall be solid or stranded. No wire smaller than No. 12 AWG shall be used unless specifically indicated. E. Cable Terminations: Cable terminations shall be in accordance with the following: 1. Compression connectors shall be Burndy "Hi Lug", Thomas & Betts "Shure Stake", or equal. Threaded connectors shall be split bolt type of high strength copper alloy. 2. Spring connectors (wire nuts) shall be 3M "Scotch Lok," "Ideal Wing Nuts", or equal. 3. Preinsulated fork tongue lugs shall be "Thomas & Betts" RC Series, Burndy, or equal. 4. General purpose insulating tape shall be Scotch No. 33, Plymouth "Slip -knot", or equal. High temperature tape shall be polyvinyl by Plymouth, 3M, or equal. 5. Splices in underground pullboxes shall be submersible type by Burndy or equal. 2.05 PULL AND JUNCTION BOXES A. Surface Mounted Boxes: Outlet, switch, pull and junction boxes where surface mounted in exposed locations shall be cast ferrous boxes with mounting lugs, zinc or cadmium plating, and enamel finish. Surface mounted boxes in concealed locations may be pressed steel. 2.06 CONDUIT FITTINGS A. General: Fittings shall comply with the same requirements as the raceway with which they will be used. Fittings having a volume less than 100 cubic inches for use with rigid steel conduit, shall be cast or malleable nonferrous metal. Such fittings larger than one inch shall be "mogul size." Fittings shall be of the gland ring compression type. Covers of fittings, unless in "dry" locations, shall be closed with gaskets. Surface -mounted cast fittings, housing wiring devices in outdoor and damp locations, shall have mounting lugs. B. Insulated Bushings: Insulated bushings shall be molded plastic or malleable iron with insulating ring, similar to O -Z Type A and B, equivalent types by Thomas & Betts, Steel City, Appleton, O-Z/Gedney, or equal. 16TH ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Insulated Grounding Bushings: Insulated grounding bushings shall be malleable iron with insulating ring and with ground lug, such as O -Z Type BL, equivalent types by T & B, Steel City, O-Z/Gedney, or equal. D. Erickson Couplings: Erickson couplings shall be used at all points of union between ends of rigid steel conduits which cannot be coupled. Running threads and threadless couplings shall not be used. Couplings shall be 3 -piece type such as Appleton Type EC, equivalent types such as manufactured by T & B, Steel City, O-Z/Gedney, or equal. E. Liquid -Tight Fittings: Liquid -tight fittings shall be similar to Appleton Type ST, equivalent types such as manufactured by Crouse -Hinds, T & B, O-Z/Gedney, or equal. Fittings shall be PVC coated when used with PVC coated conduits. F. Hubs: Hubs for threaded attachment of steel conduit to sheet metal enclosures, where required, shall be similar to Appleton Type HUB, equivalent types such as manufactured by T & B, Myers Scrutite, or equal. Hubs located outdoors shall be 316 stainless steel or PVC coated. G. Transition Fittings: Transition fittings to mate steel to PVC conduit, and PVC access fitting, shall be as furnished or recommended by the manufacturer of the PVC conduit. 2.07 ELECTRICAL IDENTIFICATION A. Nameplates: Nameplates shall be fabricated from white -letter, black -face laminated plastic engraving stock, Formica type ES -1, or equal. Each shall be fastened securely, using fasteners of brass, cadmium plated steel, or stainless steel, screwed into inserts or tapped holes, as required. Engraved characters shall be block style of adequate size to be read easily at a distance of 6 feet with no characters smaller than 1/8 -inch high. B. Conductor and Equipment Identification: Conductor and equipment identification devices shall be either imprinted plastic -coated cloth marking devices such as manufactured by Brady, Thomas & Betts, or equal, or shall be heat -shrink plastic tubing, imprinted split -sleeve markers cemented in place, or equal. C. Identification Tape: Identification tape for protection of buried electrical installation shall be a 6 - inch wide red polyethylene tape imprinted "CAUTION - ELECTRIC UTILITIES BELOW." 2.08 ENCLOSED SWITCHES A. Fusible Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. Fuse clips: Designed to accommodate Class R fuses. B. Nonfusible Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. C. Provide auxiliary contact where indicted in the control diagrams. 16TH ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. D. Enclosures: NEMA 1. PART 3 - EXECUTION 3.01 GROUNDING A. General: Grounding cable shall be sized in accordance with NEC Article 250 requirements when sizes are not indicated on the Drawings. The location of ground rods shall be as indicated. The length of rods forming an individual ground array shall be equal in length and shall be of the quantity required to obtain a ground resistance of no more than 5 ohms. B. Equipment Ground: Ground continuity throughout the facility shall be maintained by installing an electrically -continuous metallic raceway system, or a non-metallic raceway with a grounding conductor when non-metallic raceway is permitted in the Contract Documents. Metallic raceway shall be installed with double lock nuts or hubs at enclosures. Nonmetallic raceway containing do conductors operating at more than 50 V to ground, or any AC conductors, shall contain a copper grounding conductor either bare, or green if insulated. Such conductor shall be bonded to terminal and intermediate metallic enclosures. Metal equipment platforms which support any electrical equipment shall be bonded to the nearest ground bus or to the nearest switchgear ground bus. This grounding requirement is in addition to the raceway grounding required in the preceding paragraph herein. 3.02 RACEWAYS A. General: Raceways shall be installed as indicated, however, conduit routings shown are diagrammatic. Raceway systems shall be electrically and mechanically complete before conductors are installed. Bends and offsets shall be smooth and symmetrical, and shall be accomplished with tools designed for the purpose intended. Factory elbows shall be used for all 3/4 -inch conduit. Bends in larger sizes of metallic conduit shall be accomplished by field bending or by the use of factory elbows. All installations shall be in accordance with the latest edition of the NEC. B. Installation: Raceways shall be installed in accordance with the following schedule: Exposed Raceways: a. Conduits shall be rigidly supported with clamps, hangers, and Unistrut channels. b. Intervals between supports shall be in accordance with the National Electric Code. C. Conduit Terminations: Empty conduit terminations not in manholes or pullboxes shall be plugged. Exposed raceway shall be installed perpendicular or parallel to buildings except where 16TH ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. otherwise indicated. Conduit shall be terminated with flush couplings at exposed concrete surfaces. Conduit stubbed up for floor -standing equipment shall be placed in accordance with approved shop drawings. Metallic raceways installed below -grade or in outdoor locations and in concrete shall be made up with a conductive waterproof compound applied to threaded joints. Compound shall be Zinc Clads Primer Coatings No. B69A45, HTL-4 by Crouse -Hinds, Kopr Shield by Thomas & Betts, or equal. D. Conduit Installations: Flexible conduit shall be used at dry locations for the connection of equipment such as motors, transformers, instruments, valves, or pressure switches subject to vibration or movement during normal operation or servicing. Flexible conduit may be used in lengths required for the connection of recessed lighting fixtures; otherwise the maximum length of flexible conduit shall be 18 inches. 2. In other than dry locations, connections shall be made using flexible liquid -tight conduit. Equipment subject to vibration or movement which is normally provided with wiring leads, such as solenoid valves, shall be installed with a cast junction box for the make-up of connections. Flexible conduits shall be as manufactured by American Brass, Cablec, Electroflex, or equal. 3.03 WIRES AND CABLES A. General: Conductors shall not be pulled into raceway until: Raceway system has been inspected and accepted by the Engineer. Plastering and concrete have been completed in affected areas. Raceway system has been freed of moisture and debris. B. Wire and Cables: Conductors of No. 1 size and smaller shall be hand pulled. Larger conductors may be installed using power winches. Pulling tensions on the cables shall be within the limits recommended by the cable manufacturer. Wire pulling lubricant, where needed, shall be UL approved. 2. Wire in panels, cabinets, and gutters shall be neatly grouped using nylon tie straps, and shall be fanned out to terminals. C. Splices and Terminations: The Contractor shall provide, install, and terminate the conductors required for power and controls to electrical equipment and to interconnect incoming annunciator, instrumentation terminal cabinets, and control and instrumentation equipment except where indicated 16TH ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050- 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. elsewhere. There shall be no cable splices in underground manhole or pullboxes unless otherwise indicated. 2. All 120/208-V and 480-V branch circuit conductors may be spliced in suitable fittings at locations determined by the Contractor. 3. Solid conductors shall be terminated at equipment terminal screws with proper care that conductor is tightly wound around screw and does not protrude beyond screw head. Stranded conductors shall be terminated directly on equipment box lugs making sure that all conductor strands are confined within lug. Use forked -tongue lugs where equipment box lugs have not been provided. 4. Splices in 600-V wire which are not pre -insulated shall be insulated with three layers of tape each half lapped except that splices in below grade pull boxes or in any box subject to flooding shall be made watertight using an epoxy resin splicing kit or other approved means. 5. Splices to motor leads in motor terminal boxes shall be wrapped with mastic material to form a mold and then shall be taped with a minimum of two layers of varnished cambric tape overtaped with a minimum of two layers of high temperature tape. 6. Control devices, such as solenoid operated valves, that are normally supplied with conductor pigtails, shall be terminated per manufacturer recommendation. D. Cable Assembly and Testing: Cable assembly and testing shall comply with applicable requirements ICEA Publication No. 5-68-516 and other relevant ICEA publications. Factory test results shall be submitted in accordance with this Section, prior to shipment of cable. The following tests shall be the minimum requirements: 1. High potential DC test shall be performed on all cables operating at more than 2000 V to ground. 2. Insulation resistance shall be obtained and shall not be less than the value recommended by ICEA. 3. All cables rated at 600 V shall be tested for insulation resistance between phases and from each Phase to a ground using a megohmeter. 4. All field testing mentioned above shall be done after cables are installed in the raceways. Field tests shall be performed by certified test organization acceptable to the cable manufacturer. Test results shall be submitted for review and acceptance. 6. Cables failing in the said tests shall be replaced with a new cable or repaired. Such kind of repair methods shall be as recommended by the cable manufacturer and shall be performed by persons certified by the industry. 16'H ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. E. Continuity Test: All control and instrumentation cables shall be tested for continuity, polarity, undesirable ground, and origination. Such tests shall be performed prior to placing all cables in service. 3.04 PULL AND JUNCTION BOXES A. Sizing: Pull and junction boxes shall be sized in accordance with the requirements of the NEC. B. Outlet Boxes: Outlet boxes shall be used as junction boxes wherever possible. Where separate pullboxes are required, they shall have screw covers. C. Requirements: Pullboxes shall be installed when conduit run contains more than three 90 -degree bends and runs exceed 200 feet. 3.05 EQUIPMENT ANCHORING A. Anchors: Freestanding or wall -hung equipment shall be anchored in place by methods that will meet seismic requirement in the area where project is located. Wall -mounted panels that weigh more than 500 pounds or which are within 18 inches of the floor shall be provided with fabricated steel support pedestal(s). Pedestals shall be of welded steel angle sections. If the supported equipment is a panel or cabinet and enclosed with removable side plates, it shall match supported equipment in physical appearance and dimensions. Transformers hung from 4 -inch stud walls and weighing more than 300 pounds, shall have auxiliary floor supports. B. Anchoring Methods: Anchoring methods and leveling criteria specified in the printed recommendations of the equipment manufacturers are a part of the Work of this Contract. Such recommendations shall be submitted as required for shop drawings in this Section. 3.6 CABLE AND EQUIPMENT IDENTIFICATION A. General: The completed electrical installation shall be provided with adequate identification to facilitate proper control of circuits and equipment and to reduce maintenance effort. B. Cable: Assign each control and instrumentation wire and cable a unique identification number. Said numbers shall be assigned to all conductors having common terminals and shall be shown on all shop drawings. Identification numbers shall appear within 3 inches of conductor terminals. "Control" shall be defined as any conductor used for alarm, annunciator, or signal purposes: Multiconductor cable shall be assigned a number which shall be attached to the cable at intermediate pull boxes and at stub -up locations beneath free-standing equipment. It is expected that the cable number shall form a part of the individual wire number. All individual control conductors and instrumentation cable shall be identified at pull points as described above. The instrumentation cable numbers shall incorporate the loop numbers indicated on the Drawings. All 120/208-V system feeder cables and branch circuit conductors shall be color coded as follows: Phase A -black, Phase B -red, Phase C -blue, and Neutral -white. The 480/277-V 16"" ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050- 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. system conductors shall be color coded as follows: Phase A -brown, Phase B -orange, Phase C -yellow, and Neutral -gray. Color coding tape shall be used where colored insulation is not available. Branch circuit switch shall be yellow. Insulated ground wire shall be green, and neutral shall be gray. Color coding and phasing shall be consistent throughout the site, but bars at panelboards, switchboards, and motor control centers shall be connected Phase A -B -C, top to bottom, or left to right, facing connecting lugs. General purpose ac control cables shall be pink. General purpose do control cables shall be blue. 4. All spare cables shall be terminated on terminal screws and shall be identified with a unique number as well as with destination. Terminal strips shall be identified by imprinted, varnished, marker strips attached under the terminal strip. C. Equipment: Equipment and devices shall be identified as follows: Nameplates shall be provided for all panelboards, panels, starters, switches, and pushbutton stations. In addition to the name plates shown, control devices shall be equipped with standard collar -type legend plates. Control devices within enclosures shall be identified similar to the paragraph above. Empty conduits shall be tagged at both ends to indicate the destination at the far end. Where it is not possible to tag the conduit, destination shall be identified by marking an adjacent surface. END OF SECTION 16050 16 FH ST PS BACK-UP GENERATOR AND UPGRADES BASIC ELECTRICAL MATERIALS AND METHODS 16050-16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 16080 SITE ACCEPTANCE TESTING PART1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Basic requirements for acceptance testing. B. Related Sections include but are not necessarily limited to: 1. Special Provisions 2. General Provision 3. Contract Documents 4. Section 16050 — Basic Electrical Materials and Methods. 1.02 QUALITY ASSURANCE A. Referenced Standards: I. International Electrical Testing Association (NETA): a. ATS, Acceptance Testing Specifications for Electric Power Distribution Equipment and Systems. 2. National Institute for Certification in Engineering Technologies (NICET). 3. National Institute of Standards and Technology (NIST). 4. Nationally Recognized Testing Laboratory (NRTL). 1.03 SYSTEM DESCRIPTION A. The purpose of field acceptance testing is to verify equipment and system integrity and operation after manufacture, shipping and installation. I. All equipment included in Division 16 shall receive all routine factory tests required by the applicable industry standards or Nationally Recognized Testing Laboratory (NRTL) and certification of these tests shall be submitted concurrent with shipment to the job site. 2. However, factory testing will not be accepted in lieu of the field acceptance testing requirements specified in this Section. B. Test the following: 1. Test all electrical equipment on the project. 2. The following identifies the specific equipment to be tested: 16TH ST PS BACK-UP GENERATOR AND UPGRADES SITE ACCEPTANCE TESTING 16080-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. a. Step down dry type transformers. b. Low voltage cable: (1) All feeders. (2) All branch circuits: (a) Serving VFDs and/or motors. (b) Serving a load greater than 100 A. (3) All digital communication cables (e.g., Ethernet, Device Net, Modbus, etc.). C. Grounding and ground fault protection. d. Motors and motor controls. e. Functional tests. C. Tests and inspections not specifically listed, but required to insure that the equipment is safe to energize and ready for commercial operation, shall be performed. 1.04 SUBMITTALS A. See Special Provisions for requirements for the mechanics and administration of the submittal process. B. Submit prior to energizing equipment: 1. Photocopies of field test reports for all applicable pre-energization tests including over - potential, insulation resistance, contact resistance, ratio and excitation, protective device and continuity tests. C. Submit within two (2) weeks of the completion of acceptance testing: 1. Final test report signed by the engineering technician including the following information: a. Summary of Project. b. Description of equipment/components tested. (1) Identify equipment by tag numbers and circuit numbers shown on the Drawings. (2) Individual units of switchgear and switchboards shall be identified by manufacturer's section number as shown on Shop Drawings. C. Date and time of each test. d. Visual inspection report. e. Description of tests. f. Test results recorded legibly or typewritten on appropriate test forms. (1) Include acceptance criteria, acceptable range of values or other basis for pass/fail decision. 16TH ST PS BACK-UP GENERATOR AND UPGRADES SITE ACCEPTANCE TESTING 16080-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. (2) Include "as found" and "as left" results and identify all adjustments or corrections made during testing. g. Conclusions and recommendations. PART 2 - PRODUCTS - (NOT APPLICABLE) PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS A. Scope: 1. Complete visual inspection, mechanical and electrical operational tests and electrical acceptance tests shall be performed in accordance with NETA ATS. 2. The following paragraphs identify the scope of testing for each item to be tested. a. All required tests per NETA shall be performed. b. Tests identified by NETA ATS as optional shall be performed when listed below. C. Additional tests not required by NETA ATS are also listed when required. 3. Perform and report all tests recommended or required by the equipment manufacturer's installation, operation and maintenance instructions, even if not included in NETA ATS or listed below. 4. Repairs shall be made when test values do not meet known acceptable values. a. Test report shall clearly indicate "as found" and "as left" values, the cause of the unacceptable values, and the details of the corrective action taken to obtain acceptable results. B. Sequencing and Scheduling: 1. Testing shall be performed only after completion of installation of systems and equipment unless the nature of the test requires an exception. a. Do not test partial systems unless specified. 2. Schedule all tests intended to determine fitness for energizing to occur immediately prior to first energizing of equipment. 3. Equipment and systems shall not be energized or placed into service until testing is complete and all unacceptable results have been resolved. a. Except tests that, by their nature, require the equipment in an energized or operational state, such as synchronism -check. C. Testing personnel shall have the following system and equipment reference data on site during all testing: 1. Approved Shop Drawings for the Project to include at a minimum: 16M ST PS BACK-UP GENERATOR AND UPGRADES SITE ACCEPTANCE TESTING 16080-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. a. Single line diagrams. b. Three -line diagrams. C. Cable schedules. 2. Manufacturers approved Shop Drawings for motor control centers and other major equipment items. 3. Manufacturer's instruction manuals for all equipment. 4. A copy of this Specification Section. 5. Manufacturer's instruction manuals for all test instruments. 6. NETA ATS. 3.02 ACCEPTANCE TESTING A. Low Voltage Molded Case Circuit Breakers: 1. Perform inspections and tests per NETA ATS 7.6.1.1. 2. Components: a. Test all components per applicable paragraphs of this Specification and NETA ATS. b. Thermal magnetic breakers: Visual and mechanical inspection per NETA ATS only. C. Solid-state trip type: Visual and mechanical inspection and electrical tests per NETA ATS. 3. Record as -left settings. B. Grounding: 1. Perform inspections and tests per NETA ATS 7.13. 2. Components: Test all components per applicable paragraphs of this Specification and NETA ATS. C. Motors: 1. Perform inspections and tests per NETA ATS 7.15.1. 2. Components: Test all components per applicable paragraphs of this Specification and NETA ATS. D. Motor Controllers: 1. Perform inspections and tests per NETA ATS 7.16. 2. Components: Test all components per applicable paragraphs of this Specification and NETA ATS. E. Control System Functional Test: 16TH ST PS BACK-UP GENERATOR AND UPGRADES SITE ACCEPTANCE TESTING 16080-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. Perform test upon completion of equipment acceptance tests. The test is to prove the correct interaction of all sensing, processing and action devices. Develop a test plan and parameters for the purpose of evaluating the performance of the system. 4. Perform the following tests: a. Verify the correct operation of all interlock safety devices for fail-safe functions in addition to design function. Verify the correct operation of all sensing devices, alarms and indicating devices. Systems to be tested: PLC's and local control system panels. END OF SECTION 16080 161" ST PS BACK-UP GENERATOR AND UPGRADES SITE ACCEPTANCE TESTING 16080-5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 16135 ELECTRICAL: EXTERIOR UNDERGROUND PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for: a. Handhole. b. Underground conduits and ductbanks. B. Related Sections include but are not necessarily limited to: 1. Division 1 - General Requirements. 2. Division 16 - Electrical 1.02 QUALITY ASSURANCE A. Referenced Standards: 1. American Association of State Highway and Transportation Officials (AASHTO): a. Standard Specifications for Highway Bridges. 2. ASTM International (ASTM): a. A536, Standard Specification for Ductile Iron Castings. 3. National Electrical Manufacturers Association (NEMA): a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum). 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 5. Society of Cable Telecommunications Engineers (SCTE): a. 77, Specification for Underground Enclosure Integrity. 1.03 DEFINITIONS A. Direct -buried conduit(s): 1. Individual (single) underground conduit. 2. Multiple underground conduits, arranged in one or more planes, in a common trench. B. Concrete encased ductbank: An individual (single) or multiple conduit(s), arranged in one or more planes, encased in a common concrete envelope. 16ST PS BACK-UP GENERATOR AND UPGRADES ELECTRICAL EXTERIOR UNDERGROUND 16135 -1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1.04 SUBMITTALS A. Shop Drawings: 1. See Special Provisions for requirements for the mechanics and administration of the submittal process. 2. Product technical data: a. Provide submittal data for all products specified in PART 2 of this Specification. 3. Fabrication and/or layout drawings: a. Provide dimensional drawings of each manhole indicating all specified accessories and conduit entry locations. 1.05 WORK PAYMENT A. Payment for the Work in this section shall be included as part of the lump -sum or unit -price bid amount for which such Work is appurtenant thereto, including all Work and materials specified herein and as may be required to complete this portion of the Work. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: I . Precast handholes: a. Utility Vault Co. b. Oldcastle Precast, Inc. C. Or equal. 2.02 HANDHOLES A. Precast Handholes: 1. Fiberglass reinforced polymer concrete or steel reinforced cement concrete structures: 2. Shall have an AASHTO live load rating of H-20 for full deliberate vehicle traffic. 3. Mating edges shall be tongue and groove type. 4. Solid bottom with a 12 inch x 12 inch or 12 inch diameter French drain in the bottom of each manhole. 5. Gasketed removable top slab with lifting eyes and cast in frame for cover. Cover extension rings as required. 2.03 UNDERGROUND CONDUIT AND ACCESSORIES A. Concrete: Comply with Division 3. B. Conduit: See Drawings. 16T" ST PS BACK-UP GENERATOR AND UPGRADES ELECTRICAL EXTERIOR UNDERGROUND 16135 -2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Duct Spacers/Supports: 1. High density polyethylene or high impact polystyrene. 2. Interlocking. 3. Provide 3 inch minimum spacing between conduits. 4. Accessories, as required: a. Hold down bars. b. Ductbank strapping. PART 3 - EXECUTION 3.01 GENERAL A. Drawings indicate the intended location of handholes and routing of ductbanks and direct buried conduit. 1. Field conditions may affect actual routing. B. Handhole Locations: 1. Approximately where shown on the Drawings. 2. As required for pulling distances. 3. As required to keep pulling tensions under allowable cable tensions. 4. As required for number of bends in ductbank routing. 5. Shall not be installed in a swale or ditch. 6. Determine the exact locations after careful consideration has been given to the location of other utilities, grading, and paving. 7. Locations are to be approved by the Engineer prior to excavation and placement or construction of manholes and handholes. C. Install products in accordance with manufacturer's instructions. D. Install handholes in conduit runs where indicated or as required to facilitate pulling of wires or making connections. E. Comply with the most recent edition of the Greenbook for trenching, backfilling and compacting. 3.02 HANDHOLES A. Precast Handholes: 1. For use in vehicular and non -vehicular traffic areas. 2. Construction: a. Grout or seal all joints, per manufacturer's instructions. 16rij ST PS BACK-UP GENERATOR AND UPGRADES ELECTRICAL EXTERIOR UNDERGROUND 16135 - 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3. Place manhole or handhole on a foundation of compacted 1/4 to 1/2 inch crushed rock or gravel a minimum of 8 inch thick and 6 inch larger than manholes or handholes footprint on all sides. 4. Install so that the top of cover is 1 inch above finished grade. a. Where existing grades are higher than finished grades, install sufficient number of courses of curved segmented concrete block between top of handhole frame to temporarily elevate manhole cover to existing grade level. 5. After installation is complete, backfill and compact soil around handholes. 6. Handhole size: a. As indicated on the Drawings or as required for the number and size of conduits entering or as indicated on the Drawings. 3.03 UNDERGROUND CONDUITS A. General Installation Requirements: Ductbank types per location: a. Concrete encased ductbank: (1) Under all traffic areas. (2) Conduits containing medium voltage cables. b. Direct -buried conduit(s): (1) All other locations. 2. Do not place concrete or soil until conduits have been observed by the Owners Representative. 3. Ductbanks shall be sloped a minimum of 4 inch per 100 -foot or as detailed on the Drawings. a. Low points shall be at handholes. 4. During construction and after conduit installation is complete, plug the ends of all conduits. 5. Provide conduit supports and spacers. a. Place supports and spacers for rigid nonmetallic conduit on maximum centers as indicated for the following trade sizes: (1) 1 inch and less: 3 FT. (2) 1-1/4 to 3 IN: 5 FT. (3) 3-1/2 to 6 IN: 7 FT. b. Place supports and spacers for rigid steel conduit on maximum centers as indicated for the following trade sizes: (1) 1 inch and less: 10 FT. (2) 1-1/4 to 2-1/2 IN: 14 FT. (3) 3 inch and larger: 20 FT. C. Securely anchor conduits to supports and spacers to prevent movement during placement of concrete or soil. 6. Stagger conduit joints at intervals of 6 inch vertically. 7. Make conduit joints watertight and in accordance with manufacturer's recommendations. 1611' ST PS BACK-UP GENERATOR AND UPGRADES ELECTRICAL EXTERIOR UNDERGROUND 16135 -4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 8. Accomplish changes in direction of runs exceeding a total of 15 degrees by long sweep bends having a minimum radius of 25 FT. a. Sweep bends may be made up of one or more curved or straight sections or combinations thereof. 9. Furnish manufactured bends at end of runs. a. Minimum radius of 18 inch for conduits less than 3 inch trade size and 36 inch for conduits 3 inch trade size and larger. 10. Field cuts requiring tapers shall be made with the proper tools and shall match factory tapers. 11. After the conduit run has been completed, pull a standard flexible mandrel having a length of not less than 12 inch and a diameter approximately 1/4 inch less than the inside diameter of the conduit through each conduit. a. Then pull a brush with stiff bristles through each conduit to remove any foreign material left in conduit. 12. Pneumatic rodding may be used to draw in lead wire. a. Install a heavy nylon cord free of kinks and splices in all unused new ducts. b. Extend cord 3 -foot beyond ends of conduit. 13. Transition from rigid non-metallic conduit to rigid metallic conduit, per Drawings, prior to entering a structure or going above ground. a. Except rigid non-metallic conduit may be extended directly to manholes, handholes, pad mounted transformer boxes and other exterior pad mounted electrical equipment where the conduit is concealed within the enclosure. b. Terminate rigid PVC conduits with end bells. C. Terminate steel conduits with insulated bushings. 14. Place warning tape in trench directly over ductbanks, direct -buried conduit, and direct - buried wire and cable. 15. Placement of conduits stubbing into handholes shall be located to allow for proper bending radiuses of the cables. B. Concrete Encased Ductbank: 1. Ductbank system consists of conduits completely encased in minimum 2 inch of red concrete and with separations between different cabling types as detailed on the Drawings. 2. Install so that top of concrete encased duct, at any point: a. Is not less than 24 inch below grade. b. Is below pavement sub -grading. 3. Where identified and for a distance 10 -foot either side of the area, the concrete shall be reinforced. a. The reinforcement shall consist of #4 bars and #4 ties placed 12 inch on center, in accordance with Division 3 or as detailed on the Drawings. 4. Conduit supports shall provide a uniform minimum clearance of 2 inch between the bottom of the trench and the bottom row of conduit. 16... ST PS BACK-UP GENERATOR AND UPGRADES ELECTRICAL EXTERIOR UNDERGROUND 16135 - 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 5. Conduit separators shall provide a uniform minimum clearance of 2 inch between conduits or as required in the Drawings for different cabling types. C. Direct -Buried Conduit(s): Install so that the top of the uppermost conduit, at any point: a. Is not less than 30 inch below grade. b. Is below pavement sub -grading. 2. Provide a uniform minimum clearance of 2 inch between conduits or as required in the Drawings for different cabling types. a. Maintain the separation of multiple planes of conduits by one of the following methods: (1) Install multilevel conduits with the use of conduit supports and separators to maintain the required separations, and backfill with flowable fill (100 PSI) or concrete per Division 3. (2) Install the multilevel conduits one level at a time. (a) Each level is backfilled with the appropriate amount of soil and compaction to maintain the required separations. D. Conduits embedded in concrete structure (e.g., sidewalks, bridge decks) where shown on the Contract Drawings: 1. Shall not be considered to replace structurally the displaced concrete except as indicated in the following: 2. Shall not be larger in outside diameter than one-third the thickness of concrete. 3. Shall have a minimum spacing of 3 diameter OC. 4. In reinforced concrete construction: a. Place conduit after reinforcing steel has been laid. b. The reinforcement steel shall not be displaced by the conduit. C. Provide a minimum of 1-1/2 inch of cover over conduit. END OF SECTION 16... ST PS BACK-UP GENERATOR AND UPGRADES ELECTRICAL EXTERIOR UNDERGROUND 16135 -6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 16250 AUTOMATIC TRANSFER SWITCH PART 1 - GENERAL 1.01 SCOPE A. Furnish and install the low voltage automatic transfer switches and bypass isolation automatic transfer switches having the ratings, features/accessories and enclosures as specified herein and as shown on the contract drawings. 1.02 RELATED SECTIONS A. SECTION 16480 — FEEDER BUSWAY 1.03 REFERENCES A. The automatic transfer switches and bypass isolation automatic transfer switches shall be designed, manufactured and tested in accordance with the latest applicable standards of UL and NEMA as follows: 1. UL 1008: Standard for Safety - Transfer Switch Equipment 2. CSA C22.2 No. 178: Automatic Transfer Switches 3. UL 991: Standard for Tests for Safety -Related Controls Employing Solid -State Devices 4. NFPA 70: National Electrical Code 5. NFPA 99: Essential Electrical Systems of Health Care Facilities 6. NFPA 110: Emergency and Standby Power Systems 7. NEMA ICS 10: Electromechanical AC Transfer Switch Equipment 8. IEEE 446: Recommended Practice for Emergency and Standby Power Systems 1.04 SUBMITTALS — FOR REVIEW/APPROVAL A. The following information shall be submitted to the Engineer: I . Front view and plan view of the assembly 2. Schematic diagram 3. Conduit space locations within the assembly. 4. Assembly ratings including: a. Voltage rating b. Continuous current rating C. Withstand and closing ratings 5. Cable terminal sizes 16 M ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 6. Product data sheets. B. Where applicable, the following additional information shall be submitted to the Engineer: 1. Busway connection 2. Connection details between close -coupled assemblies 3. Composite front view and plan view of close -coupled assemblies 1.05 SUBMITTALS — FOR CONSTRUCTION A. The following information shall be submitted for record purposes: 1. Final as -built drawings and information for items listed in section 1.04 2. Wiring diagrams 3. Certified production test reports 4. Installation information 5. Seismic certification as specified 1.06 QUALIFICATIONS A. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. B. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. C. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.07 REGULATORY REQUIREMENTS A. Provide a UL 1008 certificate of compliance for the transfer switches furnished under this section. 1.08 DELIVERY, STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. B. Equipment being stored prior to installation shall be maintained in a clean and dry condition. If stored outdoors, indoor equipment shall be covered and heated, and outdoor equipment shall be heated. 1.09 OPERATION AND MAINTENANCE MANUALS A. Equipment operation and maintenance manuals shall be provided with each assembly shipped and shall include instruction leaflets and instruction bulletins for the complete assembly and each major component. PART 2 - PRODUCTS 2.01 MANUFACTURERS 16TH ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. A. Eaton B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. Products in compliance with the specification and manufactured by others not named will be considered only if pre -approved by the engineer ten (10) days prior to bid date. 2.02 CONSTRUCTION A. Transfer switches shall be UL 1008 listed for application in their intended enclosures at 100% of continuous ampere rating and shall meet or exceed UL 1008 endurance test criteria to include rate of operation and number of operation cycles. 1. The transfer switch shall be designed and intended for switching the load connection between two power sources. 2. The transfer switch shall include electrical and mechanical interlocks to prevent unintentional paralleling of the power sources. 3. The transfer switch shall be of double throw construction and the dual electrical operators shall be equipped with a reliable two-step stored energy mechanism to charge the closing springs. The closing springs shall be capable of being charged electrically or manually. The closing of the main contacts shall automatically charge the opening springs to ensure quick -break operation. After closing the main contacts, the closing springs shall be capable of being re -charged. 4. The transfer switch shall include a mechanical coupling to facilitate completion of an open in-phase transition such that any inrush current is equal to or less than normal starting current for inductive loads. 5. The transfer switch main contacts shall be of silver composition, electrically operated and mechanically held in position. Inspection of the main contacts shall be possible from the front of the transfer switch without major disassembly. The transfer switch shall include removable arc chutes, housed within an arc chamber constructed of high -dielectric high-strength material, that are mounted over each set of main contacts. Arc chutes shall be constructed of metal plates and a baffle cover designed to extinguish an electrical arc and protect the main contacts. The transfer switch shall include pushbutton controls, mounted on the power switch device, to perform manual operation with an electrical load connected. The transfer switch shall provide colored mechanical indication of main contact position (open, closed), mounted on the power switch device, for source 1 and source 2. 9. The transfer switch shall provide colored mechanical indication of closing spring charge state (charged, discharged), mounted on the power switch device, for source 1 and source 2. B. Transfer switches shall be open transition, and provide a time delay in the "neutral position" adjustable from 0 to 600 seconds that will permit a delayed transition, and provide an in-phase monitor that will permit an in-phase transition between two live sources that have a phase angle difference of+/- 8 degrees or less (no generator sources) and +/- 5 degrees or less (1-2 generator sources). In the event that the sources do not synchronize to complete an in-phase transition within a time delay period adjustable from 1 to 60 minutes, the transfer switch shall be capable of defaulting to a delayed transition adjustable from 0 to 600 seconds or a load voltage decay transition adjustable from 2 to 30% of nominal voltage. 16" ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. The transfer switch shall include a means of deriving control power for electrical operation. Control power transformers shall be multi -tap for ease of voltage adjustment in the field. Control power for all transfer operations shall be derived from the line side of the source to which the load is being transferred. D. Transfer switches requiring a switched neutral shall include a fully -rated fourth pole that is identical to the other power poles. Switched neutral poles which are add-on, overlap, or not capable of breaking full rated load current are not acceptable E. Transfer switches requiring a solid neutral shall include a fully rated, solid neutral plate. F. For safety and serviceability, a continuous steel barrier shall be provided between the power conductor connections and the electrical control components including the automatic controller, control power transformer, relays, user controls, and indication lights. Together, the continuous steel barrier and enclosure front door shall form an isolated control compartment. 2.03 BYPASS ISOLATION AUTOMATIC TRANSFER SWITCHES A. The bypass isolation automatic transfer switch shall be constructed of an automatic transfer switch (ATS) and a Bypass Switch. B. Both the ATS and Bypass Switch shall be draw -out type, front accessible only, and capable of being connected, isolated or disconnected from the load and power source conductors to facilitate testing and maintenance. C. Both the ATS and Bypass Switch shall be capable of automatically transferring the load, in either direction, between the power sources. Automatic operation shall be self-acting and managed by the automatic controller. With the ATS isolated or disconnected, the Bypass Switch shall be capable of automatically initiating and completing a transfer. With the Bypass Switch isolated or disconnected, the ATS shall be capable of automatically initiating and completing a transfer. D. Transitioning the load between the ATS and Bypass Switch shall be accomplished without an interruption of power to the load and without opening the enclosure door. Designs that incorporate a cutout in the enclosure to accommodate handles, and do not provide a continuous steel barrier for worker safety, will not be accepted. E. The bypass isolation automatic transfer switch shall include electrical and mechanical interlocks to prevent unintentional paralleling of the power sources. F. The bypass isolation transfer switch shall be constructed with three (3) doors and include the following: A dedicated control compartment, with steel barrier, that provides isolation from the power conductor connections, ATS and Bypass Switch. A hinged control compartment door and adjoining electrical panel shall slide forward from the enclosure to provide easy access to electrical wiring and components for service. The control compartment shall house the automatic controller, control power transformer, relays, user controls, indication lights, communication devices, expansion modules, and other customer specified devices. Control wiring shall be harnessed with keyed disconnect plugs for ease of maintenance and customer connections shall be wired to a terminal block mounted inside the control compartment. The control compartment door shall be fitted with a maintenance isolation selector switch, 2 -position, that permits service personal to electrically isolate the control compartment during maintenance, when the transfer switch is energized, for mitigating shock hazard and maximizing uptime. 16 -FH ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. The ATS and Bypass Switch shall be housed in separate compartments, with steel barrier, that are isolated from each other to facilitate safety and ease of maintenance. Each compartment shall include a door with pad -lockable handle. G. A simple control panel with operator instruction shall include the following: 1. A 4 -position selector switch, labeled `ATS Non Auto Operation - ATS Automatic Operation - Bypass Switch Automatic Operation - Bypass Switch Non Auto Operation', shall be provided to easily select operation mode and for transitioning the load between the ATS and Bypass Switch. 2. A 3 -position selector switch, labeled 'Source I -Off- Source2', shall be provided to control non -automatic operation of the ATS or Bypass Switch. 3. A 2 -position selector switch, labeled `Disabled -Enabled' shall be provided to enable test of the ATS or Bypass Switch, when in the isolated position. The 3 -position selector switch, labeled 'Source l-Off-Source2' shall be used to electrically operate the ATS or Bypass Switch, when in the isolated position. 4. A pushbutton shall be provided that when pushed and released will provide LED indication that the ATS or Bypass Switch can be racked -out to the isolated position. When pushed and held, a lamp test will be performed. 5. Two (2) LED indication lights shall provide rack position status of the ATS and Bypass Switch. 6. A single LED indication light shall provide ATS and Bypass Switch door status. 7. A single USB port, with protective cap, shall provide a data interface with controller. H. A racking mechanism shall be provided that is capable of moving the ATS into three different positions: `connected', 'isolated', and `disconnected'. 1. When in the 'connected' position, the ATS shall be fully racked -in and connected to the main power bus and control power. 2. When in the 'isolated' position the ATS will be disconnected from the main power bus, but remain connected to control power, and shall be capable of being electrically operated (without interruption of power to the load) for test and exercise purposes. 3. When in the 'disconnected' position, the ATS will be fully racked -out and disconnected from the main power bus and control power. When in the 'disconnected' position, the ATS shall be capable of being removed from the enclosure for inspection or maintenance. 4. Shutters shall automatically close when the ATS is being racked -out, from the connected position, to provide electrical isolation from the bus. The Bypass Switch shall be capable of functioning as a non -automatic transfer switch and the operator shall have the ability to manually initiate a load transfer between the power sources, with the ATS connected, isolated or disconnected. J. The ATS shall be capable of being racked -out to the isolated position with the enclosure door closed. A LED light shall be mounted on the control panel to indicate ATS racking position status. Safety interlocks shall be provided to prevent connecting or disconnecting the ATS from the main power bus with the main contacts closed. K. A racking mechanism shall be provided that is capable of moving the Bypass Switch into three different positions: 'connected', 'isolated', and 'disconnected'. 16TH ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1. When in the 'connected' position, the Bypass Switch shall be fully racked -in and connected to the main power bus and control power. 2. When in the 'isolated' position, the Bypass Switch will be disconnected from the main power bus, but remain connected to control power, and shall be capable of being electrically operated (without interruption of power to the load) for test and exercise purposes with the ATS in the automatic or non -automatic operation mode. 3. When in the `disconnected' position, the Bypass Switch will be fully racked -out and disconnected from the main power bus and control power. When in `disconnected' position, the Bypass Switch shall be capable of being removed from the enclosure for inspection or maintenance. 4. Shutters shall automatically close when the Bypass Switch is being racked -out, from the connected position, to provide electrical isolation from the bus. L. The ATS shall be capable of functioning as a non -automatic transfer switch and the operator shall have the ability to manually initiate a load transfer between the power sources, with the Bypass Switch connected, isolated or disconnected. M. The Bypass Switch shall be capable of being racked -out to the isolated position with the enclosure door closed. A LED light shall be mounted on the control panel to indicate Bypass Switch racking position status. Safety interlocks shall be provided to prevent connecting or disconnecting the Bypass Switch from the main power bus with the main contacts closed. N. The ATS and the Bypass Switch shall be constructed to carry full load current and factory interconnected with tin plated copper bus. O. The bypass isolation automatic transfer switch shall be painted ANSI 61 grey with white interior. P. All items specified in 2.02 shall be provided. 2.04 ENCLOSURE A. Each automatic transfer switch shall be provided in a NEMA I enclosure suitable for use in environments indicated in the drawings. B. NEMA 1, 12, and 3R enclosures shall be painted with the manufacturer's standard light gray ANSI 61 paint. C. Internal floor -mount anchors shall be provided to minimize footprint and facilitate integration into an equipment line-up. D. Provide auxiliary compartments, as required, for busway connection to normal and load terminals. Coordinate with Section 16480 — Feeder Busway. 2.05 MICROPROCESSOR CONTROLLER LOGIC A. The transfer switch microprocessor controller logic shall be an Eaton ATC -900 automatic controller. Operation of the transfer switch and monitoring of both sources shall be managed by the controller. The controller shall be hardened against transient voltages. B. The automatic transfer switch controller shall meet or exceed the following standards: IEC 61000-4-2 - EMC Testing and Measurement Techniques - Electrostatic Discharge Immunity Test 2. IEC 61000-4-3 - EMC Testing and Measurement Techniques - Radio-frequency, Electromagnetic Field Immunity Test 16TH ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3. IEC 61000-4-4 - EMC Testing and Measurement Techniques - Electrical Fast Transient/Burst Immunity Test 4. IEC 61000-4-5 - EMC Testing and Measurement Techniques - Surge Immunity Test 5. IEC 61000-4-6 - EMC Testing and Measurement Techniques - Immunity to Conducted Disturbances, Induced by Radio-frequency Fields 6. IEC 61000-4-11 - EMC Testing and Measurement Techniques - Voltage Dips, Short Interrupts and Voltage Variations Immunity Tests 7. CISPRI I, Class B - Industrial, Scientific and Medical Radio-frequency Equipment - Electromagnetic Disturbance Characteristics - Limits and Methods of Measurement 8. FCC Part 15, Subpart B, Class B C. The controller shall have an operating temperature range from -20 to +70 degrees C (4 to +158 degrees F) and a storage temperature range from -30 to +85 degrees C (-22 to +185 degrees F). D. The controller shall be capable of accepting 120Vac derived from source 1 and source 2. 2.06 CONTROLLER DISPLAY AND KEYPAD A. The microprocessor -based controller faceplate shall be UV resistant and include a 4.3 inch, color TFT (480x272) backlit display. The controller shall be capable of displaying transfer switch status, parameters, setpoints, and diagnostic data. Abbreviations or codes shall be limited for intuitive operation. All setpoint parameters shall be password protected. B. The microprocessor -based controller shall include one (1) unit status LED (3mm) and a mimic power bus consisting of six (6) LED's (3mm) for indicating the following: 1. Availability status of Source 1 2. Availability status of Source 2 3. Connection status of Load to Source 1 4. Connection status of Load to Source 2 5. Preferred status of Source 1 6. Preferred status of Source 2 C. The controller keypad shall include the following pushbutton controls: 1. ENGINE TEST, for use with a generator source. 2. LEFT, RIGHT, UP, DOWN, and ENTER, for ease of navigation and programming 3. HELP/LAMP TEST, for operator assistance and diagnostics 4. BYPASS TIMER, to bypass time delay countdown D. The controller shall display on the main overview screen: 1. voltage and frequency - source 1, source 2, and load 2. status condition based on setpoints - source 1 and source 2 3. time and date 16TH ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. E. The controller shall display the voltage dropout and pickup setpoints, for source 1 and source 2, in volts and as a percentage of nominal voltage. F. The controller shall display the frequency dropout and pickup setpoints, for source 1 and source 2, in hertz and as a percentage of nominal frequency. 2.07 CONTROLLER VOLTAGE AND FREQUENCY MONITORING A. The controller shall monitor voltage (Vab, Vbc, Vca) and frequency (Hz) for source 1, source 2, and load. B. The controller shall have a voltage range of 0-720 Vrms with an accuracy of +/- 1%. Nominal voltage shall be adjustable in 1 volt increments from 120 to 600Vac. The number of voltage phases shall be adjustable as 1 or 3. C. The controller shall have a frequency range of 40-80 Hz with an accuracy of +/- 0.2 Hz. Nominal frequency shall be adjustable as 50 or 60Hz. D. The controller shall include a phase sequence check for source 1 and source 2, adjustable to [OFF, ABC, or CBA] E. Voltage and frequency dropout and pickup setpoints, for source 1 and source 2, shall be adjustable as a percentage of nominal per the table below. Pickup and dropout setpoints for overvoltage, underfrequency, over frequency, and voltage unbalance / phase loss shall be capable of being disabled. Setpoint Sources Dropout Pickup Undervoltage Sourcel and 2 70-97% (DO + 2%) to 99% Overvolta e Source 1 and 2 105— 120% 103% to DO — 2% Underfrequency Source 1 and 2 90-97% (DO + 1Hz) to 99% Overfrequency Source 1 and 2 103— 110% 101 % to DO — 1 Hz Voltage Unbalance Source 1 and 2 5-20% 3% to DO — 2% Voltage Unbalance Phase Loss (with negative sequence detection Source 1 and 2 20-60% 18% to (DO — 2%) F. The controller shall include an algorithm that is capable of detecting a voltage unbalance / phase loss condition at either power source when the power source is unloaded and regenerated or phantom voltage is present. Once detected, the algorithm shall be capable of preventing a load transfer into a regenerated voltage condition. G. A setpoint shall be provided for configuring a "preferred source", adjustable to [none, source 1, source 2, external]. The controller shall seek connection of the load to the preferred source (when it is available). The controller shall also be capable of accepting an external dry contact for remotely configuring source 1 or source 2 as the preferred source. 2.08 CONTROLLER POWER METERING A. In addition to voltage and frequency sensing in item 2.07, the controller shall provide power metering. The following electrical parameters shall be measured and viewable from the controller display. Terminal connections for current transformer wiring shall be provided. I. Load Current (Ia, Ib, Ic) 16 T11 ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2. Load Real Power (kW) 3. Load Reactive Power (kVAR) 4. Load Apparent Power (kVA) 5. Load Power Factor (pf) 2.09 CONTROLLER TIME DELAYS A. A time delay shall be provided for transfer from source 1 to source 2, adjustable from 0 to 166 minutes (0-9999 seconds). A "commit to transfer" feature shall be provided, adjustable as on/off, that is applicable during countdown of the time delay. B. A time delay shall be provided for retransfer from source 2 to source 1, adjustable from 0 to 166 minutes (0-9999 seconds). C. A time delay shall be provided for actuation of an engine 1 start signal, adjustable from 0 to 120 seconds, for overriding momentary power fluctuations. D. A time delay shall be provided allowing the load connection to remain in the "neutral position" (disconnected from source 1 and source 2), adjustable from 0 to 600 seconds. E. A time delay shall be provided that allows the generator to run unloaded, adjustable from 0 to 166 minutes (0-9999 seconds), for cool -off prior to shut down. F. A time delay shall be provided to postpone the generator source from being declared unavailable, adjustable from 0 to 6 seconds, for overriding momentary power fluctuations. G. A time delay shall be provided for actuation of a pre -transfer signal, adjustable from 0 to 120 seconds. H. A time delay shall be provided for actuation of a post -transfer signal, adjustable from 0 to 120 seconds. A time delay shall be provided to allow synchronization of sources, adjustable from 0 to 60 minutes (0 to 600 seconds), for use with a closed transition or in-phase transition transfer. During synchronization, the phase angle difference between sources shall appear on the controller display. A time delay shall be provided for voltage unbalance and voltage phase loss, adjustable from 10 to 30 seconds. K. A time delay shall be provided that disconnects the load connection from the preferred source when the preferred source becomes unavailable, adjustable as [off, 0-10 seconds], and reconnects the load connection to the preferred source when the preferred source becomes available, adjustable as [0-60 seconds]. L. A time delay shall be provided that disconnects the load connection from the non -preferred source when the non -preferred source becomes unavailable, adjustable as [off, 0-10 seconds], and reconnects the load connection to the non -preferred source when the non -preferred source becomes available, adjustable as [0-60 seconds]. M. All time delays shall be programmable, using the controller keypad, without the use of special tools. Time delay countdowns shall appear on the controller display. 2.10 CONTROLLER ADDITIONAL FEATURES 16"' ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. A. A setpoint shall be provided for entering a four -digit password, adjustable from 0000-9999, for controlling user access to programmable time delays, inputs, outputs, and other system settings. B. A setpoint shall be provided allowing the load connection to remain in the "neutral position" (disconnected from source 1 and source 2) until the load voltage decays below a percentage of the nominal voltage, adjustable from 2 -30%, for use with inductive loads. C. A setpoint shall be provided for configuring retransfer operation mode, adjustable as [automatic, manual, external]. The controller shall also be capable of accepting an external dry contact to remotely configure the retransfer operation as manual or automatic. D. A setpoint shall be provided to change date, time, and enable daylight saving time (DST). E. A setpoint shall be provided for setting the number of generator sources, adjustable as [0, 1, or 2]. F. A setpoint shall be provided for configuring serial communication [off, 9600-19200 baud rate] and Modbus address [1-247]. G. Master/Slave: a setpoint shall be provided to configure the controller for standalone or master/slave operation. For use in 3 -source systems comprised of a single utility source and two generator sources. H. A setpoint shall be provided for configuring closed transition operation, adjustable as [disabled, enabled with default to alarm, enabled with default to open transition]. When closed transition is enabled, the controller shall be capable of defaulting to an open transition when the source synchronization time delay expires or defaulting to an alarm condition. 1. A setpoint shall be provided for configuring a voltage difference range between sources for closed transition, adjustable from 1 to 5% of nominal. J. A setpoint shall be provided for configuring a frequency difference range between sources for closed transition, adjustable from 0 to 3 hertz nominal. K. A setpoint shall be provided for configuring in-phase transition operation, adjustable as [disabled, enabled with default to alarm, enabled with default to open transition]. When in-phase transition is enabled, the controller shall be capable of defaulting to an open transition when the source synchronization time delay expires or defaulting to an alarm condition. L. A setpoint shall be provided for configuring a frequency difference range between sources for in- phase transition, adjustable from 0 to 3 hertz nominal. 2.11 CONTROLLER PLANT EXERCISER A. The controller shall provide two (2) independent, programmable engine plant exercisers. B. Each engine plant exerciser shall provide the following user programmable setpoints that are only applicable during an engine test: 1. Test schedule, adjustable to [disabled, daily, 7 -day interval, 14 -day interval, 28 -day interval, specific calendar dates]. Up to twelve (12) specific calendar dates, month (1-12) and day (1-31). 2. Start time in hours and minutes, AM or PM. 3. Day of the week (Sun, Mon, Tues, Wed, Thurs, Fri, Sat) 4. Test mode, adjustable to [disabled, no load transfer, loaded transfer]. 5. Run time, adjustable from 0 to 600 minutes (0 to 6000 seconds). 16TH ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250- 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. Time delay for transfer from source 1 to source 2, adjustable from 0 to 166 minutes (0- 9999 seconds). Time delay for retransfer from source 2 to source 1, adjustable from 0 to 166 minutes (0- 9999 seconds). Time delay that allows the generator to run unloaded, adjustable from 0 to 166 minutes (0-9999 seconds), for cool -off prior to shut down. C. A failsafe shall initiate an automatic retransfer to source 1 if source 2 should fail during an engine test. 2.12 CONTROLLER INPUTS A. The controller shall include two (2) dedicated inputs for monitoring the position of the main contacts (source 1 and source 2). B. The controller shall include four (4) programmable control inputs that provide l OmA @ 50-Vdc. Each input shall be capable of accepting an external dry contact and being configured for one of the following functions: 1. Monitor mode — disable automatic operation of the controller while continuing to display status information and allow set point programming. 2. Bypass timers — bypass a time delay countdown 3. Lockout — disable automatic operation of the controller and lock -out an integral overcurrent protection device (circuit breaker). 4. Manual retransfer - remotely initiate a retransfer from source 2 to source 1. 5. Enable Manual retransfer — remotely configure the retransfer operation as manual or automatic. 6. Slave in — receive a signal from a master controller to initiate engine start of one or two generator sources. For use in 3 -source systems comprised of a single utility source and two generator sources. 7. Remote engine test — remotely initiate an engine test in accordance with programmed plant engine exerciser setpoints. 8. Preferred source selection — remotely configure source 1 or source 2 as the preferred source. 9. Go to emergency - initiate a transfer of the load to the emergency source (source 2). A failsafe shall initiate an automatic retransfer to source 1 if source 2 should fail. 10. Emergency inhibit/shed — remotely inhibit transfer of the load to the emergency source (source 2) or shed the load from the emergency source (source 2) if already connected. 11. ATS on bypass — receive a signal indicating that a bypass isolation automatic transfer switch is in bypass mode. 12. Go to neutral — remotely disconnect the load connection from source 1 and source 2. 13. Disabled — performs no predefined function 2.13 CONTROLLER OUTPUTS 16"' ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. A. The controller shall provide four (4) dedicated Form A relay outputs for controlling the power switch device. B. The controller shall provide one (1) dedicated Form C relay output for an engine 1 start signal, for use with a second generator source. The contacts shall be rated for 5A @ 250 -Vac / 5A @ 30- Vdc. C. The controller shall provide one (1) dedicated Form C relay output for an engine 2 start signal, for use with a single generator source. The contacts shall be rated for 5A @ 250 -Vac / 5A @ 30-Vdc. D. The controller shall provide one (1) dedicated Form C relay output for Source 1 Available. and the contacts shall be rated for l0A @ 250 -Vac / l0A @ 30-Vdc. E. The controller shall provide one (1) dedicated Form C relay output for Source 2 Available and the contacts shall be rated for l0A @ 250 -Vac / l0A @ 30-Vdc. F. The controller shall provide four (4) programmable Form C relay outputs rated for l0A @ 250 - Vac and l0A @ 30-Vdc. Each output shall be capable of being configured for one of the following functions: 1. Status/Alarm a. Source 1 available b. Source 2 available C. Source 1 connected d. Source 2 connected e. ATS not in automatic mode f. General alarm (indication for failure to transfer, mechanical fault, or electrical fault) g. ATS in test status h. Engine test aborted i. Engine cool down in process j. Engine 1 start status k. Engine 2 start status I. Emergency inhibit on M. ATS on bypass 2. Control a. Load sequence - used to signal select loads for disconnect prior to transfer and reconnect 0-120 seconds after. Up to 10 loads are reconnected sequentially. b. Selective load shed — used to manage low priority loads upon reaching a KW threshold. Dropout and pickup setpoints (kW) are associated with this feature. C. Load bank control — used to signal for disconnect of a load bank during a loaded engine test if a transfer to source 2 is imminent. d. Pre/post transfer signal 16TH ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250- 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. e. Pre -transfer signal f. Post -transfer signal g. User remote control 2.14 CONTROLLER DATA LOGGING A. The controller shall record, store and display a cumulative counter history of the following parameters. Each counter shall have the ability to be reset and indicate the last reset date. 1. Source 1 Available time 2. Source 2 Available time 3. Source 1 Connected time 4. Source 2 Connected time 5. Source 1 Engine Run time 6. Source 2 Engine Run time 7. Tier IV time (source I and source 2 available) 8. Load Energized time 9. Number of transfers B. The controller shall record, store and display up to 100 event summaries that are date/time stamped. Events types shall include the following: 1. Actions of the transfer sequence 2. Alarms 3. Changes to the set points 4. Changes to the time/date 5. Resetting a historical counter 6. Engine run test C. The controller shall record, store and display up to 350 event details that are date/time stamped. Event details shall include a detailed sequence of operation. Voltage and frequency for source 1, source 2, and the load shall be logged for each event. D. The controller shall record and store high speed metering data every 20 milliseconds or specific events. Data capture shall include two (2) seconds before and two (2) seconds after an event except during a power failure which will capture four (4) seconds before an event. Oscillographic data shall be stored for 10 events and available for download via USB. Event types shall include: l . Source unavailability actions that initiate a transfer sequence (undervoltage, overvoltage, underfrequency, overfrequency, etc.) 2. Successful transfers 3. Unsuccessful transfers (power switch device failure to close or open) 16"" ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2.15 CONTROLLER COMMUNICATION A. A single USB port shall be externally accessible and provide the following: 1. Download of event history and metering data for detailed analysis 2. Compatible for use with setpoint editor (EASE) configuration tool 3. Upload/download of controller setpoints for commissioning and troubleshooting 4. Upload of controller firmware for field update B. Serial communication (RS -485) with support for Modbus RTU protocol shall be provided with an integral network termination resistance that can be switched on/off. C. Ethernet communication Serial -Ethernet gateway shall be provided. 2.16 AUTOMATIC TRANSFER SWITCH ACCESSORIES A. A maintenance isolation selector switch, 2 -position, shall be provided that permits service personal to electrically isolate the control compartment during maintenance, when the transfer switch is energized, to mitigate shock hazard. B. Manual retransfer control: Provide a pushbutton, momentary contact, marked: "Manual Retransfer". The ATS shall remain connected to the emergency source (source 2) after the normal source (source 1) becomes available until a momentary pushbutton contact closure signal initiates the retransfer. Should a failure of the emergency source occur while waiting for the pushbutton contact closure, the retransfer shall occur automatically. C. Manual retransfer enable: Provide a 2 -position selector switch, maintained contact. The selector switch shall be wired to a controller input to enable manual retransfer control. D. Metering: Provide power metering per item 2.08.A 2.17 WITHSTAND AND CLOSING RATING A. Short-circuit 1. The transfer switch shall be UL1008 listed and rated for use in a circuit capable of delivering the short-circuit current shown on the contract drawings. 2. The transfer switch shall have a short-circuit withstand and closing rating of 100 KA at 480 volts when protected by a specific circuit breaker. 3. The transfer switch shall have a short-circuit withstand and closing rating of 100 KA at 480 volts for a time duration of 0.05 seconds. 4. The transfer switch shall have a short-circuit withstand and closing rating of 200 KA at 480 volts when protected by a specific fuse. B. Short -time 1. The transfer switch shall be UL 1008 listed and rated for use in a circuit capable of delivering the short -time current shown on the contract drawings. 2. The transfer switch shall have a short -time withstand and closing rating of 85 KA at 480volts for a time duration of 0.5 seconds. PART 3 - EXECUTION 16' ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250-14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3.1 FACTORY TESTING A. The following standard factory tests shall be performed on the equipment provided under this section. All tests shall be in accordance with the latest version of UL and NEMA standards. 1. Insulation check to ensure the integrity of insulation and continuity of the entire system 2. Visual inspection to ensure that the switch matches the specification requirements and to verify that the fit and finish meet quality standards 3. Mechanical tests to verify that the switch's power sections are free of mechanical hindrances 4. Electrical tests to verify the complete electrical operation of the switch and to set up time delays and voltage sensing settings of the logic B. The manufacturer shall provide a certified copy of factory test reports. C. Transfer switch shall include a label indicating order number, catalog number and date 3.2 INSTALLATION A. The contractor shall install all equipment per the manufacturer's recommendations and in accordance with the contract drawings B. All necessary hardware to secure the assembly in place shall be provided by the contractor. 3.3 FIELD QUALITY CONTROL A. Provide the services of a qualified factory -trained manufacturer's representative to assist the contractor in installation and start-up of the equipment specified under this section for a period of 2 working days. The manufacturer's representative shall provide technical direction and assistance to the contractor in general assembly of the equipment, connections, and adjustments, and testing of the assembly and components contained therein. 3.4 MANUFACTURER'S CERTIFICATION A. A qualified factory -trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted and tested in accordance with the manufacturer's recommendations. B. The contractor shall provide a copy of the manufacturer's representative's certification. 3.5 TRAINING A. he manufacturer's qualified representative shall conduct a training session for up to five (5) owner's representatives for 2 normal workdays at a jobsite location determined by the owner. The training program shall consist of the instruction on the operation of the transfer switch and the major components within the assembly. 3.6 FIELD SERVICE ORGANIZATION A. The manufacturer of the ATS shall also have a national service organization that is available throughout the contiguous United States and is available on call 24 hours a day, 365 days a year. END OF SECTION 16250 16"H ST PS BACK-UP GENERATOR AND UPGRADES AUTOMATIC TRANSFER SWITCH 16250- 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 16480 FEEDER BUSWAY PART 1 -GENERAL 1.01 SCOPE A. The Contractor shall furnish and install the busway system including all necessary fittings, hangers and accessories as specified herein and as shown on the contract drawings. The busway shall be compatible with existing busway. 1.02 REFERENCES A. The low voltage busway and all components shall be designed, manufactured, and tested in accordance with the latest applicable following standards of ANSI and NEMA: 1. NEMA BU.I 2. ANSI/UL 857 3. CSA 1.03 SUBMITTALS — FOR REVIEW/APPROVAL A. The following information shall be submitted to the Engineer: 1. Master drawing index 2. Isometric drawing of each busway run 3. Component list 4. Busway ratings including: a. Short-circuit rating b. Voltage C. Continuous current 5. Major component ratings including: a. Voltage b. Continuous current C. Interrupting ratings 6. Cable terminal sizes 7. Product data sheets 1.04 SUBMITTALS — FOR CONSTRUCTION A. The following information shall be submitted for record purposes: 1. Final as -built drawings and information for items listed in Paragraph 1.04, and shall incorporate all changes made during the manufacturing process 2. Certified production test reports 16TH ST PS BACK-UP GENERATOR AND UPGRADES FEEDER BUSWAY 16480- 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3. Installation information 4. Seismic certification and equipment anchorage details 1.05 QUALIFICATIONS A. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. B. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. C. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 REGULATORY REQUIREMENTS A. The busway shall bear a UL label. 1.07 DELIVERY, STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. 1.08 OPERATION AND MAINTENANCE MANUALS A. Equipment operation and maintenance manuals shall be provided with each assembly shipped and shall include instruction leaflets and instruction bulletins for the complete assembly and each major component. 1.09 EXTRA PRODUCTS A. Spare parts shall be furnished for each rating of busway, consisting of - 1 . f:1. One set of joint covers for each busway PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Eaton, no equal to match or mate with existing busway. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. Products in compliance with the specification and manufactured by others not named will be considered only if pre -approved by the Engineer ten (10) days prior to bid date. 2.2 RATINGS A. The busway shall be Eaton type Pow -R -Way III with voltage and current ratings as indicated on the contract drawings. 3-phase, 3 -wire with 50% housing ground and/or 50% internal ground B. The busway shall have a minimum of 6 -cycle short-circuit rating of 85 kA RMS symmetrical for ratings through 800 Amp, 100 kA RMS symmetrical for ratings through 1350 Amp, 125 kA RMS 16TH ST PS BACK-UP GENERATOR AND UPGRADES FEEDER BUSWAY 16480-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. symmetrical for ratings through 1600 Amp, 150 kA RMS symmetrical ratings through 2500 Amp, and 200 kA RMS symmetrical for ratings through 5000 Amp. 2.3 CONSTRUCTION A. The busway and associated fittings shall consist of aluminum or copper conductors (to match existing busway) totally enclosed in a 2 -piece extruded aluminum housing. Outdoor feeder, indoor feeder and indoor plug-in busway shall be interchangeable at the same rating without the use of adapters or special splice plates. Where indicated on the drawings provide indoor, sprinkler -proof plug-in busway. Fittings —(elbows, tees, flanges, etc.) shall be identical for use with both the plug-in and feeder types of busway. The busway shall be capable of being mounted flat -wise, edgewise, or vertically without derating. The busway shall consist of standard 10 -foot sections with special sections and fittings provided to suit the installation. Horizontal runs shall be suitable for hanging on 10 -foot maximum centers. Vertical runs shall be suitable for mounting on 16 -foot maximum centers. Provide one (1) hanger for every ten (10) feet of horizontally mounted duct. On vertical runs provide one adjustable hanger per floor. 2.4 BUS A. Bus bars shall be fabricated from high strength, metal and suitably plated at all electrical contact surfaces. B. Bus bars shall be insulated over their entire length, except at joints and contact surfaces, with a UL listed insulating material consisting of a thermo set epoxy applied by fluidized bed process. Tape or heat -shrink sleeve insulation, or any other method of insulation, which can allow air -gaps or insulation breakdown, shall not be acceptable. C. The busway shall be capable of carrying rated current continuously without exceeding a temperature rise of 55 degrees C based on a 40 degrees C ambient. 2.5 BUS JOINTS A. Each busway section shall be furnished complete with joint hardware and covers. The busway joints shall be a single -bolt, non -rotating, removable bridge design. All bridge joints shall be furnished with torque -indicating double head joint bolts and Belleville washers. The bridge joint shall utilize a captive nut retainer on the opposite side of the torque -indicating bolt. The bridge joint design shall ensure proper installation without the use of a torque wrench, and provide visual indication that the joint has been tightened to the proper torque value. Each busway joint shall allow for a minimum length adjustment of +/- 0.5 inches. De-energization of busway shall not be required for safe testing of joint tightness. 2.6 HOUSING A. The busway housing shall be a 2 -piece design fabricated from extruded aluminum. The 2 -piece housing shall be bolted together, along the bottom flange, using grade 5, 1/4x20 zinc -plated fasteners on 3 -inch centers for maximum mechanical strength. The busway enclosure finish shall be ANSI 61 gray baked epoxy powder paint applied by an electrostatic process. B. Outdoor feeder busway housing shall be identical to indoor feeder busway housings, and shall be UL listed for outdoor use. Busway shall be completely weatherized at the factory, and designed such that only caulking of protective joint covers are required for outdoor application. PART 3 - EXECUTION 3.1 FACTORY TESTING A. Standard factory tests shall be performed on the equipment provided under this section. All tests shall be in accordance with the latest version of ANSI and NEMA standards. B. The manufacturer shall provide three (3) certified copies of factory test reports. 16TH ST PS BACK-UP GENERATOR AND UPGRADES FEEDER BUSWAY 16480-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3.2 INSTALLATION A. The Contractors shall install all equipment per the manufacturer's recommendations and the contract drawings. END OF SECTION 16480 16' ST PS BACK-UP GENERATOR AND UPGRADES FEEDER BUSWAY 16480-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 16481 VARIABLE FREQUENCY DRIVES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Variable Frequency Drive (VFD). 1.02 RELATED SECTIONS A. Section 16050 — Basic Electrical Materials and Methods B. Section 16080 — Acceptance Testing. 1.03 SUBMITTALS A. Submit as required by pertinent sections of the contract documents. B. Vendor is required to submit shop drawing for approval. Shop Drawings shall include: Wiring diagrams, electrical schematics, front and side views of enclosures, overall dimensions, conduit entrance locations and requirements, nameplate legends, physical layout and enclosure details. C. Product Data: Provide data sheets showing; voltage, short circuit ratings, and weights. D. Manufacturer's Installation Instructions and Technical Manuals: Indicate application conditions and limitations of use stipulated by product testing agency specified under regulatory requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of variable frequency drive. Document the sequence of operation, cautions and warnings, spare parts lists and programming guidance. 1.04 QUALITY ASSURANCE A. VFD shall have a minimum MTBF (mean time between failures) rating of 28 years (245,280 Hours). B. The drive manufacturing facility shall be ISO 9001 and 14001 certified C. The drive shall be UL listed, or Canadian UL listed, or CSA listed and comply with EMC Directive 89/336 EEC, Low Voltage Directive 73/23 EEC in accordance with the European Union's CE directive. D. The drive shall utilize efficient "bidirectional switch" technology throughout the entire drive manufacturer's power and voltage range. 16" ST PS BACK-UP GENERATOR AND UPGRADES VARIABLE FREQUENCY DRIVES 16481 - 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. E. The drive shall utilize the same communications architecture, utilizing plug-in communications cards, for high-speed noise immune connectivity throughout the entire drive manufacturer's power range. F. The drive manufacturer shall have an analysis laboratory to evaluate the failure of any component. The failure analysis lab shall allow the manufacturer to perform complete electrical testing, x-ray components, and decap or delaminate components and analyze failures within the component. G. The drive shall utilize surface mount technology in the manufacturing of internal printed circuit boards and electronics, for maximum reliability. 1.05 OPERATION AND MAINTENANCE DATA A. Submit these documents as required by pertinent sections of the contract documents. B. Include instructions for starting and operating VFD, and describe operating limits, which may result in hazardous or unsafe conditions. 1.06 QUALIFICATIONS A. Manufacturer must have a minimum of 25 years of documented experience, specializing in variable frequency drives. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site as required by pertinent sections of the contract documents B. Accept VFD on site in original packing. Inspect for damage. C. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover, to protect units from dirt, water, construction debris, and traffic. D. Handle carefully, in accordance with manufacturer's written instructions, to avoid damage to components, enclosure, and finish. 1.08 WARRANTY A. Provide VFD warranty, for one year from date of startup, not to exceed 18 months from date of shipment. VFD vendor's standard published warranty shall apply. PART2-PRODUCTS 2.01 MANUFACTURERS A. VFD shall be U1000 Industrial Matrix type, manufactured by Yaskawa America, Inc. B. Motors should be inverter duty rated, per NEMA MGI parts 30 and 31, for motor -drive compatibility. 16TH ST PS BACK-UP GENERATOR AND UPGRADES VARIABLE FREQUENCY DRIVES 16481-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2.02 DESCRIPTION A. Provide enclosed variable frequency drives suitable for operation at the current, voltage, and horsepower indicated on the schedule. Conform to requirements of NEMA ICS 3.1. 2.03 RATINGS A. VFD must operate, without fault or failure, when voltage varies plus 10% or minus 15% from rating, and frequency varies plus or minus 5% from rating. B. VFD shall be rated for 480 volts, 60 Hz, 3 Phase C. True Power Factor: Greater than or equal to 0.98 at rated load. D. Service factor: 1.0 E. Operating Ambient Temperature: NEMA 1 (IP20): -10°C to 40°C (14°F to 1047) F. Ambient storage temperature: -20°C to 60°C (-4°F to 140°F) G. Humidity: 0% to 95% non -condensing. H. Altitude: to 3,300 feet (1000m), higher altitudes achieved by derating. L Vibration: 9.81m/s' (1 G) maximum at 10 to 20 Hz, 2.0 m/s2 (0.2 G) at 20 Hz to 55 Hz. J. Minimum Efficiency: 96% at half speed; 98% at full speed. K. Starting Torque: 150% starting torque shall be available from 3 Hz to 60 Hz without derating. Drive shall be able to run at 100% current at 0.0 Hz continuously. L. Overload capability: Normal Duty, 120% of rated FLA (Full Load Amps) for 60 seconds; Heavy Duty 150% of rated FLA for 60 seconds. M. Controlled speed range of 40:1 N. Total Harmonic Distortion (THD) compliance to IEEE 519: The Drive Manufacturer shall provide calculations showing total harmonic current distortion and total harmonic voltage distortion is less than 5%, both with no individual harmonic greater than 3%, at the drive input terminals. Calculations at the transformer are not acceptable. This requirement may be met by VFD's that use Matrix conversion technology. 18 -Pulse input VFD's will be accepted in lieu of Matrix conversion technology. VFD's employing the use of 6 -Pulse, Passive Filters, 12 -Pulse, or "LCL" filter schemes will be rejected. Additional equipment required to meet this performance will be the responsibility of the contractor with no additional cost to the owner. O. VFDs must be suitable for use on a circuit capable of delivering not more than 100,000 RMS symmetrical amperes, without additional branch circuit protection devices. 16 F11 ST PS BACK-UP GENERATOR AND UPGRADES VARIABLE FREQUENCY DRIVES 16481 -3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 2.04 DESIGN A. VFD shall employ microprocessor -based inverter logic, isolated from all power circuits. B. VFD shall include surface mount technology with protective coating. C. VFD shall employ use of matrix conversion technology for direct conversion of AC to AC. Active AC to DC rectifier schemes are not acceptable and will be rejected. 6 pulse, passive filters, and 12 - pulse rectifiers are not acceptable and will also be rejected. Input / Output Section: VFD input power stage shall convert three-phase AC line power directly into variable AC output. The main circuit shall consist of a compact input filter and bidirectional switches. The bidirectional switches are power devices that carry the full current of the drive. VFD's without direct AC to AC conversion will require integral 18 - Pulse Transformer input. D. VFD shall have an adjustable carrier frequency, from 4 kHz to 10 kHz. E. VFD must include an adjustable dynamic noise control for quiet motor operation. F. VFD must have a Harmonic Suppression Priority setting. G. VFD shall have embedded protocol for network communications Modbus/RTU which shall be accessible via a RS -422/485 communication port. H. VFD shall include three independent analog inputs. Selectable for either 0-10 VDC or 4-20 mA. Either input shall respond to a programmable bias and gain. VFD shall include a 32 kHz pulse train input (programmable) VFD shall include a minimum of seven multi -function digital input terminals, capable of being programmed to determine the function on a change of state. These terminals shall include, but not limited to: 1. Run Enable 2. Fault Reset 3. Jog Speed 4. Preset Speed 5. External Fault K. VFD shall include two selectable 0-10 VDC or 4-20 mA analog outputs for monitoring, or "speed tracking" the VFD. The analog output signal will be proportional to output frequency, output current, output power, PI (Proportional & Integral control) feedback or power supply voltage. L. VFD shall include at least one external fault input, which shall be programmable for a normally open or normally closed contact. 16'r" ST PS BACK-UP GENERATOR AND UPGRADES VARIABLE FREQUENCY DRIVES 16481-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. M. VFD shall include one fixed "Fault" form "C" contact, and three programmable form "A" contacts capable of being programmed to determine conditions that must be met in order for them to change state. These output relay contacts shall be rated for at least 2A at 120 VAC and shall include, but not limited to: I . Speed agree detection 2. Zero Speed 3. Drive Ready 4. No load detection (broken belt alert) 5. Drive Running 6. Drive Faulted 7. Serial communication status N. VFD shall include a power loss (control power) ride through capable of 2 seconds. O. VFD shall have "hold at zero speed" capability, to stop a load that is "wind milling" at start or stop. P. VFD shall have a motor preheat function to prevent moisture accumulation in an idle motor. Q. VFD shall include diagnostic fault indication, fault log storage and heatsink cooling fan operating hours. R. VFD shall have a digital operator with program copy and storage functions to simplify set up of multiple drives. The digital operator shall be interchangeable for all drive ratings. S. VFD shall include a front mounted, sealed keypad operator, with an English language illuminated LCD display. The operator will provide complete programming, program copying, and operating, monitoring, and diagnostic capability. Keys provided shall include industry standard commands for Start, Stop, and Jog functions. T. VFD plain language display shall provide readouts of; output frequency in hertz, PI feedback in percent, output voltage in volts, output current in amps, output power in kilowatts, power supply voltage in volts, interface terminal status, heatsink temperature and fault conditions. All displays shall be viewed in an easy -to -read illuminated LCD. U. VFD unit shall include the following meters to estimate use of energy: 1. Elapsed Time Meter 2. Kilowatt Meter 3. Kilowatt Hour Meter 4. Energy Savings Meter V. VFD shall include a user selectable PI control loop, to provide closed loop set point control capability, from a feedback signal, eliminating the need for closed loop output signals from a machine automation system. W. The VFD shall include Industry specific application macros. The macros can be used to help facilitate start-up. The macros will provide initialization to program all parameters and customer 16TH ST PS BACK-UP GENERATOR AND UPGRADES VARIABLE FREQUENCY DRIVES 16481 -5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. interfaces for a particular application, to reduce programming time. X. An energy saving sleep function shall be available in both open loop (follower mode) and closed loop (PI) control, providing significant energy savings while minimizing operating hours on driven equipment. When the sleep function senses a minimal deviation of a feedback signal from set point, or low demand in open loop control, the system reacts by stopping the driven equipment. Upon receiving an increase in speed command signal deviation, the drive and equipment resume normal operation. Y. VFD shall include loss of input signal protection, with a selectable response, by including running at a percent of the most recent speed. Z. VFD shall include electronic thermal overload protection for both the drive and motor. The electronic thermal motor overload shall be approved by UL. If the electronic thermal motor overload is not approved by UL, a separate UL approved thermal overload relay shall be provided in the VFD enclosure AA. VFD shall include the following program functions: 1. Critical frequency rejection capability: 3 selectable, adjustable dead bands. 2. Auto restart capability: 0 to 10 attempts with adjustable delay between attempts. 3. Ability to close fault contact after the completion of all fault restart attempts. 4. Stall prevention capability. 5. "S" curve soft start / soft stop capability. 6. Bi-directional "Speed search" capability, in order to start a rotating load. 7. 14 preset and 1 custom volts per hertz pattern. 8. Heatsink over temperature speed fold back capability. 9. Terminal status indication. 10. Program copy and storage in a removable digital operator. 11. Programmable security code. 12. Current limit adjustment capability, from 30% to 200% of rated full load current of the VFD. 13. Motor pre -heat capability. 14. Anti "wind -milling" function capability. 15. Automatic energy saving function. 16. Undertorque/Overtorque Detection. 17. Fan failure detection and selectable drive action. 18. "Bumpless" transfer between Local and Remote modes 19. VFD shall include factory settings for all parameters, and the capability for those settings to be reset. 20. VFD shall include user parameter initialization capability to re-establish project specific parameters. 21. USB Type B port for quick and easy PC Connection. 22. VFD shall include the capability to adjust the following functions, while the VFD is running: a. Speed command input. b. Acceleration adjustment from 0 to 6000 seconds. 16""' ST PS BACK-UP GENERATOR AND UPGRADES VARIABLE FREQUENCY DRIVES 16481-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Deceleration adjustment from 0 to 6000 seconds. d. Select from 17 preset speeds. e. Removal of digital operator. 2.05 PRODUCT OPTIONS A. VFD shall have the following optional accessories: 1. Network Communication: EtherNet/IP. 2. Provide a 100 ohm platinum RTD scanner to monitor up to (9) RTD's. Provide two programmable output contacts to provide functions indicated. The make and model number shall be approved by the City. 2.06 FABRICATION A. All standard and optional features shall be included in a single NEMA 1, rated enclosure with a UL certification label. 2.07 SOURCE QUALITY CONTROL A. In -circuit testing of all printed circuit boards shall be conducted, to insure the proper mounting and correct value of all components. B. Final printed circuit board assemblies shall be functionally tested, via computerized test equipment. All tests and acceptance criteria shall be preprogrammed. All test results shall be stored as detailed quality assurance data. C. All fully assembled controls shall be functionally tested, with loaded induction motors. The combined test data shall then be analyzed, to insure adherence to quality assurance specifications. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that surface is suitable for VFD installation. B. Do not install VFD until the building environment can be maintained, within the service conditions required by the manufacturer. 3.02 INSTALLATION A. Install VFD where indicated, in accordance with manufacturer's written instructions and NEMA ICS 3. B. Tighten accessible connections and mechanical fasteners after placing VFD. 161H ST PS BACK-UP GENERATOR AND UPGRADES VARIABLE FREQUENCY DRIVES 16481 -7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. C. Provide a nameplate label on each VFD with, frill load amperes, model number, and voltage/phase rating. 3.03 FIELD QUALITY CONTROL A. Field inspection and testing to be performed as required by pertinent sections of the contract documents B. Inspect completed installation for physical damage, proper alignment, anchorage, and grounding. 3.04 MANUFACTURER'S FIELD SERVICES A. Prepare and start systems as required by pertinent sections of the contract documents 3.05 ADJUSTING A. Carry out adjusting work as required by pertinent sections of the contract documents. Make final adjustments to installed VFD, to assure proper operation of industrial control system. END OF SECTION 16481 16T" ST PS BACK-UP GENERATOR AND UPGRADES VARIABLE FREQUENCY DRIVES 16481-8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 16620 STANDBY GENERATOR PART 1 - GENERAL 1.01 WORK INCLUDED A. This specification outlines the requirements for providing; installing and acceptance testing for a complete and operable prototype tested standby diesel generator sets. Generator shall be outdoor in sound -attenuated weatherproof enclosure. The fuel tank will be separate from the generator. Refer to Section 13205 — Above Grade Steel Fuel Storage Tanks. B. The manufacturer shall have available prototype test results for the assembled engine -generator set. Individual component tests for the major components are not acceptable as a substitute for prototype testing of the complete and assembled engine generator set. All the equipment shall be new, and of current design and shall be constructed in accordance with the applicable requirements of the IEEE, NEMA, NEC, UL, and ANSI standards. C. Equipment and materials shall be new and delivered to the job site factory tested and ready for installation. The work includes the following: Furnish and install engine -generator set with mounted and loose accessories as described herein and shown on the drawings. 2. Furnish tests, documents and services as specified. Furnish fuel, oil and antifreeze for testing and final fill. D. Not Used E. The specifications describe the system, but do not purport to cover all required details. Provide all appurtenances required, whether specifically noted herein or not. It shall be the Contractor's responsibility to coordinate with the generator supplier to determine what field installation requirements will be necessary to make the equipment complete and operable. F. The engine generator shall be equipped with the necessary devices to meet Tier 2 APCD regulations for the operation of the submitted diesel generator. Documentation shall list current Tier requirements. Contractor shall obtain a general permit registration number to submit application, pay for, and obtain a South Coast Air Quality Management District (SCAQMD) permit to construct and operate the standby generators for the first year of operation. The generator fuel fill system shall meet the requirements of the local fire department. The fuel tank vent shall be routed outside of the enclosure 12' above the generator pad. Provide an active particulate filter. Filter shall be Rypos or approved equal. Emissions: 16 FH ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. a. Air Emissions: The CONTRACTOR shall be solely responsible for providing a system that complies with BACT standards at the time of equipment purchase. At a minimum, the engines shall be a minimum of Tier 2 Certified. b. Submit certificate or "Source Test Report" for the engine demonstrating compliance with the BACT standards at the time of equipment purchase with the draft permit applications. G. Factory Engineer Provide services of factory -trained Service Engineer, specifically trained on type of equipment specified. Submit qualifications of Service Engineer for approval. Contractor is obliged to provide sufficient service to place equipment in satisfactory operation. H. Parts and Service In the best interest of the Owner, the Contractor shall engage a supplier of this equipment who shall maintain a full time in-house parts and service organization within 50 miles of the job site. The manufacturer of this set shall have a minimum of five years of experience in building similar units in this part of the country. Equipment offered by those who do not have an in-house parts and service organization and who depend on others to provide services, will not be considered. This supplier shall have his name, address, and telephone number clearly and visibly located on all equipment. Supplier must be an authorized distributor of the equipment proposed in the area of the job site to be considered. 1.02 SUBMITTAL A. Submittals shall be provided in sufficient detail to demonstrate compliance with these specifications. As a minimum, the submittal shall be bound, provided with an index to cross-reference the submittal item and page location, marked to indicate the specific item to be provided, and include the following data. 1. Bill of Material, covering all equipment submitted. 2. Qualifications of the engine -generator manufacturer and of the authorized distributor. ISO - 9001 certification. 24 -Hour emergency service capability. 3. Manufacturer's published rating sheet. NFPA-110 prototype test verification. Altitude and temperature de -rating procedures. Frequency and voltage regulation. Cooling system capability. Full rated load pickup capability. 4. Installation requirements: radiator airflow and backpressure capacity, combustion air requirement, fuel consumption, fuel circulation, heat rejection, exhaust flow, exhaust back- pressure calculations, battery requirements. Floor layout dimensional data with provision for cable entry and termination. 16' ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 5. Engine performance data. Configuration, cubic inch displacement, rated RPM, type of aspiration, voltage of electrical system, oil and coolant, exhaust volume and temperature. 6. Exhaust emission data provided on the current application form for the air quality agency having jurisdiction. Exhaust and crankcase emission control equipment devices. 7. Battery set and battery charger. 8. Generator performance data. Motor and load starting capability verification. Temperature rise and insulation classification. Short circuit sustaining capability. Over -voltage safety shutdown. Decrement curve specific voltage specified. 9. Output circuit breaker size, manufacturer, model, and trip curve for 10 second short-circuit capability. 10. Control panel features and performance. Meters and gauges. Safety alarm and shutdown devices. Cranking control. Indicator lamps and horn. Control switches. Rodent protection. 11. Exhaust silencer attenuation rating. 12. Jacket water heater system. 13. Seismic restraint devices. Agency pre -qualification. Dimensional data. Seismic restraint calculations. 14. Generator set enclosure. Material and construction details. Dimensional data. Sound attenuation data when specified. Compatibility with requirements of generator set at rated load and specified ambient conditions. 15. Completed SCAQMD applications complete with emissions data. 16. Dimensional data. 17. Schematic and wiring diagrams for all major components. Interconnection diagram for all major components. 18. Testing procedure. 19. Warranty certificate and administration authorization. 20. Preventative maintenance contract. Pollution liability insurance and certificate. 21. Operations and Maintenance Manual. 1.03 APPLICABLE DOCUMENTS A. The following documents shall apply to the specified equipment. 16TH ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 1. IEEE 587 Surge Testing l . NEMA MG 1 Motors and Generators 3. NFPA 110 Emergency/Standby 4. NFPA 37 Installation and Use 5. UL 2200 Stationary Engine Generator Assemblies PART 2 - EQUIPMENT 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, provide diesel generators, documents, tests, and services by the supplier and the authorized distributor. Provide UL 2200 labeling. B. Engage the services of an authorized manufacturer's distributor capable of providing equipment as specified, maintaining parts inventory; performing initial start-up, warranty and 24 hour emergency service. C. Warranty for all products against defects in material and workmanship for a period of 5 years from the date of Owner's final acceptance. Warranty coverage shall include parts, labor, travel expenses, and labor to remove/re-install equipment. Engage supplier capable of administering the warranty service on all components of the emergency system specified herein. D. Manufacturer shall be Caterpillar, Cummins, Generac, Kohler, or approved equal. 2.02 RATINGS A. The generator set shall be diesel powered, 1800 RPM, minimum rated for continuous standby operation at ratings of 1000 KW, 0.80 P.F., 277/480 volt, 3 phase 4 wire. Site conditions: 110 degrees F, 100 Ft. B. The generator set shall be capable of picking up 100% load in one step in accordance with NFPA Standard 110. 2.03 ENGINE AND EQUIPMENT A. Engine shall be four cycle only, powered by #2 diesel, water cooled and turbocharged/aftercooled as required. B. Positive displacement, full pressure, lubrication oil pump. Full flow lubrication oil filters with replaceable spin -on canister elements and dipstick. C. Engine Oil Drain Extension. Provide 2 -inch stainless steel oil pan drain extension with a 2 -inch 16711 ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. stainless steel ball valve. The valve shall extend to the side of the frame for ease of maintenance during oil changes. D. Engine driven positive displacement fuel pump. Fuel filter with replaceable spin -on canister element. Replaceable dry element air cleaner with restriction indicator. E. Provide a filter/water separator on the engine, Raycor filter, DAHL, or equivalent, just ahead of the fuel filters to prevent condensation, or other water, present in the fuel from reaching the engine filters, pumps, or injectors. Construct of heat -resistant glass, with an aluminum -perforated baffle, for easy viewing of the amount of water contained. F. Engine mounted battery charging alternator, 45 ampere minimum, and solid-state voltage regulator. Battery charger and fill control panel will be fed with a single 120 VAC circuit. G. Jacket water heater, UL Listed, 240 volt, single phase dedicated circuit. H. Electronic governor with adjustable control. Frequency regulation shall be isochronous under varying loads from no load to full load. Frequency variation shall be + 0.25 percent of rated speed. I. Provide engine mounted radiator including belt -driven pusher fan, water pump and thermostat. Cooling system shall be rated for full rated load operation in 122 degree F ambient conditions. Include a duct adaptor flange for attachment of an air duct. Guard rotating parts against accidental contact. J. The engine and generator shall be mounted on a heavy duty steel base with a battery tray with battery holddown clamps within the base. Electrical and fuel stub up shall be within the base rails. K. Provide a closed crankcase ventilation system by Racor CCV or equal. 2.04 ENGINE STARTING A. Electric starter. B. Control cranking with three crank attempts with rest periods, 75 second minimum. Lock out controls after third attempt. C. Battery, 12 VDC, lead acid type. Battery shall provide sufficient capacity to provide 100 seconds cranking. Provide insulated stranded copper conductors to connect batteries to generator starter. Mount batteries inside generator enclosure. Provide battery tray and seismic straps. D. Battery charger, 120 VAC, 10 amp 12 VDC, voltage regulated on the skid. Equip with adjustable float and manual equalize charge settings, and DC voltmeter and ammeter. Provide contact and wiring for indication of low battery voltage on control panel. Charger voltage regulator shall be temperature compensated to prevent thermal damage to batteries. 2.05 GENERATOR A. The generator shall be single bearing, four pole, two-thirds pitch, dripproof, and air cooled. The rotor 16'H ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. shall have amortissuer windings and be dynamically balanced. Subtransient reactance shall not exceed 12% p.u. on the generator base rating. B. THD shall not exceed 5% of rated voltage at full load and no single harmonic shall exceed 3% of rated voltage at full load. C. The exciter shall be brushless, three phase, with full wave silicon diodes, surge suppressor and exciter circuit breaker. D. Provide permanent magnet generator (PMG) for isolation and sustained 300% short circuit current for 10 seconds. Electronic current boost methods or CT boost methods are not acceptable. E. The insulation system for rotor, stator, exciter and PMG shall be Class H. Temperature rise shall not exceed 125 degrees C at full rating. F. The voltage regulator shall be 3 phase RMS sensing, temperature compensated, pulse width modulated and + 0.5% regulation with overvoltage and overexcitation protection. Overvoltage protection shall shut down regulator output on a sustained over -voltage of one (1) second; overexcitation protection shall shutdown regulator output if overloads exceed ten (10) seconds. The regulator shall allow frequency to decline to 58 Hz before correcting the output voltage in a linear volts/hertz manner. G. Shield generator, exciter and regulator to prevent radio frequency interference per provisions of 13S.800 and VDE Class G and N. H. Resettable 100% rated, line current sensing circuit breakers with inverse time versus current response shall be furnished and shall not automatically reset preventing restoration of voltage if maintenance is being performed. This breaker shall protect the generator from damage due to its own high current capability and shall not trip within the 10 seconds specified above to allow selective tripping of down -stream fuses or circuit breakers under a fault condition. Provide two output breakers. Line circuit breaker shall be sized at 2000AT. A load bank circuit breaker shall be sized at 2000AT. Circuit breakers shall be installed in the generator terminal box and be easily operable when the operator is at the control panel. Circuit breakers shall include provision for a lock out device in the de -energized position to comply with NFPA 70E. 2.06 GENERATOR CONTROL A. Provide NEMA 1 enclosed control panel mounted on the generator with vibration isolators. Solid state components shall have surge suppression for protection. Provide panel lighting with ON/OFF switch. Indicating meters (2%) and devices shall include: AC ammeter AC voltmeter Frequency meter Phase selector switch with OFF position for meter display of current and voltage in each generator phase. Voltage adjustment 5% Running time meter 16`11 ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 7. Oil pressure gauge 8. Water temperature gauge 9. DC voltmeter B. Controls shall shut down and lock out the engine upon: 1. Overcrank 2. Overspeed 3. Low oil pressure 4. High engine temperature C. Provide DC powered engine monitor with the following lights on the control panel: 1. Run green 2. Low oil pressure (prealarm) amber 3. High engine temp (prealarm) amber 4. Low engine temp (prealarm) amber 5. Low fuel (prealarm) amber 6. Fuel leak (alarm) red 7. Low oil pressure (shutdown) red 8. High engine temp (shutdown) red 9. Overcrank (shutdown) red 10. Overspeed (shutdown) red 11. Not in Automatic (flashing) red 12. Low coolant level (alarm) red D. Provide the following SCADA signals to SCADA: 1. Run (Discrete) 2. Fail (Discrete) 3. Not in Auto (Discrete) 4. Common Alarm (Discrete) 5. Breaker open (Discrete) 6. Fuel Tank Level (Analog) E. Operation of shut down circuits shall be independent of pre -alarm circuits. Panel mounted switches shall reset the engine monitor and test all the lamps. F. Provide three position panel mounted switch (RUN -STOP -AUTO) to stop the engine in the STOP position, start and run the engine in the RUN position, and allow the engine to start and run by closing a remote contact, and stop by opening the remote contact when in the AUTO position. G. Provide cranking cycle function, consisting of three crank attempts followed by rest periods. Failure to start after three attempts (75 seconds) shall shut down and lockout engine. Two means of cranking termination after engine start shall be provided, one as a backup to the other. H. Provide an Ethernet communication network interface for remote use with TCP/IP protocol. Communication module shall be powered from the generator. A licensed copy of the Generator 16TH ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. Manufacturer's graphical interface software for use with the communication module will be provided to District to be installed on Central SCADA computer. Provide Monico or equal. 2.07 SOUND ATTENUATED ENCLOSURE AND EXHAUST SYSTEM A. Provide a weather -protective and sound attenuated enclosure with removable and hinged doors to allow inspection and maintenance. Enclosure material shall be constructed of aluminum suitable for a high humidity and high salt coastal condition. Lockable latches shall be of 316 stainless steel. Doors shall have a common keyed latch. Provide two (2) sets of keys. Enclosure shall be prime painted with a urethane base coat and powder baked finish coats in the manufacturer's standard color enamel. Enclosure shall have successfully completed a 500 -hour salt spray test done in compliance with ASTB-117. Enclosure shall be rated for high winds of up to 150 mph. All exposed hardware (screws, bolts, etc) shall be 316 stainless steel. B. Enclosure and engine exhaust system shall be sound attenuated to limit noise level when operating at full rated load to a maximum of 75 dB(A) at 23 feet in any horizontal direction from the center of the unit. Intake and discharge of cooling air shall be through top mounted openings that are covered for weather protection. Provide acoustical material on internal walls and surfaces of the enclosure. Acoustic insulation shall be listed under UL 94 HF 1 for flame resistance and shall be a minimum of 1 inch in thickness. External holes and opening in the enclosure shall be covered with stainless steel mesh to prevent entry of birds or rodents. The cooling air discharge shall include acoustic insulation with urethane film. Air discharge shall be vertical. C. A super -critical degree silencer shall be provided for installation within the sound attenuated enclosure. Supplier shall furnish back pressure calculations for the installation, including the discharge piping, verifying that engine limitation is not exceeded. Silencer shall be arranged for horizontal mounting with bottom (side) inlet and end outlet. Provide a stainless steel bellows type flexible exhaust connector at the engine exhaust outlet. Provide suitable raincap or moisture drain. A "Critical Degree" silencer is considered to be one capable of attenuating engine exhaust noise component to 85 dba at 10 feet in a free -field environment. Silencer and piping inside the sound enclosure shall be wrapped with thermal protective material. D. Provide and install a power distribution panel (Basic Electrical Package option) within the generator enclosure, 100 amp, 120/240 volt, single phase (mini -power center), with the main disconnect circuit breaker. Provide feeder circuit breakers and interconnecting wiring for the generator jacket water heater, battery charger, generator space heater, convenience outlet, trouble light, and spare. All distribution wiring shall be done with liquid tight flexible metallic conduit. The power system shall consist of a mini -power center that has a 480 volt, single phase connection from a remote source. 1. Engine jacket water heater 2. Battery charger 3. Convenience outlet 4. Trouble light 16TH ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 5. (2) spares 2.08 NOT USED 2.09 SEISMIC RESTRAINT A. Provide a seismically approved generator with mounting details. 2.10 SPARE PARTS A. Provide spare parts as recommended by manufacturer for six months of operation for engine - generator set plus the following: I . Three filters of each type for all services. 2. Three fuses of each type and rating used. 3. Three indicator light bulbs of each type and rating used. B. Pack spare parts in suitable containers or boxes bearing labels clearly designating contents and piece of equipment for which they are intended. C. Deliver spare parts at same time as equipment to which they pertain. Properly store and safeguard spare parts until completion of the work at which time deliver them where directed by the Engineer. 2.11 NOT USED PART 3 - EXECUTION 3.01 EXAMINATION A. Examine areas and conditions under which diesel generators are to be installed and notify of conditions detrimental to proper completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. 3.02 DELIVERY, STORAGE AND HANDLING A. Deliver equipment properly packaged and mounted on skids to facilitate handling. Deliver with recommended oil and coolant installed. B. Store equipment to protect from weather and construction traffic. Wherever possible, store indoor; where necessary to store outdoors, store above grade with weather -protective enclosure or plastic wrapping. C. Handle equipment carefully to prevent physical damage. Do not install damaged equipment; remove from site and replace damaged equipment with new. 16TH ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. 3.03 INSTALLATION OF DIESEL GENERATOR SET A. Install diesel generator and connect to existing transfer switch as indicated, in accordance with the equipment manufacturer's written instructions, and with recognized industry practices, to ensure that the unit fulfills requirements. Comply with NFPA and NEMA standards pertaining to installation of engine generator sets and accessories. B. Install generator on spring type vibration isolators suitable for Seismic Design Categories D & F4 conditions. Furnish certified anchor calculations signed by a California Professional Engineer. C. Coordinate with other work, including raceways, electrical boxes and fittings, exhaust piping, fuel tanks, piping and accessories, as necessary to interface installation of engine generator equipment work with other work. 3.04 GROUNDING A. Provide equipment grounding connections for diesel generator as indicated. Tighten connections to comply with tightening torques specified in UL 486A to assure permanent and effective grounding. Ground neutral at the generator (separately derived source). 3.05 PRODUCTION TESTS A. Provide certified factory production tests on the equipment performed at rated load and 0.8 PF. Tests shall include: Steady-state voltage and frequency analysis Rated load at rated PF Maximum power analysis 3.06 FIELD TEST A. Engage the services of the supplier's factory trained technicians to perform testing including furnishing all test equipment. B. Submit notification of test schedule and procedure for approval by the Engineer not less than two (2) weeks prior to the scheduled date. Notify all interested parties of the time and date for the testing. C. All tests shall be made with the door to the enclosure in which the generator is located closed. Verify all electrical, exhaust, fuel and water connections for proper size, continuity, phase rotation, and tightness of fittings. Check all fluids for appropriate levels. Verify operation of jacket water heater, battery charger, automatic transfer switch and remote alarm connections. Start up engine and make initial check of voltage, frequency, battery charging, oil pressure, 16"" ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. water temperature and safety shutdowns. E. Connect a load bank at 100% of generator rating at unity power factor. Generator set shall be run for 1 hour at 75% then 1 hour at 100%. Record every 15 minutes water temperature, oil pressure, ambient air temperature, voltage, current, frequency, and kilowatts. Test all safety devices using methods recommended by the manufacturer. At conclusion of test allow 10 minute unloaded cooldown before shutdown. F. Test generator controls in Remote position using the plant load. Simulate failure of the normal power source by opening normal source breaker. Engine generator shall start and assume load within 10 seconds. Run the generator for 30 minutes on building load. Adjust and verify ATS time delay settings per specifications. Record starting step voltage and frequency drops and provide report. G. Any failure or malfunction of equipment or controls during any time of test procedure shall be corrected and retested at no additional cost to Owner. H. Production and field test results shall be documented and forwarded to the Engineer. Include test reports in O & M manuals. Training: 1. Training session: Provide one 4 hour classroom session for operations and maintenance Provide one 4 hour field session for operations and maintenance. 2. Manufacturer shall submit a lesson plan to include operator training and maintenance training at least two weeks prior to the training sessions. 3. Training shall include both classroom and field "hands-on" training. Both types of training shall provide full coverage of all techniques for the operators to fully understand the generator operation, and for the maintenance personnel to fully understand the requirements for preventive and corrective maintenance. 4. Acceptable operation and maintenance manuals must be onsite and available when training sessions are implemented. At the conclusion of field testing, Contractor shall, at his expense, fill the fuel tank with diesel fuel. END OF SECTION 16TH ST PS BACK-UP GENERATOR AND UPGRADES STANDBY GENERATOR 16620-11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. SECTION 17040 CONTROL SYSTEM HARDWARE AND SOFTWARE PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor, through the use of the System Integrator and qualified electrical installers, shall provide and install the instrumentation and control system hardware and PLC/OIT programming upgrades complete and operable, in accordance with the Contract Documents. B. The Contractor shall hire the City's Approved System Integrator, Enterprise Automation, to provide PLC Programming, Central SCADA programming, and OIT programming at 16th Street Pump Station and provide a new PLC I/O module, as indicated, into the existing PLC rack, remove the existing OIT, and replace the existing Ethernet Switch., and all required PLC panel modifications to support new hardware. The Point of Contact for Enterprise Automation is Luke Stephenson 949-769-6000 X 118, Luke. Stephenson.&eaintegrator.com C. The Contractor will provide HMI screen development at the Operations Center. 1.02 CONTRACTOR SUBMITTALS A. Instrumentation and control system hardware submittals consist of Bill of Materials and construction drawings for PLC modification. B. Contractor will provide Operation and Maintenance (O&M) Manual. The O&M shall contain As - Built drawings reflecting project modifications after startup testing. The O&M will also include a printed copy of the PLC program and a backup copy of the PLC program on CD-ROM. 1.03 STORAGE AND HANDLING A. All equipment and materials delivered to the Site shall be stored in a location that shall not interfere with the operations of the Owner's personnel or interfere with construction. Storage and handling shall be performed in a manner that shall afford maximum protection to the equipment and materials. It is the Contractor's responsibility to assure proper handling and on-site storage. 1.04 SPECIAL WARRANTY REQUIREMENTS A. Equipment and materials selected by the Contractor that do not achieve design requirements after installation shall be replaced or modified by the System Integrator to attain compliance. The cost for doing so shall be the Contractor's responsibility. Following replacement or modification, the Contractor shall retest the system and perform any additional procedures needed to place the complete instrumentation and control system in satisfactory operation and attain design compliance approval from the Engineer. 16"1 ST PS BACK-UP GENERATOR AND UPGRADES CONTROL SYSTEM HARDWARE AND SOFTWARE 17040-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. B. The Contractor warrants/guarantees the satisfactory performance of the installed equipment and materials under operating conditions for a period of 1 year after the date of final acceptance of the instrumentation and control system. In the event that tests and inspections disclose latent defects or failure to meet the specified requirements, the System Integrator, upon notification by the Owner, shall proceed at once to correct or repair any such defects or non-conformance or to furnish, at the delivery point named in the Contract Documents, such new equipment or parts as may be necessary for conformity to the requirements, and shall receive no additional compensation therefore. In case of any required repairs or other corrective or remedial work covered under warranty, the warranties on all such corrections, repairs, new equipment, or parts shall be extended for an additional 24 months from the date of final acceptance, or 12 months from the date of completion of any such corrections, repairs, new equipment, or parts, whichever date is later. If the Owner performs repair, the Contractor shall reimburse the Owner for all costs incurred in the removal of the defective material and installation of the replacement. PART 2 - MATERIALS 2.01 GENERAL A. The PLC shall have a new 4-20ma output module and a new Ethernet Switch to provide for more ports.. All new material is to be used. No used or reconditioned equipment is acceptable. The internal wiring of the controller is to be fixed with logic functions it must perform in a given application to reside in memory. B. All materials and all instrumentation and control system equipment furnished under this Contract shall be new, free from defects, of first quality, and produced by manufacturers regularly engaged in the manufacture of these products. C. Hardware Commonality: Where there is more than one item of similar equipment being furnished all such similar equipment shall be the product of a singular manufacturer. 2.02 INSTRUMENTATION AND CONTROL SYSTEM ENCLOSURES A. All modifications to existing PLC's with addition of new I/O modules shall be mounted inside existing enclosure. All channels on the new modules shall be wired to terminal blocks. Signal field wiring shall terminate on these terminal blocks. 2.03 PROGRAMMABLE LOGIC CONTROLLER (PLC) A. The 16th Street Pump Station has an existing Allen-Bradley CompactLogix PLC with an Allen Bradley PanelView Plus 1000 OIT. The existing OIT is obsolete and not operational. Contractor shall remove the OIT and provide door cover. Provide additional I/O modules to implement the new control strategies. Each module shall have all I/O wired to new field terminals ready for use. Match existing terminal blocks. Each analog circuit will be fused. B. PLC Input/Output (I/O) Modules 16rH ST PS BACK-UP GENERATOR AND UPGRADES CONTROL SYSTEM HARDWARE AND SOFTWARE 17040-2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. I/O Modules General: All I/O housings and modules shall be suitable for hostile industrial environments. The I/O's shall be 4-20 mA DC for all analog inputs and outputs. All analog signals shall be fused in the panel. 2.04 ETHERNET SWITCH A. Expand (replace) the existing ethernet switch with a new switch having a minimum capacity of sixteen ports. Provide Allen Bradley Stratix. PART 3 - EXECUTION 3.01 INSTALLATION A. The Contractor shall utilize qualified personnel to accomplish, or supervise the physical installation of all elements, components, accessories, or assemblies that it provides. The Contractor shall employ installers who are skilled and experienced in the installation and connection of all elements, components, accessories, and assemblies it provides. B. All components of the instrumentation and control system shall be the installation responsibility of the Contractor unless specifically noted otherwise. Grounding shall be shown on submittal drawings. After installation of the instrumentation and control system is completed, the installation shall be inspected by the Contractor and the City's representatives. Any problems shall be corrected, and when both are satisfied with the installation, a written certification of the installation shall be delivered to the Engineer. The certification shall state that all PLC 1/0 modules, system grounds, and all other components of the instrumentation and control system have been inspected and are installed in accordance with the Manufacturer's guidelines. 3.02 SITE ACCEPTANCE TESTING A. Startup tests shall be performed by the Contractor with the City's participation as needed, to determine that all features and equipment systems and subsystems have been properly designed, manufactured, installed and adjusted, function properly as specified and are capable of operating simultaneously and continuously in the local and remote control modes at all capacities throughout their operating range. B. After installation and checkout by System Integrator's personnel, the control systems shall be subjected to an acceptance test. C. Site acceptance testing shall be scheduled after receipt of the System Integrator System Loop Test Report that verifies all field signals are reflected in the proper address locations in the system database. D. The site acceptance testing shall follow the same procedure as the factory testing and shall operate without loss of basic functions. The City will provide support to verify that the site signals are being displayed properly on the SCADA HMI. The Contractor is responsible for 16m ST PS BACK-UP GENERATOR AND UPGRADES CONTROL SYSTEM HARDWARE AND SOFTWARE 17040-3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT. providing verification that all required signals are being displayed properly on the 16th Street Pump Station OIT that is to be modified by System Integrator. The operational demonstration shall confirm that the status, alarm, and process variable signals are valid and are being updated appropriately, and that the discrete and analog output signals from the control system are being correctly transmitted and implemented. Any errors or abnormal occurrences shall be recorded by System Integrator's field representative. Failure of redundant equipment shall not be considered downtime provided that automatic failover occurs as specified and, in the opinion of City Representative, the failure was not caused by deficiency in design or installation. In the event of repeated failure of any hardware component or software module, the acceptance test shall be terminated and re -started. 3.03 TRAINING A. System Integrator shall conduct training courses for City personnel. Training shall be conducted by experienced instructors who are familiar with the specific system supplied. Training for Operators and Maintenance personnel will be conducted on site in one 4 -hour class. Up to six students can attend a class. B. Training shall address operation of instruments, control system maintenance (panel and instruments), and pump station operation. Alarms and PLC program response to alarm signals will be demonstrated. C. Training lesson plans shall be submittal at least 30 days prior to the start of training for approval. 3.04 CONTROL SCENARIOS A. The City will discuss the operation of the 16`x' Street Pump Station with the System Integrator prior to the programming phase of the project and will establish the control scenarios and other relevant expectations related to this work. END OF SECTION 17040 16TH ST PS BACK-UP GENERATOR AND UPGRADES CONTROL SYSTEM HARDWARE AND SOFTWARE 17040-4 APPENDIX A Geotechnical Investigation Lonverse L onsuitants ..,on...... anla: 3 in J.•raler �clence Inspecl:�n 3 �eslln� J�tv:les Converse Consultants Geotechnical Engineering, Environmental & Groundwater Science, Inspection & Testing Services July 29, 2020 Mr. Neil Harper, PE Senior Project Manager Dudek 27372 Calle Arroyo San Juan Capistrano, CA 92675 Subject: GEOTECHNICAL INVESTIGATION REPORT 16th Street Pump Station Back-up Generator and Upgrades South Side of 16th Street and West of Monrovia Avenue Newport Beach, Orange County, California Converse Project No. 19-32-151-01 Dear Mr. Harper: Converse Consultants (Converse) is pleased to present this Geotechnical Investigation Report for the proposed improvements required for 16th Street Pump Station, located on the south side of 16th Street and west of Monrovia Avenue, Newport Beach, Orange County, California. Our services were performed in accordance with our proposal dated July 3, 2019. Based on our field exploration, laboratory testing, geologic evaluation, and geotechnical analysis, the site is suitable from a geotechnical standpoint for the proposed development, provided our conclusions and recommendations are implemented during design and construction. We appreciate this opportunity to be of service to Dudek. If you should have any questions regarding this report, please contact us at (714) 444-9660. Sincerely, CONVERSE CONSULTANTS (i'f I � � X1"]/ Carlos V. Amante, PE, GE Principal Engineer/Managing Officer Dist: 1/Addressee, via Email CA/MS/HSQ:kl Geotechnical Investigation Report 16th Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page ii PROFESSIONAL CERTIFICATION This report for the proposed improvements for 16th Street Pump Station located in Newport Beach, Orange County, California, has been prepared by the staff of Converse under the professional supervision of the individuals whose seals and signatures appear hereon. The findings, recommendations, specifications, or professional opinions contained in this report were prepared in accordance with generally accepted professional engineering and engineering geologic principles and practice in this area of Southern California. There is no warranty, either expressed or implied. In the event that changes to the property occur, or additional, relevant information about the property is brought to our attention, the conclusions contained in this report may not be valid unless these changes and additional relevant information are reviewed, and the recommendations of this report are modified or verified in writing. Aleksey Zhukov Staff Engineer h�tlped/ Carlos V. Amante, PE, GE Principal Engineer/Managing Officer Converse Consultants for Engineering Geologist Geotechnical Investigation Report 161h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page iii EXECUTIVE SUMMARY The following is a summary of our geotechnical investigation, conclusions, and recommendations as presented in the body of this report. Please refer to the appropriate sections of the report for complete conclusions and recommendations. In the event of a conflict between this summary and the report, or an omission in the summary, the report shall prevail. The proposed project site is located within the Utility Yard on 16th Street and Monrovia Avenue in Newport Beach. The site is bounded by 16th Street to the north, an asphalt walkway to the east, and a concrete driveway to the southwest. The site is located on a sloped lot with surface elevations ranging from 101 to 104 feet above mean sea level (amsl) respectively, with surface gradients flowing down -gradient towards the west. The site coordinates are: Latitude: 33.63220 North, and Longitude: 117.93940 West. ■ The project consists of building a back-up generator capable of running three of the 300 HP motors and supply 9000 gallons per minute (gpm) in the event of an emergency. A geotechnical investigation is required for the design reinforced concrete slab foundation to support the generator. ■ Our scope of work included project setup, subsurface exploration, laboratory testing, engineering analysis, and preparation of this report. ■ To investigate the subsurface conditions at the project site, Converse drilled two (2) exploratory borings (BH -1 and BH -2) on June 16, 2020. Borings BH -1 and BH - 2 were drilled using a 4 -inch diameter hand auger at the locations of proposed structure pad foundation to a maximum depth of 21 feet below ground surface (bgs). ■ The subsurface conditions consist of 2 feet of undocumented fill over native alluvial soil deposits to the maximum explored depth of 21 feet bgs. The fill consists primarily of dark brown, loose, fine to coarse grained clayey sand with few gravels. The alluvial soils consist predominately of dark brown, fine to coarse grained clayey sand and fine to medium grained clay. ■ Groundwater was not encountered during our subsurface exploration to a maximum drilled depth of 21 feet bgs. Review of the Seismic Hazard Zone Report for the South Gate 7.5 -Minute Quadrangle (CDMG, 1998), Plate 1.2, indicates the historical high groundwater contours in the vicinity of the site was approximately 30 feet bgs. Groundwater is not anticipated during construction and need not be considered in project design. The site is not located within a State of California Earthquake Fault Zone. Based on review of available geologic information, no major surface fault crosses through 6. Converse Consultants W Geotechnical Investigation Report 16'h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page iv or extends towards the site. The potential for surface rupture resulting from the movement of nearby major faults, or currently unknown faults, is not known with certainty but is considered low. ■ Based on our analysis, the site has low potential for liquefaction and seismically induced settlement due to the clay -rich (cohesive) nature of the soils. ■ The risk to the site from seismically induced lateral spreading, landsliding, and flooding is considered low. ■ Based on our field exploration, the soils at the site may be excavated with conventional heavy-duty earth moving and trenching equipment. ■ The Expansion Index test results indicate the soils at the site have a "very low" expansion potential. Mitigation for expansive soil is not considered necessary. ■ To provide uniform support for the proposed concrete slab foundation, the existing soils should be overexcavated to a minimum depth of 2 feet below the bottom of foundations, or 4 feet below the lowest adjacent grade, whichever is deeper. The overexcavation should extend laterally at least 4 feet beyond the footprints of the foundations. The overexcavation should be deepened as needed to remove any existing fill, and any very soft or saturated soil. The bottom of excavation should be scarified to a depth of 12 inches and compacted to at least 90 percent of the laboratory maximum dry density as determined by ASTM D1557 test method. Seismic design parameters determined based on the 2019 California Building Code and ASCE 7-16 guidance document are presented in Table No. 1 in Section 8.1 of this report. ■ Foundation design parameters and recommendations are presented in Section 8.2 of this report. Based on soil corrosivity test results and Caltrans Corrosion Guidelines, the soils are considered non -corrosive to concrete and ferrous metals. According to ACI 318-14, a minimum compressive strength of 2,500 psi for concrete is recommended based on sulfate exposure category. Additional corrosion testing should be performed at the completion of grading or as recommended by a qualified corrosion consultant. Converse does not practice in the area of corrosion consulting. A qualified corrosion consultant should provide appropriate corrosion mitigation measures. The results of our investigation indicate that the site is suitable from a geotechnical standpoint for the proposed development, provided the recommendations contained in this report are incorporated into the design and construction of the project. Converse Consultants W Geotechnical Investigation Report 16th Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, Califomia Converse Project No. 19-32-151-01 July 29, 2020 Page v TABLE OF CONTENTS 1.0 INTRODUCTION......................................................................................................1 2.0 SITE AND PROJECT DESCRIPTION.....................................................................1 2.1 SITE DESCRIPTION.................................................................................................. 1 2.2 PROJECT DESCRIPTION........................................................................................... 1 3.0 SCOPE OF WORK..................................................................................................1 3.1 PROJECT SETUP..................................................................................................... 1 3.2 SUBSURFACE EXPLORATION.................................................................................... 2 3.3 LABORATORY TESTING............................................................................................ 2 3.4 ENGINEERING ANALYSES AND REPORT..................................................................... 3 4.0 SUBSURFACE CONDITIONS................................................................................. 3 4.1 SUBSURFACE PROFILE............................................................................................ 3 4.2 GROUNDWATER...................................................................................................... 3 4.3 EXCAVATABILITY..................................................................................................... 4 4.4 EXPANSIVE SOIL..................................................................................................... 4 4.5 SUBSURFACE VARIATIONS....................................................................................... 4 5.0 ENGINEERING GEOLOGY.....................................................................................4 6.0 FAULTING AND GEOLOGIC HAZARDS............................................................... 5 6.1 SEISMIC CHARACTERISTICS OF NEARBY FAULTS ....................................................... 5 6.2 SEISMIC HISTORY................................................................................................... 5 6.3 SURFACE FAULT RUPTURE...................................................................................... 6 6.4 LIQUEFACTION AND SEISMICALLY INDUCED SETTLEMENT ............................................ 6 6.5 LATERAL SPREADING.............................................................................................. 6 6.6 SEISMICALLY INDUCED SLOPE INSTABILITY................................................................ 7 6.7 EARTHQUAKE -INDUCED FLOODING........................................................................... 7 7.0 EARTHWORK RECOMMENDATIONS...................................................................7 7.1 GENERAL............................................................................................................... 7 7.2 REMEDIAL GRADING................................................................................................ 8 7.3 ENGINEERED FILL................................................................................................... 8 7.4 COMPACTED FILL PLACEMENT................................................................................. 9 7.5 SHRINKAGE AND SUBSIDENCE.................................................................................. 9 7.6 SITE DRAINAGE..................................................................................................... 10 8.0 DESIGN RECOMMENDATIONS...........................................................................10 8.1 SEISMIC DESIGN PARAMETERS.............................................................................. 10 8.2 FOUNDATION DESIGN PARAMETERS....................................................................... 10 8.3 SOIL CORROSIVITY EVALUATION............................................................................ 11 9.0 CONSTRUCTION RECOMMENDATIONS............................................................12 Converse Consultants Geotechnical Investigation Report 161h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page vi 9.1 GENERAL............................................................................................................. 12 9.2 TEMPORARY SLOPED EXCAVATIONS....................................................................... 12 9.3 TEMPORARY SHORING........................................................................................... 13 9.4 GEOTECHNICAL SERVICES DURING CONSTRUCTION ................................................ 15 10.0 CLOSURE..........................................................................................................16 11.0 REFERENCES...................................................................................................17 TABLES Page Number Table No. 1, 2019 CBC Seismic Design Parameters.................................................... 10 Table No. 2, Soil Corrosivity Test Results..................................................................... 11 Table No. 3, Slope Ratios for Temporary Excavation.................................................... 12 Table No. 4, Lateral Earth Pressures for Temporary Shoring ....................................... 13 FIGURES Following Page Number FigureNo. 1, Site Location Map...................................................................................... 1 Figure No. 2, Boring Location Map.................................................................................. 2 Figure No. 3, Regional Geologic Map............................................................................. 4 Figure No. 4, Southern California Regional Fault Map .................................................... 5 Figure No. 5, Epicenter Map of Southern California Earthquakes (1800-1999) .............. 5 Figure No. 6, Seismic Hazard Zones Map....................................................................... 6 Figure No. 7, Lateral Earth Pressures for Temporary Braced Excavation ..................... 14 Figure No. 8, Lateral Earth Pressures for Temporary Cantilever Wall .......................... 14 APPENDICES AppendixA..............................................................................................Field Exploration Appendix B............................................................................ Laboratory Testing Program Converse Consultants Geotechnical Investigation Report 16"' Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 1 1.0 INTRODUCTION This report contains the findings and recommendations of our geotechnical investigation performed at the site for the proposed improvements for the existing 16th Street Pump Station, located on the south side of 16th Street and west of Monrovia Avenue in Newport Beach, Orange County, California as shown on Figure No. 1, Site Location Map. This report is prepared for the project described herein and is intended for use solely by Dudek, and its design team. It should not be used as a bidding document but may be made available to potential contractors for information on factual data only. For bidding purposes, contractors should be responsible for making their own interpretation of the data contained in this report. 2.0 SITE AND PROJECT DESCRIPTION 2.1 Site Description The proposed project site is located within the Utility Yard on 16th Street and Monrovia Avenue in Newport Beach. The site is bounded by 16th Street to the north, an asphalt walkway to the east, and a concrete driveway to the southwest. The site is located on a sloped lot with surface elevations ranging from 101 to 104 feet above mean sea level (amsl) respectively, with surface gradients flowing down -gradient towards the west. The site coordinates are: Latitude: 33.6322° North, and Longitude: 117.93940 West. 2.2 Project Description The project consists of building a back-up generator capable of running three of the 300 HP motors and supply 9000 gallons per minute (gpm) in the event of an emergency. A geotechnical investigation is required for the design of reinforced concrete slab foundation to support the generator. 3.0 SCOPE OF WORK The scope of our work included a site reconnaissance, subsurface exploration with soil sampling, laboratory testing, engineering analyses, and preparation of this report. 3.1 Project Setup As part of the project setup, a field staff from our office conducted the following tasks. ■ Reviewed existing geology/geotechnical reports for the properties or in the vicinity. ■ Performed a site reconnaissance to observe existing conditions. ■ Staked/marked the boring locations in the field such that access to all the locations was available Converse Consultants LA2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst 1, 4 � Sch t _ LA; -7 fL ,rl 1"fir_ �� t ShOp6rtf _n'sdi!t J s r L j, - 'C OAJT�. a �"a �• , 1 � � �y-i e f 1.".._ CO�E3�i ,(� ! «r � � .. `� ajt� i Pa YVI Js I l 1 " ! . 11 ry 9 a Sch - _ i a SCh -I X. a 9.7 Res M �fcNaU r Vit. 11�� �' I '.""r�% Sch<� 1;4IH_ t il�`l`ii®._�� `i ritiQ �. +i't y y i j¢ � �1 d — ,rj -.._ 'I � ��/ _i. �1 `ch " �i ';''F��ii��•• fir--- �- pq� r Park �_ 7 �+.t� / I o 0 ��,? � ire � ���✓ Ilk PROJECT SITE .) .^f� tl i "! KIK o � 1 `� ■ _ '. S j t _'_.r:- �� T�� �^. �b �. `� � � � ��`� '• I � /s \ ��� f •♦ fu 717 (71♦ . } � `�ti !/�l � ,% WT \ it ( Trader �r f l" 11a r +" 1 ( 7r f j x ( '`_'=' _s- _� C_ Park p1 ♦ s 1 ��:• � irk' j �v `" �_ 3� J'{� �� �/i� t� �,-, �s � _ 11� 1 7�, r l AN �� ... ��•�,. !. �� � - ���J', "� `tel' -;w r � .: �lrffv�.,g�t��f'i�.r�,�`f, �Nn1r�p tt�ta�� �.1 _L Sch d h .. `k�—] '�--5� Tarnia,p y h �A t CrtY rr BrseiA t -.�1. \ SITE LOCATION MAP 16th Street Pump Station Back-up Generator and Upgrades Project No. Figure No. 0 1,000' 2,000' 1211, Converse Consultants Newport Beach, California SCALE* 1"=2.000' For: Dudek 19-32-151-01 1 SCALE IN FEET Geotechnical Investigation Report 16"' Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 2 ■ Notified Underground Service Alert (USA) at least 48 hours prior to drilling to clear the boring location of any conflict with existing underground utilities. ■ Employed a drilling contractor and coordinated the drilling schedule with Dudek and the City of Newport Beach staff. During the site reconnaissance on June 8, 2020, the surface conditions were noted, and the locations of the borings were determined to confirm that drill rig access to all the locations was available. The borings were located using existing boundary features as a guide and should be considered accurate only to the degree implied by the method used. 3.2 Subsurface Exploration To investigate the subsurface conditions at the project site, Converse drilled two (2) exploratory borings (BH -1 and BH -2) on June 16, 2020. The approximate locations of the exploratory borings are shown in Figure No. 2, Boring Location Map. The exploration locations and depths were selected by Converse in consultation with Dudek. Borings BH -1 and BH -2 were drilled using a 4 -inch diameter hand auger at the locations of proposed structure pad foundation to a maximum depth of 21 feet below ground surface (bgs). Since groundwater was not encountered during drilling, all the boreholes were backfilledwith soil cuttings. No waste (extra soil cuttings) were generated. Detailed descriptions of the field exploration and boring logs are presented in Appendix A, Field Exploration. 3.3 Laboratory Testing Representative samples of the site soils were tested in the laboratory to aid in the classification and to evaluate relevant engineering properties. The tests performed included: ■ In-situ Moisture Content and Dry Density (ASTM D2216 and D2937) ■ Expansion Index (ASTM D4829) ■ Soil Corrosivity Tests (CTM 643, 422, 417, and 532) ■ Grain Size Analysis (ASTM D6913) ■ Maximum Dry Density (ASTM D1557) ■ Direct Shear (ASTM D3080) Description of the laboratory test methods and test results are presented in Appendix B, Laboratory Testing Program. For in-situ moisture and density test data, see the Logs of Borings in Appendix A, Field Exploration. Converse Consultants LA2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst BORING LOCATION MAP 16th Street Pump Station Back-up Generator and Upgrades Converse Consultants Newport Beach, California For: Dudek Project No. 19-32-151-01 Figure No. Geotechnical Investigation Report 161h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 3 3.4 Engineering Analyses and Report Data obtained from the exploratory fieldwork and laboratory testing program were analyzed and evaluated. This report was prepared to provide the findings, conclusions and recommendations developed during our investigation and evaluation. 4.0 SUBSURFACE CONDITIONS A general description of the subsurface conditions, including various materials and groundwater conditions encountered during our field exploration is discussed below. 4.1 Subsurface Profile Based on our soil borings drilled at the site on June 16, 2020, the subsurface conditions consist of 2 feet of undocumented fill over native alluvial soil deposits to the maximum explored depth of 21 feet bgs. Fill (Af): The existing fill consists primarily of dark brown, loose, fine to coarse grained clayey sand (SC) with few gravels. Alluvium (Qal): The alluvial soils consist predominately of dark brown, fine to coarse grained clayey sand (SC) and clay with sand (CL). For additional information on the subsurface conditions, see the Logs of Borings, presented in Figure Nos. A-2 and A-3 in Appendix A, Field Exploration. 4.2 Groundwater Groundwater was not encountered during our subsurface exploration to a maximum drilled depth of 21 feet bgs. Review of the Seismic Hazard Zone Report for the Anaheim and Newport Beach 7.5 -Minute Quadrangle (CDMG, 1997), Plate 1.2, indicates the historical high groundwater contours in the vicinity of the site was approximately 30 feet bgs. Groundwater is not anticipated during construction. In general, groundwater levels fluctuate with the seasons and local zones of perched groundwater may be present within the near -surface deposits due to local conditions or during rainy seasons. Groundwater conditions below any given site vary depending on numerous factors including seasonal rainfall, local irrigation, stormwater recharge, groundwater recharge and pumping, among other factors. The regional groundwater table is not expected to be encountered during the planned construction of surface improvements. Converse Consultants OZ L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 16'h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 4 4.3 Excavatability Based on our field exploration, the soils at the site may be excavated with conventional heavy-duty earth moving and trenching equipment. The onsite materials may contain demolition debris and gravel and/or cobbles. Earthwork should be performed with suitable equipment and methods for removal of debris from the engineered fill. 4.4 Expansive Soil The Expansion Index test result, presented in Table B-1 in Appendix B, indicates the soils at the site have a "very low" expansion potential. Mitigation for expansive soil is not considered necessary. 4.5 Subsurface Variations Based on results of the subsurface exploration and our experience with the subject area, some variations in the continuity and nature of subsurface conditions within the project site are anticipated. Because of the uncertainties involved in the nature and depositional characteristics of the earth material at the site, care should be exercised in interpolating or extrapolating subsurface conditions between or beyond the boring locations. If, during construction, subsurface conditions are encountered that are different from those presented in this report, this office should be notified immediately so that recommendations can be modified, if necessary. 5.0 ENGINEERING GEOLOGY The project site is located along the southern margin of the Orange County coastal plain on the Newport Heights mesa. The Orange County coastal plain is a broad sediment - filled basin located in the Peninsular Ranges geomorphic provinces of California. The project site is underlain by Quaternary aged marine terrace deposits that form an elevated mesa above the coastal plain that has undergone gradual erosion through Holocene time (0-11,000 years before present). The Santa Ana River and local drainage tributaries have deposited stream and flood sediments across the coastal plain during Holocene time to form a broad alluvial flood plain geomorphic feature along the lower edges of the mesa. Soils underlying the project site consist of silty sands, sands, silts, and clayey sand sediments deposited over time by coastal ocean processes and local rivers and stream tributaries which once drained across the basin along the edge of the Pacific Ocean. Most of these natural river and stream channels are now controlled by dams, debris basins and flood control channels that collect surface runoff and convey storm water to the ocean. Figure No. 3, Regional Geologic Map, shows the project site with respect to regional geology of the Orange County coastline. Converse Consultants LA2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Z c M a J: �• , j �, � r 1 `• � —_ i. i rel w' � v 1 t � 5 Z c M a [lJ t Z c M a Geotechnical Investigation Report 16'h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, Califomia Converse Project No. 19-32-151-01 July 29, 2020 Page 5 6.0 FAULTING AND GEOLOGIC HAZARDS Geologic hazards are defined as geologically related conditions that may present a potential danger to life and property. Typical geologic hazards in Southern California include earthquake ground shaking, fault surface rupture, liquefaction and seismically induced settlement, lateral spreading, landslides, earthquake induced flooding, tsunamis and seiches, and volcanic eruption hazard. Results of a site-specific evaluation for each type of possible seismic hazards are discussed in the following sections. 6.1 Seismic Characteristics of Nearby Faults The subject site is situated within a seismically active region. As is the case for most areas of Southern California, ground shaking resulting from earthquakes associated with nearby and more distant faults may occur at the project site. During the life of the project, seismic activity associated with active faults can be expected to generate moderate to strong ground shaking at the project site. The project site is not located within a currently designated State of California Earthquake Fault Zone (Alquist-Priolo Special Studies Zones) for surface fault rupture. No surface faults are known to project through or towards the site. The closest known active fault trace to the project site with a mappable surface expression is the Newport -Inglewood fault located approximately 2,400 feet (0.45 mile) southwest of the project site along Pacific Coast Highway and the base of the Newport Heights mesa. Blind thrust faults are low -angle, reverse faults which generally have no surface trace. These blind thrust faults include the Elysian Park Thrust, Puente Hills Thrust, and Compton Thrust faults. Details concerning the blind thrust faults are limited by the fact that the thrust fault is buried below ground surface — thus, the term "blind" thrust fault. The geometry and location of the blind thrust fault structures are based on interpretation of oil well data, seismic and strong motion data solutions, high resolution geophysical data, paleoseismic studies and structural model analyses. The potential for damage from earthquakes on blind thrust faults within the Los Angeles and Orange County Basins was illustrated by the ML 5.9 Whittier Earthquake on October 1, 1987, and the Mw 6.7 Northridge Earthquake on January 17, 1994. The approximate locations of local and regional active faults with respect to the project site are shown on Figure No. 4, Southern California Regional Fault Map. 6.2 Seismic History We have reviewed California Geologic Survey Map Sheet 49; Epicenters and Areas Damaged by M >_ 5 California Earthquakes, 1800-1999, (CGS, Toppozada et al., 2000). The mapped epicenters of earthquake with magnitude 5.0 or greater in Southern California during the past 200 years are shown on Figure No. 5, Epicenter Map of Southern California Earthquakes (1800-1999). Converse Consultants LA2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst j ' 2 1 `I Z n"1 �•• � � � '�, I Lai. QQ�• •• = i,`� - ,M V W _ zi dim Q :�5. •• �F}vn�l • ( c f E u `, O 1� �Y .Fx T ui ,mac r° • �y+' a �' W f -��" •il �� r �z�Rf � it i � � z loz It rs ilk �� � �'f -f-- nl •� '�5 .3it r ? • �� o �O • Z y3 • 2%a 0TN a=< _ ♦ • zof 1 Ow0 ILL >��'�•�.�.. 5 0� atm 1 Z W ch m M K w w LU l L6 E Z. co od LW E W 0 W < 0 <w z LL, 0 T -2 C:) > Q < a- 03 0 2 w U Z W LLJ w 1I 6�E F6 ud • 7� HE, uj Go < 6 < > ul "o < z 0 z 9, -: g ol m z uj =���•• ( uj < Wz a < E W 0 W < 0 <w z LL, 0 T -2 C:) > Q < a- 03 0 2 w U Z W LLJ w 1I Geotechnical Investigation Report 16"' Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 6 6.3 Surface Fault Rupture The project site is not located within a currently designated State of California Earthquake Fault Zone (formerly Alquist-Priolo Special Studies Zones) for surface fault rupture. The Alquist-Priolo Earthquake Fault Zoning Act requires the California Geological Survey to zone "active faults" within the State of California. An "active fault" has exhibited surface displacement with Holocene time (within the last 11,000 years) hence constituting a potential hazard to structures that may be located across it. Public school structures are required to be set -back at least 50 feet from an active fault. The active fault set -back distance is measured perpendicular from the dip of the fault plane. Based on a review of existing geologic information, no known active faults project through or toward the site. The potential for surface rupture resulting from the movement of the nearby faults is considered low. 6.4 Liquefaction and Seismically Induced Settlement Liquefaction is the sudden decrease in the strength of cohesionless soils due to dynamic or cyclic shaking. Saturated soils behave temporarily as a viscous fluid (liquefaction) and, consequently, lose their capacity to support the structures founded on them. The potential for liquefaction decreases with increasing clay and gravel content but increases as the ground acceleration and duration of shaking increase. Liquefaction potential has been found to be the greatest where the groundwater level and loose sands occur within 50 feet of the ground surface. Liquefaction is the sudden decrease in the strength of cohesionless soils due to dynamic or cyclic shaking. Saturated soils behave temporarily as a viscous fluid (liquefaction) and, consequently, lose their capacity to support the structures founded on them. The potential for liquefaction decreases with increasing clay and gravel content but increases as the ground acceleration and duration of shaking increase. Liquefaction potential has been found to be the greatest where the groundwater level and loose sands occur within 50 feet of the ground surface. The site is not located within a mapped potential liquefaction hazard zones per the State of California Seismic Hazard Zones Map for the Earthquake Zones of Required Investigation Newport Beach 7.5 -minute Quadrangle (1986 & 1997) as shown in Figure No. 6, Seismic Hazard Zones Map. The potential for liquefaction and seismically induced settlement at the site is considered low due to clay -rich nature of the soils and absence of shallow groundwater. 6.5 Lateral Spreading Seismically induced lateral spreading involves primarily lateral movement of earth materials due to ground shaking. It differs from the slope failure in that complete ground failure involving large movement does not occur due to the relatively smaller gradient of the initial ground surface. Lateral spreading is demonstrated by near -vertical cracks with Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst 4 ... . .. .. .... REFERENCE NEWPORT BEACH QUADRANGLE 1998 21 R.-- C- I SEISMIC HAZARD ZONES MAP I 16th Street Pump Station Back-up Generator and Upgrades Converse Consultants Newport Beach, California For: Dudek Project No. Figure No. 19-32-151-01 6 Geotechnical Investigation Report 16"' Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 7 predominantly horizontal movement of the soil mass involved. The topography at the project site and in the immediate vicinity of the site is relatively flat, with no significant nearby free -face slopes or embankments. Under these circumstances, the potential for lateral spreading at the subject site is considered low. 6.6 Seismically Induced Slope Instability Seismically induced landslides and other slope failures are common occurrences during or soon after earthquakes. The project site is located on a relatively flat marine terrace mesa. No mapped areas with potential for earthquake induced landslides are shown on or near the project site. A mapped earthquake induced landslide zone is shown along the edges of natural drainage canyon located southwest of the project site. The potential for seismically induced landslides at the project site is considered remote. 6.7 Earthquake -Induced Flooding Review of the Flood Insurance Rate Map (FIRM), Map Number 06059CO268J, effective date December 3, 2009, from the FEMA Map Service Center (MSC) viewer website, indicates that the site is designated as Zone "X", "Areas of minimal flood hazard". The potential of earthquake -induced flooding at the project site is considered very low. 6.8 Tsunami and Seiches Tsunamis are seismic sea waves generated by fault displacement or major ground movement. Based on the location of the site from the Pacific Ocean (approximately miles), it's elevation (101 to 104 feet) above the ocean, and review of the Tsunami Inundation Map for Emergency Planning -Newport Beach Quadrangle, dated March 15, 2009, tsunamis do not pose a hazard. Seiches are large waves generated in enclosed bodies of water in response to ground shaking. Based on site locations away from lakes and reservoirs, seiches do not pose a hazard. 7.0 EARTHWORK RECOMMENDATIONS Recommendations for site preparation and remedial grading and estimates of shrinkage and subsidence are provided in the following sections. 7.1 General This section contains our general recommendations regarding earthwork and grading for the site. These recommendations are based on the results of our field exploration, laboratory testing, our experience with similar projects, and data evaluation as presented in the preceding sections. These recommendations may need to be modified based on observation of the actual field conditions during grading. Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 16th Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 8 Prior to the start of any earthwork, the site should be cleared of all vegetation, debris, and trees (if any). If needed, existing building, foundations (if any), asphalt concrete (paving area) should be removed from the site. All materials resulting from clearing and grubbing should be removed from the site. All underground existing utilities and appurtenances should be located at the project site. Such utilities should either be protected in-place or removed and replaced during construction as required by the project specifications. All excavations should be conducted in such a manner as not to cause loss of bearing and/or lateral support of existing structures or utilities. The final bottom surfaces of all excavations should be observed and approved by the project geotechnical consultant prior to placing any fill. Based on these observations, removal of localized areas deeper than those documented may be required during grading. Therefore, some variations in the depth and lateral extent of excavation recommended in this report should be anticipated. 7.2 Remedial Grading To provide uniform support for the proposed concrete slab foundation, the existing soils should be overexcavated to a minimum depth of 2 feet below the bottom of foundations, or4 feet below the lowest adjacent grade, whichever is deeper. The overexcavation should extend laterally at least 4 feet beyond the footprints of the foundations. The overexcavation should be deepened as needed to remove any existing fill, and any very soft or saturated soil. The bottom of excavation should be scarified to a depth of 12 inches and compacted to at least 90 percent of the laboratory maximum dry density as determined by ASTM D1557 test method. Variations in the depths and lateral extent of overexcavation, based on observations by the geotechnical consultant during grading should be anticipated. The final bottom surfaces of all excavations should be observed and approved by the project geotechnical consultant prior to placing any fill or structures. If isolated pockets of very soft, loose, or pumping subgrade are encountered, the overexcavation should be locally deepened, as needed, to expose undisturbed, firm, and unyielding soils. The contractor should determine the best manner to conduct the excavations, such that there are no losses of bearing and/or lateral support to the existing structures or utilities. 7.3 Engineered Fill No fill soils or aggregate base should be placed until excavations and/or natural ground preparation have been observed by the geotechnical consultant. The native soils encountered within the project site are generally considered suitable for re -use as compacted fill. Excavated soils should be processed, including removal of roots and Converse Consultants 904 10 L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 16th Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 9 debris, removal of oversized particles, mixing, and moisture conditioning, before placing as compacted fill. On-site soils used as fill should meet the following criteria. ■ No particles larger than 3 inches in largest dimension. ■ Free of all organic matter, debris, or other deleterious material. ■ Expansion Index of 20 or less. ■ Sand Equivalent of 20 or greater. ■ Contain less than 30 percent by weight retained in 3/4 -inch sieve. ■ Contain less than 40 percent fines (passing #200 sieve). Imported materials, if required, should meet the above criteria prior to being used as compacted fill. Any imported fills should be tested and approved by geotechnical consultant prior to delivery to the site. 7.4 Compacted Fill Placement All surfaces to receive structural fills should be scarified to a depth of 12 inches. The soil should be moisture conditioned to within ±3 percent of optimum moisture content for coarse-grained soils and 0 to 2 percent above optimum moisture content for fine-grained soils. All fill placed at the site should be compacted to at least 90 percent of the laboratory maximum dry density as determined by ASTM D1557 test method. Fill materials should not be placed, spread, or compacted during unfavorable weather conditions. When site grading is interrupted by heavy rain, filling operations should not resume until the geotechnical consultant approves the moisture and density conditions of the previously placed fill. 7.5 Shrinkage and Subsidence Soil shrinkage and/or bulking as a result of remedial grading depends on several factors including the depth of overexcavation, and the grading method and equipment utilized, and average relative compaction. For preliminary estimation, bulking and shrinkage factors for various units of earth material at the site may be taken as presented below: The approximate shrinkage factor for the undocumented fill soils is estimated to range from 10 to 15 percent. The approximate shrinkage factor for the native alluvial soils is estimated to range from 5 to 10 percent. For estimation purposes, ground subsidence may be taken as 0.1 feet as a result of remedial grading. Although these values are only approximate, they represent our best estimates of the factors to be used to calculate lost volume that may occur during grading. If more accurate Uv Converse Consultants LA2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 16'h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 10 shrinkage and subsidence factors are needed, it is recommended that field testing using the actual equipment and grading techniques be conducted. 7.6 Site Drainage Adequate positive drainage should be provided away from the structure to prevent ponding and to reduce percolation of water into foundation soils. A desirable slope for surface drainage is 2 percent in landscaped areas and one percent in paved areas. 8.0 DESIGN RECOMMENDATIONS The various design recommendations provided in this section are based on the assumptions that in preparing the site, the earthwork and site grading recommendations provided in the previous section of this report will be followed. 8.1 Seismic Design Parameters Seismic parameters based on the 2019 California Building Code (CBC) and ASCE 7-16 with Supplement 1 are calculated using the site coordinates: Latitude = 33.6322 degrees, Longitude = -117.9394 degrees. The recommended seismic design parameters are presented below. Table No. 1, 2019 CBC Seismic Design Parameters t Site Class D Mapped Short period (0.2 -sec) Spectral Response Acceleration, Ss 1.388 g Mapped 1 -second Spectral Response Acceleration, S, 0.496 g Site Coefficient (from Table 1613.5.3(1)), Fa 1.0 Site Coefficient (from Table 1613.5.3(2)), F„ 1.8 MCE 0.2 -sec period Spectral Response Acceleration, SMs 1.388 g MCE 1 -second period Spectral Response Acceleration, SM1 0.942 g Design Spectral Response Acceleration for short period, SDs 0.925 g Design Spectral Response Acceleration for 1 -second period, SD1 0.628 g Site -Modified MCE Geometric Mean Peak Ground Acceleration, PGAM 0.666 g Note: MCE = Maximum Considered Earthquake 8.2 Foundation Design Parameters 8.2.1 Shallow Foundations An allowable net bearing capacity of 2,000 pounds per square foot (psf) is recommended for a shallow foundation with a minimum width of 4 feet and minimum embedment depth Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades. Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 16"' Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 11 of 12 inches below the lowest adjacent grade. This value may be increased by 250 psf per additional foot of width to a maximum value of 3,000 psf. Resistance to lateral loading may be provided by friction acting on the base of foundations. A coefficient of friction of 0.34 may be applied to dead loads to obtain a sliding resistance. Passive pressure for structures founded in the engineered fill may be taken as 250 pcf of equivalent fluid weight for resistance to lateral load. This value may be increased by 250 psf per additional foot of depth to a maximum value of 2,000 psf. When passive resistance is used in conjunction with friction in determining the total lateral resistance, the passive resistance should be reduced by one-half (1/2). The bearing capacity and passive resistance values may be increased by up to one-third (1/3) when transient loads such as wind and/or seismic loads are included. 8.3 Soil Corrosivity Evaluation One (1) representative site soil samples were evaluated for corrosivity with respect to common construction materials such as concrete and steel in contact with subsurface soils. The test results are presented in the following table. Test Results According to Caltrans Corrosion Guidelines (Caltrans, 2018), soils are considered corrosive if the pH is 5.5 or less, or chloride content is 500 parts per million (ppm) or greater, or sulfate content is 1,500 ppm or greater, or resistivity less than 2,000 ohm -cm. Based on Caltrans Corrosion Guidelines, the soils are considered non -corrosive to concrete or ferrous metals. Based on American Concrete Institute Publication 318, Building Code Requirements for Structural Concrete (ACI, 2014), the sulfate content of the sampled soil corresponds to American Concrete Institute (ACI) exposure category S0. A minimum compressive strength of 2,500 psi is recommended based on sulfate content. We anticipate that concrete structures such as footings, slabs, and flatwork will be exposed to moisture from precipitation and irrigation. Based on the site location and the results of chloride testing of the site soils, we do not anticipate that concrete structures will be exposed to external sources of chlorides, such as deicing chemicals, salt, brackish Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 16'h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 12 water, or seawater. ACI specifies exposure category C1 where concrete is exposed to moisture, but not to external sources of chlorides (ACI 318-14, Table 19.3.1.1). ACI provides concrete design recommendations in ACI 318-14, Table 19.3.2.1, including a compressive strength of at least 2,500 psi and a maximum chloride content of 0.3 percent. This is a conservative assessment based on limited sampling. Additional corrosion testing should be performed at the completion of grading or as recommended by a qualified corrosion consultant. Converse does not practice in the area of corrosion consulting. A qualified corrosion consultant should provide appropriate corrosion mitigation measures. 9.0 CONSTRUCTION RECOMMENDATIONS 9.1 General Prior to the start of construction, all existing underground utilities should be identified and located. Such utilities should either be protected in-place or removed and replaced during construction as required by the project specifications. Where the side of the excavation is a vertical cut, it should be adequately supported by temporary shoring to protect workers and any adjacent structures. All applicable requirements of the California Construction and General Industry Safety Orders, the Occupational Safety and Health Act, current amendments, and the Construction Safety Act should be met. The soils exposed in cuts should be observed during excavation by the owner's representative and the competent person employed by the contractor in accordance with regulations. If potentially unstable soil conditions are encountered, modifications of slope ratios for temporary cuts may be required. 9.2 Temporary Sloped Excavations Based on the materials encountered in the exploratory borings, sloped temporary excavations may be constructed according to the slope ratios presented in Table No. 8, Slope Ratios for Temporary Excavation. Any loose utility trench backfill or other fill encountered in excavations will be less stable than the native soils. Temporary cuts encountering loose fill or loose dry sand may have to be constructed at a flatter gradient than presented in table below. Table No. 3, Slope Ratios for Temporary Excavation 0-4 Vertical 4-8 1:1 8+ 1.5:1 *Slope ratio assumed to be uniform from top to toe of slope. Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 161' Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 13 Any loose utility trench backfill or other fill encountered in excavations will be less stable than the native soils. Temporary cuts encountering loose fill or loose dry sand should be constructed at a flatter gradient than presented in the table above. Surfaces exposed in slope excavations should be kept moist but not saturated to minimize raveling and sloughing during construction. Adequate provisions should be made to protect the slopes from erosion during periods of rainfall. Surcharge loads, including construction, should not be placed within five (5) feet of the unsupported excavation edge. The above maximum slopes are based on a maximum height of six (6) feet of stockpiled soils placed at least five (5) feet from the excavation edge. All applicable requirements of the California Construction and General Industry Safety Orders, the Occupational Safety and Health Act of 1987 and current amendments, and the Construction Safety Act should be met. The soils exposed in cuts should be observed during excavation by the project's geotechnical consultant. If potentially unstable soil conditions are encountered, modifications of slope ratios for temporary cuts may be required. 9.3 Temporary Shoring Temporary shoring will be required where open sloped excavations are not feasible due to unstable soils or due to nearby existing structures or facilities. Temporary shoring may consist of conventional soldier piles and lagging or sheet piles. The shoring for excavations may be laterally supported by waters and cross bracing or may be cantilevered. Drilled excavations for soldier piles will require the use of drilling fluids to prevent caving and to maintain an opened hole for pile installation. The active earth pressure behind any shoring depends primarily on the allowable movement, type of backfill materials, backfill slopes, wall inclination, surcharges, and any hydrostatic pressures. The lateral earth pressures to be used in the design of shoring for each segment is presented in the following table. Table No. 4, Lateral Earth Pressures for Tem ora 5horin Soil Parameters* Values Active Earth Pressure (Braced Shoring) (psf) (A) 28 Active Earth Pressure (Cantilever Shoring) (psf) (B) 46 At -Rest Earth Pressure (Cantilever Shoring) (psf) (C) 64 Passive Earth Pressure (psf per foot of depth) (D) 200 Maximum allowable bearing pressure against native soils (psf) (E) 2,000 Coefficient of friction between sheet pile and native soils, fs (F) 0.25 " Parameters A through F are used in Figures No. 7 and 8 below. Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 1611 Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 14 Restrained (braced) shoring systems should be designed based on Figure No. 7, Lateral Earth Pressures for Temporary Braced Excavation to support a uniform rectangular lateral earth pressure. Fiqure No. 7, Lateral Earth Pressures for Temnorary Braced Excavation Unrestrained (cantilever) design of cantilever shoring consisting of soldier piles spaced at least two diameters on -center or sheet piles, can be based on Figure No. 8, Lateral Earth Pressures on Temporary Cantilever Wall. Figure No. 8, Lateral Earth Pressures for Temporary Cantilever Wall q ;5;ucharge; 'p F'1 r r r Total Earth Pressure, P P = Pq + Pa, Po Pq = 0.5q - incremental surcharge pressure Pa = (B)H1 - active earth pressure (Un -restrained) Po = (C)H1 - at rest earth pressure (Restrained) Lateral Pressure Resistance Pp = (D) Hz 5 (E) psf - passive earth pressure (on native soils) p = (F) - ultimate friction coefficient between steel sheet piles and soil Note: All values of height (H) in feet, pressure (P) and surcharge (q) in pounds per square foot (psf). Converse Consultants .� L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst q (Surcharge) + { Total Earth Pressure, P 1-1 I P=Pq+Pa Pq = 0.5q incremental surcharge pressure Pa = (A)H1 active earth pressure (Braced walls) Lateral Pressure Resistance Pp = (D) H2:5 (E) psf passive earth pressure (on native soils) p = (F) ultimate friction coefficient between steel sheet piles and soil Note: All values of height (H) in feet, pressure (P) and surcharge (q) in pounds per square foot (psf). H H2 ZA Pq Pa Pp Unrestrained (cantilever) design of cantilever shoring consisting of soldier piles spaced at least two diameters on -center or sheet piles, can be based on Figure No. 8, Lateral Earth Pressures on Temporary Cantilever Wall. Figure No. 8, Lateral Earth Pressures for Temporary Cantilever Wall q ;5;ucharge; 'p F'1 r r r Total Earth Pressure, P P = Pq + Pa, Po Pq = 0.5q - incremental surcharge pressure Pa = (B)H1 - active earth pressure (Un -restrained) Po = (C)H1 - at rest earth pressure (Restrained) Lateral Pressure Resistance Pp = (D) Hz 5 (E) psf - passive earth pressure (on native soils) p = (F) - ultimate friction coefficient between steel sheet piles and soil Note: All values of height (H) in feet, pressure (P) and surcharge (q) in pounds per square foot (psf). Converse Consultants .� L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 161h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 15 The provided pressures assume no hydrostatic pressures. If hydrostatic pressures are allowed to build up, the incremental earth pressures below the groundwater level should be reduced by 50 percent and added to hydrostatic pressure for total lateral pressure. Passive resistance includes a safety factor of 1.5. The upper 1 foot for passive resistance should be ignored unless the surface is confined by a pavement or slab. In addition to the lateral earth pressure, surcharge pressures due to miscellaneous loads, such as soil stockpiles, vehicular traffic or construction equipment located adjacent to the shoring, should be included in the design of the shoring. A uniform lateral pressure of 100 psf should be included in the upper 10 feet of the shoring to account for normal vehicular and construction traffic within 10 feet of the trench excavation. As previously mentioned, all shoring should be designed and installed in accordance with state and federal safety regulations. The contractor should have provisions for soldier pile and sheet pile removal. All voids resulting from removal of shoring should be filled. The method for filling voids should be selected by the contractor, depending on construction conditions, void dimensions and available materials. The acceptable materials, in general, should be non -deleterious, and able to flow into the voids created by shoring removal (e.g. concrete slurry, "pea" gravel, etc.). Excavations should not extend below a 1:1 (H:V) plane extending from the bottom of any existing structures, utility lines or streets. Any proposed excavation should not cause loss of bearing and/or lateral supports of any existing utilities. 9.4 Geotechnical Services During Construction The project geotechnical consultant should review plans and specifications as the project design progresses. Such review is necessary to identify design elements, assumptions, or new conditions which require revisions or additions to our geotechnical recommendations. Recommendations presented herein are based upon the assumption that adequate earthwork monitoring will be provided by Converse. Footing excavations should be observed by the geotechnical representative prior to placement of steel and concrete so that footings are founded on satisfactory materials and excavations are free of loose and disturbed materials. Trench backfill should be placed and compacted with observation and field density testing provided by this office. During construction, the geotechnical engineer and/or their authorized representatives should be present at the site to provide a source of advice to the client regarding the geotechnical aspects of the project and to observe and test the earthwork performed. Their presence should not be construed as an acceptance of responsibility for the performance of the completed work, since it is the sole responsibility of the contractor Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 161h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 16 performing the work to ensure that it complies with all applicable plans, specifications, ordinances, etc. This firm does not practice or consult in the field of safety engineering. We do not direct the contractor's operations and cannot be responsible for other than our own personnel on the site; therefore, the safety of others is the responsibility of the contractor. The contractor should notify the owner if he considers any recommended actions presented herein to be unsafe. 10.0 CLOSURE This report is prepared for the project described herein and is intended for use solely by Dudek and their authorized agents, to assist in the design and construction of the proposed project. Our findings and recommendations were obtained in accordance with generally accepted professional principles practiced in geotechnical engineering. We make no other warranty, either expressed or implied. Converse Consultants is not responsible or liable for any claims or damages associated with interpretation of available information provided to others. Site exploration identifies actual soil conditions only at those points where samples are taken, when they are taken. Data derived through sampling and laboratory testing is extrapolated by Converse employees who render an opinion about the overall soil conditions. Actual conditions in areas not sampled may differ. In the event that changes to the project occur, or additional, relevant information about the project is brought to our attention, the recommendations contained in this report may not be valid unless these changes and additional relevant information are reviewed and the recommendations of this report are modified or verified in writing. In addition, the recommendations can only be finalized by observing actual subsurface conditions revealed during construction. Converse cannot be held responsible for misinterpretation or changes to our recommendations made by others during construction. As the project evolves, continued consultation and construction monitoring by a qualified geotechnical consultant should be considered an extension of geotechnical investigation services performed to date. The geotechnical consultant should review plans and specifications to verify that the recommendations presented herein have been appropriately interpreted, and that the design assumptions used in this report are valid. Where significant design changes occur, Converse may be required to augment or modify the recommendations presented herein. Subsurface conditions may differ in some locations from those encountered in the explorations, and may require additional analyses and, possibly, modified recommendations. Design recommendations given in this report are based on the assumption that the recommendations contained in this report are implemented. Additional consultation may be prudent to interpret Converse's findings for contractors, or to possibly refine these recommendations based upon the review of the actual site conditions encountered during Converse Consultants LA2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 16th Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 17 construction. If the scope of the project changes, if project completion is to be delayed, or if the report is to be used for another purpose, this office should be consulted. 11.0 REFERENCES AMERICAN CONCRETE INSTITUTE (ACI), 2014. Building Code Requirements for Structural Concrete (ACI 318-14) and Commentary, October 2014. AMERICAN SOCIETY OF CIVIL ENGINEERS, ASCE/SEI 7-16. Minimum Design Loads for Structures and Other Structures, copyright 2016. ASTM INTERNATIONAL, Annual Book of ASTM Standards, Current. CALIFORNIA BUILDING STANDARDS COMMISSION, 2019. California Building Code (CBC), California Code of Regulations Title 24, Part 2, Volumes 1 and 2. CALIFORNIA DEPARTMENT OF CONSERVATION, DIVISION OF MINES AND GEOLOGY, 1994. Fault -Rupture Hazard Zones in California, Alquist-Priolo Earthquake Fault Zoning Act with Index to Earthquake Fault Zones Maps: Special Publication 42, by Hart, E.W., & Bryant, W.A., dated 1994, revised 1997 with Supplements 1 and 2 added in 1999, and Supplement 3 added in 2003. CALIFORNIA GEOLOGIC SURVEY, 1986-1998, Earthquake Zones of Required Investigation, Newport Beach Quadrangle, July 1, 1986 updated April 15, 1998. CALIFORNIA GEOLOGIC SURVEY, 1997, Seismic Hazard Zone Reportfor the Anaheim and Newport Beach 7.5 -Minute Quadrangles, Orange County, California, 1997. CALIFORNIA GEOLOGICAL SURVEY, 2008, Guidelines for Evaluating and Mitigating Seismic Hazards in California. Special Publication 117A. CAO ET AL., 2003, The Revised 2002 California Probabilistic Seismic Hazard Maps, dated June 2003. DEPARTMENT OF THE NAVY, Naval Facilities Engineering Command, Alexandria, VA, SOIL MECHANICS DESIGN MANUAL 7.1 (NAVFAC DM -7.1),1982. FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA), 2009, Flood Insurance Rate Map, Orange County, California and Incorporated Areas, Map No. 06059CO276J, dated December 3, 2009. Converse Consultants LA2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 161h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page 18 ROMANOFF, MELVIN, 1957, Underground Corrosion, National Bureau of Standards Circular 579, dated April 1957. RUBIN, C. M., et. al, 1998, Evidence for Large Earthquakes in Metropolitan Los Angeles, AAAS Science, vol. 281, p. 398-402. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 2015, Public Works Standards, Inc. UNITED STATES GEOLOGICAL SURVEY, 2015, U.S. Seismic Design Maps Application by the United States Geological Survey dated March 1, 2016. %v4 Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Appendix A Field Exploration Geotechnical Investigation Report 1611 Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page A-1 APPENDIX A FIELD EXPLORATION To investigate the subsurface conditions at the project site, Converse conducted two (2) exploratory borings (BH -1 and BH -2) on June 16, 2020. The approximate locations of the exploratory borings are shown in Figure No. 2, Boring Location Map. The exploration locations and depths were selected by Converse in consultation with Dudek. The borings were drilled using a 4 -inch diameter hand auger device to a maximum depth of 21 feet below existing ground surface (bgs). Each boring was visually logged by a Converse engineer and sampled at regular intervals and at changes in subsurface soils. Modified California (Ring) samples and bulk soil samples were obtained for laboratory testing. A 12 -inch long split -barrel sampler was driven at selected depths by dropping a hammer weighing 45 pounds from a height of approximately 18 inches, not freely falling but with additional force from the driller. The hammer blow counts were not recorded. Modified California drive samples were collected with a 3.0 -inch outside diameter 2.5 - inch inside diameter split -barrel sampler and a 2.42 -inch inside diameter cutting shoe. The sampler barrel was lined with 12 inches of metal rings for sample collection. Stainless steel or brass liner rings for sample collection are 1 -inch high, 2.42 -inch inside diameter, and 2.5 -inch outside diameter. Modified California drive samples were retained in the metal rings and placed in sealed plastic canisters to prevent loss of moisture. Since groundwater was not encountered during drilling, all the boreholes were abandoned after the investigation by backfilling with soil cuttings. No waste (extra soil cuttings) were generated. A key to soil symbols and terms is presented as Figure No. A-1, Unified Soil Classification and Key to Boring Log Symbols. The logs of the exploratory borings are presented in Figure Nos. A-2 and A-3. Converse Consultants LA2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades. Newport Beach\Reports\19-32- 151-01 GIR-liftst SOIL CLASSIFICATION CHART MAJOR DIVISIONS SYMBOLS TYPICAL DESCRIPTIONS GRAPH LETTER BULK SAMPLE GRAVEL CLEAN GRAVELS •� ; �� GWGRAVEL-SAND WELL -GRADED GRAVELS. MIXTURES. LITTLEOR NO FINES (z;O �.'' " ".� .0. �� 0 .06 _ O o GP POORLY -GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES AND GRAVELLY SOILS. EOR NO FINES) uc 0 Triaxial Compression tx Plasticity pi Vane Shear COARSE GRAINED MORE THAN 50% OF GRAVELS WITH 0 o 0 0 0 GM SILTYGIXTUGRAVEL-SAND SILTT MMIXTURES SOILS COARSE FRACTION RETAINED ON NO. 4 SIEVE FINES (APPRECIABLEAMOUNT col GC Vl+ CLAYEY GRAVELS, EL- SAND - CLAY MIXTURES Resistance (R) Value r OF FINES) max Chemical Analysis ca SAND AND SANDY CLEAN SANDS (LITTLE OR NO FINES) A. A. o o .o .' W WELL -GRADED SANDS. GRAVELLY SANDS, LITTLE OR NO FINES MORE THAN 50%O MATERIAL IS SP J POORLY -GRADED SANDS, GRAVELLY SAND, LITTLE OR LARGER THAN NO. 200 SIEVE SIZE SOILS NO FINES MORE THAN 50% OF COARSE FRACTION SANDS WITH FINES SM IL YSANES SAND -SILT SILTY SANDS RES MIXTU PASSING ON NO. 4 SIEVE (APPRECIABLE AMOUNTSC C LAYEV SANDS, SAND -CLAY OF FINES) N MIXTURES INORGANIC SILTS AND VERY ML FINE SANDS ROCK FLOUR SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS I. INORGANIC CLAYS OF LOW TO SILTS ANDLIQUID LIMIT LESS CL MEDIUM PLASTICITY GRAVELLY CLAYS, SANDY FINE CLAYS THAN 50 CLAYS. SILTY LAYS, LEAN 11 All GRAINED .SOILS =_ OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY INORGANIC SILTS. MICACEOUS M OR DIATOMACEOUS FINE MORE THAN 50% OF SAND OR SILTY SOILS MATERIAL IS CH INORGANIC CLAYS OF HIGH PLASTICITY SMALLER THAN NO. 200 SIEVE SIZE SILTS AND LIQUID LIMIT CLAYS GREATER THAN 50 OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY. ORGANIC SILTS HIGHLY ORGANIC SOILS PT T. HUMUS, SWAMP PEA WITHHIGH ORGANIC OILS CONTENTS NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS SAMPLE TYPE ®STANDARD PENETRATION TEST Split barrel sampler in accordance vrith ASTM D-1586-84 Standard Test Method - DRIVE SAMPLE 2.42" I.D. sampler. DRIVE SAMPLE No recovery ® BULK SAMPLE GRAB SAMPLE GROUNDWATER WHILE DRILLING GROUNDWATER AFTER DRILLING BORING LOG SYMBOLS UNIFIED SOIL CLASSIFICATION AND KEY TO BORING LOG SYMBOLS Project Name Project No. Figure No. 161h Street Pump Station Back-up Generator and Upgrades 19-32-151-01 A-1 Converse Consultants Newport Beach, Orange County, California For: Dudek LABORATORY TESTING ABBREVIATIONS TEST TYPE STRENGTH (Results shown in Appendix B) Pocket Penetrometer Direct Shear p ds Direct Shear (single point) ds' Unconfined Compression uc CLASSIFICATION Triaxial Compression tx Plasticity pi Vane Shear vs Grain Size Analysis me Passing No. 200 Sieve wa Consolidation c Sand Equivalent se Collapse Test col Expansion Index ei Resistance (R) Value r Compaction Curve max Chemical Analysis ca Hydrometer h Electrical Resistivity a UNIFIED SOIL CLASSIFICATION AND KEY TO BORING LOG SYMBOLS Project Name Project No. Figure No. 161h Street Pump Station Back-up Generator and Upgrades 19-32-151-01 A-1 Converse Consultants Newport Beach, Orange County, California For: Dudek Dates Drilled: 6/16/2020 Log of Boring No. BH -1 Logged by: Aleksey Zhukov Checked By: Carlos Amante Equipment: Hand Auger Driving Weight and Drop Ground Surface Elevation (ft): 101 N/A Depth to Water (ft): NOT ENCOUNTERED Project Name Project No. Figure No. isa Converse Consultants 16th Street Pump Station Back-up Generator and 19-32-151-01 A-2 1sa Upgrades Newport Beach, Orange County, California For:Dudek Project ID: 16TH STREET PUMP STATION.GPJ, Template: LOG SUMMARY OF SUBSURFACE CONDITIONS SAMPLES o This log is part of the report prepared by Converse for this project w and should be read together with the report. This summary applies W 0 only at the location of the boring and at the time of drilling. U) D Z a Subsurface conditions may differ at other locations and may change j Y O c_j Lu M o at this location with the passage of time. The data presented is a D � O Q O _J simplification of actual conditions encountered. D m m Q O ARTIFICIAL FILL (Af): 00< ma ei, ca, CLAYEY SAND (SC): fine to coarse-grained, with few gravel, 0O< er dark brown.00( ALLUVIUM (Qal): N/A 14 110 CLAYEY SAND (SC): fine to coarse-grained, with few gravel, dark brown. 5 N/A 12 112 ds CLAY (CL): fine to medium -grained, with few sand, olive green. --------------------------------- CLAYEY SAND (SC): fine to coarse-grained, trace silt, 10 dark brown. N/A 10 114 15 orange -brown N/A 10 109 --- ------------------------------ CLAY (CL): fine to medium -grained, trace sand and silt, dark brown. 20 N/A 14 120 End of boring at 21' feet. Groundwater was not encountered. Boring was backfilled with soil cuttings and tamped on 06/16/20. Project Name Project No. Figure No. isa Converse Consultants 16th Street Pump Station Back-up Generator and 19-32-151-01 A-2 1sa Upgrades Newport Beach, Orange County, California For:Dudek Project ID: 16TH STREET PUMP STATION.GPJ, Template: LOG Dates Drilled: 6/16/2020 Equipment: Hand Auger Ground Surface Elevation (ft) Log of Boring No. BH -2 102 Logged by: Aleksey Zhukov Checked By: Carlos Amante Driving Weight and Drop: N/A Depth to Water (ft): NOT ENCOUNTERED ism i -7. Converse Consultants Project ID'. 16TH STREET PUMP STATION.GPJ, Template: LOG Project Name 16th Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California For: Dudek Project No. Figure No. 19-32-151-01 A-3 SUMMARY OF SUBSURFACE CONDITIONS SAMPLES o This log is part of the report prepared by Converse for this project w and should be read together with the report. This summary applies IY $ only at the location of the boring and at the time of drilling. w U � z Of a Subsurface conditions may differ at other locations and may change J c_n } _ Q m 0) at this location with the passage of time. The data presented is a OJ O o O � simplification of actual conditions encountered. D m m D O ARTIFICIAL FILL (Af): ma, max CLAYEY SAND (SC): fine to coarse-grained, with few gravel, dark brown. ALLUVIUM (Qal): N/A 12 116 CLAYEY SAND (SC): fine to coarse-grained, with few gravel, dark brown. 5 N/A 12 116 c CLAY (CL): fine to medium -grained, with few sand, olive green. --------------------------------- CLAYEY SAND (SC): fine to coarse-grained, trace silt, 10 dark brown. N/A 13 118 15 N/A 12 120 --------------------------------- CLAY (CL): fine to medium -grained, trace sand and silt, 20 dark brown. N/A 18 115 End of boring at 21' feet. Groundwater was not encountered. Boring was backfilled with soil cuttings and tamped on 06/16/20. ism i -7. Converse Consultants Project ID'. 16TH STREET PUMP STATION.GPJ, Template: LOG Project Name 16th Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California For: Dudek Project No. Figure No. 19-32-151-01 A-3 Appendix B Laboratory Testing Program Geotechnical Investigation Report 16"' Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page B-1 APPENDIX B LABORATORY TESTING PROGRAM Tests were conducted in our laboratory on representative soil samples for the purpose of classification and evaluation of their relevant physical characteristics and engineering properties. The amount and selection of tests were based on the geotechnical requirements of the project. Test results are presented herein and on the Logs of Borings in Appendix A, Field Exploration. The following is a summary of the laboratory tests conducted for this project. Moisture Content and Dry Densit In-situ moisture content and dry density tests were performed on relatively undisturbed ring samples in accordance with ASTM D2216 and D2937 test methods, respectively. The tests were conducted to aid in the classification of the soils and to provide quantitative measure of the in-situ dry density. Data obtained from the tests provides qualitative information on strength and compressibility characteristics of site soils. The test results are presented in the Logs of Borings in Appendix A. Expansion Index One (1) representative bulk sample was tested to evaluate the expansion potential of material encountered at the site. The test was conducted in accordance with ASTM D4829. Test results are presented in the following table. ion Index Test Result Soil Corrosivity One (1) representative bulk soil sample was tested to determine minimum electrical resistivity, pH, and chemical content, including chloride concentrations, and soluble sulfate. The purpose of these tests is to determine the corrosion potential of site soils when placed in contact with common construction materials. These tests were performed by EG Lab, Inc. in Arcadia, California. The test results received from EG Lab are included in the following table. Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 161h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page B-2 Grain Size Analysis To assist in classification of soils, mechanical grain -size analysis was performed on two (2) selected bulk soil samples. Testing was performed in general accordance with the ASTM Standard D6913 test method. The test results are shown in Figure No. B-1, Grain Size Distribution Results. Table No. B-3, Grain Size Distribution Test Results Boring No- Soil Cllass� BH -1 0-5 Clayey Sand (SC) 9.0 64.9 26.1 BH -2 0-5 Clayey Sand (SC) 9.0 66.6 24.4 Maximum Dry Density Test A laboratory maximum dry density -moisture content relationship test was performed on one (1) representative bulk soil sample. The test was conducted in accordance with ASTM Standard D1557 laboratory procedure. The test result is presented on Figure No. B-2, Moisture -Density Relationship Results. Direct Shear Direct shear test was performed on one (1) undisturbed soil sample in accordance with ASTM D3080 test method in saturated condition. For this test, three (3) ring samples contained in the Modified California drive sampler were placed, one at a time, directly into the test apparatus and subjected to a range of normal loads appropriate for the anticipated conditions. The samples were then sheared at a constant strain rate of 0.01 inch/minute. Shear deformation was recorded until a maximum of about 0.25 -inch shear displacement was achieved. Ultimate strength was selected from the shear -stress deformation data and plotted to determine the shear strength parameters. For test data, including sample density and moisture content, see Figure No. B-3, Direct Shear Test Results and summarized in the following table. Table No. B Converse Consultants LA201 9\32\1 9-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst Geotechnical Investigation Report 16'h Street Pump Station Back-up Generator and Upgrades Newport Beach, Orange County, California Converse Project No. 19-32-151-01 July 29, 2020 Page B-3 Sample Storage Soil samples presently stored in our laboratory will be discarded 30 days after the date of this report, unless this office receives a specific request to retain the samples for a longer period of time. Converse Consultants L:\2019\32\19-32-151, Dudek, 16th St Pump Station Back-up Generator and Upgrades, Newport Beach\Reports\19-32- 151-01 GIR-liftst 10( 9E 9( 8: 8( 7: 7( 6E LU 6C r m 55 W z L- 50 z U 45 cL 40 35 30 25 20 15 10 5 0 U.S. SIEVE OPENING IN INCHES I U.S. SIEVE NUMBERS I HYDROMETER 6 4 3 2 1.5 1 3/4 1/23/8 3 4 6 810 1416 20 30 40 50 60 100 140 200 COBBLES GRAVEL I SAND SILT OR CLAY coarse I fine I coarse I medium I fine 11 Boring No. Depth (ft) Description LL PL PI Cc Cu • BH -1 0-5 Clayey Sand SC m BH -2 0-5 Clayey Sand SC Boring No. Depth (ft) D100 D60 D30 D10 %Gravel %Sand %Silt I %Clay • BH -1 0-5 25.4 0.287 0.092 9.0 64.9 26.1 m 13H-2 0-5 25.4 0.274 0.124 9.0 66.6 24.4 GRAIN SIZE DISTRIBUTION RESULTS Project Name Project No. Figure No. 90aCOIN@fS@ COI1SUItaI1tS 16th Street Pump Station Back-up Generator and 19-32-151-01 B-1 qW Upgrades Newport Beach, Orange County, California For: Dudek rojec emp a e: 150 145 140 135 130 s 125 ,z w 120 0 r 0 115 110 105 100 95 90 Curves of 100% Satu ation for Specific Gravity E jual to: 2.80 2.70 2.60 0 5 10 15 20 25 30 WATER CONTENT, % SYMBOL BORING NO. DEPTH (ft) DESCRIPTION ASTM ( TEST METHOD OPTIMUM WATER, % MAXIMUM DRY DENSITY, pcf • BH -2 0-5 Clayey Sand (SC) D1557 Method B 14.5 117 MOISTURE -DENSITY RELATIONSHIP RESULTS ��t-roject Name rtufCLt rvv. rtyuic 1-4u. Z� 16th Street Pump Station Back-up Generator and 19-32-151-01 B-2 Converse Consultants UpgradesNewport Beach, Orange County, California For: Dudek Project ID: 16TH STREET PUMP STATION.GPJ. Template: COMPACTION 4, 00C 3,50C 3, 000 Q 2,500 z LU U) 2,000 Q LU 1,500 1,000 500 0L 0 1, 000 2,000 SURCHARGE PRESSURE, psf 3,000 4,000 BORING NO. BH -17T DEPTH (ft) 5-6 DESCRIPTION Clayey Sand (SC) COHESION (psf) 100 FRICTION ANGLE (degrees): 28 MOISTURE CONTENT (%) 12.0 DRY DENSITY (pcf) 112.0 NOTE: Ultimate Strength. DIRECT SHEAR TEST RESULTS Project Name Project No. Figure No. isaConverse Consultants 16thStreetPump Station Back-up Generator and 19-32-151-01 B-3 im Upgrades Newport Beach, Orange County, California For: Dudek Project ID16TH STREET PUMP STATION.GPJ Template: DIRECT SHEAR APPENDIX B Enterprise Automation Pre -Negotiated Proposal ENTERPRISE AUTOMATION Scope of Work 16th Street Generator for City of Newport Beach Document Revision 1.0.0 Author Marshall McElroy Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eainteorator.com ENTERPRISE auTOMaTion History 1.0.0 10/22/2020 Original Tabic of Contents 1 Proposal Background ................................ 2 Project Goals ............................................. 3 Project Approach ....................................... 4 Scope of Work ........................................... 4.1 Project Management ......................... 4.2 Project initiation ................................. Initiation Key Deliverables ......................... 4.3 Investigation ...................................... Investigation Key Deliverables .................. 4.4 Control Strategy ................................ Control Strategy Key Deliverables ............ 4.5 Platform Setup ................................... Platform Setup Key Deliverables .............. 4.6 PLC Configuration ............................. PLC Configuration Key Deliverables......... 4.7 SCADA Configuration ....................... SCADA Configuration Key Deliverables ... 4.8 Testing ............................................... Testing Key Deliverables .......................... 4.9 Commissioning .................................. Commissioning Key Deliverables .............. 4.10 Training ............................................. Training Key Deliverables ......................... 4.11 Closeout ............................................ Closeout Key Deliverables ........................ 5 Assumptions & Clarifications ..................... 6 Schedule ................................................... 7 Cost Estimate ............................................ 8 Terms & Conditions ................................... 8.1 Invoices ............................................. 8.2 Payment ............................................ 8.3 Warranty ............................................ 8.4 Resolution of disputes ....................... 8.5 Intellectual property ........................... 8.6 Limit of liability ................................... 8.7 No solicitation of employees ............. 8.8 Entire agreement ............................... 9 Conclusion ................................................. Appendix A: Cost Estimate Details ................... Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com LS/ZG 4 4 4 5 5 6 7 7 8 8 8 8 8 9 9 9 9 .....10 .....10 .....10 11 .....12 .....12 .....13 .....13 .....13 .....15 .....15 .....15 .....15 .....15 .....15 .....15 .....16 .....16 ..... 17 .....18 ENTERPRISE AUTOMATION Acronyms and Terms Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintearator.com PLC Programmable Logic Controller SAT Site Acceptance Test CNB, the City City of Newport Beach NTERPR'S� Enterprise Automation 210 Goddard Irvine CA 92618 USA AUTOMATION Tel 9-6000 Fax 949-769-6005 www.eaintegrator.com .eaint integrator. com 1 Proposal Background In December of 2019 Enterprise Automation (EA) was awarded a 5-year professional services contract to provide as needed SCADA and controls integration services to the City of Newport Beach. The City of Newport Beach Public Works Department is planning to hire a contractor to provide and implement instrumentation, control system hardware, and PLC/SCADA programming upgrades for the City's 16th Street Pump Station Back -Up Generator. The contractor hired for this project will hire the City's Approved System Integrator, Enterprise Automation, to provide integration services for the pump station's PLC and SCADA systems. This proposal has been developed to address the services EA will be providing during this project. 2 Project Goals The goals of this project are: 1. Investigate the existing PLC panel to build an 10 list and Bill of Materials 2. Develop a control narrative to detail the PLC/SCADA program modifications to be made during this project 3. Deliver the finished program by completing programming, testing, and commissioning procedures 4. Assist the hired contractor throughout the project a. Provide a hardware BOM b. Provide work orders for electrical and hardware installation 3 Project Approach Our project approach is designed to: 1. Reduce overall project risk by thoroughly reviewing construction design documentation and instrument/equipment submittals prior to integration 2. Maximize client engagement at all necessary levels (operations, maintenance, and management) to ensure that the project deliverables meet the needs of user base 3. Utilize and leverage existing City standards and configurations ENTERPRISE AUTOMATION Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eainteorator.com 4. Test everything where practical, prior to site deployment to reduce the probability of rework being necessary in the field 4 Scope of Work This section details the scope of work for tasks included in the estimate in Appendix A, which are arranged to represent the expected order of execution. At the bottom of each section will be a summary of the deliverables to be produced. • Client deliverables: items EA will produce and submit to the client • Internal deliverables: items EA will produce for internal use (available by request) 4.1 Project Management EA will provide a dedicated project manager to be the main point of contact and steward all communication through EA. The PM has primary responsibility for this project's scope, budget, and schedule. The PM will prepare a project schedule, publish it, and periodically update it as the project unfolds. At the commencement of the project, the PM will submit the schedule to the City and their contractor in electronic format. Throughout the life of the project, the PM will perform all commercial, budget, and project tracking related updates. The labor estimate for project management is comprised of the "Initiation" sheet in the cost estimate in Appendix A, plus a fixed percentage of all other engineering hours (as shown in the estimate). For each workshop or meeting involving key project decisions, EA's PM will draft and release meeting minutes with action items and dates assigned within one week. Key Project Management Roles and Activities: 1. Primary point of contact, communications coordination 2. Project scheduling 3. Internal project team meeting coordination 4. Project status tracking (daily/weekly) 5. Project status communication with the City and their contractor 6. Project invoices and tracking report (monthly) 7. Project coordination 8. Procurement oversight ENTERPRISE AUTOMATION 4.1.1 PM communications plan 4.1.1.1 Project status updates Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com The PM will contact project manager of the City's contractor a minimum of once every two weeks, via email, to provide status updates for all ongoing tasks. This standard practice helps to maintain an open line of communication when current project activities do not require direct contact between EA and the City's contractor. 4.2 Project initiation The "Initiation" sheet in the estimate includes activities associated with starting the project. This includes setting up the project in our accounting, project tracking, and manpower planning systems. 4.2.1 Internal kickoff Once a PM is assigned and an engineering team has been established, they will perform an internal team kickoff to review the following: • Customer history • Relevant parties involved • Relevant documentation (specs, designs, etc...; • Project scope, budget, schedule, and risk areas The risk register is an especially valuable tool that is developed during or shortly after the internal kickoff. Engineers use it to track any and all risks (commercial, technical, coordination, etc.) and develop mitigation strategies. The risk register is updated on a regular basis throughout the life of a project and is available for client review at any time. 4.2.2 Onsite project kickoff meeting Following the internal kickoff meeting EA will prepare for a formal kickoff meeting onsite and release an agenda with items that EA wants to cover, at least one week prior to the meeting. EA's project team, including project engineers and the project manager, will attend the formal kickoff meeting with the City and their contractor. Meeting minutes will be published containing action items with assigned responsibilities and due dates. EA will schedule the formal kickoff as soon as possible. ENTERPRISE AUTOMATION 4.2.3 Overheads 4.2.3.1 Execution planning Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com At EA, execution planning is an engineering activity whereby the engineers document the systematic process required to generate each deliverable. These plans are continually updated as engineering work is completed such that the team can accurately predict their future budget performance. This is an elementary activity of EA's preparation and quality control process. EA engineers (typically the Lead Engineer) will set up the execution plan templates prior to the kickoff meeting. The templates are based on this scope and estimate. Once the kickoff meetings are complete and mutual understanding of the scope is confirmed, EA will update and add more detail to the execution plans developed previously. 4.2.3.2 Team check-in meetings Internal project team meetings between the EA PM and EA engineering staff are conducted regularly during all projects. These meetings are used to discuss overall project status, budget, schedule, scope, and risk scenarios. The risk register is updated as known risks are averted or mitigated and new risk scenarios are identified. We consider these formal meetings a critical component to our success as they facilitate team coordination and collaboration in an organized and controlled manner. Initiation Key Deliverables Client: a) Kickoff meeting minutes b) Project Schedule in Gantt format Internal: a) Execution plans b) Initial risk register 4.3 Investigation To fully understand what is in the existing generator panel, EA's team will visit and investigate the PLC panel. EA will take detailed site pictures and notes while onsite to use throughout the setup of this project. From this site investigation, EA will be able to update and confirm the existing 10 list is accurate. Additionally, this investigation will provide EA's team with enough information to create a hardware BOM for the contractor. It is assumed EA will not do any procurement for this project. ENTERPRISE AUTOMATION Investigation Key Deliverables Client: a) Updated 10 list b) Hardware BOM (for contractor) Internal: a) Site pictures and notes 4.4 Control Strategy Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com EA will create a control strategy document to identify the modified/new PLC and SCADA code and describe how the programs are expected to function. This will act as an informal functional narrative for the PLC panel to be used for the scope of this project. Based on discussion with the City, EA will address program modifications with both the PLC program and the SCADA system. EA will add miscellaneous program modifications if the contractor requests any during discussions. EA will host a control strategy review meeting with the contractor to discuss control strategy in more detail and to review the specifications EA created for the PLC and SCADA program modifications. EA will also review and discuss the existing SCADA graphics and screens as well as any notes or comments EA may have from the PLC panel site investigation. The intent of this workshop is to confirm EA and the contractor are on the same page and to ensure that all modifications requested by the contractor will be addressed. Control Strategy Key Deliverables Client: a) Control strategy document b) Control strategy review meeting minutes Internal: a) none 4.5 Platform Setup In preparation for configuration, EA will set up a test bench platform in office. EA already has a test platform set up for the City, but EA will need to set up an Allen-Bradley PLC simulator in addition to the existing SCADA platform. This test bench will be utilized for testing throughout the project. EA's team will desk check this setup before configuration. Platform Setup Key Deliverables Client: a) none Internal: ENTERPRISE AUTOMATION a) Desk -checked test platform 4.6 PLC Configuration Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eainteorator.com EA will make several PLC program modifications based on discussions with the City and their contractor up to this point and the control strategy specification. These modifications will be made on the test bench PLC simulator. Some of the main modifications that have been identified are as follows: • 10 configuration and assignment • Change lead/lag/standby configuration for the VFDs • Add communications for EthernetlP devices • Update level control • Update pressure control • Generator control updates • Miscellaneous changes EA's team will peer review this configuration prior to conducting formal testing procedures. PLC Configuration Key Deliverables • Client: a) PLC program modifications • Internal: a) none 4.7 SCADA Configuration EA will make minor changes and modifications to the current SCADA system configuration. These modifications will be made to reflect the changes in equipment in the field. For the SCADA configuration step, EA will make SCADA screen updates, minor program modifications, and miscellaneous improvements as needed. SCADA Configuration Key Deliverables • Client: a) SCADA screen/program modifications • Internal: a) none ENTERPRISE AUTOMATION 4.8 Testing Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com 4.8.1 Internal integrated testing After EA completes the configuration process, EA will complete an internal integrated testing process. Following our standard testing protocol, the team will develop detailed test procedures and checklists. Internal SCADA testing will include a project engineer with oversight from the project's lead engineer. EA will develop test procedures and submit them to the contractor for review. After their development, EA's team will execute the testing procedures and checklists. The testing will cover the following items and more: Point to point testing against the specification Screen navigation and animations Trending As the test procedures are executed, the engineers will log all non -conformances in EA standard format and make corrections. Once the project manager, lead engineer, and testing engineers review and approve the completed test documentation, the system will be released for witnessed FAT. 4.8.2 SCADA witnessed FAT EA will host a witnessed SCADA FAT for City and contractor representatives virtually. The FAT will cover the entire configured system through an abridged version of the internal testing procedure. EA will work with the contractor to define the FAT procedure. The FAT will conclude with formal sign -off by the contractor which signifies that the software is approved for installation on site. If the FAT ends with a punchlist of non - conformances, EA will address them before deployment. The completed and signed -off FAT documentation will be scanned and submitted to the City and contractor in electronic format within two weeks of FAT completion. Testing Key Deliverables Client: a) Internal integrated testing procedures and checklists b) FAT document draft Internal: a) Configured and tested SCADA platform 4.9 Commissioning In preparation for deployment, EA will create work orders for the contractor. These work orders will be instructions for the contractor's electrician to make RTU modifications and I,)S_ ��t_r ENTERPRISE auromaTion Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com electrical work. Additionally, EA will develop procedures and checklists for deployment, 10 checkout, and the SAT. EA will then execute the deployment procedures and checklists onsite to complete deployment. Some of these standard procedures and checklists include: • Site installation review • Hardware checkout o Verify work orders • 10 checkout • Startup o Device testing o Functional testing o System tuning Following deployment, EA will demonstrate functionality to the City and contractor to verify everything completed at deployment functions as expected. This includes verifying the PLC control strategies were followed, the SCADA system functions properly, and ad- hoc testing based on what the City wants verified. Commissioning Key Deliverables • Client a) Work orders b) Deployment planning procedure and checklists • Internal: a) Deployed controls system 4.10 Training EA will host an operator training course on the City's site for the operators and any other personnel responsible for maintenance, supervision, or management of the controls system. In preparation for this training, EA will develop training materials to utilize during the training session. Training Key Deliverables • Client: a) none • Internal: a) Training materials ENTERPRISE AUTOMATION 4.11 Closeout Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com Following the completion of commissioning and training, EA will update documentation to as built and submit them to the City and contractor. Closeout Key Deliverables Client: a) As built documentation updates Internal: a) none 5 7 ENTERPRISE A UTOMATIOh Assumptions & Clarifications Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com The following assumptions and clarifications were used in preparing this proposal: 1. EA will not procure any hardware for this project; EA will prepare a BOM for the City's contractor 2. The City's contractor will hire EA for the services described in this scope of work 3. EA and the City have discussed billing and executing some items under a budget outside of this project solely between EA and the City a. Reviewing construction bid documentation, instrument submittals, and equipment submittals b. Creating a formal functional specification 4. Per EA and the City's agreement, the City will not be charged for travel costs by EA 5. All submittals will be transmitted in electronic format (no hard copies will be provided) 6. Written approval (email or letter) from the City is required for all submittals within 10 business days of release by EA. 7. Delays due to mechanical, electrical, or IT related issues, production scheduling constraints, or lack of system availability out of EA's control, which result in additional site time, will be charged at EA's standard hourly rates. Schedule The PM will release an initial schedule upon project initiation. Cost Estimate The tasks to be performed along with the estimated time to complete the tasks are detailed in the attached cost estimate (Appendix A). Work under this proposal is on a fixed fee basis, and the pricing in Appendix A is a firm quote. Any additions to the scope of work will be submitted to the contractor as a change order request. Approval of any change order by the contractor will be required prior to Enterprise Automation commencing or continuing the work task in question. ENTERPRISE AUTOMATION Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com Billings will occur monthly based on project progress. Enterprise Automation will maintain an open line of communication with the City and their contractor to discuss the status of the work in progress, potential problems with scheduled work, changes in the estimated hours, and to coordinate up and coming tasks. at. ;.�.. .,r,�r a -- - -� ENTERPRISE 'VrAUTOMATION 8 Terms & Conditions 8.1 Invoices Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eainteorator.com Billings will occur monthly based on project progress. Enterprise Automation will maintain an open line of communication with the City and their contractor to discuss the status of the work in progress, potential problems with scheduled work, changes in the estimated hours, and to coordinate up and coming tasks. 8.2 Payment Payment terms are 30 days net. If applicable, Paid when Contractor Paid terms will not be accepted. 8.3 Warranty A warranty is not provided by Enterprise Automation for any deliverables or work performed as part of this project. the City remains solely responsible for any warrantees for the facility and equipment. 8.4 Resolution of disputes If a dispute arises out of or relates to this scope of work and if the dispute cannot be settled through negotiation, the dispute shall be decided by arbitration administered by the American Arbitration Association under its Construction Industry Arbitration Rules, and judgment on the award rendered by the arbitrator(s) may be entered in any court having jurisdiction. The law governing this Contract shall be the place of the projects as shall the place of the arbitration. The prevailing party in the arbitration shall be entitled to recover its attorneys' fees, interest and arbitration expenses as elements of any award. 8.5 Intellectual property All designs, specifications, documentation, and software to be developed and provided by Enterprise Automation shall remain the sole intellectual property of Enterprise Automation. Following acceptance and final payment to Enterprise Automation, Enterprise Automation will grant to the City a perpetual, nontransferable, non-exclusive license to use the materials for the City's internal purposes only, including implementation at other City of Newport Beach -owned facilities. 8.6 Limit of liability The total liability of EA and the City to each other for any loss, indemnity, damage or delay of any kind except payment of the price will not under any circumstances exceed ENTERPRISE AUTOMATION Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www. e a i ntea rat o r. co m the lesser of twenty-five (25%) of the contract sum or the applicable insurance amounts covering the liability. Under no circumstances will Enterprise Automation or the City be liable to the other for any loss, indemnity, damage or delay arising out of its failure to perform due to causes beyond its reasonable control, including, without limitation, acts of God, interference by others, delays in receiving approvals or necessary information from each other, fires, strikes, floods, war, terrorism, riots, delays in transportation and adverse weather. Under no circumstances will either Enterprise Automation or the City be liable to each other for any special, incidental or consequential damages. Enterprise Automation is not liable for any loss, damage, expense, cost, injury, or loss of life occurring as a result of or arising from the use of any programmed, integrated, or commissioned product/s and/or Equipment by the City's employees, customers, invitees, or any other person. Provided that, any liability of Enterprise Automation shall be reduced to the extent that such loss, damage or injury was caused by or contributed to by the negligence of Enterprise Automation. 8.7 No solicitation of employees Commencing immediately, and continuing until a date one year after the date of final completion of the scope of work, EA and the City agree not to directly or indirectly employ, solicit for employment, or advise or recommend to any other person that such other person employ or solicit for employment, any person employed by or under contract to the other. 8.8 Entire agreement The scope defined in this document describes the complete project scope and sets forth the entire understanding and agreement between EA and the City. It supersedes all prior discussions and understandings in respect to the scope of this project, whether written or oral. ENTERPRISE AUTOMATION 9 Conclusion Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com I welcome any further discussion that may facilitate the refinement of this scope of work. Please contact me at (949) 769-6000 or alternatively on my cell phone at (702) 497- 4505 with any questions. Submitted by Luke Stephenson P.E., P.M.P. +ErN!TEIRPRISE AUTOMATION AUTOMATION Appendix A: Cost Estimate Details Enterprise Automation 210 Goddard Irvine CA 92618 USA Tel 949-769-6000 Fax 949-769-6005 www.eaintegrator.com r LA0 0 _N U) J ►E R L 7 Q O O r c 0 T N O N O Rf -w N MCD O W L ca �+ a0 o 4) CD Z +L+ O p N m Z tG O ++ W cv L E U a z to r O i (0 E E 7 U -. WOO W OiaOQW W w s O r M W N N N h to � N M O 'It N 00 r M 00 M w w N -p L !n V w r M M M --Z N EA V _2 m U) C U 5) Q fR ffl fq fA N� ER NN E9 O i 0 0 0 0 0 0 0 0 0 0 O N N OE N O d U) HUH U W 01'Q c`zzzzzzzzzz ol: id jUJ W W W W W W W W W ILUI Clfa -:; N N IT M N M d 0 S r O i (0 E E 7 U -. 0 0 0 0 0 0 0 0 0 0 O s M T 0) Q m N L -p L a :. _2 m U) C U 5) Q i 0 0 0 0 0 0 0 0 0 0 O N N OE N O d U) HUH U W 01'Q c`zzzzzzzzzz ol: id jUJ W W W W W W W W W ILUI -:; N 0 0 0 0 0 0 (O N O O) d �WW m 1 1 -` N 0 0 0 0 0 0 (O O O F-- ll r- O (O (O O O M O V M N M co (O N (O a a r O i (0 E E 7 U 0 0 0 0 0 0 0 0 0 0 O s M T 0) Q m N L -p O C <0 N C C P)O O a :. _2 m U) C U 5) Q i M N V— N U) O M O N N OE N O d U) HUH U W CD CD (7 (D CD CD 00 c`zzzzzzzzzz c id jUJ W W W W W W W W W ILUI ,L r- O (O (O O O M O V M N M co (O N (O r O i (0 E E 7 U s is T 0) Q m N L -p O C <0 N C C P)O O a :. _2 m U) C U 5) N c cn tf> p J U N N OE N O d U) HUH U W CD CD (7 (D CD CD 00 c`zzzzzzzzzz c id jUJ W W W W W W W W W ILUI r O i (0 E E 7 U 0 a § .LA � \ WM0 04 04 o � o § / ■ 0 0 2 L. E 0 2 _ f U (0 $ u @ @o E a 2 C14 I /R � \ k% a = 22 co\tu d� y(L :a § R � t & a ) _ { 0 ® » \ \ / § \ p/� r_ \ § \ f . \j; <\f \ 6 /D / � C14 I /R � \ k% a = 22 co\tu d� y(L k � Im / \ \ \ § ) _ { 0 ® » \ \ / § \ p/� r_ \ § \ f . \j; \ 6 /D / � 2 6 @)co � 2 m E f= \ y 2 t = w $&§ 270L) 2 )-z-/ ®\o /)[3 . /»\77§\7 Ike) G ., ° eee= 9\$o��cn a) tttkgj2 -'X .2 Q \J£. �=3Je . -22 77[{a=6« E u)u),E =�=m= % �l0E �\25Iga , loco %2$IQ\ §2�=� ƒ 7a{ } { k 282 fk $& Q § o 2 IN M k � Im / \ \ \ § WZ: 00 CCP: �0 d«CD ° t \ \ \ � \ 2 \ � § \ 2 C14 - - /ƒ C\j � - R \co .S _} / § ; / § \ c / } j j § 3 j CO j k # \ / ) Lj cu G/ \L F/ 2f E$ psc\{/ f{ q/o /� ^ +\g�=°/® /}\\f� 2 2 . moi§ E\ ��0c0)L) j \ /\g� $/ - � - R \co .S _} / § ; / § \ c / } j j § 3 j CO j k # woi dL_ xx r d E a wQ Ni &5 J s �o a) 5i NI 0 ' Al 0 rn N Go 403, O V N a I a U w It C14 to O) a E C c g m co a� .Z U ' M O E ca m o to jn c-, - ami L •;: 3'. lo N O j m N N n E rn "O c U U O 0 rn N Go 403, O V N c 0 U O O to O) a E C c g m co a� .Z U ' M O E ca m o to jn c-, - ami L E N O j m N N n E rn "O c U U O O 2 O 0o Q N Q J L 'wEN (0 dLO NE L) ow mC c (D a) �oQ Q E 7 (>xUO) m E a) aci ; U 0) c d U) (D E m 0 Y E O c o a m m o m.3 ui E' m m 0) CL CX. cu E CD N N O O U Q :'. y O C C. V 4 y 0_ fn U C c C R aL+- QUyO_ O O N Em O U M Q . mp MENO o o 6 3 Eo3umo0 wm "O SO N O N E> NN NN O O a U 3 L)U 0 rn N Go 403, O V CD N U) J N (D ry L O Q Q r T .j a) Of O N L O 0 N m � O d Q 0 rn Z o O Cl) m Q Z w O '^ vJ W E � L DO C d oE *' U a z a. K pq� r o f) uo M d t0 T N tO (6 a) E 0 " 0 c 5 E K pq� r O) C V (6 a) E N 0 c E o ;Ll, m m 'O J a> C _- CD W a5 Q O O C @ m mom N U O w Q a O c IC p K pq� 7 to T Of r O LO Q O N E _O a- 0 0 Z W C X O O O (6 N N a� m U) LU Q U) W o_ m Z U LLJ 0 O) C N (6 a) E N 0 c E a> m m a> C U47 O a5 Q O O C @ C E. Oo N mom N U O w O c IC p a a�UQ p @ ya)acUn0) aoi o oo ma` o C' 3 _ 7 to T Of r O LO Q O N E _O a- 0 0 Z W C X O O O (6 N N a� m U) LU Q U) W o_ m Z U LLJ 0 W r- 40 0 W F O O r C O NW Of ECJ 0 N 0 O N CL M W O N N 64 64 _ o� cu t O � j a O 9: O F O O r C O NW Of ECJ 0 N 0 N r M N N r r N O :z 0 U U J IL 0 Z W C LL. _ o� cu t O � j a O 9: O c C O O c N.ma) n N �C°� > L 2 E mL) W m m c 'Zn>, ` 2 3 o a a) m -0 o c O Uo N a a, o m E ` Ocn mUOo)E 0 m O d�om U E wo(c°�rn CO ° . > U gQ- O p C m O a)(0 N OU (0 CL O_ m "O a -O C N N N 'O UUOr -O O_O_N' N J J— U f0 7 7 0 E Q O 0 O N r M N N r r N O :z 0 U U J IL 0 Z W W L 40 G�� E H0 lU � (D N U) J m .D N N N Cr 7 N M M W) 0 rn O U Q Q U U) C7 Z W E X O O O m N N C7 N N (D LLJ Q F- F - U) LU 0 m Z U O LU O) C N co E m N L N O C N N N O O) 7 N M M W) 0 rn O U Q Q U U) C7 Z W E X O O O m N N C7 N N (D LLJ Q F- F - U) LU 0 m Z U O LU O) C N E m N L N O C N N N O O) N Q c00o CU m= C_ c-0'n� E E'o C, C) - ca E cu E � T N .E � N O Q U mC' CO C CO .. r LO cn O cu10 a6Q a E yT-",U 0 II: O �Q V.S QQU c m o U UE a o a Cl) U) a` S 7 N M M W) 0 rn O U Q Q U U) C7 Z W E X O O O m N N C7 N N (D LLJ Q F- F - U) LU 0 m Z U O LU N U) J T [D N 3 a� a� 0 Q O 0 c 0 T) (D cr O N O N R: 0 N_ m i O L = a) rL A 3 4) 0 Cl) m > Z to O U w V C d � U a z C U) I— N O O > >ZZ U) m o Q n o a) m a3 r 6F* fA Y 0 t n C C > Y U (D (D c O U fNl O a1 c: N a) o, a c u)C a7 C .� O 7 C a) O) - Z: C U a7 0U .O u) X V a) N O O > >ZZ o Q n o a) m a3 C C a cu Y 0 t n C C > Y U (D (D c O U fNl O a1 c: N a) a c u)C a7 C .� O 7 C a) O) - C U a7 0U .O u) X V a) 0 m= LO .o-. a �, c a) U LL C C O U c «�ooo) (D a� y.��Ua) y'o m H c C c 'd ' cu C) a c N aci O (D > E _ Q C w E a) E LLL - m o ,c E o_ N O c c 3� N E .� U C (O O U c fn N C O O t+ U $: 0> C �aa>icnmoUa) Q ... N mo ::tea a) C) o a��oa)Y Vwnn.So �o lu .; N O O CD N U) J 70 a) 3 LD () I 0 0 c 0 LD a) w 0 N N 0 N_ m :4 0 Q. A 67 Z E V O r ry ,N O E U a z U 01 C O E E O U 0 Z W w w t U 5 v a. cc a. en U N o: -0 0 Y C 0 ~'j M CT w v C O L O � U S U a) a5 01 C O E E O U 0 Z W w w t U 5 a. Y Y U U a. a) L U w U N o: -0 0 Y C N @ a) a) O CT w v C O L O � U m U a) a5 of w O 2 N O O a) Q_fl- O a) m 0:)" C O a) !" m 0 C C 01 O` a o 7 U C >, N z U y O N 01 C O E E O U 0 Z W w w Y Y U U a) L U w U N -0 0 Y C N @ a) a) O C O L O � U U a) a5 O 2 N O O a) Q_fl- O a) m 0:)" C O a) !" C C 01 O` o 7 U C >, N z U y O N �6 cu U� a- ai u 3 u E E o a s o m 0 0 0 m u) w w a o a> a w > a> a> a) o_ . €, Q a>) o aa) ami ami o CD o -o Qo_I_0-oa an v a 3 a c'g t� - r 01 C O E E O U 0 Z W W r— �a r W Q C� N U) J T m 70 O O N O L 7 Q O O r C O N Of O N i L N +0Cj + N � � O m � � d Z °) 0 N m Z �= t0 0 U � LU C .n O E U a z N E E O U m � CD LO JLo cn M In a a v O N N M d fA d9 cu cu 2 L (U > � O N� m � En rn O C — �V Y U N N t U E d cu cu 2 L (U > � O N� v N m N m m o m w @0 u r+ C N (0 cu0 E U Q- c ti o) 0)0 n n c C tv U N ' 4 0 .� O U C cn .N 0- C N"O6 E p C 0 C N '0 O_ m Q lVl m rn c c 0 E E 0 U C� Z W � En rn O C — Y U N N t U E cu cu 2 L (U > � O N� N C: O m @0 u r+ C N (0 cu0 E U Q- c ti o) 0)0 n n c C tv U N ' 4 .� O U C cn .N 0- C N"O6 E p C 0 C N '0 O_ m Q lVl o O C O +. (D CU E m o E N Q N EJc) O E aNi T N T Q U �= O �. d U) O U O O U -O _O —_ 0 > U O_ N N N T T T W .0 C.0 � N O O �EOo>axiu >>>m ao rn c c 0 E E 0 U C� Z W (D N CO J a) N O Of C O 0 c 0 m O N i i N 0 CNN m L O Q0 o 3 r m z °' i+ O p N m > Z �= CD O U W V ^, � ^C_ A d O E to U 0. z I:;tbl N N CD M Ln M CL` a N 40 EfT E N: a a m Oi N N r O� O I:;tbl N N m c t U a� E rg, a a m N N O O w` v C N a m 1 O N co co W C N QMY c �E G -m O C N ,O a` Ccu I:;tbl N N tN-- O m c F- U z W m c a� E a m N O C N O N co co C N QMY c �E C N ,O Ccu i +�+ co EN N CO o "' rn m _Q 0 E co a Q o` .c c o M C E ., c m .c N O c4 c0 N a -0 m_0 0 0 AD O o� a o ICU' m ; m _ tN-- O m c F- U z W W L �0 �o ED �Q O N O 4.0 N O � r r V 3 z o_ 1— }� p N m Z C) LUU ti V C � Q U d z Lc) O N N CL co E J 8' N t 3 O C. C N O N O 4.0 N O � r r V 3 z o_ 1— }� p N m Z C) LUU ti V C � Q U d z m c N N E J 8' N t 3 O C N o O D) (0 C ,1W L '• J, (D U Y QC .a) '.- 7 0 C N O Q Cl) ID 0 C m O E O N O 4.0 N O � r r V 3 z o_ 1— }� p N m Z C) LUU ti V C � Q U d z m N O r 15 0 m U) O U CD Z W m c N E a (U N t O C N O D) (0 C �E N (D U Y QC .a) '.- 7 0 C N O Q ID 0 C m O E @ O O v o m N O r 15 0 m U) O U CD Z W U) CD M Qf cr c m c .s c W rAUTTERPRIsE omanon Rate Classification Project Engineer 1 Project Engineer 2 Lead Engineer Project Manager Architect Engineering Support CAD Admin Engineering $195/hr $205 / hr $215 / hr $235 / hr $275 / hr $100/hr $150 / hr $100 / hr 2020 CNB Engineering Rates All after hours, weekend, and holiday work will be billed at a 4 -hour minimum. Rate classifications charged by engineers are based on a project role/responsibility basis, not title. 21 Service calls covered by an Enterprise Automation service contract are prioritized whilst all other service U requests are dependent on existing schedules and the availability of engineering staff. Q L ''W^ v! All expenses (including travel) must be pre -approved by the City but will only be approved in special circumstances L CPayment terms Net 30 days X Rates effective 1/1/2020 through 12/31/2020 Nothing leaves Enterprise untested P-c_ 949) 769-6000