Loading...
HomeMy WebLinkAboutC-1488 - Spyglass Hill Pumping Station - Zone V/V/A IU-,6 4 TO: CITY COUNCIL FROM: Public Works Department May 13, 1974 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: ACCEPTANCE OF SPYGLASS HILL PUMP STATION, ZONE V (C -1488) RECOMMENDATIONS: 1. Accept the Work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the Spyglass Hill Pump Station, Zone V, has been completed to the satisfaction of the Public Works Department. The lump sum bid price was: $100,854.00 Amount of change orders 1,329.30 Total contract cost 102,183.30 Amount budgeted in the Water Fund 105,854.00 (Account No. 50- 9297 -089) One change order was issued to provide for the installation of a valve and pipe stubs which were not included in the construction of the subdivi- sion improvements. Lusk has already reimbursed the City for the cost of this charge, $1,329.30. Funds for construction were advanced by the Spyglass Hill Developer, John D. Lusk and Son. This advance will be paid back in accordance with the amended Water System Capital Improvement Construction and Reimbursement Agreement approved June 11, 1973. The design engineering was performed by Raub, Bein, Frost and Asso- ciates of Newport Beach. The contractor is Taymech Corporation of Santa Ana, California. The contract date of completion was November 10, 1973. The contractor was delayed in starting due to other conflicting work in the area. Further delays were experienced in obtaining the control equipment resulting in the work not being completed until April 22, 1974. oseph T. evlin blic W6r s Director PD:hh �GG L� ¢ S y %�G rr d " "•f� J Wit" _. 1973 By +he Cif'! COUNCIL 1 -1 197.3 June 11, 1973 ;ITY Of MF"'PO"WT UACH n' >' " ` "'-J;", ,'LCJTY COUNCIL AGENDA 4 `'ITEMS NO. H -2 a and T0: CITY COUNCIL H -2 b FROM: Public Works Department SUBJECT: SPYGLASS HILT_ PUMP STATION, ZONE V (CONTRACT NO. 1488) RECOMMENDATIONS: 1. Adopt a resolution authorizing the Mayor and City Clerk to execute an amendment to the existing Water System Capital Improvement Construction and Reimbursement Agreement with John D. Lusk and Son " to include the subject pumping station. �2. Adopt a resolution awarding Contract No. 1488 to Taymech Corporation, for $100,854.00 and authorizing the Mayor and City Clerk to execute the contract. DISCUSSION: The construction of the subject facility will ultimately be financed by the Water System Capital Improvement Fund. Initial financing will be with funds advanced by the developer, John D. Lusk and Son. The amendment adds the subject facility to the term "project" as defined in the existing Water System Capital Improvement- Construction and Reimbursement Agreement. It further provides that reimbursement of funds advanced for the pumping station shall be in accordance with the provisions of the existing agreement. Four bids for Contract 1488 were received and opened in the office of the Clerk at 10:00 a.m. on May 30, 1973. BIDDER BID Taymech Corporation $100,854.00 Santa Ana, California 2. Triad Piping and Construction Co. $110,000.00 Gardena, California 3. Pylon, Inc. $114,343.00 Compton, California 4. Advance Mechanical Contractors, Inc. $119,520.00 Long Beach, California The low bid is 36% more than the Engineer's estimate of $74,000.00. This difference appears to be due to insufficient allowances in the estimate for (1) in- crease in labor rates starting July 1, 1973, (2) increase in cost of lumber and (3) increase in cost of control equipment. June 11, 1973 SUBJECT: Spyglass Hill Pump Station, Zone V (Contract No. 1488) Page 2 This contract provides for the construction of a water pumping station to serve that portion of the Spyglass Hill development located within the water pressure Zone V service area. The estimated date of completion is November 2, 1973. The plans and specifications were prepared by Raub, Bein, frost and Associates, Civil Engineers. Taymech Corporation has not previously done work for the City. A check of the references supplied indicates that the firm is well qualified to perform the work required by this contract. In order to set up the appropriation for the funds advanced by the devel- oper, a budget amendment of $105,854 has been prepared for Council consideration if the subject contract is awarded. The amount includes an allowance of $5,000 for materials testing and contingencies. 3,oseph T.I evlin blic Wo s in - BD:jfd i �L T MAY 71973 By the CITY COUNCIL May 7, 1973 CITY 6w *040"PPA,t QF,&,rH CITY COUNCIL AGENDA ITEM NO H -13 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: SPYGLASS HILL PUMP STATION, ZONE V (CONTRACT 1488) RECOMMENDATIONS: 1. Approve the plans and specifications for Spyglass Hill Pump Station. 2. Authorize the City Clerk to advertise for bids for Contract 1488 to be opened on Wednesday, May 30, 1973 at 10:00 a.m. DISCUSSION: On October 10, 1972, the Council authorized design and preparation of the plans and specifications for the subject facility. This pumping station is a "Master Plan" water system facility and is required to provide domestic water to the water pressure Zone V service area of Harbor View Hills, Sector IV (Spyglass Hill). The plans and specifications were prepared by the firm of Raub, Bein, Frost and Associates. The Engineer's estimate is $74,000. The estimated date of completion is November 2, 1973. An environmental statement has not been prepared for this project inasmuch as the pumping station is an integral part of the Spyglass Hill develop- ment. The grading for this development was completed last year. Therefore, it is felt that the pumping station construction taken by itself will not have a significant environmental effect. The construction of the subject facility will ultimately be financed by the Water System Capital Improvement Fund. Initial financing will be with funds advanced by the developer, John D. Lusk and Son. The funds advanced will be reimbursed from acreage fees. The existing Water System Capital Improvement Construction and Reimbursement Agreement with John D. Lusk and Son must be amended to include the Spyglass Hill Pump Station. This amendment will be sub- mitted for Council consideration in conjunction with award of Contract 1488. C� 3oseph T. Devlin Public Wo ks Director I. W D:hh `.� TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ZONE V PUMPING STATION FOR SPYGLASS HILL RECOMMENDATION: DISCUSSION: October 10, 1972 /7/-13 / Adopt a resolution authorizing the Mayor and City Clerk to execute an engineering services agreement with Raub, Bein, Frost and Associates, Civil Engineers, to perform the design of the Zone V Pumping Station. On September 11, 1972 the Council authorized the staff to obtain a proposal for the design and preparation of plans and specifi- cations for the subject Water Master Plan Facility. A proposal has been obtained from the firm of Raub, Bein, Frost and Associates, Civil Engineers. Compensation will be based on standard hourly rates with the maximum fee not to exceed $4,200.00 A budget amendment appropriating $4,500 has been prepared for Council consideration if authorization of the subject agreement is approved. The amount includes an allowance of $300 for reproduction costs and contingencies. The Water System Development Fund will be used to finance the engineering costs. A budget amendment appropriating construction funds will be processed at a later date when a detailed cost estimate is available. The construction funds will be advanced by the developer of Spyglass Hill. 'i iu:wau:nn lin Director 4 Nyy ZzTLL -2L�_ `L �L �LG � � Co AC 4 September 11, 1972 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ZONE V PUMPING STATION FOR HARBOR VIEW HILLS, SECTOR IV RECOMMENDATIONS: 1. Authorizing the staff to obtain a proposal for engineering services to prepare plans and specifications for the subject facility. 2. Authorize the staff to negotiate an amendment to the existing water system capital improvement construction and reimbursement agreement with John D. Lusk and Son to provide for advancing the funds for the subject facility. DISCUSSION: G' -s On December 27, 1971, the Council authorized the addition of certain "Master Plan" water system facilities in conjunction with expanding the down - coast water service area and introducing an ordinance revising the water capital improvement charge. The subject pumping station was included in the added facilities. The pumping station is required to provide domestic water to the Water Pressure Zone V service area of Harbor View Hills, Sector IV. The design and construction of the subject facility will ultimately be financed by the Water System Capital Improvement Fund. Initial financing will be with funds advanced by the developer, John D. Lusk and Son. The funds advanced would be reimbursed from acreage fees. The existing water system capital improve- ment construction and reimbursement agreement with John D. Lusk and Son will have to be amended to include the Zone V pump station. Qoseph T, Jev lin ublic Ws Director { BD /bg NiaUREMM October 27, 1972 PUBLIC WORKS rEPARTMENT Attention: Bill Dye CITY CLERK ZONE V PUMPING STATION 1helceed are two executed copies of an engineering services agreement with Raub, Bein, Frost and Associates in connection with subject project. Please send a copy to Raub, Bein, ?rost and Associates. We have retained the original for our file. Laura Lagios City Clerk LL, wk enc. October 25, 1972 TO: CITY CLERK FROM: Public Works Department SUBJECT: ZONE V PUMP STATION Attached are three copies of the engineering services agreement for the subject project. They have been executed by the engineer. The Council authorized execution of this agreement on October 10, 1972. When executed by the City, please return two copies to me. One copy will be forwarded to the engineer. Bill Dye Project Engineer WBD:hh Att. t 4 July 30, 1974 Taymech Corporation P. 0. Box 11546 Santa Ana, CA 92705 Subject: Surety : United States Fidelity 8 Guaranty Co. Bonds No. : 40- 0120 - 458 -73 Project : Spyglass Hill Pumping Station Contract No. : 1488 The City Council on May 13, 1974 accepted the work of subject project and authorized the City Cleric to file a Notice of Completion and to release bonds 35 days after Notice of Completion has been filed. Notice of Cbpletion was .filed with the (Trance County Recorder on May 15, 1974 in Book No. 11145, Page 159. Please notify your surety many that bonds may be released 35 days after recording date. Laura Lagios, CMC City Clerk LL:awk cc: rublic Works Department RECORDING REQUESTED 1 570 BY Af:D P,tAL . 70 4 City of Newport Beach FREE 3300 Newport Blvd. C3 Newport Beach, CA 92660 NOTICE OF COMPLETION PUBLIC WORKS ! eX 11145PG 159 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 8:05 AX MAY 15 1974 J. ME CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 22, 1974 the Public Works project consisting of Spyglass Hill Pump Station, Zone V, C -1488 on which Taymech Corpora was the contractor, and tlnl was the surety, was completed. VERIFICAT I, the undersigned, say: CITY OF NEWPORT BEACH r-) �"1 / c YV�orks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 14, 1974 at Newport Beach, California. VERIFICATION OF)CITY I, the undersigned, say: Deputy I am the /City Clerk of the City of Newport Beach; the City Council of said City on MU 13, 1874 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 14, 1874 at Newport Beach, California. • 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: May 14, 1974 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Spyglass Hill RmpStation, Zone y Contract No. 41 88 on which Taymech Corporation was the Contractor and United States Fidelity & Gauranty Co. was the surety. Please record and return to us. LL: Encl. Very truly yours, Laura Lagios City Clerk City of Newport Beach bY: Deputy City Clerk STATUS INQUIRY OWNER, OBLIGEE OR ORIGINATING CO. & ADDRESS CITY CLERK OF THE CITY OF NEWPORT BEACH 3300 Newport Blvd. [Newport Beach., Calif. 7 I 4 4k ;; ^y DATCx - 7y OUR B40-0120-458-73 , REINSURER'S NO. .CONTRACTOR TAYMEC�HwCOREEPOCCRAATION ADDRESS P. 0. Box n5k6, Santa Ana,Calif. DESCRIPTION OF CONTRACT ar V s xm aVmTl sunw - CON C No. 1488 OWNER CITY OF NEWPORT BEACH /�0 5 BOND CONTRACT i 100,854• $ f• PRICE C7 EFFECTIVE DATE V � 6/11/73 GENERAL FORM STATUS INQUIRY FEDERAL CASES TO BE SUBMITTED IN DUPLICATE. STAMPED, ADDRESSED ENVELOPE TO BE ATTACHED. UNITED STATES FIDELITY AND GUARANTY COMPANY . STATUS INQUIRY OWNER, OBLIGEE OR ORIGINATING CO. & ADDRESS CITY CLERK OF THE CITY OF NEWPORT BEACH 3300 Newport Blvd. [Newport Beach., Calif. 7 I 4 4k ;; ^y DATCx - 7y OUR B40-0120-458-73 , REINSURER'S NO. .CONTRACTOR TAYMEC�HwCOREEPOCCRAATION ADDRESS P. 0. Box n5k6, Santa Ana,Calif. DESCRIPTION OF CONTRACT ar V s xm aVmTl sunw - CON C No. 1488 OWNER CITY OF NEWPORT BEACH /�0 5 BOND CONTRACT i 100,854• $ f• PRICE C7 EFFECTIVE DATE V � 6/11/73 WITHOUT PREJUDICING YOUR RIGHT OR AFFECTING OUR LIABILITY UNDER OUR BOND (S) DESCRIBED ABOVE, WE WOULD APPRECIATE SUCH OF THE FOLLOWING INFORMATION AS IS NOW AVAILABLE. VERY TRULY Y *INCLUDE LOCATION AND OWNER'S CONTRACT NUMBER. BY Bond Department 1. IF CONTRACT COMPLETED, PLEASE STATE: 2. IF CONTRACT UNCOMPLETED, PLEASE STATE: APPROXIMATE DATE OF 0O.PLET..N APPROXIMATE ACCEPTANCE FINAL CONTRACT PRICE OF WORK (OR FINAL DELIVERY). DATE DSUIw;'�J APPROXIMATE PERCENTAGE OR DOLLAR AMOUNT OF CONTRACT COMPLETED OR DELIVERED 3. DO YOU KNOW OF ANY UNPAID BILLS FOR LABOR OR MATERIALS: 4.REMARKS: I NAME: ADDRESS: L CONTRACT 28A (1r3) PLEASE RETURN ORIGINAL OF THIS INQUIRY IN ENCLOSED ENVELOPE TO: ❑ YES ❑ NO UNITED STATES R^cl -ITY W c..';,g PITY COMPANY Fullerton, 'walif. 92631 DSUIw;'�J GENERAL FORM STATUS INQUIRY FEDERAL CASES TO BE SUBMITTED IN DUPLICATE. STAMPED, ADDRESSED ENVELOPE TO BE ATTACHED. T DATE � O 6 TO: Public Works Department FROM: City Clerk �I Date July 61 1973 SUBJECT: Contract No. (-1488 Project Spyglass frill PtMiing StFatien, 'me V Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Tza Tech .^.oaporntim Address: P. 0. flax 11646, -134 S. "!end Ave., Santa Mm Amount: $ 100,854.00 Effective Date: 7 -2 -73 Resolution No. 8010 Laura Lagios LL-dg Att. cc: Finance Department Q THE TRAVELERS Certificate of Insurance This is to certify that policies of insurance as described below have been issued to the insured named below and are in force at this time. If such policies are canceled or changed during the periods of coverage as stated herein, in such a manner as to affect this certificate, 10 DAYS written notice will be mailed to the party designated below for whom this certificate is issued. L Name :md address of party to whom Chis certificate is i- =_sued 2. Hame and address of insured .CITY OF NEWPORT BEACH CITY HALL 3300 WEST NEWPORT BLVD NEWPORT BEACH CA L J a. Location of operations W to ITHIN 1 THEEeSTXW" OF CA. 4. Coverages For Which Insurance is Afforded Limits of Liability Workmen's Compensation and Compensation— Statutory E to er s 1 ' L' bil-rt i th t t Policy Number m TAYMECH CORPORATION P 0 Box 11546 SANTA ANA CA 92711 MP y a y es a I p named in item 3 hereof DKUB- 4849287 Bodily Injury Liability — except automobile .$ 250 , 000 each person is 500 , 000 each occurrence s 500 , 000 aggregatct N._cluding tCompleted Operation Protective - -- - -- - - and Products only - - - -- ----- - -- ----- ------ Property Damage Liability — except automobile s 100 , 000 each occurrence .-LN__cludina Protective S 500 , 000 aeereeate Be*LT+1mrhilrb+ty --astemabile .. .................... ........... Property Damage Liability — automobile Liability (Bodily Injury and Property Damage) 5500 ,r �B� j... tr 000 each accident 000 each occurrence 000 each accident 000 each occurrence 000 each occurrence 650 - 865307 -IND CONTRACTUAL Policy Period" - -- 12 -15 -72/73 12 -15 -72 TO DATE OF CANC S , 000 aggregate $ ; 000 each occurrence Catastrophe or Excess $ , 000 each aggregate $ , 000 deductible amt. 'Absence of an entry in these spaces means that insurance is not afforded with respect to the coverages opposite thereto. *'Policy is effective and expires at 12:01 A.M., standard time at the address of the named insured as stated herein. Desrription of Operations, or Automobiles to which the policy a plies: IT IS HEREBY UNDERSTOOD AND AGREE THAT THE POLICY TO WHICH THIS CERTI- FICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICEbF SUCH CANCELLATION OR REDUCTION IN COVERAGE. The insurance all orded is subject to all of th:.erms- of die policy, including endorsements, opplica le, thereto. Producer-- JAMES -F S_& CO =L A_ L A -40 6 -27 -73 `- -- - - - -- Office-- - - -�_— Date FIRE AND MARINE INSURANCE COMPANY THE TRAVELERS INSURANCE COMPANY THE TRAVELERS INDEMKITY CONIPANY By 'I' }IF, CHARTER OAK FIRE INSURANCE COMPANY Se,relnn•, Casualty- Property Department By / ra.m�s.....,.�.._� C -5918 Rev. 7.68 .F�srm �n U.S., 371 I /, Serrelo ry, Casualty- Property Department 0 f --I', 0 r The Travelers (Package Policies GENERAL PURPOSE ENDORSEMENT 40 Effective from 6-11-73 Amending Policy numbered 65=0 jii/L5Q- - -O___ 7— I ND At If noon standard time at the address of the Named Insured Date of Issue 6- 2� -7e� stated in the policy declarations. Named Insured TAYMECH CORPORATION Continuous Policy X Three Year Policy— Next Policy Anniversary or Expiration Date DATE OF CANCELLATION office_ L A -105 Producer JAMES F S& CO —L A C -3 Total premium due under this endorsement: Additional $ Return $ I. Complete the following: I INST FACT . Dates Due O Additional Premium 0 Return Premium 2. It is agreed that as of the effective date hereof the policy is amended in the following particulars: THE CITY OF NEWPORT BEACH IS INCLUDED AS AN ADDITIONAL INSURED. This endorsement is executed on the reverse side hereof. ND2A _ v I_, vzaN 99E 'V'6'n Ni Oa1Nidd 99-1 'A28 ZO6E -I HiO ANVdNOD Ad INWH(INI S2IH73AVUl HHI, amlts.talunoO 6�apa�aa.S G %C �a ANVdIVOO 4,)NVH(ISMI HNIA NVO'iIH.LHVHJ 8141 •luawasdopua styl ;o aalleldao3B uodn poApalawuryoe s1 Ioadayl Idtaow aq1 'apls asdanad 0111 uo palou s1 wmwaid umiai .Cue JI ',loadagl uoziedapsuoo ut ponss] s( luowos.iopuo sl111 'apts asdanm aql uo polou si wmwodd Ieuotltppe .Cue JI T f- J vzaN 99E 'V'6'n Ni Oa1Nidd 99-1 'A28 ZO6E -I HiO ANVdNOD Ad INWH(INI S2IH73AVUl HHI, amlts.talunoO 6�apa�aa.S G %C �a ANVdIVOO 4,)NVH(ISMI HNIA NVO'iIH.LHVHJ 8141 •luawasdopua styl ;o aalleldao3B uodn poApalawuryoe s1 Ioadayl Idtaow aq1 'apls asdanad 0111 uo palou s1 wmwaid umiai .Cue JI ',loadagl uoziedapsuoo ut ponss] s( luowos.iopuo sl111 'apts asdanm aql uo polou si wmwodd Ieuotltppe .Cue JI • June 29, 1973 TO: CITY CLERK FROM: Public Works Department SUBJECT: SPYGLASS HILL PUMPING STATION (ZONE V), C -1488 Attached are four copies of the contract documents for the subject contract and a certificate of insurance for the Contractor, Taymech Corporation. They have been approved by the City Attorney's office and are ready for execution by the City. When executed, please return the three copies to the Public Works Department for distribution. Bill Dye Project Engineer WBD:hh Att. y,R 'o M CONTRACT NO. 1488 V CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR SPYGLASS HILL PUMPING STATION (ZONE V) APPROVED BY THE CITY COUNCIL THIS 7th DAY OF May, 1973 LAURA L"AGIOS CITY CLERK SUBMITTED BY: TAYMECH CORPORATION CITY CLERK Contractor P.O.BOX 11546 - 2134 SOUTH GRAND AVE. Address SANTA ANA, CALIF. 92705 City State Zip 714/540 -8755 Telephone $100,854.00 TOTAL BID PRICE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT May 23, 1973 SPYGLASS HILL PUMPING STATION (ZONE V) CONTRACT NO. 1488 ADDENDUM NO. 1 Make the following revisions to Sheet 5 (Electrical) of the Plans: Lighting and Power Plan - Detail 1 Conduit from transformer to main switchboard and motor control center should be "4" C.O." instead of "3" C.O." (See single line diagram - Detail A). Single Line Diagram - Detail A Power supply for Motor Control Center should be "48OV, 3 phase, 3W, 400 AMP BUS 18,000 AIC" instead of "480/277V, 3 phase, 4W, 400 AMP BUS 18,000 AIC ". Show date of receipt of this addendum on the proposal or insert a copy with your proposal. ' fit ' � Benjamin B. Nolan Assistant Public Works Director CONTRACTOR: TAYMECH CORPORATION AUTHORIZED SIGNATURE: S/ W. D. Taylor DATE RECEIVED: May 24, 1973 w 4r h� 0 40 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 30 day of May , 1973 , at which time they will be opened and read, for performing work as follows: PUMPING STATION SPYGLASS HILL (ZONE V) CONTRACT NO.1488 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required a—n& t he Corporate Seal shall be affixed to all documents requiring signatures. In the case of a arP tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) r' I '. 0 0 Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 252180 Classification A Accompanying this proposal is BID ON6 Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714/540 -8755 hone Number Date TAYMECH CORPORATION ;Bidder's Name (SEAL) S/ W. D. Tavlor Authorized Signature Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: W. D. Taylor - President /Mgr. M. L. Showalter - Sec /Treas. Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the .following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. Reinforcing Rodbusters Santa Ana 2.. Roofing Adair Orange 3. Masonry Faulkner Cypress 4. Stucco Varner Santa Ana 5. Painting Superior Coating Carson 6. Electrical Randle & West Signal Hill 9. 10. 11. 12. TAYMECH CORPORATION Bidder's Name •8/ W. D. Taylor Authorized ignature Corporation Type of rganizat on (Individual, Co- partnership or Corp) 2134 South-Grand Avenue Santa Ana. Calif. 927 ress FOR#IGINAL SEE CITY CLERK'S FILE CJ# Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, TAYMECH CORPORATION as Principal, and United States Fidelity and Guaranty Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the amount bid Dollars ($ - 10% - ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of SPYGLASS HILL PUMPING STATION (ZONE V) CONTRACT NO. 1488 in the City of Newport Beach, is accepted by the City Councio of said City, and if the - above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 30th day of May 19 73 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) May 30, 1973 Lucy S. Day, Notary Public Commission expires Jan. 21, 1975 BY Title TAYMECH CORPORATION Principal By: S/ W. D. Taylor, Pres. UNITED STATES FIDELITY AND GUARANTY COMPANY Surety S/ Benton L. Crowell Attorney -in -fact Page 5 . NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any'public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any. person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 30th day of May 19 73 Nay commission expAres: Nov. 15, 1976 S/ W. D. Taylor Mary L. Showalter Notary Public FOR ORIAL SEE CITY CLERK'S FILE COPY • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The-undersigned submits herewith a statement of his.finahcial responsibility. Refer to Union Bank, LaVeta & Main Streets, Orange, Calif. If we are the successful bidder, we will furnish our Certified Financial Statement for fiscal year ending 1/31173. S/ W. D. Taylor Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1973 Santa Rosa Ranches Water Co. R. Hall 676 -2141 1972 Rancho Calif. Water Co. S: Wilkinson 676 -2141 1971 Crestline -Lake Arrowhead Water Dist. R. Massey 338 -1779 1971 Univ. of Calif. - San Diego Mr. Koonce 455 -1426. S/ W. D. Taylor Signed a SM JQ. 40- 0120 - 458 -73 PRDIM IlAMUDED = PZRr C8 * Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted X11! 11, 1973 has awarded to T~ COpontiaa hereinafter designated as the "Principal ", a contract for SPYQ ASS HILL PUNPING STATION (ZONE V) • =TRW 110. 1488 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance 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 TAYMECH CORPORATION as Principal, hereinafter designated as the Contractor and UNITED STATES FIDELITY AND GUARANTY COMPANY as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of FIFTY THOUSAND FOUR HUNDRED TWENTY SEVEN & NO/ loo---------------------- - - - - -- Dollars ($ 50,427.00 said sum being one -half 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, 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, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. _, �q Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said 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 or the specifications accompanying the same 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 contractor 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 Principal and Surety above named, on the 14th day of JnnP , 19--73--. Annroved as rm: C- �9 9 st ity Attorney This bond was approved by the City Council of the City of Newport Beach by motion on ae Attest: City Clerk PRINCIPAL: TAYMECH CORPORATION ..(Seal) , B (Seal) W D Taylor, President (Seal ) ontractor SURETY: UNITED STATES (Seal) FID`ELI�TY AND GUARANTY CO. Qp —(Seal) Benton L. Crowell Attorney -in -fact ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF ---------------- .OALIFORWRA -- - -- ---- - - - - -- -- ss: COUNTY OR CITY OF - - - -- ------------ pRA2{t -E - -- ---- _ --- . Before me, a Notary Public, personally came ------ Ben - ton -_L --------------------- ------------------------ known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- tture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. Given under my hand and seal My Commission 7uE. 876 (0-69) is - -- ------ - - - - -- 14th u•,nmmmnnmirn...... rr ciiirirPinfiiiinmmr OFFICIAL SEAL CHERYLJ.COHEN NO -ARV PUSLIC�rALIFVRNIA' PRINCIPAL CFFICE IN ORANGE COUNTY 1976 ----Z ---- - - , 1199- 73. -. � Notary Public. 80Iro 40- 0120 - 448 -73 PRZlIW $1006.00 Page 10 e PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted awn 11. 1913 has awarded to Taymech Carpontim hereinafter designated as the "Principal ", a contract for SFYGMS HILL WING STATION (zap •) - CONTRa6T NO. 1488 in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, TAYMECH CORPORATION as Principal, hereinafter designated as the "Contractor ", and UNITED STATES FIDELITY AND GUARANTY COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED THOUSAND EIGHT HUNDRED FIFTY FOUR AND NO /100-------------- - - - - -- Dollars ($ 100,854.00 said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition 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 Principal and Surety above named, on the 14th day of June , 19 73. ) W.D Ta for President (�S2a1 ) ontrac or SURETY: UNITED STATES FIDELITY (Seal) AND GUARANTY COMPANY (Seal) Deall urety ' Benton L. Crowell Attorney -in -fact Approved as to form(: �sS'F City Attorney I � ATTORNEY -IN -FACT AFFIDAVIT CALIFORNIA STATE OR COMMONWEALTH OF ----------------------------------- _ --- __------ ss: COUNTY OR CITY OF ---------- OW� ___. __ _ _ __ - - - - -_ Before me, a Notary Public, personally came ------ B enton --- L -.___Crowell------------------------------------------------ known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. Given under my hand and seal this ----------- ._14th_ ----- -day of -_- June --------------- �7.._.., 19 73-. o. OFFICIAL SEAL CHERYL J. COFIEfI - -- Public. �0 NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN - My Commission expires - ------------ _ -- _,PANGE- NTY r.d.676 (M7) My Commission Expires August 7, 1976 ,�, Page 12 CONTRACT THIS AGREEMENT, made and entered into this y A-o day of ^T„ y' , 19 " , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Teym*6 Con orntioA hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of S"KASS HILL PUMPING STATION (ZONE 1I) • CONTRACT NO. 14W and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City, and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be: 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. 0 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY ]OF PORT BEA RNIA By= - -_ — mayor TAYMECH CORPORATION Contractor _ By. W. Ta PA for Presid nt -t 7T M.L. Showalter, Secretary Tit e Approved as to form: G E N E F0 L • E N G I N E E R I N G ,C O N T R A C T O R 2134 SOUTH GRAND AVENUE TAYMECH CORPORATION TELEPHONE (714) 540 -8755 SANTA ANA, CALIFORNIA 92705 "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for workmen's compensation or to undertake self- insurance before commencing any of the work." TAYMECH CORPORATION W. D. Taylor, Prdsident 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PUMPING STATION SPYGLASS HILL ZONE V) CONTRACT NO. 1488 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: 0 PRIofI The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete Contract No. 1488 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS TOTAL PRICE 1. Lump Sum Construct Zone V Pumping Station, a meter vault, a retaining wall and other incidental items of work. One Hundred Thousand Eight Hundred @ Fifty Four Dollars and No Cents TOTAL PRICE WRITTEN IN WORDS: One Hundred Thousand Eight Hundred Fifty Four Dollars and No Cents DATE May 30, 1973 CONTRACTOR'S LICENSE NO. 252180 $ 100,854.00 $ 100,854.00 TAYMECH CORPORATION Bidders Name S/ W. D. Taylor Authorized Signature CONTRACTOR'S ADDRESS 2134 South Grand Avenue, Santa Ana, Calif. 92705 TELEPHONE NO. 714/540 -8755 INDEX SPECIAL PROVISIONS CONTRACT NO. 1488 SECTION PAGE I. SCOPE OF WORK 1 II. TIME OF COMPLETION OF WORK 1 III. SHOP DRAWINGS 2 -4 IV. CONSTRUCTION SURVEY STAKING 4 V. TRENCH SAFETY 4 VI. WORK AREA 5 VII. PAVEMENT 5 ` VIII. GUARANTEE 5 -6 IX. EARTHWORK 6 -7 X. CONCRETE 7 XI. PIPING MATERIALS 7 11.1 GENERAL 7 11.2 -1 STEEL PIPE AND SPECIALS 8 11.2 -2 EXPOSED STEEL PIPE 8 11.2 -3 BURIED STEEL PIPE 8 11.2 -4 MORTAR LINING AND COATING 8 11.2 -5 WELDING 9 11.3 CAST IRON PIPE AND FITTINGS 9 11.4 FLANGES 9 11.5 FLEXIBLE COUPLINGS 9 11.6 REDUCING FLEXIBLE COUPLINGS 9 -10 I L XV. PUMP CONTROLS 21 -22 XVI. PRESSURE TRANSMITTER, RECORDER RECEIVER XVII. FLOWMETER XVIII. PUMP "RUN" - "OFF" INDICATION LIGHTS XIX. TESTING XX. DISINFECTION XXI. PUMPING STATION TEST XXII. ELECTRICAL 22.1 GENERAL 22.2 CODES AND STANDARDS 22.3 MATERIALS 23 23 24 25 25 25 26 26 26 26 -27 SECTION PAGE 11.7 VICTAULIC COUPLINGS 10 11.8 GASKETS AND BOLTS 10 11.9 COPPER PIPE & FITTINGS 10 11.10 PROTECTIVE COATINGS 11 11.11 POLYVINYLCHLORIDE (PVC) PIPE AND FITTINGS 11 XII. VALVES 11 12.1 GENERAL 11 -12 12.2 GATE VALVES 12 12.3 VALVE BOX 12 12.4 NEEDLE VALVES 12 12.5 AIR RELEASE AND VACUUM VALVES 12 12.6 PRESSURE RELIEF VALVES 12 -13 12.7 SURGE CONTROL VALVE 13 12.8 CHECK VALVE WITH DUAL SPEED CONTROL 14 12.9 COMBINATION PRESSURE REDUCING AND CHECK VALVE 14 -15 12.10 VALVE POSITION INDICATORS 15 12.11 VALVE AND STEM COATINGS 15 12.12 SWING CHECK VALVE 15 12.13 AIR RELEASE VALVES 15 XIII. (DELETED) XIV. TURBINE PUMPS AND MOTORS 16 14.1 GENERAL 16 14.2 PERFORMANCE 16 -17 14.3 MOTOR AND PUMP HEAD 17 -19 14.4 DISCHARGE COLUMN ASSEMBLY 19 14.5 PUMP ASSEMBLY 19 14.6 CONTRACTOR SUBMITTAL 20 14.7 PUMP MANUFACTURERS 20 XV. PUMP CONTROLS 21 -22 XVI. PRESSURE TRANSMITTER, RECORDER RECEIVER XVII. FLOWMETER XVIII. PUMP "RUN" - "OFF" INDICATION LIGHTS XIX. TESTING XX. DISINFECTION XXI. PUMPING STATION TEST XXII. ELECTRICAL 22.1 GENERAL 22.2 CODES AND STANDARDS 22.3 MATERIALS 23 23 24 25 25 25 26 26 26 26 -27 SECTION XXII. i ELECTRICAL (CONTINUED) 22.4 CONDUIT AND FITTINGS 22.5 JUNCTION BOXES 22.6 PULLBOXES 22.7 WIRE AND CABLE 22.8 MOTOR CONTROL CENTER 22.8 -1 ENCLOSURE 22.8 -2 POWER SECTION 22.8 -3 NAMEPLATES 22.9 -1 LIGHTING FIXTURES 22.9 -2 BALLASTS 22.9 -3 LAMPS 22.10 GROUND RODS 22.11 LOCAL SWITCHES 22.12 OUTLET BOXES 22.12 -1 OUTLET BOXES 22.12 -2 WALL OUTLETS 22.12 -3 OUTLET PLATES XXIII. TELEMETRY i PAGE 27 -28 28 28 29 -30 30 30 -31 31 -33 33 33 33 -34 34 34 34 34 34 34 34 -35 35 23.1 GENERAL 35 23.2 SYSTEM DESCRIPTION 35 23.3 INSTALLATION AND CHECK OUT 35 -36 23.4 FINAL ACCEPTANCE TESTS 36 23.5 SHOP DRAWINGS AND MANUALS 36 23.6 TONE TELEMETERING EQUIPMENT 37 -38 23.6 -1 TONE TRANSMITTER 38 23.6 -2 TONE RECEIVER 39 23.7 TELEMETRY CABLE 39 XXIV. EXECUTION OF ELECTRICAL WORK 39 24.1 DIMENSIONS 39 24.2 TEMPORARY ELECTRICAL SERVICE 39 -40 24.3 PERMANENT ELECTRICAL SERVICE 40 24.4 INSTALLATION OF MATERIALS AND EQUIPMENT 40 24.5 -1 -5 CONDUIT INSTALLATIONS 41 -42 24.5 -6 PULLBOXES 42 24.5 -7 WIRE AND CABLE 43 A. INSTALLATION OF 600 VOLT CONDUCTORS 43 -44 XXV. VENTILATION SYSTEM 44 25.1 GENERAL 44 25.2 EQUIPMENT AND MATERIALS 44 25.2 -1 FAN 44 25.2 -2 MOTORIZED SUPPLY SHUTTER 44 25.2 -3 INSTALLATION 45 SECTION XXVI. PAINTING 26.1 GENERAL 26.2 PAINTING SCHEDULE 26.3 MOTORS AND CONTROLLER CABINETS 26.4 GALVANIZED SURFACES 26.5 MATERIALS 26.6 THINNING 26.7 APPLICATION • PAGE 46 46 46 46 46 -47 47 47 47 I. ri SECTION XXVII. ARCHITECTURAL 0. GENERAL CONDITIONS: SEE SECTION I 1. GENERAL REQUIREMENTS: SEE SECTION I 2. SITE WORK: SEE SECTION VI 3. CONCRETE: SEE SECTION X 4. MASONRY 0400. MASONRY WORK 5. METALS 0510. STRUCTURAL STEEL 0550. MISCELLANEOUS METAL 6. CARPENTRY 0610. ROUGH CARPENTRY 0620. FINISH CARPENTRY 0622. MILLWORK 7. MOISTURE PROTECTION 0730. SHINGLES, ROOFING TILES 0750. MEMBRANE ROOFING 0760. SHEET METAL WORK 8. DOORS, WINDOWS AND GLASS 0820. WOOD DOORS 0870. FINISH HARDWARE 0885. GLASS AND GLAZING 9. FINISH 0910. LATH AND PLASTER 0930. TILE WORK 0990. PAINTING 10. SPECIALTIES: DOES NOT APPLY 11. EQUIPMENT: DOES NOT APPLY 12. FURNISHINGS: DOES NOT APPLY 13. SPECIAL CONSTRUCTION: DOES NOT APPLY 14. CONVEYING SYSTEMS: DOES NOT APPLY 7J PAGE 48 48 -52 53 53 53 54 54 -55 55 -56 56 57 57 58 -59 59 60 60 60 -61 61 62 62 -63 63 -64 64 -65 SECTION i i 0 15. PLUMBING 1501. GENERAL 1502. PLUMBING SYSTEMS, GENERAL REQUIREMENTS 1503. SANITARY WASTE AND VENT PIPING SYSTEM 1504. DOMESTIC WATER SYSTEM: SEE SECTION XI 1506. FIXTURES 16. ELECTRICAL: SEE SECTION XXII PAGE 66 67 -71 71 -73 73 -74 6 SECTION I SCOPE OF WORK 0 The work to be done under this contract consists of construction of a water pumping station, a meter vault, a retaining wall, and other incidental items of work. The work to be done under this contract is located on the southerly corner of the intersection of Torrey Pines Drive and Morro Bay Drive, and at the Big Canyon Reservoir site in the City of Newport Beach. The Contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5095 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition with 1971 and 1972 Supplements. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00. SECTION II TIME OF COMPLETION OF THE WORK The Contractor shall diligently prosecute the work to completion within: 130 consecutive calendar days from date of Contract award. -I- i SECTION III • SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES 3.1 GENERAL. The Contractor shall furnish to the Engineer such working drawings, data on materials, and equipment and samples as are required for the proper control of the work, including but not limited to those working drawings, data and samples specifically required elsewhere in the specifications and in the drawings. All working drawings, data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. 3.2 SHOP DRAWINGS AND DATA DEFINED. Working drawings include without limitation, shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel reinforcement and similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. 3.3 REVIEW AND REVISION. The Contractor shall furnish to the Engineer for review three prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his shop drawings shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required and the Contractor shall immediately submit four additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORREC- TIONS NOTED," formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT," the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT," the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revision indicated on shop drawings shall be considered as changes necessary to meet the requirments of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said -3- 6 0 drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. SECTION IV CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be done under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the lump sum price bid and no additional allowance will be made therefor. SECTION V TRENCH SAFETY In conformance with Section 6422 and 6424, the Labor Code and applicable sections of the Construction Safety Orders of the State of Calif- ornia, a detailed plan showing the design of shoring, bracing, and /or sloping of all trenches 5 feet deep or deeper, must be submitted for the agency's review and approval prior to commencing any such trenching operations. If the submitted plan varies from the standards established by the State Construc- tion Safety Orders, the plan shall be prepared by a registered civil or structural engineer. -4- SECTION VI WORK AREA The proposed pumping station site is within a subdivision that is currently under construction. The grading and adjacent street improvements shown on the plans may not be completed prior to the advertising for bids for this project. The Contractor shall coordinate his operations with those of the subdivision improvement contractors in accordance with the provisions of Section 7 -7 of the Standard Specifications. Construction water will be available from the fire hydrant located near the intersection of E1 Capitan Drive and Cambria Drive. The Contractor shall apply to the City Water Department for the purchase of water from this hydrant. The Contractor shall confine all of his operations to the pumping station site and to the designated area immediately adjacent to the site. Material storage will be allowed only in those areas so designated on the plans. Equipment and vehicular parking will be allowed only in those areas which will not affect the operation of other contractors working in the area. SECTION VII PAYMENT Payment for incidental items of work not separately provided for in the proposal shall be included in the bid price for other related items of work. SECTION VIII GUARANTEE The Contractor shall guarantee for period of one year, after -5- acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. All equipment or material warranties in excess of one year shall be delivered to the City XXVII - 0750. SECTION IX EARTHWORK Attention is also directed to Section The earthwork shall be in accordance with applicable portions of Section 300 of Standard Specifications, except as modified herein. Earthwork shall consist of performing operations necessary to complete all excavation, embankment, preparation of subgrade, ditching, structural excavation, trenching, backfill, sloping, trimming the subgrade and finish grading; all as shown on the plans or contained in the specifications. The Contractor shall furnish all labor, material, tools, and equipment necessary for earthwork operations and perform all incidental work thereto which may be required. Earthwork shall include all clearing and grubbing, removal of water, excavation of all classes of earth and rock regardless of character and subsurface conditions and disposal of all excess excavation. Fill shall be compacted throughout to at least 90% of the maximum dry density as determined by the modified (three layers) ASTM D- 1557 -70; with the 5 -layer test to be used in buttress fills when required by the soils engin- eer. The soils engineer shall certify that the required inspections and tests have been performed and that such tests comply with the code. All trench backfills in slopes or level areas of private or public property or trench backfills in public property where private property structures or slopes bear on them for support shall be compacted to at least 90% of the maximum dry density using the ASTM D- 1557 -77 modified to use three layers in lieu of five layers. The soils engineer shall certify that all such trench backfills have been inspected and tested and that such tests comply with the code and shall give his opinion on the stability of such backfills. The Contractor shall construct and maintain all necessary temporary drainage channels and /or other temporary diversions and protective works, shall furnish all materials therefore and shall furnish and install, maintain and operate all necessary pumping and other equipment for dewatering for the various parts of the work. Ponding and jetting will not be permitted underneath concrete slab areas. SECTION X CONCRETE Concrete construction shall comply with the requirements of the Standard Specifications. Concrete shall be Class 564 -C -3000 unless otherwise specified, and shall be finished as specified in applicable sections of Section 303 of the Standard Specifications. SECTION XI PIPING MATERIALS 11.1 GENERAL. The Contractor shall furnish and install all pipe, fittings, valves and specials in the locations and of the materials shown on the plans or as specified herein, including all joint material, pipe hangers and supports, tools and equipment necessary for the installation testing and operation of the complete piping system as shown on the plans. All piping materials shall conform to the applicable portions of Section 207 of the -7- r Standard Specifications except as modified herein. 11.2 -1 STEEL PIPE AND SPECIALS. All steel pipe shall conform with ASTM Designation A -120, and applicable portions of the Standard Specifications, and have a minimum cylinder wall thickness of 3/16 ". Pipe, fittings, and specials shall be shop fabricated. Field welding will not be permitted except for closing pieces. 11.2 -2 EXPOSED STEEL PIPE. All exposed steel pipe, whether inside the building or outside, shall be mortar lined and conform to Section 207 -10 of the Standard Specifications, and shall be fabricated so that the inside diameter of the mortar lining is equal to the nominal size of the pipe. The ends of the pipe to be joined by welding shall be furnished with standard bevel for welding. The exterior surface of the pipe shall be painted as specified herein- after. Joints and special sections shall be as indicated on the plans. 11.2 -3 BURIED STEEL PIPE. All buried steel pipe shall be mortar lined and coated and conform to Section 207 -10 of the Standard Specifications. Field welded joints shall be lapped joints or plain ends fitted with butt straps. Piping, fittings, and specials shall be shop fabricated accurately to the lengths or sizes required. The number of field welded joints shall be held to a minimum by shop fabricating sections in as long lengths as can be conveniently hauled to the job site. 11.2 -4 MORTAR LINING AND COATING. Cement mortar lining and coating shall conform to Section 207 - 10.4.1 of the Standard Specifications. 10 • • 11.2 -5 WELDING. All field welding shall be performed by welders . qualified for this contract under the requirements of the American Welding Society (AWS) and in accordance with the Standard Specifica- tions for field welding of steel water pipe (AWWA C- 206 -62). The cost of qualifying the welders shall be borne by the Contractor. 11.3 CAST IRON PIPE AND FITTINGS. Cast iron pipe and fittings shall be mortar lined as specified in the Standard Specifications. Cast iron pipe shall be centrifugally cast conforming to Section 207 -9.2.3 of the Standard Specifications. Pipe shall be class 150 unless otherwise indicated. Cast iron fittings shall conform to Section 207 -9.9 of the Standard Specifications, and shall be for a working pressure of 150 psi, unless otherwise indicated. 11.4 FLANGES. Flanges for steel pipe shall be forged steel class 150 and conform to AWWA C -207. Where slip -on type flanges are used, they shall be attached to the pipe by two circumferential welds. Flanges shall be oriented so that bolt holes straddle centerline in accord- ance with standard practice. Flanges for cast iron fittings shall conform with ANSI B 16.1, Class 125. 11.5 FLEXIBLE COUPLINGS. Joints for which flexible couplings are specified or used shall be made using Baker Series 236 and 228, epoxy lined Gaskets shall be plain rubber gaskets. Threads on bolts or compression collars shall be lubricated with suitable thread before assembling the couplings. 11.6 REDUCING FLEXIBLE COUPLING. Joints for which reducing flexible couplings are specified or used shall be made with Baker Series 240, 11.7 46 epoxy lined. Gaskets shall be plain rubber gaskets. Threads on bolts or compression collars shall be lubricated with suitable thread lubricant before assembling the couplings. VICTAULIC COUPLINGS. Joints for which Victaulic couplings are specified or used shall be made using Victaulic Style 44 as manu- factured by the Victaulic Corporation of America. Ends of pipe to be joined by mechanical couplers shall be furnished with Type C collars suitable for use with Style 44 couplers. 11.8 GASKETS AND BOLTS. Except as otherwise provided, gaskets for flanged joints shall be full face and cut from 1/16" thick rubber, laminated asbestos fiber, or granite. Wherever blind flanges are shown, the gasket shall consist of 1/16" thick cloth - inserted rubber sheet which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. Bolts for above - ground flange joints shall conform to the requirements of the "Specifications for Low Carbon Steel Externally and Internally Threaded Standard Fasteners," Grade B (ASTM Designa- tion A307). Bolts will have a minimum tensile strength of 55,000 psi. All buried bolts and nuts shall be Type 18 -8 Stainless Steel. 11.9 COPPER PIPE AND FITTINGS. Copper pipe shall be Type "K" soft copper tubing. Fittings shall be brass flared tube fittings as required or solder -joint fittings designed for 150 psi working pressure. Solder shall consist of 95% tin and 5% lead or pure silver solder. Bends shall be made with suitable bending tool to avoid flattening. The specified size shall be the inside diameter of the pipe. Pipe shall conform to ASA Specifications H23.1 (ASTM B- 99 -49). -10- 0 0 11.10 PROTECTIVE COATINGS. The exterior surface of all buried valves, couplings, flanged joints, and other buried items which are not mortar coated for cast iron pipe and fittings shall be thoroughly cleaned and given two coats of EC -244 as manufactured by Minnesota Mining and Manufacturing Company. The coating shall be applied strictly in accordance with the manufacturer's recommendations. After drying, the coating shall have a minimum thickness of 1/8 inch. 11.11 POLYVINYLCHLORIDE (PVC) PIPE AND FITTINGS. PVC pipe shall be made from all new, rigid, unplasticized polyvinylchloride and shall be normal impact (Type 1) schedule 40, unless otherwise designated. Fittings shall be of the same material as the pipe. Unless otherwise shown or specified, all joints shall be solvent - welded in accordance with the manufacturer's instructions. SECTION XII VALVES 12.1 GENERAL. The Contractor shall furnish and install all valves in the locations shown on the plans. The position of each valve shall be as indicated. All valves shall be new and of current manufacture. Valves shall be of the same sizes shown on the plans or the same size as the pipeline. All gate valves shall be nonrising stem, counterclockwise opening. Exposed valves are to have hand -wheel operators. Buried valves and exposed valves in below -floor pipe galleries shall have operating nuts and "T- wrench." Buried valves shall have valve boxes. -11- 0 0 Valves shall have flanged connector ends or screwed as shown on the plans. The flanges and valves' bodies shall be designed for water working pressure of 175 psi, unless otherwise indicated. The flanges shall be faced and drilled to conform with ANSI B 16.1, Class 125. Each valve body shall be tested under test pressure equal to twice its design water working pressure. The operation of all valves shall be checked prior to their installation in the line. 12.2 GATE VALVES. Gate valves three inches and larger shall conform to the requirements of Section 207 -14 of the Standard Special Provisions. Hand wheels shall be provided where indicated. Gate valves having a 1" line size shall be bronze, 150 psi working pressure, screwed ends, solid wedge disc and non - rising stem, similar to Crane Company #438. 12.3 VALVE BOX. All valve box covers shall conform to Std -510 -L of the Standard Specifications. 12.4 NEEDLE VALVES. A brass needle valve to permit damping of the pressure signal shall be installed on the pressure tap where indicated and shall be Bristol No. 7297. 12.5 AIR RELEASE AND VACUUM VALVES. Air release and vacuum valves shall have cast iron bodies, bronze internal parts, and stainless steel floats. The valves shall be of the size indicated as manufactured by APCO, Model No. 143 -C. 12.6 PRESSURE RELIEF VALVES. The pressure relief valves shall be designed to maintain constant upstream pressure by bypassing or relieving excess pressure, and shall maintain close pressure limits without causing surges. The main valve shall be the hydraulically -12- 12.7 r i operated, pilot - controlled, diaphragm type and shall have a single removable seat and resilient disc. The pilot control shall be a direct acting, adjustable, spring- loaded diaphragm valve designed to permit flow when controlling pressure exceeds spring setting. The pilot control system shall operate so that as excess line pressure is dissipated, the main valves are gradually closed to a positive drip -type seating. The valves shall be Clayton 50 Series. The interior surfaces of the valve bodies shall be epoxy coated and the stems shall be supplied with plastic sleeves. The pattern and pressure ranges for the various valves shall be as follows: 1. Suction line relief valve, 4" size. Angle pattern flanged ends with Pressure Range 2 -75 PSI Clayton 50A- 01BKCG 2. Discharge line relief Bypass, 4" size. Angle pattern flanged ends with Pressure Range 2 -200 PSI Clayton 50A- OlBKCG SURGE CONTROL VALVE. The 3" discharge line surge control valve shall be designed to open on a negative pressure wave. The main valve shall be hydraulically- operated, pilot - controlled, diaphragm type and shall have a single removable seat and resilient disc. The pilot control shall be a direct acting, adjustable, spring - loaded diaphragm valve. The pilot control system shall operate so that as excess line surges are dissipated, the main valve is gradually closed to a positive drip -type seating. The valve shall be an angle pattern, and the interior surface of the valve body shall be epoxy coated, the stem shall be supplied with a plastic sleeve, the ends shall be flanged. High pressure setting shall be Z.0200PSI, and the low pressure setting shall be 0 -75 PSI. -13- 0 0 The valve shall be a Clayton 2052 J Series. 12.8 CHECK VALVE WITH DUAL SPEED CONTROL. The check valve with dual speed control shall be installed on the discharge side of Pump No. 1. The valve shall be designed to open to permit flow when inlet pressure is greater than discharge pressure. When the discharge pressure is greater, the valve will close tightly to prevent return flow. The valve shall be diaphragm actuated and hydraulically operated by line pressure. The valve shall be spring loaded, single seat, globe type having a renewable seat ring and flanged ends. The valve shall contain auxiliary controls which permit I : adjustment of the opening and closing speeds. The valve shall have a pressure rating of 175 psi. The interior surfaces of the valve body shall be epoxy coated. The valve shall be Clayton 81 C. 12.9 COMBINATION PRESSURE REDUCING AND CHECK VALVE. The 8" combination pressure reducing and check valves shall be installed on the discharge side of Pumps No. 2 and No. 3. The valves shall be designed to maintain a constant downstream pressure regardless of fluctuating demand and shall positively close tight when a pressure reversal occurs. These shall be hydraulically- operated, pilot - controlled, diaphragm type globe valves. The main valve shall have a single removable seat and a resilient disc. The pilot control shall be a direct acting, adjustable, spring loaded, normally open diaphragm valve, designed to close when downstream pressure exceeds the spring setting. The valve shall have a pressure rating of 175 pounds, and shall have an adjustment range of 50 -150 psi. There shall be a minimum pressure differential of 2 psi between the inlet and outlet -14- 1 0 0 pressures. Interior surfaces of the valve shall be epoxy coated. The valves shall be Clayton 91G01 -ABS. 12.10 VALVE POSITION INDICATORS. All valves specified in sub - sections 12.6, 12.7, 12.8, and 12.9 shall be equipped with position indicators enclosed in a sight glass. 12.11 VALVE AND STEM COATINGS. When specified above, epoxy coatings shall be applied to interior valve body surfaces that have been sand - blasted to white metal. 100% pure epoxy shall be applied to a thickness of 10 -12 mils using the heat fusion process. Plastic stem sleeves where specified shall be "Delrin" as furnished by the Cla -Val Company. 12.12 SWING CHECK VALVE. The swing check valve shall be an Underwriters' horizontal swing, plain type (no outside lever or spring) for buried service. The valve shall have bronze gate rings and seat rings. The gate is hung from stainless steel hinge pins with heavy solid bronze hinges. The ends shall be flanged and the cover shall be marked U.E.I. 12.13 AIR RELEASE VALVE. Air release valves shall have cast iron bodies, bronze internal parts, and stainless steel floats. The valves shall be of the size indicated as manufactured by APCO, Model No. 75. -15- I� 0 0 SECTION XIV TURBINE PUMPS AND MOTORS 14.1 GENERAL. The work to be done under this section consists of furnishing and installing, complete, three vertical turbine motor driven close coupled pumps and accessories. Pumps and inlet sump shall be arranged to produce the flow of water in the direction indicated on the plans. 14.2 PERFORMANCE. The following are the operating conditions for the NO. 1 PUMP: 3 STAGE, 15 H.P., WP -1 VERTICAL HOLLOWSHAFT MOTOR 1. Diameter of Pump Can: 16 inches 2. Suction Head: MINIMUM: 3.6 feet NORMAL: 17 feet 3. Pumping Head: MINIMUM: 159 feet NORMAL: 159 feet 4. Total Pumping Head: MAXIMUM: 155.4 feet NORMAL: 142 feet 5. Shut Off Head: 160 feet 6. Capacity of Pump: Total Pumping Head: MAXIMUM: 100 gpm Total Pumping Head: NORMAL: 260 gpm The following are the operating conditions for the NO. 2 and NO. 3 PUMPS: INITIAL INSTALLATION SHALL BE 3 STAGE, 60 H.P., WP -1 VERTICAL HOLLOWSHAFT MOTOR EACH EXPANDABLE TO 4 STAGE PUMPS. 3 STAGE 4 STAGE 1. Diameter of pump can 16 inches 16 inches -16- 3 STAGE 4 STAGE 2. Suction Head: MINIMUM: 3.6 feet 3.6 feet NORMAL: 17 feet 17 feet 3. Pumping Head: MINIMUM: 156 feet 238 feet NORMAL: 156 feet 252 feet 4. Total Pumping Head: MAXIMUM: 155.4 feet 262.4 feet NORMAL: 142 feet 235 feet 5. Capacity of Pumps: Total Pumping Head - MAXIMUM: 640 gpm 600 gpm Total Pumping Head - NORMAL: 686 gpm 750 gpm The total pumping head does not include losses in the pump which must be allowed by the Manufacturer. The maximum efficiency of the pumping units shall be attained at a point on the pump head - capacity curve slightly to the left of the point designated above for the normal operating condition. The efficiency of the pumping units shall be as high as correct design and good engineering will permit. Five certified copies of the pump curves for each unit shall be submitted to the Engineer. 14.3 MOTOR AND PUMP HEAD. The motor and pump head shall be of the unit drive construction. The thrust bearing shall have ample capacity to carry the weight of all the rotating parts plus the hydraulic thrust of the pump impellers and have an ample safety factor.. This factor should be based on an average life expectancy of 5 years operation at 24 hours per day. Motors shall be constructed in accordance with the latest applicable NEMA, IEEE, and ASA Standards and shall be designed and selected for the specific purpose, application and load requirement. Motors are to be provided by the supplier of the driven equipment and are to be -17- 0 • compatible with the electrical characteristics and physical locations shown on the plans. Shop drawing submittals shall include outline dimension drawings, description of the electrical insulation system, description of the mechanical construction and the following electrical data; rated rpm, horsepower, voltage, full -load amperes power factor and efficiency and the starting KVA code letter. The supplier shall furnish two copies of a parts list and a Maintenance Manual for each motor furnished. Motors shall be the manufacture of Westinghouse, General Electric, or U. S. Motors. Motors shall be vertical, hollow shaft, high thrust, P Base type rated at 460 volts, three phase. Minimum horsepower ratings are shown on the drawings. ' The insulation shall be a premium Class "B" nonhygroscopic system. All interior surfaces shall be protected from moisture, abrasion, and fungus by epoxy or similar protective coating. The motor construction shall be WP -1 with a service factor of 1.15, or 1.0 if the load brake horsepower does not exceed 85% of the nameplate rating of the motor design. The fan shall be non - sparking and made of plastic or bronze. The conduit box shall be gasketed cast iron, diagonally split. A neoprene -lead separator gasket shall seal the conduit box and frame. A grounding lug shall be provided. Motor nameplates shall be stainless steel with embossed lettering and stainless steel fastening pins. The motors shall be dynamically balanced to .001 inches, peak to peak. A base of fabricated steel shall be provided for mounting the motor, and with a discharge elbow having above- ground flanged discharge outlet. The flanged discharge outlet for the No. 1 pump shall be 8" diameter, and for the Nos. 2 & 3 pumps, so 0 • 8" diameter. The flanges shall be faced and drilled to conform with ANSI B 16.1 Class 125. The pump bases shall have a suitable flange and gasket such that a watertight connection is formed between the pump base and the pump can. A 1" NPT tap shall be provided in each base at a location that will permit venting of the space between the pump column and the pump can. 14.4 DISCHARGE COLUMN ASSEMBLY. The total length of the discharge column shall be such that the pump is set at the depth indicated on the drawings. The column pipe shall be not less than 5" inside diameter for the No. 1 pump, and 8" inside diameter for the No. 2 and 3 pumps. The line shafting shall be turned, ground, and polished precision shafting of ample size to operate the pump without distortion or vibration. The shaft shall be two piece and sealed in the discharge head with a mechanical type seal. 14.5 PUMP ASSEMBLY. The pump bowl shall be of close - grained cast iron having a minimum tensile strength of 30,000 pounds per square inch, free from blowholes, sandholes, and all other faults; and shall be accurately machined and fitted to close dimensions. The impeller shaft shall be of 410 stainless steel. No so- called rustless iron will be considered. The impeller shaft shall be supported by a combination of water- lubricated, fitted rubber and bronze bearings. -19- 1 Impeller shall be of bronze, accurately machined and finished, and mechanically balanced. It shall be securely fastened to the impeller shaft with a tapered bushing. Each bowl shall have an impeller seal ring of neoprene coated copper to prevent slippage of water between bowl and impeller. The impeller shall be adjustable by means of a nut on top of the motor drive coupling. 14.6 CONTRACTOR SUBMITTAL. The Contractor shall submit three sets of complete dimensional prints, descriptive material, operating and maintenance instructions, and replacement parts list. 14.7 PUMP MANUFACTURERS. All pumps shall be manufactured by the same company. The pumps shall be manufactured by Peerless. -20- SECTION XV PUMP CONTROLS An integrated control system shall be furnished and installed as indicated on the drawings. The control system shall be the product of one manufacturer having at least five years' experience in furnishing similar equipment. The control system shall be completed tested and inspected prior to shipment. Complete hydraulic and electrical diagrams, functional description and dimension drawings and descriptive brochures shall be submitted for engineering approval prior to construction. • The controls for the program operation of the three pumps shall be pressure actuated consisting of individual bellow pressure sensors of the restricted mechanical movement type, each operating an adjustable switch, Range 0 -80 psi. The pump controller pressure sensing element will operate on system discharge pressure and shall be contained in a single enclosure and mounted in the motor control center cabinet. The set points on each pump control unit shall be adjustable. The pressure sensing element shall be suitable, for a range of 0 -80 PSI. Sensing of the system discharge! pressure shall be by Autocon Model 176 Mototrol or equal which shall program the operation of the pumps in the following schedule: STEP START STOP RUN GPM 1 1 - 1 0 -260 i 2 2 - 1, 2 200 -950 3 3 1, 2, 3 900 -1600 Pumps will cut out on reverse order through adjustable time delay relays on decrease in system flow. Flow control signal shall be from the flow meter. -21- • 0 The lead pump will be on the line and run continually to meet system demands. On extremely low demand conditions, water will bypass through the pressure relief bypass valve into the suction line to provide pump cooling. The pump will operate to maintain a minimum pressure of 70 psi in the distribution system. Increase in demand beyond the capacity of the lead pump will initiate the second pump through adjustable time delay relay on the program controller. The pump will operate to meet this requirement, being regulated by its individual pump discharge pressure regulating valve. The third pump will automatically come into operation on failure of either of the lead or second pump in the program sequence or on emergency high demands as determined by low pressure. When the lead pump is in operation and the system pressure remains below 70 psi, the second pump will come into operation through adjustable time delay relay, range 2 to 10 minutes, keeping both pumps on the line. Drop in system demand below 200 GPM through adjustable time delay relay, range 2 to 10 minutes, will stop the second step. The lead pump will then start and continue to run to meet system demand and maintain hydraulic gradient for the system. A pressure operated suction sensing system shall be provided to sense loss of suction pressure and cut pumps off. A drop in suction pressure to 0 PSI will cut off all pumps. The pumps will remain in the off position until the system has been manually reset by the operator. Pressure sensor shall be bellows- operated with restricted mechanical movement and operating adjustable switch through a synchronous motor driven time delay relay. The unit shall be Autocon Model 7223 Pressure Operated Protectrol. A manual alternator selector switch shall be provided to select pump sequence for the two 60 HP pumps. -22- • 0 SECTION XVI PRESSURE TRANSMITTER, RECORDER RECEIVER The pressure transmitter shall be contained in a single enclosure and mounted in the motor control center cabinet. This unit shall be a Bristol Model OG534M -14. The pressure recorder receiver shall be contained in a single enclosure and mounted in the main read -out panel at the Big Canyon Reservoir control building. This unit shall be a Bristol Model O1M1M500. SECTION XVII ` FLOWMETER The flowmeter shall be a propeller type meter with a cast iron flanged full bore tube. The meter shall be designed for a working pressure of 150 psi. The flanges shall be Class 125 drilled and dimensioned in accordance with ANSI B 16.1. The propeller shall be polythene, and the internal mechanism stainless steel. The propeller rotation shall be transmitted through a magnetic drive. The meter shall be a Sparling Model PDS -107. The meter shall be furnished with an indicating transmitter head, Sparling Type 249 -B. The flowmeter indicator - totalizer- recorder shall be mounted in the main read -out panel at the Big Canyon Reservoir control building. The recorder shall operate on 110/120 volt 60 cycle A.C. power supply, have a 30 day strip chart, and a maximum scale of 2500 GPM. The instrument shall be Sparling Type 219 I -T -R "STRIPTOGRAPH." -23- • 0 SECTION XVIII PUMP "RUN - "OFF" INDICATION LIGHTS Separate indication lights shall be included for each pump. The lights shall be installed in the main read -out panel at the Big Canyon Reservoir Control Building. The lights shall contain each a red warning "RUN" lamp and a green warning "OFF" lamp with adjustable dim -glow feature. The "RUN" condition will cause the red warning lamps to indicate at full brilliance. The "OFF" condition will cause the green warning lamps to indicate at full brilliance. The lamps will remain at full brilliance until the indicating condition is changed. Individual indicating stations will be included for each of the following conditions. 1. Pump No. 1 - "RUN" 2. Pump No. 1 - "OFF" 3. Pump No. 2 - "RUN" 4. Pump No. 2 - "OFF" 5. Pump No. 3 - "RUN" 6. Pump No. 3 - "OFF" Each set of lights shall designate which pump the indication reflects by the use of individual nameplates. -24- 0 SECTION XIX TESTING • All piping systems shall be tested in accordance with the requirements of Section 306 - 2.3.10.1 of the City's Standard Specifications. The joints of all underground piping for the pumping station shall be exposed during the test and all visible leakage shall be stopped. SECTION XX DISINFECTION Interior of all pipelines, pumps, valves and fittings shall be disinfected in accordance with Section 306 - 2.3.10.2 of the City's Standard Specifications. SECTION XXI PUMPING STATION TEST When the pumping station has been completed and approved for operation by the Engineer, it shall be tested under actual operating condi- tions. During the test, all control settings shall be adjusted as directed by the Engineer. Water for the test will be furnished by the City. Representa- tives of the pump and control suppliers shall be present as required during testing. -25- E SECTION XXII ELECTRICAL 22.1 GENERAL. The work covered by this section consists of furnishing all labor, materials, equipment and performing all operations required for complete and operable electrical systems as indicated on the drawings and /or as specified herein. Miscellaneous appurtenances are not necessarily specified or shown on the plans. 22.2 CODES AND STANDARDS. Nothing in these specifications or on the drawings shall be interpreted as permission to violate codes or ordinances. Electrical work shall conform to the latest revisions of the following codes and standards: 1. City of Newport Beach Electrical Code which is the 1968 National Electric Code. 2. State of California, Administrative Code, Title 24, Part 3, Basic Electrical Regulations. 3. National Electrical Manufacturers (NEMA). 4. Underwriter's Laboratories (UL). 5. National Occupational Safety and Health Administration (OSHA). 22.3 MATERIALS. Materials shall be new, shall be listed and approved by Underwriters' Laboratories, and shall bear the Inspection Label where subject to such approval. Materials shall meet with the approval of the Division of Industrial Safety, State of California and all governing bodies having jurisdiction. All similar materials shall be of the same manufacture. If ordered by the Engineer, the Contractor shall submit for review sample articles of the material proposed for use. After review, said sample articles will be returned to the Contractor. -26- All structural and miscellaneous steel used in connection with electrical work and located out -of -doors or in damp locations shall be hot dip galvanized unless otherwise specified. Included are underground pullbox covers and similar electrical items. Galvanizing shall average 2.0 ounce per sq. ft. and shall conform to ASTM A123. Exposed parts of electrical equipment and the interior of panels, cabinets, and switchboards shall be thoroughly cleaned of dirt, cement, plaster, and other materials. All scratched or damaged materials shall be replaced or refinished to the satisfaction of the Engineer. 1 22.4 CONDUIT AND FITTINGS. .- 22.4 -1 Rigid Conduit shall be rigid steel and shall have U.L. Label, zinc coated exterior with zinc or enamel interior. Fittings for rigid conduit shall be threaded steel or malleable iron, zinc coated. Conduit and fittings shall be subject to approval by the Engineer. 22.4 -2 Electrical metallic tubing shall be steel and shall have U.L. Label, zinc coated exterior with zinc or enamel interior. Fittings for EMT shall be steel or malleable iron, insulated, gland ring compression type. Conduit and fittings shall be subject to approval by the Engineer. 22.4 -3 Flexible metallic conduit shall have U.L. Label and zinc coated exterior and interior. Fittings for flexible conduit shall be "JAKE" Type "BC." Setscrew connectors are not approved. Liquid -tight flexible conduit shall be Sealtite Type U.A. with Appleton Series "ST" or Pyle- National Series "CT" connectors subject to approval by the Engineer. -27- Conduit and fittings shall be 0 22.4 -4 Non - metallic conduit shall be PVC Schedule 40 conduit conforming to NEMA Standard TC -2 and shall be U.L. listed. Fittings shall be the product of the conduit manufacturer. 22.4 -5 Non - metallic duct shall be PVC Schedule A conduit for concrete encasement conforming to NEMA Standard TC -2 and shall be U.L. listed. Fittings shall be the product of the conduit manufacturer. 22.4 -6 Asbestos - cement duct shall be Type I Transite Korduct for concrete encasement and fittings as manufactured by Johns - Manville. 22.5 JUNCTION BOXES. Junction boxes used in exposed work shall be cast metal with threaded cast hubs. 22.6 PULLBOXES. Weatherproof pullboxes shall be fabricated of cast iron, hot - dipped galvanized, and provided with'gasketed plain cast iron cover secured to the box with brass screws. Bosses shall be provided to insure five full conduit threads. Surface mounted boxes shall have inside flanged recessed cover mounting for 3" concrete encasement if installed in the earth. Concrete pullboxes shall be furnished complete with pull -in irons, traffic cover with frame and necessary galvanized cable racks with porcelain blocks. The pullbox shall have an 8" sump hole through the bottom. Construction shall-be equal to prefabricated pullboxes as manufactured by Quickset or Brooks Products. Submit shop drawings for approval. Refer, to drawings for size. Pullboxes for system neutral grounds shall be Quickset No. E -16. NMI V 0 22.7 WIRE AND CABLE. 0 22.7 -1 600 Volt Conductors. Conductors shall be copper, #12 AWG minimum with 600 volt insulation. Conductors #10AWG and smaller shall be solid. Conductors #8AWG and larger shall be stranded. Insulation shall be as follows: a. Branch circuit conductors #8AWG &smaller in dry, cool (860F) locations - Type TW. b. Branch circuit conductors #6 AWG and #4 AWG in dry, cool (860F) locations - Type THW. c. Branch circuit conductors #4 AWG and smaller installed exterior to buildings, below grade, in wet or warm (above 860F) locations - Type THW. Branch circuit conductors #2 AWG and larger in any location - Type USE - RHH /RHW cross linked polyethylene, IPCEA Specification S -66 -524, NEMA WC7. d. Feeder conductors in any location - Type USE - RHH /RHW cross linked polyethylene, IPCEA Specification S -66 -524, NEMA WC7. e. Conductors #8AWG &smaller shall be color coded with colored insulation. Conductors #6 AWG and larger shall be black with Scotch #35 colored tape applied at each termination and on straight through runs in junction boxes or pullboxes. Color coding shall be as follows: Phase A - Black Phase B - Red Phase C - Blue Neutral - 120/240V systems - White Neutral - 277/480 V systems - Natural grey Ground - Green -29- • • Travelers - Brown, Orange, Purple f. Phase rotation shall be consistent throughout the system. 22.8 MOTOR CONTROL CENTER. The design shall be in accordance with latest applicable NEMA Standards for Class II, Type B Control Centers and shall have been tested in a recognized high power laboratory to prove adequate mechanical and electrical capabilities. All major components shall have been manufactured and individually design tested and guaranteed by the control center manufacturer. 22.8 -1 ENCLOSURE. The motor control enclosure shall be of NEMA 1 construction, designed, manufactured and tested in accordance with latest applicable standards of NEMA, AIE and ASA. Incoming power shall enter the bottom of the enclosure and shall be 480 V, 3 phase, 3 wire, 60 cycle. Enclosure assembly shall be steel construction, bonderized, primed and finished in baked ASA -49 enamel. The entire assembly shall consist of multiple vertical sections having overall dimensions as shown on the drawings with 90" height and 20" depth construction. Each vertical section shall be designed for multiple alignment with continuous main bus except where bus is split for separating sections as shown on the plan. Multiple vertical sections shall be bolted or riveted together. Each vertical section shall have horizontal wireways at the top and bottom and a vertical wire way. Individual flanged and gasketed doors mounted on semi - concealed piano -type hinges shall be furnished for each starter compartment and -30- 0 0 control equipment. Starters will be mounted behind doors on the front only. Circuit breaker handles shall extend through the compartment doors. All control wiring shall be completed to master terminal blocks with all interwiring between control and power equipment factory wired. Each combination starter unit shall be fixed -wired to the horizontal bus. All surface and flush mounted panel components shall be designated by engraved bakelite nameplates. 22.8 -2 POWER SECTION. The motor control section shall include main circuit breaker, combination across - the -line magnetic motor starters and circuit breakers sized for the one 15 HP and two 60 HP pump motors. Starters shall have 3 -leg ambient temperature compensated overload heaters. Control power for the starters shall be provided by individual transformers in each starter. The motor control section shall include space and wiring facilities for a future 60 HP starter and breaker for a future constant speed pump. A 440/220 -110 volt single phase fused control transformer, 7.5 KVA capacity, shall be included for single phase control requirements. A 12- circuit NLAB single phase distribution panel with 20 amp, single pole circuit breakers shall be included for individual pump motor space heaters, control power, etc., as shown on plans, which shall be internally mounted in the control panel, and condensation protection heaters plus one minimum spare circuit. a. full length bus bars shall be provided. The horizontal bus shall be rated not less than 400 amperes. The vertical buses shall be rated not less than 300 amperes. Both vertical and horizontal buses shall be held rigidly within the structure by bus supports which -31- 0 • are moisture resistant, non - carbonizing, non - tracking and have vertical creepage surfaces to prevent faults due to build -up of conductive dust. The bus assemblies shall be braced to withstand bolted fault conditions of not less than the RMS symmetrical amperes shown on the plans. b. Motor starters shall be electrically operated, electrically held, three pole assemblies with arc extinguishing characteristics and silver -to- silver renewable contacts. Starters shall have provisions for adding a minimum of four electrical interlocks. The overload relay assembly shall be of the thermal bi- metallic type and shall be three pole. All starters shall be of the draw -out type. c. Circuit breakers shall be ambient compensated molded case type rated as shown on the plans. Each circuit breaker shall have a thermal magnetic trip unit for each pole. Source short circuit currents are shown on the plans. The manufacturer shall provide circuit breakers with properly coordinated characteristics to interrupt the short circuit currents and to protect the bussing or starters associated with the breaker. d. Unit draw -out motor starter assemblies shall contain the circuit breaker, starter, control components and terminal blocks. Height shall be of modular dimensions. e. The main circuit breaker shall be a fixed position, manually operated, systems type providing coordination between the breakers and other devices in the switchboard. The circuit breaker shall be equipped with static trips providing long time delay with instantaneous pickup and ground current trip. Inherent ground fault protection shall be provided. -32- 0 0 f. The motor control center shall be manufactured by Automatic Control Co. (AUTOCON). 22.8 -3 NAMEPLATES. a. Provide black -on -white bakelite nameplates for each 120/240 Volt, switchboard, distribution board, lighting panel, power panel, motor control center, terminal cabinet and individual circuit breaker disconnect switch, starter or control device, indicating equipment controlled. b. Provide black -on -white bakelite nameplate for each set of pump indication lights in main read -out panel at Big Canyon Reservoir control building. c. Provide a red -on -white bakelite nameplate for the same equipment operated on 480 Volts. d. Nameplates to be fastened with screws or rivets. 22.9 -1 LIGHTING FIXTURES. The Contractor shall furnish, install, and connect all lighting fixtures in accordance with the fixture schedule, the drawings and as hereinafter specified. All fixtures shall be installed complete with lamps, all fittings and accessories, wiring, and connections necessary for their complete installation and correct operation and control. All labels shall be removed from sight when viewed from below: 22.9 -2 BALLASTS. All fluorescent fixtures shall be equipped with ETL approved, C.B.M. certified high - power- factor ballasts. All ballasts shall be equipped with nonresetting thermal cut -outs. After installation is completed, any -33- ballasts which are judged to be excessively noisy shall be removed and replaced at no extra charge. 22.9 -3 LAMPS. All lamps shall be General Electric, Westinghouse, or Sylvania. Type of lamp and wattage as shown on fixture schedule, on drawings, or as required by the specified fixture. Incandescent lamps shall be 130 volt. 22.10 GROUND RODS. Ground rods shall be sectional type driven rods of copper- encased steel, 3/4" diameter by 8 feet long, with copper alloy clamps brazed to upper end of rod. 22.11 LOCAL SWITCHES. Line voltage, maintained contact, quiet (non- mercury) type, Specification Grade, AC, flush type, ivory color, 20 amperes at 277 volts. All 3 way, 2 pole and key operated switches shall be of same series as regular switches. Sierra #5021 or equal. 22.12 OUTLET BOXES. 22.12 -1 Waterproof cast boxes for exterior wiring, and in wet or damp locations, and elsewhere as indicated on drawings by Symbol "WP" Crouse -Hinds FD Series. 22.12 -2 Wall Outlets: Convenience receptacles: Specification grade duplex grounding type, 15 amps at 120 volts, ivory color. Sierra #1400 or equal. 22.12 -3 Outlet Plates: a. Satin finish stainless steel, Sierra S -line. -34- i b. Equip weatherproof switches and receptacles with metal plate, pressed stainless steel lid and weatherproof mat, Sierra #WP -1 or WP -8 as required. SECTION XXIII TELEMETRY 23.1 GENERAL. This section covers the furnishing and installation of all items of telemetry as indicated and specified herein. 23.2 SYSTEM DESCRIPTION. The telemetry system shall consist of audio I tone transmitters and receivers operating over a leased telephone circuit, full duplex, between the Zone V Pump Station and Big Canyon Reservoir control building. 23.3 INSTALLATION AND CHECK OUT. The master panel at Big Canyon Reservoir is existing. The indicating lights shall be installed as shown on the plans. Any damages as a result of this work shall be corrected, and damaged surfaces refinished to match existing surface. Nameplates shall be installed for all panel mounted equipment including indicating lights. -35- 0 i The manufacturer of the telemetry equipment shall be responsible for the field calibration, check -out, start -up and required tests for the telemetry system. The calibration and check -out shall be completed prior to acceptance tests of the telemetry which shall be 3 days before the scheduled date of the pumping station acceptance test. The telemetry equipment manufacturer shall be responsible for coordination and check -out of circuit requirements by the Pacific Telephone Company. Test data to substantiate circuit quality shall be submitted prior to acceptance tests. 23.4 FINAL ACCEPTANCE TESTS. The installed system shall be demonstrated to operate in accordance with the plans and specifications as scheduled above. The manufacturers shall be responsible for the start -up and operational demonstration. After the system has been placed in operation, the manufacturers shall provide the services of a factory- trained technician to instruct the City's operating personnel in operating maintenance procedures. 23.5 SHOP DRAWINGS AND MANUALS. Six sets of shop drawings shall be submitted to the Engineer for approval prior to the start of fabrication. The shop drawings shall include hydraulic and electrical diagrams complete with component descriptions and outline drawings. At the completion of the project and before final acceptance, the system manufacturer shall submit three operating and maintenance manuals covering the installed instrumentation system. The manuals shall be in binder form and with an index. The manual shall include an operational description of the system; a complete description of the system components; a spare parts list; recommended maintenance schedule and procedure. -36- • 0 23.6 TONE TELEMETERING EQUIPMENT. All equipment shall be new and shall be a standard catalogued product of a manufacturer regularly engaged in the manufacture of the specified product. All telemetry equipment shall be manufactured by Bristol and Sparling to match equipment presently in use by the City. The tone equipment specified for both locations shall all be of the modular solid state construction. All telemetering shall be accomplished by FS transmission employing two FS and three FS transmitter- receiver pairs as required to accomplish the control functions specified. All tone telemetering equipment shall conform to the local Pacific Telephone Co. telemetering line requirements for audio frequency tone telemetering. The audio frequency range of the tone equipment shall be 300 Hz to • 3,000 Hz with a maximum attenuation of minus 25 dbm. Telephone line • protection equipment as designed and specified by the tone equipment manufacturer shall be included as a part of the control equipment. This line protection shall consist of a gas tube line protection unit for each telephone pair. Tone facilities at each location shall be provided in removable modularized construction mounted in a common card box with power supply (ies) are furnished and sized to meet the telemetering functions indicated. Card box assemblies shall be of metal construction, designed to be mounted in a standard 19" relay rack and shall include a removable power supply and up to a minimum of ten transmitter and /or receiver modules. Any unused modules shall contain a removable blank card. The construction shall be of the swing- around construction allowing both front and rear access to the tone equipment. The total card box assembly shall be mounted on the control frame structure with pivot pins allowing front and rear access. -37- 0 0 Each power supply shall consist of a step -down transformer, full wave diode bride and regulating circuits requiring a power supply source of 105 to 130 VAC. The power supply provides regulated plus 15 and minus 15 VDC for powering up to ten transmitters and /or receiver units. The power transmitter shall also provide unregulated DC to power relays or other auxiliary devices. Power supply shall include a visual meter and shall have test push button to provide instantaneous check. The control panel at the pump station shall include tone telemetering equipment which will provide to transmit various signals to remote headquarters panel. The following specifications shall apply to both transmitting and receiving equipment at this location and the headquarters panel. 23.6 -1 TONE TRANSMITTER. Tone transmitters shall be of the FS construction consisting of stable audio oscillator input frequency shifting circuits, and output power amplifier and self checking circuitry. Transmitter shall be designed to accept two or three keyed input voltage signals and, in response,to generate two or three output tone frequencies. Input may be keyed "on" by applying a 3.5 -15 VDC signal to the input terminals or by external contact closure. Output frequencies generated are mark and space for two -FS transmitter and mark center and space for three -FS transmitter units. 23.6 -2 TONE RECEIVER. Tone Receiver units shall be two -FS or three -FS as required for control functions as specified. The receiver shall consist I of an input amplifier, frequency discriminator, output signal and switching circuits and self- checking circuitry. Receiver shall be designed to accept two or three audio tone channels (mark and space -38- or mark center and space) within a preselected frequency channel to convert these channels into two or three logic voltage outputs of 10 VDC at MA. Output circuits also contain a 100 MA switching transistor for driving a 24 volt relay. Each individual tone transmitter and /or receiver unit shall be provided with visual self- checking meter and push button for determining transmitting and receiving functions of each individual component. 23.7 TELEMETRY CABLE. Telemetry cable shall be furnished and installed under section entitled "ELECTRICAL." SECTION XXIV EXECUTION OF ELECTRICAL WORK 24.1 DIMENSIONS. All scaled and figured dimensions are approximate and are given for estimating purposes only. Before proceeding with the work, the Contractor shall carefully check and verify all dimensions and sizes and shall assume all responsibility for the fitting of his materials and equipment to other parts of the equipment and to the structure. Where apparatus and equipment, particularly switchboards and transformers, have been indicated on the drawings, dimensions have been taken from typical equipment of the class indicated. The Contractor shall carefully check the drawings to see that the equipment he contemplates installing will fit into the spaces provided. 24.2 TEMPORARY ELECTRICAL SERVICE. Temporary services for construction purposes are the responsibility of the Contractor. -39- 24.3 PERMANENT ELECTRICAL SERVICES. Electrical power and telephone services and metering facilities shall conform to the serving utility companies and shall meet with the approval of local, state, and national inspecting authorities. Verify the location of services and the serving utility company requirements, and include all construction costs in the bid. Apply for services in the name of the Owner and pay all service and cable charges. 24.4 INSTALLATION OF MATERIALS AND EQUIPMENT. Installation of materials and equipment shall be in strict accordance with Manufacturer's recommenda- tions, instructions, industry standards, as indicated on the drawings, and as specified herein. Provide all mounting facilities for securing or hanging fixtures, _ equipment and outlets to the satisfaction of the Engineer. Details shown on the plans are for the purpose of establishing the extent and general methods required. Provide all sleeves, inserts, expansion joints, vibration fittings, etc. Provide storage facilities and protect all work, materials, and equipment from damage during progress of work. Materials and equipment shall not be stored exposed to the weather. Replace all damaged or defective work, materials and equipment without additional cost to the Owner. Provide trenching, concrete encasement of duct and conduit, back - filling and compaction for the underground electrical system, all in accordance with applicable sections of this specification. Do all cutting and patching of the construction work, curbs and pavements, required for the proper installation of electrical work. All patching shall be of same material, workmanship and finish as existing 24.5 CONDUIT INSTALLATIONS. 24.5 -1 RIGID STEEL CONDUIT. Rigid steel conduit shall be used for service or feeder conduits above grade within a building and where exposed on building exterior. Conduits installed exposed to the weather shall have threads filled with red lead and oil before screwing into couplings and threaded fittings. Rigid conduit shall be terminated with insulated bushings similar to O.Z. Insulated Type "B" or insulated grounding Type "BL." 24.5 -2 EMT. EMT shall be used only for interior signal and branch circuit I_' ' runs. I` I : 24.5 -3 Run exposed conduits at right angles or parallel to structural members, walls, floor and ceiling. Conduits shall be securely fastened in place. Conduits 1" and smaller may be secured with one hole malleable iron straps. Conduits 14" and larger shall be secured with conduit hangers or two hole galvanized straps. Suspended conduits shall be supported with conduit hangers and 4" hanger rod. Multiple conduit runs of four or more conduits, 14" and larger, shall be rack mounted or suspended on trapeze hangers with 3/8" rods. Racks and trapeze hangers shall be formed steel channels similar to Unistrut. Provide junction or pullboxes where required for pulling conductors due to excessive numbers of bends or length of conduit runs. All unused conduit openings shall be plugged or capped. Caulking compound or wooden plugs shall not be used. -41- 24.5 -4 FLEXIBLE CONDUIT. Flexible conduit shall be used where indicated on the drawings. Sealtite flexible conduit shall be used for all final connections to motors and in wet, damp or outdoor areas where drawings indicate the use of flexible conduit. Conduit terminations at all motors shall be terminated with a length of flexible conduit equal to twelve times the conduit diameter. 24.5 -5 NON- METALLIC CONDUIT. Non - metallic conduit shall be used for all underground installations. All non - metallic conduit shall have a three - inch minimum concrete encasement. A bare copper ground wire shall be installed in all non - metallic conduit runs and connected to equipment ground pads and conduit bushings at each end. Ground wire shall be code sized unless otherwise indicated on the plans. Bury underground conduit including that under buildings to a depth of not less than 24 inches below finished grade. Minimum depths are to top of concrete envelope. Where more than two conduits are installed in one common concrete envelope, conduits shall be supported and separated by approved plastic conduit spacers a minimum of 2 feet on centers. 24.5 -6 PULLBOXES. Joints shall be equally staggered a. Pullboxes shall be installed where shown on the drawings or where required for construction or by code and shall be sized as required by code unless otherwise indicated on the plans. All locations shall be approved by the Engineer. b. General purpose sheet steel pullboxes shall be installed in dry interior locations only. c. Cast metal pullboxes shall be installed in exterior locations where boxes are subject to mechanical injury. -42- _. 0 0 , 24.5 -7 WIRE AND CABLE. A. INSTALLATION OF 600 VOLT CONDUCTORS. 1. Deliver all conductors to the job site in their original unbroken carton or reel, tagged with U.L. label, size, insulation, type and manufacturer. 2. Conductors shall be continuous between outlets, junction boxes or terminations. No splices shall be made in branch circuits except in outlet boxes or junction boxes. Feeders shall be installed continuous without splices except where specifically noted on the plans or with the express approval of the Engineer. 3. All joints, splices and taps in conductors #10 AWG and smaller shall be made with Scotchlock spring or tap connectors. Conductors #8 AWG and larger shall be connected with solderless connectors and taped. Splices in cross - linked polyethylene insulated conductors or in pullboxes below grade shall be made with Scotchcast 82A /B series resin splicing kits and Scotchlock sealing packs. Vinyl tpe shall be Scotch No. 33 +. 4. Use a manufactured cable lubricant when pulling conductors. Conductors shall not come in contact with the earth or be laid out on paving or concrete slabs while being stalled. 5. Train conductors neatly in panels, cabinets and equipment and fasten with Scotchflex No. 760 nylon cable ties. Prior to final inspection, all pressure type lugs on panels and equipment shall be retightened. All branch circuit conductors shall be tagged in panelboards, gutters, junction boxes and where unused circuits terminate. All conductors leaving switchboards or motor control centers shall be tagged. The method of tagging shall be with adhesive type markers, Brady or equal. -43- 0 0 6. A 3/16" polypropylene pull line shall be installed ' in all empty conduits including those for signal and telephone systems. SECTION XXV VENTILATION SYSTEM 25.1 GENERAL. The work shall consist of furnishing and installing a ventilating fan with motor and drive for exhausting air and a motorized shutter for intake of fresh air, all working on a thermostat which closes on rising temperature. 25.2 EQUIPMENT AND MATERIALS. 25.2 -1 Fan. The fan shall be a direct driven horizontal propeller sidewall exhauster with a propeller diameter of 24 ". Fan shall have an AMCA Portified rating of 1929 CFM at a inch static pressure. The motor shall be a 1/6 horsepower, 860 RPM, 220 volt, single phase totally enclosed fan duty motor. Air flow through the fan shall be horizontal. Fan shall be supplied with gravity exhaust damper, Style G.E.S. 26. The fan shall be a Greenheck Model 5DP- 24- 6 -15 -6 -860. 25.2 -2 MOTORIZED SUPPLY SHUTTER. The supply shutter shall be motorized, with horizontal movable louver blades and birdscreen. The shutter shall be suitable for installing in a block wall. The shutter shall be a Greenheck Style MES (louvers to open out), 220 volt, with an airflow opening of 32" x 32" or approved equal. 25.2 -3 INSTALLATION. Ventilation system equipment and materials shall be in accordance with the recommendations of the respective manufacturers. After -44- A • 0 the system has been installed, it shall be tested for quietness and freedom from vibration. -45- 0 0 SECTION XXVI PAINTING 26.1 GENERAL. All exterior above ground metal surfaces shall be painted as specified in Section 310 of the Standard Specifications except as modified herein. 26.2 PAINTING SCHEDULE. 1. All metal surfaces except motors, interior electrical panels, controller cabinets and galvanized surfaces. Surface Preparation: White metal blast cleaning. Paint Material: 2 prime coats and 1 finish coat. Dry film Thickness: Prime Coat; 2 -3 mils each coat. Finish Coat; 1 -2 mils Total: 6 -8 mils 26.3 MOTORS AND CONTROLLER CABINETS. Surface Preparation: Paint Material: Dry Film Thickness Hand solvent cleaning. 1 intermediate prime coat and 1 finish coat Prime Coat; 2 -3 mils Finish Coat; 1 -2 mils Total: 3 -5 mils 26.4 GALVANIZED SURFACES. Surface Preparation: Commercial blast cleaning. Paint Material: 1 coat galvanized prime, 1 coat intermediate prime, 1 finish coat. -46- 0 0 Dry Film Thickness: lst prime; 1 -2 mils Intermediate prime; 1 -2 mils Finish coat; 1 -2 mils Total: 4 -6 mils 26.5 MATERIALS. All paint materials shall be as manufactured by Rust -Oleum Corporation. The paint material shall be as follows: Prime Coats, except galvanized surfaces: 1st coat: 1069 Intermediate coat: 1060 Prime Coats, galvanized surfaces: 1st coat: 3268 red Intermediate coat: 3286 grey Finish Coat: 1030 green aluminum 26.6 THINNING. Paint may be thinned in accordance with the paint manufacturer's recom- mendations. 26.7 APPLICATION. Paints shall be applied by brush or spray methods. All prime coats and finish coats shall be applied after erection except surfaces which will be inaccessible after erection. Sand blasted surfaces shall be coated with the first prime coat on the same day that they are blasted, and shall not be allowed to remain unpainted overnight. -47- �: SECTION XXVII ARCHITECTURAL • 0 4. MASONRY - ARCHITECTURAL The preceding special conditions and general conditions are part of this section Subcontractors must examine these sections thoroughly. The work covered by this section shall include the furnishing of all materials, labor and equipment necessary to complete the installation of all block and brick masonry. Reinforcing steel will be furnished and installed as a part of the work of this section. The provision and installation of anchors to concrete and wood studs, metal nailing insets and the installation of all other embedded items covered by this section. Waterproofing of unpainted masonry, except garden walls. Vapor barrier below grade, where indicated. All concrete work is included in another section. 0400. MASONRY WORK MATERIALS: Shall conform to Section 202, Standard Specifications for Public Works Constructions, except as modified herein. Reinforcing Steel: Intermediate grade deformed bars conforming to standard specifications of ASTM A -615 Grade 40 deformed bars. Concrete Block: ASTM C90, hollow load bearing concrete masonry, Grade A, as published by the California Concrete Masonry Association, (Q block test program) heavy- weight or lightweight units with or without open end as indicated on structural drawings Sizes as shown on the drawings. Cement: All cement used for mortar and grout shall be Type I or Type II Portland Cement conforming to ASTM Specification C 150 -52. Type II Portland Cement may be used only if it equals the strength of Type I. Sand: Sand for grout shall be the same as that specified in Section for Concrete. Sand for mortar shall conform to Uniform Building Code Standard 24 -18. The following grading table is reproduced from U.B.C. 24 -18, and is subject to the same restrictions noted therein: Sieve Number Passing a No. 4 Passing a No. 8 Passing a No. 16 Passing a No. 30 Passing a No. 50 Passing a No. 100 Percent by Weight 100 95 -100 60 -100 35 -70 15 -35 9 -15 Pea Gravel: ASTM C -404, with not more than 5% passing the 8% sieve. Portland Cement ASTM C -150, Type 1 or Type 2, low alkali. -48- Plastic Cement: ASTM C -150, Type 1 or Type 2; as permitted by code. Lime Putty: ASTM C -207, Type S. (Quick Lime ASTM C -5 if approved by code . If made from quick lime, the lime shall be properly slaked and then screened through a sieve having not less than 16 meshes per linear inch. After screening and before using, the slaked lime shall be properly stored and protected for not less than ten days. The resulting lime shall weight not less than 83 pounds per cubic foot. Admixture: Not permitted in mortar or grout unless substantiating data is submitted to the Structural Engineer for approval. Water: Water used for mortar and grout shall be taken from a pot- able source. MORTARS AND GROUTS: The following proportions (all measurements by volume) shall be used: Type S Mortar: 1 part Portland cement, 1/2 part lime putty, 3 to 4 -1/2 parts damp loose sand. Minimum compressive strength at 28 days = 1800 psi. Type,M Mortar: 1 part Portland cement, 1/4 part lime putty, 2 -3/4 to 3 -3/4 parts damp loose sand. Minimum compressive strength at 28 days = 2500 psi. If plastic type cement is used, lime putty shall be omitted. Grout: 1 part Portland cement, 3 parts sand, 2 parts Pea Gravel, 3/8" maximum may be added for wide grout areas. Minimum compressive strength at 28 days = 2000 psi. When High -lift grout is specified on plans and approved by the local building official consult with Structural Engineer for more details of placing. -49 Mortars shall be machine mixed giving two minutes for the dry mix and three minutes for continuing after water has been added. Mortar to match the color of the block. No retempering of grout or mortar will be permitted and none shall be used which has stood for more than 30 minutes after mixing. CONSTRUCTION AND WORKMANSHIP: Masonry shall not be started if the horizontal or vertical align- ment of the foundation is a maximum of one inch total in error. Extreme care shall be taken to prevent visible grout and mortar stains; keep wall continually clean; if grout does run over, clean it immediately. All work, bonds or special details shall be accurately and uniformly executed. Face joints shall be tooled as per drawings, in both directions. All block walls shall be laid with horizontal joints aligned and vertical joint offset half block length and aligned on alternate rows. Face block shall be free from any major chip. Pay particular attention to joint details shown on the drawings. Continuous mortar joints shall be straight and uniform. All cutting of blocks which is required shall be done with a masonry saw. Lay with full bed and head joint of mortar. When using open end block full head joints are not required, when solid grouting the wall. All cells shall be grouted solidly. In rainy weather, protect the block wall and stockpiled materials. Masonry shall be started in the area designated by the Architect. JOINTS: Horizontal and vertical mortar joints shall be 3/8" thick at block. Block shall be laid in full flat beds of mortar with no furrowing permitted and with full shoved head joints. Any block which must be moved or shifted after placing shall be removed, cleaned and only fresh mortar applied. All exposed joints, vertical and horizontal, interior and exterior, shall be flush. -so- i 0 MOISTENING BLOCK: 0 All block shall be thoroughly wet down the day before it is to be laid. At the time of laying the inside of block shall be damp, but the surface shall be sufficiently dry for adequate suction. GROUTING: All cells shall be grouted solid. Construction joints shall be formed by stopping the grout 1-�" below the top section of the wall being placed. The top surfaces of the block shall be kept free of mortar and grout; immediately after pouring each course of grout, it shall be puddled to make it flow and release any entrapped air. Puddling shall be done with a nominal 1 x 2 inch board or an instru- ment similar in cross - section. REINFORCING: All reinforcing bars shall be installed as shown on the plans. Bars shall be straight unless hooks or bends are shown. All bars shall be lapped 50 diameters at splices. All reinforcing shall be installed with a minimum grout cover of z ". Reinforcing steel shall be held firmly in place by means of frames or other suitable devices. Special care shall be taken to prevent movement or jar- ring while masonry is being placed. PROVISION FOR OTHER TRADES: This Contractor shall provide chases, openings, reglets, nailing inserts, and set bolts, dowels, plates and anchors, hangers, nailing strips, etc., in all masonry walls as shown on plans. SHORING: All vertical shoring supporting brick shall be rigid and unyield- ing. Shoring shall be left in place for 14 days after brick is placed. NAILING INSERTS: Provide and install metal wall plugs, for installation of bases, etc., where indicated on drawings. The inserts shall be of gal- vanized metal, installed in vertical joints. CLEANUP: All mortar splotches shall be removed from the walls before they have set up. No construction supports shall be attached to the walls except as approved by the Architect. At the conclusion of his work, this Contractor shall clean down the walls, remove all scaffolding, and equipment, clean up all refuse and surplus mate- rial resulting from his operations and dispose of them. -51- Tuck point holes 1/8" or more, grind off lumps, clean debris, and surplus mortar and leave the masonry clean and free of any mortar drops. Repair all cracks. -52- 0 0 5. METALS - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. 0510. STRUCTURAL STEEL Scope: The work covered by this section shall include all the furnishing of materials, labor and equipment necessary to com- plete the installation of all structural and miscellaneous iron and steel, as shown on the drawings and herein specified. Materials: Structural steel shall conform to ASTM A -36. All steel shall receive one shop coat of zinc chromate paint applied after being thoroughly cleaned of all grease, dirt, loose scale and rust. Field painting shall be same paint for touching up. Section XXVI does not apply. Miscellaneous: Furnish anchors, ties, bearing plates, clips, s raps an of er miscellaneous iron and steel items. 0550. MISCELLANEOUS METAL Tube Railings: Fabricate from 14" square 0.156 thick tubing withal joints welded and all corners mitred. After fabrica- tion shop apply one coat of zinc chromate primer. -53- 0 6. CARPENTRY - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. SCOPE: This contract shall include furnishing of all materials and labor to do all carpentry as required on the plans and as herein specified. WORK EXCLUDED FROM THIS CONTRACT: This contractor shall correlate the framing and finish work on all openings. Finish hardware shall be furnished by General Contractor and installed by this contractor; costs of installa- tion to be borne by this contractor. 0610. ROUGH CARPENTRY MATERIALS: General: All grades and species herein named shall be Best of Grade except that any blocking, studding plates, sills and miscellaneous framing not in bending may be average yard run of grade named. All lumber shall be dry or well seasoned. Sills, Nai IN (Where embedded in concrete) concrete headers and a ofl Cher members in direct contact with earth, concrete, masonry on grade, or asphaltic concrete shall be construction heart redwood (Certified Foundation Grade). Sills and nailers may be pressure treated foundation marked Douglas Fir. All lumber used for exposed floor framing and decking to be pressure treated. Studs Struts: Bracing, plates, blocking and other miscellaneous concealed aled aming 2" or less in thickness shall be Standard Grade Douglas Fir. Rafters, Ceilin Joists: Headers, purlins and concealed posts, un ess of erwise noted on the plans, shall be Construction Grade. All Ex osed Framin Members exceeding 2" thick or 8" deep (nomi- na im. s a e Select Structural Douglas Fir. Exposed "trim" beams must be approved by the Architect. Bloom: Provide all blocking, backing and grounds necessary for mounting of lights, restroom accessories, etc. -54- All members not specifically above mentioned which are indicated on e p ins as "Structural ", "Select Structural" or "Select" shall be Select Structural Douglas Fir. All posts exposed within interior spaces shall be free of edge knots with knot size limited to 2" round and tight; no pitch pockets allowed. Workmanshi - Rou h Carpentry: It shall be this contractor's responsi i ity to Check and verify all work of previous trades; commencement of work constitutes acceptance of previous work and all job conditions. Erect all structural and rough members true to dimensions, plumb and square. It shall be this contractor's responsibility to furnish a tight sound deck to the roofing contractor; patch all knot holes and other defective areas. Block for fixtures, hard- ware, air conditioning, cabinets, etc. Install all bolts, clips, screws and other items of rough hardware. Ground for all plaster as required at openings and intersections. Frame for all finished doors, windows and pipes, ducts, fixture stacks and grilles. 0620. FINISH CARPENTRY MATERIALS: General: All materials under this specification shall be Best of Grade, dry to 12% and free of any deformities which will prevent a proper and first class finish. Trim at painted walls including all exterior or interior casings, stops, base or shoe, closure strips, etc., shall be "B" and Better Redwood, unless otherwise noted on details. Workmanship - Finish Carpentry: It shall be this contractor's responsibility to Check and verify all work of previous trades; commencement of work constitutes acceptance of previous work and all job conditions. Quality of the workmanship shall be commensurate with the general quality of the other trades and the structure. Spoiled or scarred work, ill- fitted joints and other faulty members shall be removed and replaced. Scribes and copes shall be precisely done. Install (or hang) doors, sash and screens to operate smoothly. Set nails in all wood members but do not putty. Set all mill work plumb and true to line and dimensions. Install all finish hardware in locations as shown on plans; where location of finish hardware is not specifically indicated, consult the general contractor prior to commencing such installations. Special louvers and all items of mill work shall be installed by this contractor. -55- • All plaster grounds are to remain in place, except as the plans require removal of same. Cut all stops and install loose for glazing contractor where such stops are required on plans. Provide all blocking and grounds for mounting of restroom acces- sories, etc., and other equipment as indicated on the plans. 0622. MILL WORK Scope: Supply all shaped and milled members -- assembled where com- plete frames are required and loose where material is to be job installed. Doors are furnished under Section 8. Materials: All assembled door, window and other frames shall be made of "B" and better Douglas Fir, except as noted on plans. Interior moldings, trim, paint grade, dry softwood, unless other- wise noted on details. All wood bases to be hardwood. Frames, casinqs, stops, etc., shall all be material suitable for paint finish (unless otherwise specified on the plans). All material kiln dried. Workmanship: Shall be high quality; ease all exterior corners, back out all casings. All surfaces free of sticker marks and " burn; sanded smooth. All details per plans. -56- ! • 7. MOISTURE PROTECTION - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. 0730. SHINGLES, ROOFING TILES Scco e_: This contractor shall supply and install all material and products as required to complete all roofing and related sheet metal work as shown on the plans and as specified herein. This contractor is responsible for inspecting the areas to receive his work and shall call to the General Contractor's attention any detail which might not allow for the proper installation. Flashing: This contractor is to supply and install all metal roof f al shing, gravel guards, drips, diverters, gutters. Materials for sheet metal work: Hot dipped galvanized cold rolled ga. min, sheet metal. No unlike materials (copper to galvan- ized sheet to aluminum or other) are to be installed adjacent or next to one another. Roof Sheathing: Red cedar handsplit shakes to be applied over so T9 sheathing. Roof Pitch and Ex osures: Roof is to be 5" in 12 ". Exposure is to lie ; for s aces. Roof A lica tion: A 36 -inch wide strip of 30 lb. roofing felt to e ai over s Bathing boards at eave line. Starter course to be tripled, of which the bottom two layers to be of 15" shakes. After applying each course of shakes, an 18" wide strip of 30 lb. roofing felt should be laid over the top portion of the shakes, extending onto the sheathing. Position the bottom edge of the felt above the butt at a distance equal to twice the weather exposure. Hips: Either site applied or preformed factory -made hip units may used. Weather exposures should be the same as roof shakes. Nails of sufficient length to penetrate the underlying sheathing. Nailing: Secure each shake with two (only) rust - resistant nails hot dipped zinc or aluminum) drive at least one inch from each edge, and one to two inches above the butt line of the course to follow. A 6d nail is normally adequate but longer nails should be used if shake thickness or weather exposure dictates. Do not drive nailheads into shakes. Top Course: The felt under the top two courses shall be made integral with the composition and gravel roofing. The top course shall be cut to have a weather exposure equal the other courses and shall be flashed with the gravel stop. -57 -. • 0750 Ll MEMBRANE ROOFING: The work of this division shall include all labor, materials, and equipment to complete the roofing as indicated on the drawings and /or as specified. Sheet metal flashings and gravel edging are specified to be provided and installed under other divisions of these specifi- cations. The entire roof flashing installation is to be under the direct jurisdiction, superintendence and responsibility of this con- tractor, and the final job shall carry a warranty covering the soundness of the entire roofing installation. MATERIALS: Materials shall be Johns - Manville, Pioneer, or Pabco, delivered in the original packages bearing manufacturer's labels. All roofing materials shall be applied by a roofing Contractor approved by the manufacturer. The finished roof shall contain not less than the following quantities of materials per 100 square feet of area- 1 layer Asphalt Saturated Sheathing Paper 8 lbs. 3 layers #15 Perforated Asphalt Saturated Felt 45 lbs. Standard Roofing Asphalt Mopping Between Felts 50 lbs. Flood Coat to Receive Gravel 75 lbs. Gravel Clean Washed and Dry Grade 1/4" to 5/8" 400 lbs. Gravel shall be Grey Gravel Surfacing. Asphalt shall conform to the Specifications for use in built -up roof coverings A.S.T.M. Designation D- 312 -44. The softening point shall fall within the limits 1550 F. The bonding and flashing fabric of standard brand shall conform to A.S.T.M. Designation D- 173 -44. All metal flashings shall be first primed and let dry, before roofing materials are laid over same. Inspection: The Roofing Contractor shall arrange in sufficient time for t e presence of a representative of the manufacturer, when the work starts and for periodic inspections during appli- cation. Cleanup: The Roofing Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his employees or work, and shall remove all resulting work debris from the job site. All asphalt kettles and mops shall be removed from the roof at the end of each day's work. -58- 0 0 Guarantee: Before the roof will be accepted, the Roofing ont acr�tor shall deliver into the hands of the Owner a written guarantee for two years stating the following: That the roof, including all flashings, will be maintained watertight. That any defective materials and /or workmanship which may become evident within the two year guarantee period will be replaced with the proper new materials. That the roofing will lay smooth and even; and That any and /or all repairs and /or replacements which may be necessary on account of any of the above mentioned causes will be made without cost to the owner. The guarantee shall be dated from the date of acceptance of the work by the Owner. 0760. SHEET METAL WORK Scco e_: This work shall include the furnishing and installation of all sheet metal work indicated or implied on the drawings and necessary to make the building watertight, including all flash- - ings and counter flashings, roof vents, and exterior metal wall louvers. Roof jacks around plumbing pipes furnished by plumber. Materials: Sheet metal work shall be 26 ga. galvanized iron un e—ss otherwise noted. All washed and primed with one coat of red lead and oil. Section XXVI does not apply. All soldering and jointing of materials shall be carefully done. All sheet metal installed in longest lengths possible. -59- 1 0 8. DOORS, WINDOWS AND GLASS - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. 0820. WOOD DOORS Items Excluded: Installation, storage and warehousing of doors and parts shall be by others. MATERIALS: Exterior Doors: 1 -3/4" metal "Fenestra" door 3872F, with 6 -3/4" meta -1 frame Interior Doors: 1 -3/8" core slab. All door material shall be as per drawings and painted as per Section XXVI. 0870. FINISH HARDWARE Work Included in This Section: a. Furnishing of templates and data. b. Furnishing of all finish hardware indicated, specified or required to complete the project, except for hardware specified to be under other sections. c. Toilet accessories, shelves, signs, etc. Work Not Included in This Section: a.. Installation of finish hardware. b. Mirrors. Hardware Schedule: 1 Door / Exterior Entrance 3' -8" x 7' -2" x 1 -3/4" Metal 12 Prs. Butts - "Fenestra" G43A -4BB, 42x42 fixed pin. 1 Ea. Lock - "Fenestra" 9479 with standard ASA strike. 1 Ea. Threshold - "Fenestra" 2333 extruded aluminum. -60- 3 Door / Roof Hatch 3' -0" x 3' -0" x 1 -3/4" Solid Core 24 #07 sash fasteners "Ives" #07 A92 1 Door / Toilet Room 2' -4" x 6' -8" x 1 -3/8" 1 Pr. Butts - "Fenestra" 2389, 4x4 2 Ea. Lock -. "Fenestra" 9185 0 0885. GLASS AND GLAZING Scope: This Contractor shall supply all labor and materials to complete the installation of all mirrors as required by these plans and specifications. Mirrors shall be 1/4" thick polished plate glass; silvering shall be without visible defects and shall be protected by coating of electri- plated copper and one coat of moisture resistant paint. See toilet room elevations. Guarantee: This Contractor to guarantee installation. Glazer to replace all chipped glass. Installation: All mirrors shall be cemented to the plaster wall sur ace witTi an approved cement, "Miracle" adhesive or equal; each mirror shall have, in addition, two edge clips at the top and two edge clips at the bottom securely screwed to the wood backing. -61- ! 0 9. FINISHES - ARCHITECTURAL 0910. LATH AND PLASTER Scope: Plastering Contractor shall familiarize himself with the general specifications for carpentry and other work upon the building before proceeding to furnish bid for plastering of same. The General Conditions and Supplementary General Conditions shall form a part of this Contract. This Contractor shall inspect all the grounds, backing and other details before beginning his work, and shall report to the General Contractor any unsatisfactory condition which may affect the lathing and plastering. After such inspection the plastering contractor shall be held solely responsible for any defects which may later appear in his work. The Contractor shall properly connect all his work to all frames and other details in contact with plaster surfaces and shall . promptly do all plastering that may be necessary after such mechanics have finished their work. He shall see that all plaster is left in a satisfactory condition. All plaster work to be done according to local building ordinances. MATERIALS: ' All materials used in the plaster work shall comply with the requirements of the following specifications. Cement shall be a standard brand of Portland cement conforming to the "Standard Specifications and Tests for Portland Cement ", C- 150 -52 of the A.S.T.M. Sand shall conform to the "Standard Specifications for Sand for Use in Plaster ", C- 35 -52T of the A.S.T.M. Sand shall be uniformly graded from coarse to fine, all passing a #4 sieve and all retained on a #100 sieve. Hydrated Lime shall be a standard brand of dry hydrated lime con- forming to "Standard Specifications for Hydrated Lime for Struc- tural Purposes," C- 141 -42 of the A.S.T.M. Exterior Stucco shall be an approved brand of integrally colored exterior stucco similar to that of the La Habra Stucco Products Company and in color as selected by Architect. Metal Trim: All plaster ground trim where required shall be similar to Milcor #66 7/8 ". In general all window and door jamb openings in plastered walls shall have metal trim as well as plaster to Wd or masonry construction. -62- 0930. 0 0 Follow all details, interior and exterior, where metal trim occurs in special conditions, such as plaster soffit edgings. Waterproof Areas: Wherever waterproof surface or wainscot acting is required, 3.4# galvanized copper bearing steel expanded metal lath shall be applied over 15 lb. asphalt saturated felt. Exterior_ Lathing: All exterior soffets of the buildings except as indicated of other material, are to be covered with 18 ga. Wire 6" o.c. strung horizontally and 15# asphalt saturated felt lapped 4" and secured to rafters with large headed tacks. Then cover with 1" = 18 ga., or 1z" - 17 ga., galvanized mesh. Lap one mesh in each direction and nail to studs every 8" using 1," furring nails. The reinforcing shall be continuous around corners of the building. Exterior Plastering: All exterior lath is to be covered with p aster tires coats and full 718" thick. The first coat is to be composed of 10% hydrated lime. One part Portland Cement, and 21j parts properly graded plastering sand. This coat shall thor- oughly cover the reinforcing mesh and be heavily cross scratched. Not less than one day after application of first coat, a second coat is to be applied same as first, at least 2" thick. This coat is to be smoothed with a carpet float. Both coats to be sprayed with water at intervals to insure proper setting. Not less than two weeks after application of second coat, a third coat of stucco 1/8" thick to be applied in accordance with manu- facturer's specifications. Foundation block where exposed to stucco wash coat applier. Patching: The plastering contractor will do all patching in finished manner after other trades have connected all piping and other details passing through or in contact with plaster surfaces. Toilet Rooms: are to be plastered with cement plaster walls in ve- �stibule and cement plaster ceiling. TILE WORK The general conditions and supplementary general conditions shall form a part of this contract. Scope: This Contractor shall furnish all labor, materials and equipment necessary to install all tile work shown on drawings and as specified herein. Certification: Before setting tile, this Contractor shall furnish the Architect with Tile Manufacturer's Association Standard Form of Master Grade Certiciation signed by the Contractor and the -63- - Manufacturer, and stating grade, kind of tile, and identifica- tion marks for package of tile delivered to the job. After award of the Contract, the Architect will furnish the Contractor with a schedule showing location of tile colors and patterns selected. Materials: Tiles to be 6" x 3" Franciscan Terra Grande 0106. roofor to match tile. Installation: Set, grout and clean tile in accordance with Tile Manu acturer's Association basic specification K -300, except as otherwise specified herein. Tile to be flush set with joints aligned and square. Wipe tile clean after grouting and protect before any other trade has access to room. Acid shall not be used for cleaning of glazed tile. Protect finished tile work until completion. Leave finish tile work clean and free from cracked, chipped or broken tile. 0990. PAINTING The general conditions and supplementary general conditions shall form a part of this contract. Scope: This Contractor shall furnish all labor and materials necessary for the painting of the entire building in a manner that will produce proper results under the following specifica- tions. Note: As this subcontractor will be held responsible for the ff-n-a-1 complete finish of all painted surfaces, he is required to see that all such surfaces are in reasonably good condition to receive the finish and shall immediately notify the Contractor of any surface not in such condition. Commencement of any painting shall constitute acceptance of all surfaces by this Contractor. All surfaces before painting shall be reasonably free from dirt, dust, and reasonably free from imperfections that would affect the finish. This subcontractor shall protect his painted sur- faces. All nail holes, open joints, cracks, etc., shall be puttied or spackled and painted in a workmanlike manner. Carefully putty all natural wood finishes so that the putty will match the color of the finish and be flush with the surfaces. All putty stains of the final surfaces shall be corrected by refinishing the area in question. Each coat of material shall be laid in such a manner as to give an even and uniform coating, reasonably free from dirt, runs, brush marks, or laps. -64- • Upon twenty -four (24) hours notice from the General Contractor, the painter shall prime and back -prime all window and door frames and all doors and sash including tops and bottoms, and all other items of mill work. The painter shall keep clean such portions of the work that are not to be painted and upon completion of the work shall leave a clean, neat and workmanlike job. The painter shall provide sufficient drop cloths to keep all floors, etc., free from stains. All paint, oil, etc., to be first grade standard manufacture of W. P. Fuller & Co., or approved equal. Interior Paintin : All painted woodwork to be given one coat of primer or fat, one coat of undercoater, and one coat of enamel. All painted plaster walls and ceilings to have two coats of semi- gloss enamel.paint. Colors: Are to be as per Architect's color schedules. Exterior Painted Woodwork: To be painted with three coats of exterior lead and of paint unless otherwise specified at building line. Exterior Stained Woodwork: To be painted with two coats of Olympic semi- transparent stain; see color schedules. Generally, all exterior wood surfaces and doors will be stained. All _boarding is to be back primed, one coat. All galvanized s eeh t metal not shop painted shall be washed with vinegar before painting with required three coats. All vents, etc., to be painted to match roof. Exterior stucco: to receive two coats of acrylic Latex paint, Fuller r equaT. -65- . , • 0 15. PLUMBING - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. 1501. GENERAL The General Conditions, Supplementary General Conditions and the Special Conditions sections of this specification are applicable to this section as if herein specified. Scope of Work: Provide all necessary labor and materials to produce a compl to and operating plumbing system as indicated on the drawings and herein specified. This work shall include but not be limited to the following: a. Provide and install complete domestic water system from 5' -0" beyond building line to all fixtures and items of equipment requiring water. b. Provide and install complete waste and soil system from 5' -0" beyond building line to all fixtures and traps. Pay all con- nection fees. c. Provide and install complete vent system from all traps and fixtures to one point above roof. d. Provide and install complete roof drainage system from rain water receptacles to point of termination shown on plans. e. Provide and install fixtures and equipment as herein specified. f. Provide and install all fixtures, equipment, piping, etc., indicated on the drawings as furnished under this section or by plumber. g. Temporary service. Work Not Included in This Section: a. Electrical work including starters, conduit and wire except as.specifically noted. b. Painting. c. Formed Concrete: Except, furnish templates and /or Shop Drawings and provide necessary inserts, etc., for own and Owner furnished equipment. ., 0 0 1502. PLUMBING SYSTEMS, GENERAL REQUIREMENTS Pike &Fitting Material: All pipe and fittings shall be of merA ican Manufacture and shall conform to the applicable following standards. USAS (United States of America Standards Institute) ASTM (American Society for Testing Materials) FS (Federal Specifications Board) AWWA (American Water Works Association) Pipe Arrangement & Workmanship: a. All piping shall be installed to run parallel to the building construction and arranged to form neat, symmetrical patterns to insure the best appearance possible. Fittings shall be used for changes in sizes and direction of pipe; no bending will be allowed. All pipes shall be carefully cleaned and all scale, sand, dirt, etc., removed before installation. Full lengths of pipe shall be used whenever possible to mini- mize the number of couplings. b. The Contractor shall proceed with the rough piping as rapidly as the general construction work will permit and shall have all of the rough piping in and stubbed out to the proper point and tested, in each case, before any lath, plaster or finished work of the ceilings, partitions, walls or floors are in place. c. Horizontal Pipe: (1) Run level without pockets. (2) Straight as possible. (3) Bends not permitted, offsets made with fittings. (4) Water piping shall be installed so that no noise will be heard from the flow of water under normal operation. (5) Lines shall be installed so systems may be drained at low points. Hangers and Supports: a. General All piping shall be firmly held in place by approved hangers, supports, and anchors. All hangers and supports shall be of design which will support the weight of pipe, fluid and insula- tion. -67- b. Horizontal Piping: • Hangers and supports for horizontal piping shall be provided at not more than the maximum intervals listed under each piping system. (1) Supports or hangers shall be located adjacent to fittings and in addition to above hangers, piping shall be supported at each offset or change of direction, at ends.of branches, at the base of riser pipes and along piping as required to prevent sags, bends or vibration. (2) Lateral bracing shall be provided at every fourth hanger where hanger rods are more than 18 inches in length. (3) Hangers supported by structural steel shapes shall be attached by manufactured cast iron clamps designed for use on the specific steel shape and equipped with retainers. (4) Hangers supported by wood structure shall be attached by manufactured steel or cast iron angle clips. Clip to be secured to wood structural member by not less than two U 1 x 114" lag screws. Hanger rods shall be threaded into angle clip and secured with lock nut or shall have nut ' top and bottom of angle clip. (5) All hangers shall be attached to halter rod by means of .adjustable swivel, turnbuckle or double nut arrangement to allow height adjustment. c. Vertical Piping: Shall be suitable supported from the building structure where required by means of malleable iron or steel pipe clamps of ample size, either bolted or welded to the pipe and supported at the floor slab. Supports where indicated on the drawings shall also act as anchors to allow for expansion and contrac- tion of the piping. Provide rubber isolators for clamps where required for elimination of vibration and sound to the structure. d. Miscellaneous Supports: Wall brackets, etc., shall be provided where required in accor- dance with the best standard practice of the trade in a manner as approved by the Architect. In the event additional struc- tural steel is required to transmit loads to main structure, same shall be provided at no additional cost to the Owner. e. Supply Stub -Outs: All supply stub -outs through the wall shall be secured behind the wall with drop -eared tees and ells. -68 -. Ex ansion and Contraction: Expansion and contraction in the water piping systems located inside buildings shall be taken care of by swing joints and bends, and properly located anchors, unless other- wise indicated on specifications of shown otherwise on drawings. Roof Flashings: a. Furnish and install for each pipe passing through roof, a four pound, one piece lead flashing assembly with 8" skirt and cast iron counter flashing. Stoneman Stormtite No. S 1100 -4 or equal. Sheet metal flashing will not be permitted. b. Coordination with Roofing: Base and sleeve portions to be installed as necessary for roofing. Counterflashing to be installed after roofing is finished and approved by the Architect. Escutcheons shall be provided where exposed pipes pass through walls, s, floors, ceilings and partitions. In finished portions of the building, escutcheons shall be chrome plated. In other por- tions of the building, escutcheons shall be prime coated steel with set screw flanges. Where exposed to weather conditions, escutcheons shall be cast brass with set screw. Valves: Size, type and material shall be suitable for the location an�n( service as called for on the plans and specifications; location shall also be as indicated on the plans, in addition to the follow- ing services and locations: a. At each plumbing fixture and hose bibb. b. For shut -off of risers and branch mains. c. For flushing and sterilizing the systems. d. Installation of valves shall be made to provide neat appear- ance and easy grouping, with all parts easily accessible. Wherever possible, valve stems shall be horizontal. If necessary to install valve stem vertical, the stem shall point down. e. Valves in utility spaces shall be located so that they will be easily accessible. Where necessary locate valves in walls or above ceilings and make accessible with an approved type access panel, in approved location. Pi es Over Electrical E ui ment: Where pipe joints or valves on co d water, of water, hot water return, wet standpipe, combina- tion standpipe or waste lines occur within two feet in horizontal direction from electrical panels, equipment, provide drip pan of size which will afford protection, as approved. Provide 3/4" pipe drain to floor sink. Excavation and Backfill: ' a. Excavate the material encountered as required for installation of buried plumbing work. If rock is encountered, excavate 3" below the required depth and backfill to required depth with sand. b. Perform all tests required for the buried piping system prior to backfilling. c. Excavated material may only be used for backfill if free from rocks and trash. If rock is present in excavated material, backfill to a level of 3" above highest portion of piping with sand then complete backfilling with excavated material. Remove all trash from backfill. d. Mechanically compact all backfill to the density of the sur- rounding siil. Backfill shall be placed and compacted in not more than 6" layers. e. Backfilled trenches which will be paved or receive structural work shall be compacted as required for that work. Testing: a. Provide all labor, material and equipment necessary to perform all tests as herein specified or required by the governing authorities and /or required by code. b. Notify governing authorities and obtain written approval for tested systems prior to backfilling or concealed work. c. Notify Architect 48 hours prior to test and obtain architec- tural approval prior to backfilling or concealed work. d. Test piping which will be concealed, in sections as approved; do it in manner which will not leave any pipe or joint untested. e. Where partial testing of the system is required prior to test- ing of complete system, Contractor shall provide all necessary valves, caps, plugs, etc., to complete test. f. Before testing piping systems, remove or otherwise protect from damage, control devices, air vents, other parts, which are not designed to stand pressures used in testing piping. g. Tests shall be performed as hereafter specified under specific systems. h. Adjustments, Repairs, Retests: (1) The Contractor shall notify the Architect of all defects encountered during or after the test prior to making any -70- alterations. This shall include, but not be limited to, : the following items. Defective equipment, defective material, or leaks in any system. (2) Make adjustments, repairs, alterations, as required to meet specified test results. (3) Correct defects disclosed by tests or inspection; replace defective parts when directed. (4) In replacing defective parts use only new materials; in case of pipe, replace with same length as defective piece. (5) Caulking of screwed joints or penning of welds will not be permitted. (6) Repeat tests after defects have been corrected and parts replaced as directed until pronounced satisfactory. (7) Test and adjust alarms for satisfactory operating condi- tions. (8) Responsibility for Damages: Bear costs of repairs and .. restoration of work of other trades damaged by the tests or cutting that had to be done in connection with the leaks. i• Adjustment and Instruction: i- a. Flush, purge and clean all piping systems. Adjust volume, clean aerators and leave system in perfect operating order. b. Instruct the Owner's operating personnel in the operation and maintenance of the system at the convenience of the Owner. 1503. SANITARY WASTE AND VENT PIPING SYSTEM Waste and vent i in shall be service weight No -Nub cast iron soi pipe an fitting. Joints: a. Installation shall be in accordance with the cast iron soil pipe institute pamphlet #100 and the I.A.P.M.O. 15 -6 -66. b. Make up joints with cast iron institute approved soil pipe No -Hub neoprene compression gasket and stainless steel clamp and shield assembly as manufactured by the Ideal Corporation. c. With ends of pipe firmly butted against gasket shoulder, . tighten each clamp alternately to 60 in- pounds or torque with factory set torque wrench. -71 • ,' d. The intermembering of No -Hub and hubbed pipe or fittings or other materials, by use of the "No -Hub" coupling is prohibited, unless approved adapter transition fittings are used. Steel couplings may never be used for transition. The connection of closet rings, floor and shower drains and similar "slip- over" fitting to "No -Hub" pipe and fittings and the connection of "No -Hub" pipe and fittings to conventional soil pipe hubs must be accomplished by the use of caulked lead joints. Cleanouts: a. Locations: (1) All places indicated on plans. (2) At the terminal end of all horizontal waste runs. (3) At all off -sets of more than 450. (4) At maximum spacing of 100' -0" apart. (5) At all places not noted above or shown on plans, but required by local code. b. Quality: Shall be J. R. Smith, Manufacturer's name and model, figure or drawing number specified are for identification of types, quality and construction. All cleanouts to have bronze countersunk rectangular slotted plugs, tapered threads, lubri- cated with emulsified lead paste. Flush with floor cleanout tops shall have non -skid gasketed watertight covers secured independent of plug. c. Finished Room Floors: Smith No. 4023 cast iron adjustable floor level c eanout assembly with round nickel bronze top with gasketed water -tight cover. (No. 4023F with flashing flange, flashing ring as required) d. CO - Wall Cleanouts - Dr alls - Block or Tile: Smith No. 4512 East iron C.O. tee wit corn No. 8211-3 AK, prime coated steel concealed hinge type access covers with removable door on all except tile walls. Tile walls use Smith No. 4512 with Acorn 8211 -1 AK, with 1808 No. 4 finished stainless steel access cover. Test: If applied to the entire system all openings in the piping sTanl be tightly closed, except the highest opening, and the system filled with water to point of overflow. If tested in sections, each opening shall be tightly plugged, except the highest opening of the section under test,.and each section shall be filled with water, but no section shall be tested with less than 20 -ft. head of water. In testing successive sections at least the upper 10 ft. of the next preceding section shall be tested so that no joint or pipe in the building (except the upper 10 ft. of the system) shall -72-. have been submitted to a test of less than 20 -ft. head of water. ' The water shall be kept in the system or in the portion under test ' for at least four hours before inspection starts. The system shall then be tight at all points. The Contractor shall make permanent installation of sufficient supports, braces, anchors and thrust blocks to accomplish the test. Slope: a. Where possible all waste and drain pipes shall slope at 2% or as indicated on drawings. b. Minimum slope for waste and drain pipes (unless otherwise noted shall be 1 %. 1506. FIXTURES Quality: American - Standard, grade "A" or equal in quality and style to the plate, model or drawing numbers specified. Vitreous china shall have all exposed surfaces covered with opaque vitreous glaze. Cast iron shall be acid - resisting porcelain enameled. Flush valves shall be Sloan manufacture, diaphragm type with approved vacuum breaker, screwdriver stop and quiet action accessories. (Nipples to be threaded chrome brass. Sweat solder adaptors with sleeves are not permitted) Rough -in shall be in accordance with manufacturer's recommenda- tions. All cast iron or vitreous china fixtures shall be white unless otherwise specified. Fittings and trim shall be brass with polished chromium plated finish. Provide individual stops for all supplies to fixtures. (Speed -way and brass craft and similar stops will not be per- mitted) Trap all wastes separately. All exposed supplies, traps and exposed fixture piping shall be chrome plated. Provide cast brass chrome plated escutcheons for pipes penetrating walls. Provide two keys minimum for loose key stops. Provide an additional key for each 20 loose key stop valves. Fixture Backing: a. Provide backing for each plumbing fixture requiring same, at the time roughing -in is done. 73 �y w�M w_�, m�ttiF bcv.. �vdl. i :',r �... f uwrn w- �s1Tti %. , �M_�Yrr': >�L.• ,Y..+�.�•. .._ .... -_.. .._1 f' i b. On Concrete Walls: Securely fastened with heavy expansion bolts of required length. c. Fixture Bolts: All wall fixtures shall be hung or supported with 71 brass bolts of sufficient length to securely fasten the fixture to the backing. All exposed heads of bolts for fixtures shall be chrome plated. I All fixtures shall be drilled for the specified trim. Hole covers will not be permitted. Grout: All fixtures shall be grouted to wall and /or floor with resilient non- hardening plastic caulking compound. f" I '. Fixture Schedule: a. Water Closet WC -1 American Standard Madera #2222,016 floor mount siphon jet, vitreous china toilet with elongated bowl and 12" top spud. #5320.114 white solid moltex plastic open front seat with stainless steel check hinge and no cover. Sloan #110Y0, lever handle, screwdriver stop, vacuum breaker, wall flange, spud flange, screwed brass chrome plated nipple and rubber bumper. American Standard #4020.012 bolt caps. b. Sink SS -1 American Standard Declyn F- 321 -60 19" x 17 ", with wall hanger. Cap hot water. -74- 1 .0 t ' f/ THE TRAVELERS Certificate of Insurance This is to certify that policies of insurance as described below have been issued to the insured named below and are in force at this time. If such policies are canceled or changed during the periods of coverage as stated herein, in such a manner as to affect this certificate, 10 days written notice will be mailed to the party designated below for whom this certificate is issued. 1, Name :uid address n( party to whom this certificate is issued 2. Name and address of insured CITY OF NEWPORT BEACH TAYMECH CORPORATION CITY HALL P. O. BOX 11546 3300 WEST NEWPORT BLVD. SANTA ANA, CALIF. 92711 NEWPORT BEACH, CALIF. L J 3. Location of operations to which this certificate applies WITHIN THE STATE OF CALIFORNIA 4. Coverages For Which Insurance is Afforded Limits of Liability Workmen's Compensation and Employers' Liability in the state named in item 3 hereof Bodily Injury Liability__ _ — except automobile eluding Protective Property Damage Liability — except automobile _.— cludine Protective Bodily Injury Liability — automobile Com pe nea t ion —Sta t it tore 000 each person 000 each occurrence 000 aggregatet tCompleted Operation and Products only g 000 each occurrence 000 aggregate Property Damage Liability — automobile Ic 000 each person 000 each accident 000 each occurrence 000 each accident 000 each occurrence i Policy Number Policy Period" DKUB 4849287 112/15/72 -73 Liability (Bodily Injury and $ 500 .000eachoceurrence 650- 865307 —IND 12/15/72 to Property Damage) $ 500 ,000aggregate Cancella't.l On $ ; 000 each occurrence Catastrophe or Excess $ , 000 each aggregate $ , 000 deductible amt. I 'Absence of an entrp in these spaces memo that insurance is not afforded with respect to the coverages opposite thereto. _ "Policy is effective and expires at 12:01 A.M., standard time at the address of the named insured as stated herein_ Description of Operations, or Automobiles to which the policy applies: IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFIC REFERS MAY NOT BE CANCELLED, 14ATERIALLY CHANGED, NOR THE POLICY ALLOWED T LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRIT NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE. The insurance afforded is subject toad of the terms of the policy, including endorsements, applicable thereto. Producer— __T?_RED.�. -$.,.— TAME$ —& CO ------- Of6ce_1,OS_ AN(:F_ T MG CAL Date ti /l 9 /7 3/. J EQUITABLE FIRE AND MARINE INSURANCE COMPANY THE TRAVELERS INSURANCE COMPANY THE TRAVELERS INDEMNITY COild PANY By THE CHARTER OAK FIRE INSURANCE COMPANY �z Serretany, Casualty- Property Department By LL✓.�.�� C-5918 Rev. 7 -65 cavrt¢o �N ms,n. 371 Secretary, Casualty- Property Department CERTIFICATE OF INSURANCE ® American Home Assurance Company ❑ The Insurance Company of the State of Pennsylvania 102 Maiden Lane, New York, N. Y. 10005 This is to certify that the insurance; policy specified below has been issued to the insured named herein and that, subject to their provisions, exclusions and conditions, such policies afford the coverages indicated insofar as such coverages apply to the occupation or business of the Named Insured as stated: INSURED: TAYMECH CORPORATION ADDRESS: BOX 11546, SANTA ANA, CALIFORNIA 92711 BUSINESS: PUMPING PLANT AND 36" PIPELINE COVERAGE: UMBRELLA LIABILITY Policy Number Effective Date Expiration Date Limit of Liability BE 337 35 26 12 -15 -72 12 -15 -73 $2,000,000 EXCESS OF THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, ALTERS OR EXTENDS THE COVERAGE AFFORDED BY POLICY NUMBER BE 337 35 26 ISSUED BY AMERICAN HOME ASSURANCE COMPANY. IT IS HEREBY UNDERST00 AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NO THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH OR CITY HALL, NEWPORT EXCESS OF BEACH, CALIFORNIA, OF $ 10,000 ultimate net loss in respect of each occurrence not covered by underlying but applicable to umbrella liability only. REGISTERED WRITTEN This Certificate of Insurance is issued as a matter of information only to: NOTICE OF SUCH CANCEL- LATION OR REDUCTION IN NAME: CITY OF NEWPORT REACH, (:TTY HALT. COVERAGE. ADDRESS: 3300 WESZ n1FWPQR _RI-Vn JOB: SPYGLASS HILL PUMPING STATION ZONE 5, CONTRACT NEWPORT BRACH CALIF- #1488 Dated at LOS ANGELES, CALIF. this 19 of JUNE tg 73 Form 2541 Coverage Underlying Limits A. Bodily Injury $ Each Person Automobile $ Each Accident or Occurrence B. Bodily Injury $ Each Person Except Automobile $ Each Accident or Occurrence $ Aggriegate Products C. Property Damage $ Automobile Each Accident or Occurrence D. Property Damage $ Each Accident or Occurrence Except Automobile $ Aggregate Operations $ Aggregate Protective $ Aggregate Products $ Aggregate Contractual E. Combined Single Limit Bodily Injury $ 500 000 Each Accident or Occurrence and /or Property Damage F. Employers Liability, $ Coverage "B" THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, ALTERS OR EXTENDS THE COVERAGE AFFORDED BY POLICY NUMBER BE 337 35 26 ISSUED BY AMERICAN HOME ASSURANCE COMPANY. IT IS HEREBY UNDERST00 AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NO THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH OR CITY HALL, NEWPORT EXCESS OF BEACH, CALIFORNIA, OF $ 10,000 ultimate net loss in respect of each occurrence not covered by underlying but applicable to umbrella liability only. REGISTERED WRITTEN This Certificate of Insurance is issued as a matter of information only to: NOTICE OF SUCH CANCEL- LATION OR REDUCTION IN NAME: CITY OF NEWPORT REACH, (:TTY HALT. COVERAGE. ADDRESS: 3300 WESZ n1FWPQR _RI-Vn JOB: SPYGLASS HILL PUMPING STATION ZONE 5, CONTRACT NEWPORT BRACH CALIF- #1488 Dated at LOS ANGELES, CALIF. this 19 of JUNE tg 73 Form 2541 RESOLUTION NO. " I '� A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR CONSTRUCTION OF SPYGLASS HILL PUMP STATION, ZONE V, Contract No. 1488 WHEREAS, pursuant to the notice inviting bids for work in connection with the construction of Spyglass Hill Pump Station, Zone V, in accordance with the plans and specifications heretofore adopted, bids were received on the 30th day of May, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Taymech Corporation; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Taymech Corporation for the work in the amount of $100,854.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 11th day of June , 1973. Mayor ATTEST: City Clerk DON:sh 6/8/73 a 1 T CONTRACT NO. 1488 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR SPYGLASS HILL PUMPING STATION (ZONE V) APPROVED BY THE CITY COUNCIL THIS 7th DAY OF May, 1973 LAURA LAGIOS CITY CLERK 0 SUBMITTED BY: TAYMECH CORPORATION Contractor -7, 11S 2134 SOUTH GRAND AVE. Address 11�ql SANTA ANA, CALIF. 92705 City State Zip 714/540 -8755 Telephone vaele'ry. PS3 , 0 TOTAL BID ICE ' • f CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT May 23, 1973 SPYGLASS HILL PUMPING STATION (ZONE V) CONTRACT NO. 1488 ADDENDUM NO. 1 Make the following revisions to Sheet 5 (Electrical) of the Plans: Lighting and Power Plan - Detail 1 Conduit from transformer to main switchboard and motor control center should be "4" C.O." instead of "3" C.O." (See single line diagram - Detail A). Single Line Diagram - Detail A Power supply for Motor Control Center should be "48OV, 3 phase, 3W, 400 AMP BUS 18,000 AIC" instead of "480/277V, 3 phase, 4W, 400 AMP BUS 18,000 AIC ". Show date of receipt of this addendum on the proposal or insert a copy with your proposal. 5Benj B. Nolan Assistant Public Works Director CONTRACTOR: TAYMEC ORPORATI013 -- AUTHORIZED SIGNATURE W. D. Ta or DATE RECEIVED: /✓lgy 137 3 ' • 1 a Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 30 day of May , 1973 , at which time they will be opened and read, for performing work as follows: PUMPING STATION SPYGLASS HILL (ZONE V) CONTRACT NO.1488 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case v of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for.any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 252180 Classification A Accompanying this proposal is BID BOND Cash, Certified Check, Cashiers Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714/540 -8755 hone Number F 30, 1973 TAYMECA ORPORATION Bidders Na = - (SE AE Authorized- Signat01� W. D.-- VAYLOR' Authorized Signature CORPORATION Type of Orgam nation (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: W. D. Taylor - President /Mgr. M. L. Showalter - Sec /Treas. -1 0 DESIGNATION OF SUB- CONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these,sub- contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 2. A0 9"/ Z i%EA.yGE 3. //%ASv N/Z 1 V"'k /JeX CYO2E�515 4•_ST7TUCCO �VA�NE/Z �ANTll S�NA 5.y/ yy,UT /.✓d �J&P4- wl0216fJr/Nb CH,G'SdN j 6._ L-GEG%,e /C F1 Z_ /2AAIDI.0 X 1k3T �iIYVgL hiiLL 7. 8. 9. 10. 11. 12.. TAYMECH CORPORATION.` er s N4pe Authorized nature-. W. D. YLOR CORPORATION Type of rganizat on (Individual, Co- partnership or Corp) 2134 SOUTH GRAND AVE., SANTA ANA, CALIF. 92705 Address ,w. • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL Y KNOW ALL MEN BY THESE PRESENTS, That we, and as Principal, as Surety, are held i and firmly b ound unto theClity of Newport Beach, California, in the sum ofTy� e�ofei� Of 14e. �Dollars ($ lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above above boouunden principal for the construction of IVC /SS /1 /G /hl.vl�070 �7Cc' /�dLi rzod,e v in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this c day of Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) low �. i_I or -_ STATE OR COMMONWEALTH COUNTY OR CITY ATTORNEY -IN -FACT AFFIDAVIT OF ... CAL IF ORN I A LOS ANGELES ss: Before me, a Notary Public, personally came BENTON L. CROWELL ----_----_---------_------------------------------ ----------- -------------- - - - -_. known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. -- -- day of - -- - - - -- May - - - - -- -- - - - - -, 19 13. Given under m hand and � Y S. f:,, r - Notary Publ My Commission expires t\ ,� t . r U. s u0ooly Jvd.876 IB -67) \�� My Larnrnisson I xves Jan. 21,1975 "" Y I% 0 NON- COLLUSION AFFIDAVIT Page 5 . The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any 'public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any: person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 30th day of May , 19 73 . My commission expires: Nov. 15, 1976 W. D. Tar •e•e•eee•e•••e•e•eao•9ooeae•eo • OFFICIAL SEAL e MARY L. SHMALTER e & PUBLIC— CALIFORNIA a • 3°e" PRINCIPAL OFFICE IN e • ORANGE COUNTY • My Commission Expires Nov 15, 1976 - rotary Public Y STATEMENT OF FINANCIAL RESPONSIBILITY A - Page 6 The.undersigned submits herewith a statement of his.financial responsibility. Refer to Union Bank, "LaVeta & Main Streets, Orange, Calif. If we are the successful bidder, we will furnish our Certified Financial Statement for fiscal year ending 1/31/73. Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1973 Santa Rosa Ranches Water Co. R. Hall 676 -2141 1972 'Rancho Calif. Water Co. S. Wilkinson 676 -2141 1971 Crestline -Lake Arrowhead Wtr.Dist. R. Massey 338 -1779 Me, ooNCE S3 -1 z-- . . .. 1971 Univ. of Calif. -San Diego 4. &WjAOK- • 0 0 PR 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PUMPING STATION SPYGLASS HILL ZONE V) CONTRACT NO. 1488 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete Contract No. 1488 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS TOTAL PRICE 1. Lump Sum Construct Zone V Pumping Station, a meter vault, a retaining wall and other incidental items of work. [G TOTAL PRICE WRITTEN IN WORDS: C/(/C /IUAlsOR4fQ w ci Dollars / / and A i/A/&Ct5D�.�r_� a),Z Me CEVi ents DATE May 30, 1973 TAYMECH Bidder s Jam CONTRACTOR'S LICENSE NO. 252180 CONTRACTOR'S ADDRESS 2134 South Grand Ave., Santa Ana TELEPHONE NO. 714/540 -8755 Dollars and $ /oo -,ksy-O $ Ice PORATION gnature D Taylor 92705 0 0 INDEX SPECIAL PROVISIONS CONTRACT NO. 1488 SECTION PAGE I. SCOPE OF WORK 1 II. TIME OF COMPLETION OF WORK 1 III. SHOP DRAWINGS 2 -4 IV. CONSTRUCTION SURVEY STAKING 4 V. TRENCH SAFETY 4 VI. WORK AREA 5 VII. PAVEMENT 5 VIII. GUARANTEE 5 -6 IX. EARTHWORK 6-7 X. CONCRETE 7 XI. PIPING MATERIALS 7 11.1 GENERAL 7 11.2 -1 STEEL PIPE AND SPECIALS 8 11.2 -2 EXPOSED STEEL PIPE 8 11.2 -3 BURIED STEEL PIPE 8 11.2 -4 MORTAR LINING AND COATING 8 11.2 -5 WELDING 9 11.3 CAST IRON PIPE AND FITTINGS 9 11.4 FLANGES 9 11.5 FLEXIBLE COUPLINGS 9 11.6 REDUCING FLEXIBLE COUPLINGS 9 -10 • SECTION PAGE 11.7 VICTAULIC COUPLINGS 10 11.8 GASKETS AND BOLTS 10 11.9 COPPER PIPE & FITTINGS 10 11.10 PROTECTIVE COATINGS 11 11.11 POLYVINYLCHLORIDE (PVC) PIPE AND FITTINGS 11 XII. VALVES 11 12.1 GENERAL 11-12 12.2 GATE VALVES 12 12.3 VALVE BOX 12 12.4 NEEDLE VALVES 12 12.5 AIR RELEASE AND VACUUM VALVES 12 12.6 PRESSURE RELIEF VALVES 12 -13 12.7 SURGE CONTROL VALVE 13 12.8 CHECK VALVE WITH DUAL SPEED CONTROL 14 12.9 COMBINATION PRESSURE REDUCING AND CHECK VALVE 14 -15 12.10 VALVE POSITION INDICATORS 15 12.11 VALVE AND STEM COATINGS 15 12.12 SWING CHECK VALVE 15 12.13 AIR RELEASE VALVES 15 XIII. (DELETED) XIV. TURBINE PUMPS AND MOTORS 16 14.1 GENERAL 16 14.2 PERFORMANCE 16 -17 14.3 MOTOR AND PUMP HEAD 17 -19 14.4 DISCHARGE COLUMN ASSEMBLY 19 14.5 PUMP ASSEMBLY 19 14.6 CONTRACTOR SUBMITTAL 20 14.7 PUMP MANUFACTURERS 20 XV. PUMP CONTROLS 21 -22 XVI. PRESSURE TRANSMITTER, RECORDER RECEIVER 23 XVII. FLOWMETER 23 XVIII. PUMP "RUN" - "OFF" INDICATION LIGHTS 24 XIX. TESTING 25 XX. DISINFECTION 25 XXI. PUMPING STATION TEST 25 XXII. ELECTRICAL 26 22.1 GENERAL 26 22.2 CODES AND STANDARDS 26 22.3 MATERIALS 26 -27 SECTION i XXII. ELECTRICAL (CONTINUED) 22.4 CONDUIT AND FITTINGS 22.5 JUNCTION BOXES 22.6 PULLBOXES 22.7 WIRE AND CABLE 22.8 MOTOR CONTROL CENTER 22.8 -1 ENCLOSURE 22.8 -2 POWER SECTION 22.8 -3 NAMEPLATES 22.9 -1 LIGHTING FIXTURES 22.9 -2 BALLASTS 22.9 -3 LAMPS 22.10 GROUND RODS 22.11 LOCAL SWITCHES 22.12 OUTLET BOXES 22.12 -1 OUTLET BOXES 22.12 -2 WALL OUTLETS 22.12 -3 OUTLET PLATES XXIII. TELEMETRY %til XXV 0 PAGE 27 -28 28 28 29 -30 30 30 -31 31 -33 33 33 33 -34 34 34 34 34 34 34 34 -35 35 23.1 GENERAL 35 23.2 SYSTEM DESCRIPTION 35 23.3 INSTALLATION AND CHECK OUT 35 -36 23.4 FINAL ACCEPTANCE TESTS 36 23.5 SHOP DRAWINGS AND MANUALS 36 23.6 TONE TELEMETERING EQUIPMENT 37 -38 23.6 -1 TONE TRANSMITTER 38 23.6 -2 TONE RECEIVER 39 23.7 TELEMETRY CABLE 39 EXECUTION OF ELECTRICAL WORK 39 24.1 DIMENSIONS 39 24.2 TEMPORARY ELECTRICAL SERVICE 39 -40 24.3 PERMANENT ELECTRICAL SERVICE 40 24.4 INSTALLATION OF MATERIALS AND EQUIPMENT 40 24.5 -1 -5 CONDUIT INSTALLATIONS 41 -42 24.5 -6 PULLBOXES 42 24.5 -7 WIRE AND CABLE 43 A. INSTALLATION OF 600 VOLT CONDUCTORS 43 -44 VENTILATION SYSTEM 44 25.1 GENERAL 44 25.2 EQUIPMENT AND MATERIALS 44 25.2 -1 FAN 44 25.2 -2 MOTORIZED SUPPLY SHUTTER 44 25.2 -3 INSTALLATION 45 v SECTION • • XXVI. PAINTING 26.1 GENERAL 26.2 PAINTING SCHEDULE 26.3 MOTORS AND CONTROLLER CABINETS 26.4 GALVANIZED SURFACES 26.5 MATERIALS 26.6 THINNING 26.7 APPLICATION PAGE 46 46 46 46 46 -47 47 47 47 5 SECTION XXVII. 0 0 ARCHITECTURAL 0. GENERAL CONDITIONS: SEE SECTION I 1. GENERAL REQUIREMENTS: SEE SECTION I 2. SITE WORK: SEE SECTION VI 3. CONCRETE: SEE SECTION X 4. MASONRY 0400. MASONRY WORK 5. METALS 0510. STRUCTURAL STEEL 0550. MISCELLANEOUS METAL 6. CARPENTRY 0610. ROUGH CARPENTRY 0620. FINISH CARPENTRY 0622. MILLWORK 7. MOISTURE PROTECTION 0730. SHINGLES, ROOFING TILES 0750. MEMBRANE ROOFING 0760. SHEET METAL WORK 8. DOORS, WINDOWS AND GLASS 0820. WOOD DOORS 0870. FINISH HARDWARE 0885. GLASS AND GLAZING 9. FINISH 0910. LATH AND PLASTER 0930. TILE WORK 0990. PAINTING 10. SPECIALTIES: DOES NOT APPLY 11. EQUIPMENT: DOES NOT APPLY 12. FURNISHINGS: DOES NOT APPLY 13. SPECIAL CONSTRUCTION: DOES NOT APPLY 14. CONVEYING SYSTEMS: DOES NOT APPLY ,r PAGE 48 48 -52 53 53 53 54 54 -55 55 -56 56 57 57 58 -59 59 A 60 60 -61 61 62 62 -63 63 -64 64 -65 SECTION PAGE 15. PLUMBING 66 1501. GENERAL 66 1502. PLUMBING SYSTEMS, GENERAL REQUIREMENTS 67 -71 1503. SANITARY WASTE AND VENT PIPING SYSTEM 71 -73 1504. DOMESTIC WATER SYSTEM: SEE SECTION XI 1506. FIXTURES 73 -74 16. ELECTRICAL: SEE SECTION XXII Y 0 • SECTION I EYd�17�iT�!UL77 The work to be done under this contract consists of construction of a water pumping station, a meter vault, a retaining wall, and other incidental items of work. The work to be done under this contract is located on the southerly corner of the intersection of Torrey Pines Drive and Morro Bay Drive, and at the Big Canyon Reservoir site in the City of Newport Beach. The Contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. W- 5095 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition with 1971 and 1972 Supplements. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00. SECTION II TIME OF COMPLETION OF THE WORK The Contractor shall diligently prosecute the work to completion within: 130 consecutive calendar days from date of Contract award. -1- 1 0 0 SECTION III SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES 3.1 GENERAL. The Contractor shall furnish to the Engineer such working drawings, data on materials, and equipment and samples as are required for the proper control of the work, including but not limited to those working drawings, data and samples specifically required elsewhere in the specifications and in the drawings. All working drawings,.data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. 3.2 SHOP DRAWINGS AND DATA DEFINED. Working drawings include without limitation, shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel reinforcement and similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. 3.3 REVIEW AND REVISION. The Contractor shall furnish to the Engineer for review three prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The -2- 6 0 shop drawings shall be submitted at least 30 calendar days before drawings i will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required and the Contractor shall immediately submit four additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORREC- TIONS NOTED," formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT," the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT," the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revision indicated on shop drawings shall be considered as changes necessary to meet the requirments of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said -3- Ll drawings by the Engineer shall apply to general design only and shall in no `• way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. SECTION IV CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be done under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the lump sum price bid and no additional allowance will be made therefor. SECTION V TRENCH SAFETY In conformance with Section 6422 and 6424, the Labor Code and applicable sections of the Construction Safety Orders of the State of Calif- ornia, a detailed plan showing the design of shoring, bracing, and /or sloping of all trenches 5 feet deep or deeper, must be submitted for the agency's review and approval prior to commencing any such trenching operations. If the submitted plan varies from the standards established by the State Construc- tion Safety Orders, the plan shall be prepared by a registered civil or structural engineer. SECTION VI WORK AREA i The proposed pumping station site is within a subdivision that is currently under construction. The grading and adjacent street improvements shown on the plans may not be completed prior to the advertising for bids for this project. The Contractor shall coordinate his operations with those of the subdivision improvement contractors in accordance with the provisions of Section 7 -7 of the Standard Specifications. Construction water will be available from the fire hydrant located near the intersection of E1 Capitan Drive and Cambria Drive. The Contractor shall apply to the City Water Department for the purchase of water from this hydrant. The Contractor shall confine all of his operations to the pumping station site and to the designated area immediately adjacent to the site. Material storage will be allowed only in those areas so designated on the plans. Equipment and vehicular parking will be allowed only in those areas which will not affect the operation of other contractors working in the area. SECTION VII PAYMENT Payment for incidental items of work not separately provided for in the proposal shall be included in the bid price for other related items of work. SECTION VIII GUARANTEE The Contractor shall guarantee for period of one year, after -5- It i 0 acceptance of the work by the City Council, all materials and all workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. All equipment or material warranties in excess of one year shall be delivered to the City. Attention is also directed to Section XXVII - 0750. SECTION IX EARTHWORK The earthwork shall be in accordance with applicable portions of Section 300 of Standard Specifications, except as modified herein. Earthwork shall consist of performing operations necessary to complete all excavation, embankment, preparation of subgrade, ditching, structural excavation, trenching, backfill, sloping, trimming the subgrade and finish grading; all as shown on the plans or contained in the specifications. The Contractor shall furnish all labor, material, tools, and equipment necessary for earthwork operations and perform all incidental work thereto which may be required. Earthwork shall include all clearing and grubbing, removal of water, excavation of all classes of earth and rock regardless of character and subsurface conditions and disposal of all excess excavation. Fill shall be compacted throughout to at least 90% of the maximum dry density as determined by the modified (three layers) ASTM D- 1557 -70; with the 5 -layer test to be used in buttress fills when required by the soils engin- eer. The soils engineer shall certify that the required inspections and tests have been performed and that such tests comply with the code. All trench backfills in slopes or level areas of private or public property or trench backfills in public property where private property structures or slopes bear on them for support shall be compacted to at least -6- 0 90% of the maximum dry density using the ASTM D- 1557 -77 modified to use three layers in lieu of five layers. The soils engineer shall certify that all such trench backfills have been inspected and tested and that such tests comply with the code and shall give his opinion on the stability of such backfills. The Contractor shall construct and maintain all necessary temporary drainage channels and /or other temporary diversions and protective works, shall furnish all materials therefore and shall furnish and install, maintain and operate all necessary pumping and other equipment for dewatering for the various parts of the work. Ponding and jetting will not be permitted underneath concrete slab areas. SECTION X CONCRETE Concrete construction shall comply with the requirements of the Standard Specifications. Concrete shall be Class 564 -C -3000 unless otherwise specified, and shall be finished as specified in applicable sections of Section 303 of the Standard Specifications. SECTION XI PIPING MATERIALS 11.1 GENERAL. The Contractor shall furnish and install all pipe, fittings, valves and specials in the locations and of the materials shown on the plans or as specified herein, including all joint material, pipe hangers and supports, tools and equipment necessary for the installation testing and operation of the complete piping system as shown on the plans. All piping materials shall conform to the applicable portions of Section 207 of the -7- i ! ! Standard Specifications except as modified herein. 11.2 -1 STEEL PIPE AND SPECIALS. All steel pipe shall conform with ASTM Designation A -120, and applicable portions of the Standard Specifications, and have a minimum cylinder wall thickness of 3/16 ". Pipe, fittings, and specials shall be shop fabricated. Field welding will not be permitted except for closing pieces. 11.2 -2 EXPOSED STEEL PIPE. All exposed steel pipe, whether inside the building or outside, shall be mortar lined and conform to Section 207 -10 of the Standard Specifications, and shall be fabricated so that the inside diameter of the mortar lining is equal to the nominal size of the pipe. The ends of the pipe to be joined by welding shall be furnished with standard bevel for welding. The exterior surface of the pipe shall be painted as specified herein- after. Joints and special sections shall be as indicated on the plans. 11.2 -3 BURIED STEEL PIPE. All buried steel pipe shall be mortar lined and coated and conform to Section 207 -10 of the Standard Specifications. Field welded joints shall be lapped joints or plain ends fitted with butt straps. Piping, fittings, and specials shall be shop fabricated accurately to the lengths or sizes required. The number of field welded joints shall be held to a minimum by shop fabricating sections in as long lengths as can be conveniently hauled to the job site. 11.2 -4 MORTAR LINING AND COATING. Cement mortar lining and coating shall conform to Section 207- 10.4.1 of the Standard Specifications. in it 0 ! 11.2 -5 WELDING. All field welding shall be performed by welders ' qualified for this contract under the requirements of the American Welding Society (AWS) and in accordance with the Standard Specifica- tions for field welding of steel water pipe (AWWA C- 206 -62). The cost of qualifying the welders shall be borne by the Contractor. 11.3 CAST IRON PIPE AND FITTINGS. Cast iron pipe and fittings shall be mortar lined as specified in the Standard Specifications. Cast iron pipe shall be centrifugally cast conforming to Section 207 -9.2.3 of the Standard Specifications. Pipe shall be class 150 unless otherwise indicated. Cast iron fittings shall conform to Section 207 -9.9 of the Standard Specifications, and shall be for a working pressure of 150 psi, unless otherwise indicated. 11.4 FLANGES. Flanges for steel pipe shall be forged steel class 150 and conform to AWWA C -207. Where slip -on type flanges are used, they shall be attached to the pipe by two circumferential welds. Flanges shall be oriented so that bolt holes straddle centerline in accord- ance with standard practice. Flanges for cast iron fittings shall conform with ANSI B 16.1, Class 125. 11.5 FLEXIBLE COUPLINGS. Joints for which flexible couplings are specified or used shall be made using Baker Series 236 and 228, epoxy lined Gaskets shall be plain rubber gaskets. Threads on bolts or compression collars shall be lubricated with suitable thread before assembling the couplings. 11.6 REDUCING FLEXIBLE COUPLING. Joints for which reducing flexible couplings are specified or used shall be made with Baker Series 240, -9- • epoxy lined. Gaskets shall be plain rubber gaskets. Threads on bolts or compression collars shall be lubricated with suitable thread lubricant before assembling the couplings. 11.7 VICTAULIC COUPLINGS. Joints for which Victaulic couplings are specified or used shall be made using Victaulic Style 44 as manu- factured by the Victaulic Corporation of America. Ends of pipe to be joined by mechanical couplers shall be furnished with Type C collars suitable for use with Style 44 couplers. 11.8 GASKETS AND BOLTS. Except as otherwise provided, gaskets for flanged joints shall be full face and cut from 1/16" thick rubber, laminated asbestos fiber, or granite. Wherever blind flanges are shown, the gasket shall consist of 1/16" thick cloth - inserted rubber sheet which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. Bolts for above - ground flange joints shall conform to the requirements of the "Specifications for Low Carbon Steel Externally and Internally Threaded Standard Fasteners," Grade B (ASTM Designa- tion A307). Bolts will have a minimum tensile strength of 55,000 psi. All buried bolts and nuts shall be Type 18 -8 Stainless Steel. 11.9 COPPER PIPE AND FITTINGS. Copper pipe shall be Type "K" soft copper tubing. Fittings shall be brass flared tube fittings as required or solder -joint fittings designed for 150 psi working pressure. Solder shall consist of 95% tin and 5% lead or pure silver solder. Bends shall be made with suitable bending tool to avoid flattening. The I . specified size shall be the inside diameter of the pipe. Pipe shall conform to ASA Specifications H23.1 (ASTM B- 99 -49). -10- 0 0 11.10 PROTECTIVE COATINGS. The exterior surface of all buried valves, couplings, flanged joints, and other buried items which are not mortar coated for cast iron pipe and fittings shall be thoroughly cleaned and given two coats of EC -244 as manufactured by Minnesota Mining and Manufacturing Company. The coating shall be applied strictly in accordance with the manufacturer's recommendations. After drying, the coating shall have a minimum thickness of 1/8 inch. 11.11 POLYVINYLCHLORIDE (PVC) PIPE AND FITTINGS. PVC pipe shall be made from all new, rigid, unplasticized polyvinylchloride and shall be normal impact (Type 1) schedule 40, unless otherwise designated. Fittings shall be of the same material as the pipe. Unless otherwise shown or specified, all joints shall be solvent- welded in accordance with the manufacturer's instructions. SECTION XII VALVES 12.1 GENERAL. The Contractor shall furnish and install all valves in the locations shown on the plans. The position of each valve shall be as indicated. All valves shall be new and of current manufacture. Valves shall be of the same sizes shown on the plans or the same size as the pipeline. All gate valves shall be nonrising stem, counterclockwise opening. Exposed valves are to have hand -wheel operators. Buried valves and exposed valves in below -floor pipe galleries shall have operating nuts and "T- wrench." Buried valves shall have valve boxes. -11- 12.2 12.3 12.4 12.5 12.6 0 0 Valves shall have flanged connector ends or screwed as shown on the plans. The flanges and valves' bodies shall be designed for water working pressure of 175 psi, unless otherwise indicated. The flanges shall be faced and drilled to conform with ANSI B 16.1, Class 125. Each valve body shall be tested under test pressure equal to twice its design water working pressure. The operation of all valves shall be checked prior to their installation in the line. GATE VALVES. Gate valves three inches and larger shall conform to the requirements of Section 207 -14 of the Standard Special Provisions. Hand wheels shall be provided where indicated. Gate valves having a 1" line size shall be bronze, 150 psi working pressure, screwed ends, solid wedge disc and non - rising stem, similar to Crane Company #438. VALVE BOX. All valve box covers shall conform to Std -510 -L of the Standard Specifications. NEEDLE VALVES. A brass needle valve to permit damping of the pressure signal shall be installed on the pressure tap where indicated and shall be Bristol No. 7297. AIR RELEASE AND VACUUM VALVES. Air release and vacuum valves shall have cast iron bodies, bronze internal parts, and stainless steel floats. The valves shall be of the size indicated as manufactured by APCO, Model No. 143 -C. PRESSURE RELIEF VALVES. The pressure relief valves shall be designed to maintain constant upstream pressure by bypassing or relieving excess pressure, and shall maintain close pressure limits without causing surges. The main valve shall be the hydraulically -12- 11 0 operated, pilot - controlled, diaphragm type and shall have a single removable seat and resilient disc. The pilot control shall be a direct acting, adjustable, spring- loaded diaphragm valve designed to permit flow when controlling pressure exceeds spring setting. The pilot control system shall operate so that as excess line pressure is dissipated, the main valves are gradually closed to a positive drip -type seating. The valves shall be Clayton 50 Series. The interior surfaces of the valve bodies shall be epoxy coated and the stems shall be supplied with plastic sleeves. The pattern and pressure ranges for the various valves shall be as follows: 1. Suction line relief valve, 4" size. Angle pattern flanged ends with Pressure Range 2 -75 PSI Clayton 5OA- OIBKCG 2. Discharge line relief Bypass, 4" size. Angle pattern flanged ends with Pressure Range 2 -200 PSI Clayton 50A- 01BKCG 12.7 SURGE CONTROL VALVE. The 3" discharge line surge control valve shall be designed to open on a negative pressure wave. The main valve shall be hydraulically- operated, pilot - controlled, diaphragm type and shall have a single removable seat and resilient disc. The pilot control shall be a direct acting, adjustable, spring - loaded diaphragm valve. The pilot control system shall operate so that as excess line surges are dissipated, the main valve is gradually closed to a positive drip -type seating. The valve shall be an angle pattern, and the interior surface of the valve body shall be epoxy coated, the stem shall be supplied with a plastic sleeve, the ends shall be flanged. High pressure setting shall be 2.020OPSI, and the low pressure setting shall be 0 -75 PSI. -13- 0 i The valve shall be a Clayton 2052 J Series. 12.8 CHECK VALVE WITH DUAL SPEED CONTROL. The check valve with dual speed control shall be installed on the discharge side of Pump No. 1. The valve shall be designed to open to permit flow when inlet pressure is greater than discharge pressure. When the discharge pressure is greater, the valve will close tightly to prevent return flow. The valve shall be diaphragm actuated and hydraulically operated by line pressure. The valve shall be spring loaded, single seat, globe type having a renewable seat ring and flanged ends. The valve shall contain auxiliary controls which permit adjustment of the opening and closing speeds. The valve shall have a pressure rating of 175 psi. The interior surfaces of the valve body shall be epoxy coated. The valve shall be Clayton 81 C. 12.9 COMBINATION PRESSURE REDUCING AND CHECK VALVE. The 8" combination pressure reducing and check valves shall be installed on the discharge side of Pumps No. 2 and No. 3. The valves shall be designed to maintain a constant downstream pressure regardless of fluctuating demand and shall positively close tight when a pressure reversal occurs. These shall be hydraulically- operated, pilot - controlled, diaphragm type globe valves. The main valve shall have a single removable seat and a resilient disc. The pilot control shall be a direct acting, adjustable, spring loaded, normally open diaphragm valve, designed to close when downstream pressure exceeds the spring setting. The valve shall have a pressure rating of 175 pounds, and shall have an adjustment range of 50 -150 psi. There shall be a minimum pressure differential of 2 psi between the inlet and outlet -14- pressures. Interior surfaces of the valve shall be epoxy coated. The valves shall be Clayton 91G01 -ABS. 12.10 VALVE POSITION INDICATORS. All valves specified in sub - sections 12.6, 12.7, 12.8, and 12.9 shall be equipped with position indicators enclosed in a sight glass. 12.11 VALVE AND STEM COATINGS. When specified above, epoxy coatings shall be applied to interior valve body surfaces that have been sand - blasted to white metal. 100% pure epoxy shall be applied to a thickness of 10 -12 mils using the heat fusion process. Plastic stem sleeves where specified shall be "Delrin" as furnished by the Cla -Val Company. 12.12 SWING CHECK VALVE. The swing check valve shall be an Underwriters' horizontal swing, plain type (no outside lever or spring) for buried service. The valve shall have bronze gate rings and seat rings. The gate is hung from stainless steel hinge pins with heavy solid bronze hinges. The ends shall be flanged and the cover shall be marked U.E.I. 12.13 AIR RELEASE VALVE. Air release valves shall have cast iron bodies, bronze internal parts, and stainless steel floats. The valves shall be of the size indicated as manufactured by APCO, Model No. 75. -15- 9 2. Suction Head: MINIMUM: NORMAL: 3. Pumping Head: MINIMUM: NORMAL: 4. Total Pumping Head: MAXIMUM NORMAL: 5. Capacity of Pumps: Total Pumping Head - MAXIMUM Total Pumping Head - NORMAL: 0 3 STAGE 4 STAGE 3.6 feet 3.6 feet 17 feet 17 feet 159 feet 238 feet 159 feet 252 feet 155.4 feet 262.4 feet 142 feet 235 feet 640 gpm 600 gpm 686 gpm 750 gpm The total pumping head does not include losses in the pump which must be allowed by the Manufacturer. The maximum efficiency of the pumping units shall be attained at a point on the pump head - capacity curve slightly to the left of the point designated above for the normal operating condition. The efficiency of the pumping units shall be as high as correct design and good engineering will permit. five certified copies of the pump curves for each unit shall be submitted to the Engineer. 14.3 MOTOR AND PUMP HEAD. The motor and pump head shall be of the unit drive construction. The thrust bearing shall have ample capacity to carry the weight of all the rotating parts plus the hydraulic thrust of the pump impellers and have an ample safety factor. This factor should be based on an average life expectancy of 5 years operation at 24 hours per day. Motors shall be constructed in accordance with the latest applicable NEMA, IEEE, and ASA Standards and shall be designed and selected for the specific purpose, application and load requirement. Motors are to be provided by the supplier of the driven equipment and are to be -17- compatible with the electrical characteristics and physical locations shown on the plans. Shop drawing submittals shall include outline dimension drawings, description of the electrical insulation system, description of the mechanical construction and the following electrical data; rated rpm, horsepower, voltage, full -load amperes power factor and efficiency and the starting KVA code letter. The supplier shall furnish two copies of a parts list and a Maintenance Manual for each motor furnished. Motors shall be the manufacture of Westinghouse, General Electric, or U. S. Motors. Motors shall be vertical, hollow shaft, high thrust, P Base type rated at 460 volts, three phase. Minimum horsepower ratings are shown on the drawings. The insulation shall be a premium Class "B" nonhygroscopic system. All interior surfaces shall be protected from moisture, abrasion, and fungus by epoxy or similar protective coating. The motor construction shall be WP -1 with a service factor of 1.15, or 1.0 if the load brake horsepower does not exceed 85% of the nameplate rating of the motor design. The fan shall be non - sparking and made of plastic or bronze. The conduit box shall be gasketed cast iron, diagonally split. A neoprene -lead separator gasket shall seal the conduit box and frame. A grounding lug shall be provided. Motor nameplates shall be stainless steel with embossed lettering and stainless steel fastening pins. The motors shall be dynamically balanced to .001 inches, peak to peak. A base of fabricated steel shall be provided for mounting the motor, and with a discharge elbow having above- ground flanged discharge outlet. The flanged discharge outlet for the No. 1 pump shall be 8" diameter, and for the Nos. 2 & 3 pumps, MR 0 0 8" diameter. The flanges shall be faced and drilled to conform with y ANSI B 16.1 Class 125. The pump bases shall have a suitable flange and gasket such that a watertight connection is formed between the pump base and the pump can. A 1" NPT tap shall be provided in each base at a location that will permit venting of the space between the pump column and the pump can. 14.4 DISCHARGE COLUMN ASSEMBLY. The total length of the discharge column shall be such that the pump is set at the depth indicated on the drawings. The column pipe shall be not less than 5" inside diameter for the No. 1 pump, and 8" inside diameter for the No. 2 and 3 pumps. The line shafting shall be turned, ground, and polished precision shafting of ample size to operate the pump without distortion or vibration. The shaft shall be two piece and sealed in the discharge head with a mechanical type seal. 14.5 PUMP ASSEMBLY. The pump bowl shall be of close - grained cast iron having a minimum tensile strength of 30,000 pounds per square inch, free from blowholes, sandholes, and all other faults; and shall be accurately machined and fitted to close dimensions. The impeller shaft shall be of 410 stainless steel. No so- called rustless iron will be considered. The impeller shaft shall be supported by a combination of water - lubricated, fitted rubber and bronze bearings. i -19- 0 Impeller shall be of bronze, accurately machined and finished, and mechanically balanced. It shall be securely fastened to the impeller shaft with a tapered bushing. Each bowl shall have an impeller seal ring of neoprene coated copper to prevent slippage of water between bowl and impeller. The impeller shall be adjustable by means of a nut on top of the motor drive coupling. 14.6 CONTRACTOR SUBMITTAL. The Contractor shall submit three sets of complete dimensional prints, descriptive material, operating and maintenance instructions, and replacement parts list. 14.7 PUMP MANUFACTURERS. All pumps shall be manufactured by the same company. The pumps shall be manufactured by Peerless. -20- 7 SECTION XV Y PUMP CONTROLS An integrated control system shall be furnished and installed as indicated on the drawings. The control system shall be the product of one manufacturer having at least five years' experience in furnishing similar equipment. The control system shall be completed tested and inspected prior to shipment. Complete hydraulic and electrical diagrams, functional description and dimension drawings and descriptive brochures shall be submitted for engineering approval prior to construction. The controls for the program operation of the three pumps shall be pressure actuated consisting of individual bellow pressure sensors of the restricted mechanical movement type, each operating an adjustable switch, Range 0 -80 psi, The pump controller pressure sensing element will operate on system discharge pressure and shall be contained in a single enclosure and mounted in the motor control center cabinet. The set points on each pump control unit shall be adjustable. The pressure sensing element shall be suitable, for a range of 0 -80 PSI. Sensing of the system discharge.-pressure shall be by Autocon Model 176 Mototrol or equal which shall program the operation of the pumps in the following schedule: STEP START STOP RUN GPM 1 1 - 1 0 -260 2 2 - 1, 2 200 -950 3 3 1, 2, 3 900 -1600 Pumps will cut out on reverse order through adjustable time delay relays on ` decrease in system flow. Flow control signal shall be from the flow meter. �! -21- 9 s 0 0 The lead pump will be on the line and run continually to meet system demands. On extremely low demand conditions, water will bypass through the pressure relief bypass valve into the suction line to provide pump cooling. The pump will operate to maintain a minimum pressure of 70 psi in the distribution system. Increase in demand beyond the capacity of the lead pump will initiate the second pump through adjustable time delay relay on the program controller. The pump will operate to meet this requirement, being regulated by its individual pump discharge pressure regulating valve. The third pump will automatically come into operation on failure of either of the lead or second pump in the program sequence or on emergency high demands as determined by low pressure. When the lead pump is in operation and the system pressure remains below 70 psi, the second pump will come into operation through adjustable time delay relay, range 2 to 10 minutes, keeping both pumps on the line. Drop in system demand below 200 GPM through adjustable time delay relay, range 2 to 10 minutes, will stop the second step. The lead pump will then start and continue to run to meet system demand and maintain hydraulic gradient for the system. A pressure operated suction sensing system shall be provided to sense loss of suction pressure and cut pumps off. A drop in suction pressure to 0 PSI will cut off all pumps. The pumps will remain in the off position until the system has been manually reset by the operator. Pressure sensor shall be bellows- operated with restricted mechanical movement and operating adjustable switch through a synchronous motor driven time delay relay. The unit shall be Autocon Model 7223 Pressure Operated Protectrol. A manual alternator selector switch shall be provided to select pump sequence for the two 60 HP pumps. -22- SECTION XVI PRESSURE TRANSMITTER, RECORDER RECEIVER 0 The pressure transmitter shall be contained in a single enclosure and mounted in the motor control center cabinet. This unit shall be a Bristol Model OG534M -14. The pressure recorder receiver shall be contained in a single enclosure and mounted in the main read -out panel at the Big Canyon Reservoir control building. This unit shall be a Bristol Model O1M1M500. SECTION XVII FLOWMETER The flowmeter shall be a propeller type meter with a cast iron flanged full bore tube. The meter shall be designed for a working pressure of 150 psi. The flanges shall be Class 125 drilled and dimensioned in accordance with ANSI B 16.1. The propeller shall be polythene, and the internal mechanism stainless steel. The propeller rotation shall be transmitted through a magnetic drive. The meter shall be a Sparling Model PDS -107. The meter shall be furnished with an indicating transmitter head, Sparling Type 249 -B. The flowmeter indicator - totalizer- recorder shall be mounted in the main read -out panel at the Big Canyon Reservoir control building. The recorder shall operate on 1101120 volt 60 cycle A.C. power supply, have a 30 day strip chart, and a maximum scale of 2500 GPM. The instrument shall be Sparling Type 219 I -T -R "STRIPTOGRAPH." -23- 0 • SECTION XVIII PUMP "RUN - "OFF" INDICATION LIGHTS Separate indication lights shall be included for each pump. The lights shall be installed in the main read -out panel at the Big Canyon Reservoir Control Building. The lights shall contain each a red warning "RUN" lamp and a green warning "OFF" lamp with adjustable dim -glow feature. The "RUN" condition will cause the red warning lamps to indicate at full brilliance. The "OFF" condition will cause the green warning lamps to indicate at full brilliance. The lamps will remain at full brilliance until the indicating condition is changed. Individual indicating stations will be included for each of the following conditions. 1. Pump No. 1 - "RUN" 2. Pump No. 1 - "OFF" 3. Pump No. 2 - "RUN" 4. Pump No. 2 - "OFF" 5. Pump No. 3 - "RUN" 6. Pump No. 3 - "OFF" Each set of lights shall designate which pump the indication reflects by the use of individual nameplates. -24- I; 0 0 SECTION XIX TESTING All piping systems shall be tested in accordance with the requirements of Section 306 - 2.3.10.1 of the City's Standard Specifications. The joints of all underground piping for the pumping station shall be exposed during the test and all visible leakage shall be stopped. SECTION XX DISINFECTION Interior of all pipelines, pumps, valves and fittings shall be disinfected in accordance with Section 306 - 2.3.10.2 of the City's Standard Specifications. 611111111Pi 71 PUMPING STATION TEST When the pumping station has been completed and approved for operation by the Engineer, it shall be tested under actual operating condi- tions. During the test, all control settings shall be adjusted as directed by the Engineer. Water for the test will be furnished by the City. Representa- tives of the pump and control suppliers shall be present as required during testing. -25- 0 SECTION XXII ELECTRICAL 0 22.1 GENERAL. The work covered by this section consists of furnishing all labor, materials, equipment and performing all operations required for complete and operable electrical systems as indicated on the drawings and /or as specified herein. Miscellaneous appurtenances are not necessarily specified or shown on the plans. 22.2 CODES AND STANDARDS. Nothing in these specifications or on the drawings shall be interpreted as permission to violate codes or ordinances. Electrical work shall conform to the latest revisions of the following codes and standards: 1. City of Newport Beach Electrical Code which is the 1968 National Electric Code. 2. State of California, Administrative Code, Title 24, Part 3, Basic Electrical Regulations. 3. National Electrical Manufacturers (NEMA). 4. Underwriter's Laboratories (UL). 5. National Occupational Safety and Health Administration (OSHA). 22.3 MATERIALS. Materials shall be new, shall be listed and approved by Underwriters' Laboratories, and shall bear the Inspection Label where subject to such approval. Materials shall meet with the approval of the Division of Industrial Safety, State of California and all governing bodies having jurisdiction. All similar materials shall be of the same manufacture. If ordered by the Engineer, the Contractor shall submit for review sample articles of the material proposed for use. After review, said sample articles will be returned to the Contractor. -26- 0 0 All structural and miscellaneous steel used in connection with electrical work and located out -of -doors or in damp locations shall be hot dip galvanized unless otherwise specified. Included are underground pullbox covers and similar electrical items. Galvanizing shall average 2.0 ounce per sq. ft. and shall conform to ASTM A123. Exposed parts of electrical equipment and the interior of panels, cabinets, and switchboards shall be thoroughly cleaned of dirt, cement, plaster, and other materials. All scratched or damaged materials shall be replaced or refinished to the satisfaction of the Engineer. 22.4 CONDUIT AND FITTINGS. 22.4 -1 Rigid Conduit shall be rigid steel and shall have U.L. Label, zinc coated exterior with zinc or enamel interior. Fittings for rigid conduit shall be threaded steel or malleable iron, zinc coated. Conduit and fittings shall be subject to approval by the Engineer. 22.4 -2 Electrical metallic tubing shall be steel and shall have U.L. Label, zinc coated exterior with zinc or enamel interior. Fittings for EMT shall be steel or malleable iron, insulated, gland ring compression type. Conduit and fittings shall be subject to approval by the Engineer. 22.4 -3 Flexible metallic conduit shall have U.L. Label and zinc coated exterior and interior. Fittings for flexible conduit shall be "JAKE" Type "BC." Setscrew connectors are not approved. Liquid -tight flexible conduit shall be Sealtite Type U.A. with Appleton Series "ST" • or Pyle- National Series "CT" connectors. Conduit and fittings shall be . subject to approval by the Engineer. -27- n 22.4 -4 Non - metallic conduit shall be PVC Schedule 40 conduit conforming to NEMA Standard TC -2 and shall be U.L. listed. Fittings shall be the product of the conduit manufacturer. 22.4 -5 Non - metallic duct shall be PVC Schedule A conduit for concrete encasement conforming to NEMA Standard TC -2 and shall be U.L. listed. Fittings shall be the product of the conduit manufacturer. 22.4 -6 Asbestos - cement duct shall be Type I Transite Korduct for concrete encasement and fittings as manufactured by Johns - Manville. 22.5 JUNCTION BOXES. .Junction boxes used in exposed work shall be cast metal with threaded cast hubs. 22.6 PULLBOXES. Weatherproof pullboxes shall be fabricated of cast iron, hot - dipped galvanized, and provided with gasketed plain cast iron cover secured to the box with brass screws. Bosses shall be provided to insure five full conduit threads. Surface mounted boxes shall have inside flanged recessed cover mounting for 3" concrete encasement if installed in the earth. Concrete pullboxes shall be furnished complete with pull -in irons, traffic cover with frame and necessary galvanized cable racks with porcelain blocks. The pullbox shall have an 8" sump hole through the bottom. Construction shall be equal to prefabricated pullboxes as manufactured by Quickset or Brooks Products. Submit shop drawings for approval. Refer to drawings for size. Pullboxes for system neutral grounds shall be Quickset No. E -16. 6'pE 0 0 22.7 WIRE AND CABLE. 22.7 -1 600 Volt Conductors. Conductors shall be copper, #12 AWG minimum with 600 volt insulation. Conductors #IOAWG and smaller shall be solid. Conductors #8AWG and larger shall be stranded. Insulation shall be as follows: a. Branch circuit conductors #8AWG & smaller in dry, cool (860F) locations - Type TW. b. Branch circuit conductors #6 AWG and #4 AWG in dry, cool (860F) locations - Type THW. c. Branch circuit conductors #4 AWG and smaller installed exterior to buildings, below grade, in wet or warm (above 860F) locations - Type THW. Branch circuit conductors #2 AWG and larger in any location - Type USE - RHH /RHW cross linked polyethylene, IPCEA Specification S -66 -524, NEMA WC7. d. Feeder conductors in any location - Type USE - RHH /RHW cross linked polyethylene, IPCEA Specification S -66 -524, NEMA WC7. e. Conductors #8AWG &smaller shall be color coded with colored insulation. Conductors #6 AWG and larger shall be black with Scotch #35 colored tape applied at each termination and on straight through runs in junction boxes or pullboxes. Color coding shall be as follows: Phase A - Black Phase B - Red Phase C - Blue Neutral - 120/240V systems - White Neutral - 277/480 V systems - Natural grey Ground - Green -29- . 0 0 Travelers - Brown, Orange, Purple f. Phase rotation shall be consistent throughout the system. 22.8 MOTOR CONTROL CENTER. The design shall be in accordance with latest applicable NEMA Standards for Class II, Type B Control Centers and shall have been tested in a recognized high power laboratory to prove adequate mechanical and electrical capabilities. All major components shall have been manufactured and individually design tested and guaranteed by the control center manufacturer. 22.8 -1 ENCLOSURE. The motor control enclosure shall be of NEMA I construction, designed, manufactured and tested in accordance with latest applicable standards of NEMA, AIE and ASA. Incoming power shall enter the bottom of the enclosure and shall be 480 V, 3 phase, 3 wire, 60 cycle. Enclosure assembly shall be steel construction, bonderized, primed and finished in baked ASA -49 enamel. The entire assembly shall consist of multiple vertical sections having overall dimensions as shown on the drawings with 90" height and 201, depth construction. Each vertical section shall be designed for multiple alignment with continuous main bus except where bus is split for separating sections as shown on the plan. Multiple vertical sections shall be bolted or riveted together. Each vertical section shall have horizontal wireways at the top and bottom and a vertical wire way. Individual flanged and gasketed doors mounted on semi - concealed piano -type hinges shall be furnished for each starter compartment and -30- 9 control equipment. Starters will be mounted behind doors on the front only. Circuit breaker handles shall extend through the compartment doors. All control wiring shall be completed to master terminal blocks with all interwiring between control and power equipment factory wired. Each combination starter unit shall be fixed -wired to the horizontal bus. All surface and flush mounted panel components shall be designated by engraved bakelite nameplates. 22.8 -2 POWER SECTION. The motor control section shall include main circuit breaker, combination across - the -line magnetic motor starters and circuit breakers sized for the one 15 HP and two 60 HP pump motors. Starters shall have 3 -leg ambient temperature compensated overload heaters. Control power for the starters shall be provided by individual transformers in each starter. The motor control section shall include space and wiring facilities for a future 60 HP starter and breaker for a future constant speed pump. A 440/220 -110 volt single phase fused control transformer, 7.5 KVA capacity, shall be included for single phase control requirements. A 12- circuit NLAB single phase distribution panel with 20 amp, single pole circuit breakers shall be included for individual pump motor space heaters, control power, etc., as shown on plans, which shall be internally mounted in the control panel, and condensation protection heaters plus one minimum spare circuit. a. Full length bus bars shall be provided. The horizontal bus shall be rated not less than 400 amperes. The vertical buses shall be rated not less than 300 amperes. Both vertical and horizontal buses shall be held rigidly within the structure by bus supports which -31- • r are moisture resistant, non - carbonizing, non - tracking and have vertical creepage surfaces to prevent faults due to build -up of conductive dust. The bus assemblies shall be braced to withstand bolted fault conditions of not less than the RMS symmetrical amperes shown on the plans. b. Motor starters shall be electrically operated, electrically held, three pole assemblies with arc extinguishing characteristics and silver -to- silver renewable contacts. Starters shall have provisions for adding a minimum of four electrical interlocks. The overload relay assembly shall be of the thermal bi- metallic type and shall be three pole. All starters shall be of the draw -out type. c. Circuit breakers shall be ambient compensated molded case type rated as shown on the plans. Each circuit breaker shall have a thermal magnetic trip unit for each pole. Source short circuit currents are shown on the plans. The manufacturer shall provide circuit breakers with properly coordinated characteristics to interrupt the short circuit currents and to protect the bussing or starters associated with the breaker. d. Unit draw -out motor starter assemblies shall contain the circuit breaker, starter, control components and terminal blocks. Height shall be of modular dimensions. e. The main circuit breaker shall be a fixed position, manually operated, systems type providing coordination between the breakers and other devices in the switchboard. The circuit breaker shall be equipped with static trips providing long time delay with instantaneous pickup and ground current trip. Inherent ground fault protection shall be provided. -32- 0 r f. The motor control center shall be manufactured by Automatic Control Co. (AUTOCON). 22.8 -3 NAMEPLATES. a. Provide black -on -white bakelite nameplates for each 1201240 Volt, switchboard, distribution board, lighting panel, power panel, motor control center, terminal cabinet and individual circuit breaker disconnect switch, starter or control device, indicating equipment controlled. b. Provide black -on -white bakelite nameplate for each set of pump indication lights in main read -out panel at Big Canyon Reservoir control building. c. Provide a red -on -white bakelite nameplate for the same equipment operated on 480 Volts. d. Nameplates to be fastened with screws or rivets. 22.9 -1 LIGHTING FIXTURES. The Contractor shall furnish, install, and connect all lighting fixtures in accordance with the fixture schedule, the drawings and as hereinafter specified. All fixtures shall be installed complete with lamps, all fittings and accessories, wiring, and connections necessary for their complete installation and correct operation and control. All labels shall be removed from sight when viewed from below: 22.9 -2 BALLASTS. All fluorescent fixtures shall be equipped with ETL approved, • C.B.M. certified high - power- factor ballasts. All ballasts shall be equipped with nonresetting thermal cut -outs. After installation is completed, any -33- 0 6 ballasts which are judged to be excessively noisy shall be removed and replaced at no extra charge. 22.9 -3 LAMPS. All lamps shall be General Electric, Westinghouse, or Sylvania. Type of lamp and wattage as shown on fixture schedule, on drawings, or as required by the specified fixture. Incandescent lamps shall be 130 volt. 22.10 GROUND RODS. Ground rods shall be sectional type driven rods of copper- encased steel, 3/4" diameter by 8 feet long, with copper alloy clamps brazed to upper end of rod. 22.11 LOCAL SWITCHES. Line voltage, maintained contact, quiet (non- mercury) type, Specification Grade, AC, flush type, ivory color, 20 amperes at 277 volts. All 3 way, 2 pole and key operated switches shall be of same series as regular switches. Sierra #5021 or equal. 22.12 OUTLET BOXES. 22.12 -1 Waterproof cast boxes for exterior wiring, and in wet or damp locations, and elsewhere as indicated on drawings by Symbol "WP" Crouse -Hinds FD Series. 22.12 -2 Wall Outlets: Convenience receptacles: Specification grade duplex grounding type, 15 amps at 120 volts, ivory color. Sierra #1400 or equal. 22.12 -3 Outlet Plates: a. Satin finish stainless steel, Sierra S -line. -34- • • b. Equip weatherproof switches and receptacles with metal plate, pressed stainless steel lid and weatherproof mat, Sierra #WP -1 or WP -8 as required. SECTION XXIII TELEMETRY 23.1 GENERAL. This section covers the furnishing and installation of all items of telemetry as indicated and specified herein. 23.2 SYSTEM DESCRIPTION. The telemetry system shall consist of audio tone transmitters and receivers operating over a leased telephone circuit, full duplex, between the Zone V Pump Station and Big Canyon Reservoir control building. 23.3 INSTALLATION AND CHECK OUT. The master panel at Big Canyon Reservoir is existing. The indicating lights shall be installed as shown on the plans. Any damages as a result of this work shall be corrected, and damaged surfaces refinished to match existing surface. Nameplates shall be installed for all panel mounted equipment including indicating lights. -35-. 23.4 23.5 The manufacturer of the telemetry equipment shall be responsible for the field calibration, check -out, start -up and required tests for the telemetry system. The calibration and check -out shall be completed prior to acceptance tests of the telemetry which shall be 3 days before the scheduled date of the pumping station acceptance test. The telemetry equipment manufacturer shall be responsible for coordination and check -out of circuit requirements by the Pacific Telephone Company. Test data to substantiate circuit quality shall be submitted prior to acceptance tests. FINAL ACCEPTANCE TESTS. The installed system shall be demonstrated to operate in accordance with the plans and specifications as scheduled above. The manufacturers shall be responsible for the start -up and operational demonstration. After the system has been placed in operation, the manufacturers shall provide the services of a factory - trained technician to instruct the City's operating personnel in operating maintenance procedures. SHOP DRAWINGS AND MANUALS. Six sets of shop drawings shall be submitted to the Engineer for approval prior to the start of fabrication. The shop drawings shall include hydraulic and electrical diagrams complete with component descriptions and outline drawings. At the completion of the project and before final acceptance, the system manufacturer shall submit three operating and maintenance manuals covering the installed instrumentation system. The manuals shall be in binder form and with an index. The manual shall include an operational description of the system; a complete description of the system components; a spare parts list; recommended maintenance schedule and procedure. -36- 23.6 TONE TELEMETERING EQUIPMENT. All equipment shall be new and shall be 5 a standard catalogued product of a manufacturer regularly engaged in the manufacture of the specified product. All telemetry equipment shall be manufactured by Bristol and Sparling to match equipment presently in use by the City. The tone equipment specified for both locations shall all be of the modular solid state construction. All telemetering shall be accomplished by FS transmission employing two FS and three FS transmitter - receiver pairs as required to accomplish the control functions specified. All tone telemetering equipment shall conform to the local Pacific Telephone Co. telemetering line requirements for audio frequency tone telemetering. The audio frequency range of the tone equipment shall be 300 Hz to 3,000 Hz with a maximum attenuation of minus 25 dbm. Telephone line protection equipment as designed and specified by the tone equipment manufacturer shall be included as a part of the control equipment. This line protection shall consist of a gas tube line protection unit for each telephone pair. Tone facilities at each location shall be provided in removable modularized construction mounted in a common card box with power supply (ies) are furnished and sized to meet the telemetering functions indicated. Card box assemblies shall be of metal construction, designed to be mounted in a standard 19" relay rack and shall include a removable power supply and up to a minimum of ten transmitter and /or receiver modules. Any unused modules shall contain a removable blank card. The construction shall be of the swing- around construction allowing both front and rear access to the tone equipment. The total card box assembly shall be mounted on the control frame structure with pivot pins allowing front and rear access. -37- 0 0 Each power supply shall consist of a step -down transformer, full wave diode bride and regulating circuits requiring a power supply source of 105 to 130 VAC. The power supply provides regulated plus 15 and minus 15 VDC for powering up to ten transmitters and /or receiver units. The power transmitter shall also provide unregulated DC to power relays or other auxiliary devices. Power supply shall include a visual meter and shall have test push button to provide instantaneous check. The control panel at the pump station shall include tone telemetering equipment which will provide to transmit various signals to remote headquarters panel. The following specifications shall apply to both transmitting and receiving equipment at this location and the headquarters panel. 23.6 -1 TONE TRANSMITTER. Tone transmitters shall be of the FS construction consisting of stable audio oscillator input frequency shifting circuits, and output power amplifier and self checking circuitry. Transmitter shall be designed to accept two or three keyed input voltage signals and, in response,to generate two or three output tone frequencies. Input may be keyed "on" by applying a 3.5 -15 VDC signal to the input terminals or by external contact closure. Output frequencies generated are mark and space for two -FS transmitter and mark center and space for three -FS transmitter units. 23.6 -2 TONE RECEIVER. Tone Receiver units shall be two -FS or three -FS as required for control functions as specified. The receiver shall consist of an input amplifier, frequency discriminator, output signal and switching circuits and self - checking circuitry. Receiver shall be designed to accept two or three audio tone channels (mark and space -38- i or mark center and space) within a preselected frequency channel to convert these channels into two or three logic voltage outputs of 10 VDC at MA. Output circuits also contain a 100 MA switching transistor for driving a 24 volt relay. Each individual tone transmitter and /or receiver unit shall be provided with visual self - checking meter and push button for determining transmitting and receiving functions of each individual component. 23.7 TELEMETRY CABLE. Telemetry cable shall be furnished and installed under section entitled "ELECTRICAL." SECTION XXIV EXECUTION Of ELECTRICAL WORK 24.1 DIMENSIONS. All scaled and figured dimensions are approximate and are given for estimating purposes only. Before proceeding with the work, the Contractor shall carefully check and verify all dimensions and sizes and shall assume all responsibility for the fitting of his materials and equipment to other parts of the equipment and to the structure. Where apparatus and equipment, particularly switchboards and transformers, have been indicated on the drawings, dimensions have been taken from typical equipment of the class indicated. The Contractor shall carefully check the drawings to see that the equipment he contemplates installing will fit into the spaces provided. 24.2 TEMPORARY ELECTRICAL SERVICE. Temporary services for construction purposes are the responsibility of the Contractor. -39- • 24.3 PERMANENT ELECTRICAL SERVICES. Electrical power and telephone services and metering facilities shall conform to the serving utility companies and shall meet with the approval of local, state, and national inspecting authorities. Verify the location of services and the serving utility company requirements, and include all construction costs in the bid. Apply for services in the name of the Owner and pay all service and cable charges. 24.4 INSTALLATION OF MATERIALS AND EQUIPMENT. Installation of materials and equipment shall be in strict accordance with Manufacturer's recommenda- tions, instructions, industry standards, as indicated on the drawings, and as specified herein. Provide all mounting facilities for securing or hanging fixtures, equipment and outlets to the satisfaction of the Engineer. Details shown on the plans are for the purpose of establishing the extent and general methods required. Provide all sleeves, inserts, expansion joints, vibration fittings, etc. Provide storage facilities and protect all work, materials, and equipment from damage during progress of work. Materials and equipment shall not be stored exposed to the weather. Replace all damaged or defective work, materials and equipment without additional cost to the Owner. Provide trenching, concrete encasement of duct and conduit, back - filling and compaction for the underground electrical system, all in accordance with applicable sections of this specification. Do all cutting and patching of the construction work, curbs and pavements, required for the proper installation of electrical work. All patching shall be of same material, workmanship and finish as existing and shall match surrounding work to the satisfaction of the Engineer. M11111 0 24.5 CONDUIT INSTALLATIONS. 0 24.5 -1 RIGID STEEL CONDUIT. Rigid steel conduit shall be used for service or feeder conduits above grade within a building and where exposed on building exterior. Conduits installed exposed to the weather shall have threads filled with red lead and oil before screwing into couplings and threaded fittings. Rigid conduit shall be terminated with insulated bushings similar to O.Z. Insulated Type "B" or insulated grounding Type "BL." 24.5 -2 EMT. EMT shall be used only for interior signal and branch circuit runs. 24.5 -3 Run exposed conduits at right angles or parallel to structural members, walls, floor and ceiling. Conduits shall be securely fastened in place. Conduits 1" and smaller may be secured with one hole malleable iron straps. Conduits 14" and larger shall be secured with conduit hangers or two hole galvanized straps. Suspended conduits shall be supported with conduit hangers and 4" hanger rod. Multiple conduit runs of four or more conduits, 14" and larger, shall be rack mounted or suspended on trapeze hangers with 3/8" rods. Racks and trapeze hangers shall be formed steel channels similar to Unistrut. Provide junction or pullboxes where required for pulling conductors due to excessive numbers of bends or length of conduit runs. All unused conduit openings shall be plugged or capped. Caulking compound or wooden plugs shall not be used. -41- • 24.5 -4 FLEXIBLE CONDUIT. Flexible conduit shall be used where indicated on the drawings. Sealtite flexible conduit shall be used for all final connections to motors and in wet, damp or outdoor areas where drawings indicate the use of flexible conduit. Conduit terminations at all motors shall be terminated with a length of flexible conduit equal to twelve times the conduit diameter. 24.5 -5 NON- METALLIC CONDUIT. Non - metallic conduit shall be used for all underground installations. All non - metallic conduit shall have a three - inch minimum concrete encasement. A bare copper ground wire shall be installed in all non - metallic conduit runs and connected to equipment ground pads and conduit bushings at each end. Ground wire shall be code sized unless otherwise indicated on the plans. Bury underground conduit including that under buildings to a depth of not less than 24 inches below finished grade. Minimum depths are to top of concrete envelope. Where more than two conduits are installed in one common concrete envelope, conduits shall be supported and separated by approved plastic conduit spacers a minimum of 2 feet on centers. 24.5 -6 PULLBOXES. Joints shall be equally staggered a. Pullboxes shall be installed where shown on the drawings or where required for construction or by code and shall be sized as required by code unless otherwise indicated on the plans. All locations shall be approved by the Engineer. b. General purpose sheet steel pullboxes shall be installed in dry interior locations only. c. Cast metal pullboxes shall be installed in exterior locations where boxes are subject to mechanical injury. -42- • ! the system has been installed, it shall be tested for quietness and freedom from vibration. -45- SECTION XXVI PAINTING 26.1 GENERAL. All exterior above ground metal surfaces shall be painted as specified in Section 310 of the Standard Specifications except as modified herein. 26.2 PAINTING SCHEDULE. 1. All metal surfaces except motors, interior electrical panels, controller cabinets and galvanized surfaces. Surface Preparation: White metal blast cleaning. Paint Material: 2 prime coats and 1 finish coat. Dry film Thickness: Prime Coat; 2 -3 mils each coat. Finish Coat; 1 -2 mils Total: 6 -8 mils 26.3 MOTORS AND CONTROLLER CABINETS. Surface Preparation: Paint Material: Dry Film Thickness 26.4 GALVANIZED SURFACES. Surface Preparation Paint Material: Hand solvent cleaning. 1 intermediate prime coat and 1 finish coat Prime Coat; 2 -3 mils Finish Coat; 1 -2 mils Total: 3 -5 mils Commercial blast cleaning. 1 coat galvanized prime, 1 coat intermediate prime, 1 finish coat. -46- Dry Film Thickness 26.5 MATERIALS. 1st prime; 1 -2 mils Intermediate prime; 1 -2 mils Finish coat; 1 -2 mils Total: 4 -6 mils All paint materials shall be as manufactured by Rust -Oleum Corporation. The paint material shall be as follows: Prime Coats, except galvanized surfaces: 1st coat: 1069 Intermediate coat: 1060 Prime Coats, galvanized surfaces: 1st coat: 3268 red Intermediate coat: 3286 grey Finish Coat: 1030 green aluminum 26.6 THINNING. Paint may be thinned in accordance with the paint manufacturer's recom- mendations. 26.7 APPLICATION. Paints shall be applied by brush or spray methods. All prime coats and finish coats shall be applied after erection except surfaces which will be inaccessible after erection. Sand blasted surfaces shall be coated with the first prime coat on the same day that they are blasted, and shall not be allowed to remain unpainted overnight. -47 SECTION XXVII . • ARCHITECTURAL 4. MASONRY - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. The work covered by this section shall include the furnishing of all materials, labor and equipment necessary to complete the installation of all block and brick masonry. Reinforcing steel will be furnished and installed as a part of the work of this section. The provision and installation of anchors to concrete and wood studs, metal nailing insets and the installation of all other embedded items covered by this section. Waterproofing of unpainted masonry, except garden walls. Vapor barrier below grade, where indicated. All concrete work is included in another section. 0400. MASONRY WORK . MATERIALS: Shall conform to Section 202, Standard Specifications for Public Works Constructions, except as modified herein. Reinforcing Steel: Intermediate grade deformed bars conforming to sta hard specifications of ASTM A -615 Grade 40 deformed bars. Concrete Block: ASTM C90, hollow load bearing concrete masonry, Grade A, as published by the California Concrete Masonry Association, (Q block test program) heavy - weight or lightweight units with or without open end as indicated on structural drawings. Sizes as shown on the drawings. Cement: All cement used for mortar and grout shall be Type I or Type II Portland Cement conforming to ASTM Specification C 150 -52. Type II Portland Cement may be used only if it equals the strength of Type I. Sand: Sand for grout shall be the same as that specified in Section for Concrete. Sand for mortar shall conform to Uniform Building Code Standard 24 -18. The following grading table is reproduced from U.B.C. 24 -18, and is subject to the same restrictions noted therein: Sieve Number Passing a No. 4 Passing a No. 8 Passing a No. 16 Passing a No. 30 Passing a No. 50 Passing a No. 100 Percent by Weight 100 95 -100 60 -100 35 -70 15 -35 9 -15 Pea Gravel: ASTM C -404, with not more than 5% passing the 8% sieve. Portland Cement: ASTM C -150, Type 1 or Type 2, low alkali. -48- 0 Plastic Cement: ASTM C -150, Type 1 or Type 2, as permitted by code. Lime Putty: ASTM C -207, Type S. (Quick Lime ASTM C -5 if approved by code). If made from quick lime, the lime shall be properly slaked and then screened through a sieve having not less than 16 meshes per linear inch. After screening and before using, the slaked lime shall be properly stored and protected for not less than ten days. The resulting lime shall weight not less than 83 pounds per cubic foot. Admixture: Not permitted in mortar or grout unless substantiating data is submitted to the Structural Engineer for approval. Water: Water used for mortar and grout shall be taken from a pot- able source. MORTARS AND GROUTS: The following proportions (all measurements by volume) shall be used: Type S Mortar: 1 part Portland cement, 1/2 part lime putty, 3 to 4 -1/2 parts damp loose sand. Minimum compressive strength at 28 days = 1800 psi. Type ,M Mortar: 1 part Portland cement, 1/4 part lime putty, 2 -3/4 to 3 -3/4 parts damp loose sand. Minimum compressive strength at 28 days = 2500 psi. If plastic type cement is used, lime putty shall be omitted. Grout: 1 part Portland cement, 3 parts sand, 2 parts Pea Gravel, 3/8" maximum may be added for wide grout areas. Minimum compressive strength at 28 days = 2000 psi. When High -lift grout is specified on plans and approved by the local building official consult with Structural Engineer for more details of placing. -49- Mortars shall be machine mixed giving two minutes for the dry mix and three minutes for continuing after water has been added. Mortar to match the color of the block. No retempering of grout or mortar will be permitted and none shall be used which has stood for more than 30 minutes after mixing. CONSTRUCTION AND WORKMANSHIP: Masonry shall not be started if the horizontal or vertical align- ment of the foundation is a maximum of one inch total in error. Extreme care shall be taken to prevent visible grout and mortar stains; keep wall continually clean; if grout does run over, clean it immediately. All work, bonds or special details shall be accurately and uniformly executed. Face joints shall be tooled as per drawings, in both directions. All block walls shall be laid with horizontal joints aligned and vertical joint offset half block length and aligned on alternate rows. Face block shall be free from any major chip. Pay particular attention to joint details shown on the drawings. Continuous mortar joints shall be straight and uniform. All cutting of blocks which is required shall be done with a masonry saw. Lay with full bed and head joint of mortar. When using open end block full head joints are not required, when solid grouting the wall. All cells shall be grouted solidly. In rainy weather, protect the block wall and stockpiled materials. Masonry shall be started in the area designated by the Architect. JOINTS: Horizontal and vertical mortar joints shall be 3/8" thick at block. Block shall be laid in full flat beds of mortar with no furrowing permitted and with full shoved head joints. Any block which must be moved or shifted after placing shall be removed, cleaned and only fresh mortar applied. All exposed joints, vertical and horizontal, interior and exterior, shall be flush. -50- x , E MOISTENING BLOCK: is All block shall be thoroughly wet down the day before it is to be laid. At the time of laying the inside of block shall be damp, but the surface shall be sufficiently dry for adequate suction. GROUTING: All cells shall be grouted solid. Construction joints shall be formed by stopping the grout 12" below the top section of the wall being placed. The top surfaces of the block shall be kept free of mortar and grout; immediately after pouring each course of grout, it shall be puddled to make it flow and release any entrapped air. Puddling shall be done with a nominal 1 x 2 inch board or an instru- ment similar in cross - section. REINFORCING: All reinforcing bars shall be installed as shown on the plans. Bars shall be straight unless hooks or bends are shown. All bars shall be lapped 50 diameters at splices. All reinforcing shall be installed with a minimum grout cover of i ". Reinforcing steel shall be held firmly in place by means of frames or other suitable devices. Special care shall be taken to prevent movement or jar- s ring while masonry is being placed. PROVISION FOR OTHER TRADES: This Contractor shall provide chases, openings, reglets, nailing inserts, and set bolts, dowels, plates and anchors, hangers, nailing strips, etc., in all masonry walls as shown on plans. SHORING: All vertical shoring supporting brick shall be rigid and unyield- ing. Shoring shall be left in place for 14 days after brick is placed. NAILING INSERTS: Provide and install metal wall plugs, for installation of bases, etc., where indicated on drawings. The inserts shall be of gal- vanized metal, installed in vertical joints. CLEANUP: All mortar splotches shall be removed from the walls before they have set up. No construction supports shall be attached to the walls except as approved by the Architect. At the conclusion of his work, this Contractor shall clean down the walls, remove all scaffolding, and equipment, clean up all refuse and surplus mate- rial resulting from his operations and dispose of them. Tuck point holes 1/8" or more, grind off lumps, clean debris, and surplus mortar and leave the masonry clean and free of any mortar drops. Repair all cracks. , 5. METALS - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. 0510. STRUCTURAL STEEL Scope: The work covered by this section shall include all the furnishing of materials, labor and equipment necessary to com- plete the installation of all structural and miscellaneous iron and steel, as shown on the drawings and herein specified. Materials: Structural steel shall conform to ASTM A -36. All steel shall receive one shop coat of zinc chromate paint applied after being thoroughly cleaned of all grease, dirt, loose scale and rust. Field painting shall be same paint for touching up. Section XXVI does not apply. Miscellaneous: Furnish anchors, ties, bearing plates, clips, s raps an of er miscellaneous iron and steel items. 0550. MISCELLANEOUS METAL Tube Railin s: Fabricate from 14" square 0.156 thick tubing with all joints welded and all corners mitred. After fabrica- tion shop apply one coat of zinc chromate primer. -53- S • W 6. CARPENTRY - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. SCOPE: This contract shall include furnishing of all materials and labor to do all carpentry as required on the plans and as herein specified. WORK EXCLUDED FROM THIS CONTRACT: This contractor shall correlate the framing and finish work on all openings. Finish hardware shall be furnished by General Contractor and installed by this contractor; costs of installa- tion to be borne by this contractor. 0610. ROUGH CARPENTRY MATERIALS: General: All grades and species herein named shall be Best of Grade except that any blocking, studding plates, sills and miscellaneous framing not in bending may be average yard run of grade named. All lumber shall be dry or well seasoned. Sills, Nailers: (Where embedded in concrete) concrete headers and a otl- ierers in direct contact with earth, concrete, masonry on grade, or asphaltic concrete shall be construction heart redwood (Certified Foundation Grade). Sills and nailers may be pressure treated foundation marked Douglas Fir. All lumber used for exposed floor framing and decking to be pressure treated. Studs Struts: Bracing, plates, blocking and other miscellaneous concealed raming 2" or less in thickness shall be Standard Grade Douglas Fir. Rafters, Ceilin Joists: Headers, purlins and concealed posts, un i %t erwise noted on the plans, shall be Construction Grade. All 11m Framin : Members exceeding 2" thick or 8" deep (nomi- naT s a e Select Structural Douglas Fir. Exposed "trim" beams must be approved by the Architect. Blocking: Provide all blocking, backing and grounds necessary for mounting of lights, restroom accessories, etc. -54- 0620. 0 0 All members not specifically above mentioned which are indicated on the pans as "Structural ", "Select Structural" or "Select" shall be Select Structural Douglas Fir. A1�1 oasts exposed within interior spaces shall be free of edge knots with knot size limited to ," round and tight; no pitch pockets allowed. Workmanship - Rough Carpentry: It shall be this contractor's responsibility to check and verify all work of previous trades; commencement of work constitutes acceptance of previous work and all job conditions. Erect all structural and rough members true to dimensions, plumb and square. It shall be this contractor's responsibility to furnish a tight sound deck to the roofing contractor; patch all knot holes and other defective areas. Block for fixtures, hard- ware, air conditioning, cabinets, etc. Install all bolts, clips, screws and other items of rough hardware. Ground for all plaster as required at openings and intersections. Frame for all finished doors, windows and pipes, ducts, fixture stacks and grilles. FINISH CARPENTRY MATERIALS: General: All materials under this specification shall be Best of Grade, dry to 12% and free of any deformities which will prevent a proper and first class finish. Trim at painted walls including all exterior or interior casings, stops, base or shoe, closure strips, etc., shall be "B" and Better Redwood, unless otherwise noted on details. Workmanship - Finish Carpentry: It shall be this contractor's responsibility to Check and verify all work of previous trades; commencement of work constitutes acceptance of previous work and all job conditions. Quality of the workmanship shall be commensurate with the general quality of the other trades and the structure. Spoiled or scarred work, ill- fitted joints and other faulty members shall be removed and replaced. Scribes and copes shall be precisely done. Install (or hang) doors, sash and screens to operate smoothly. Set nails in all wood members but do not putty. Set all mill work plumb and true to line and dimensions. Install all finish hardware in locations as shown on plans; where location of finish hardware is not specifically indicated, consult the general contractor prior to commencing such installations. Special louvers and all items of mill work shall be installed by this contractor. -55- . , • • All plaster grounds are to remain in place, except as the plans require removal of same. Cut all stops and install loose for glazing contractor where such stops are required on plans." Provide all blocking and grounds for mounting of restroom acces- sories, etc., and other equipment as indicated on the plans. 0622. MILL WORK Scc ee: Supply all shaped and milled members -- assembled where com- plete frames are required and loose where material is to be job installed. Doors are furnished under Section 8. Materials: All assembled door, window and other frames shall be made of 'rB" and better Douglas Fir, except as noted on plans. Interior moldings, trim, paint grade, dry softwood, unless other- wise noted on details. All wood bases to be hardwood. Frames, casii paint finish All material Workmanship: anshi acb k out all burn; sanded 19s, stops, etc., shall all be material suitable for (unless otherwise specified on the plans). kiln dried. Shall be high quality; ease all exterior corners, casings. All surfaces free of sticker marks and smooth. All details per plans. -56- 0 0 7. MOISTURE PROTECTION - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. 0730. SHINGLES, ROOFING TILES Scope: This contractor shall supply and install all material and products as required to complete all roofing and related sheet metal work as shown on the plans and as specified herein. This contractor is responsible for inspecting the areas to receive his work and shall call to the General Contractor's attention any detail which might not allow for the proper installation. Flashing: This contractor is to supply and install all metal roof f al shing, gravel guards, drips, diverters, gutters. Materials for sheet metal work: Hot dipped galvanized cold rolled ga. min. sheet metal. NiT unlike materials (copper to galvan- ized sheet to aluminum or other) are to be installed adjacent or next to one another. Roof S�heathinng: Red cedar handsplit shakes to be applied over so il'd sheathing. Roof Pitch and Ex osures: Roof is to be 5" in 12 ". Exposure is to e ; for s. Roof _App_lication: A 36 -inch wide strip of 30 lb. roofing felt to be layover sheathing boards at eave line. Starter course to be tripled, of which the bottom two layers to be of 15" shakes. After applying each course of shakes, an 18" wide strip of 30 lb. roofing felt should be laid over the top portion of the shakes, extending onto the sheathing. Position the bottom edge of the felt above the butt at a distance equal to twice the weather exposure. Hips: Either site applied or preformed factory -made hip units may be used. Weather exposures should be the same as roof shakes. Nails of sufficient length to penetrate the underlying sheathing. Nailing: Secure each shake with two (only) rust - resistant nails of dipped zinc or aluninum) drive at least one inch from each edge, and one to two inches above the butt line of the course to follow. A 6d nail is normally adequate but longer nails should 'be used if shake thickness or weather exposure dictates. Do not drive nailheads into shakes. Top Course: The felt under the top two courses shall be made Integra with the composition and gravel roofing. The top course shall be cut to have a weather exposure equal the other courses and shall be flashed with the gravel stop. -57- 0750. MEMBRANE ROOFING: The work of this division shall include all labor, materials, and equipment to complete the roofing as indicated on the drawings and /or as specified. Sheet metal flashings and gravel edging are specified to be provided and installed under other divisions of these specifi- cations. The entire roof flashing installation is to be under the direct jurisdiction, superintendence and responsibility of this con- tractor, and the final job shall carry a warranty covering the soundness of the entire roofing installation. MATERIALS: Materials shall be Johns - Manville, Pioneer, or Pabco, delivered in the original packages bearing manufacturer's labels. All roofing materials shall be applied by a roofing Contractor approved by the manufacturer. The finished roof shall contain not less than the following quantities of materials per 100 square feet of area- 1 layer Asphalt Saturated Sheathing Paper 8 lbs. 3 layers #15 Perforated Asphalt Saturated Felt 45 lbs. Standard Roofing Asphalt Mopping Between Felts 50 lbs. Flood Coat to Receive Gravel 75 lbs. Gravel Clean Washed and Dry Grade 1/4" to 5/8" 400 lbs. Gravel shall be Grey Gravel Surfacing. Asphalt shall conform to the Specifications for use in built -up roof coverings A.S.T.M. Designation D- 312 -44. The softening point shall fall within the limits 1550 F. The bonding and flashing fabric of standard brand shall conform to A.S.T.M. Designation D- 173 -44. All metal flashings shall be first primed and let dry, before roofing materials are laid over same. Inspection: The Roofing Contractor shall arrange in sufficient Time for the presence of a representative of the manufacturer, when the work starts and for periodic inspections during appli- cation. Clete: The Roofing Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by his employees or work, and shall remove all resulting work debris from the job site. All asphalt kettles and mops shall be removed from the roof at the end of each day's work. -53- 0 0 Guarantee: Before the roof will be accepted, the Roofing ontor shall deliver into the hands of the Owner a written guarantee for two years stating the following: That the roof, including all flashings, will be maintained watertight. That.any defective materials and /or workmanship which may become evident within the two year guarantee period will be replaced with the proper new materials. That the roofing will lay smooth and even; and That any and /or all repairs and /or replacements which may be necessary on account of any of the above mentioned causes will be made without cost to the owner. The guarantee shall be dated from the date of acceptance of the work by the Owner. 0760. SHEET METAL WORK Scope: This work shall include the furnishing and installation of afl sheet metal work indicated or implied on the drawings and necessary to make the building watertight, including all flash - ings and counter flashings, roof vents, and exterior metal wall louvers. Roof jacks around plumbing pipes furnished by plumber. Materials: Sheet metal work shall be 26 ga. galvanized iron un essotherwise noted. All washed and primed with one coat of red lead and oil. Section XXVI does not apply. All soldering and jointing of materials shall be carefully done. All sheet metal installed in longest lengths possible. -59- z • 0 8. DOORS, WINDOWS AND GLASS - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. 0820. WOOD DOORS Items Excluded: Installation, storage and warehousing of doors and parts shall be by others. MATERIALS: Exterior Doors: 1 -3/4" metal "Fenestra" door 3872F, with 6 -3/4" metal frame. terior Doors: 1 -3/8" core slab. All door material shall be as per drawings and painted as per Section XXVI. 0870. FINISH HARDWARE - Work Included in This Section: a. Furnishing of templates and data. b. Furnishing of all finish hardware indicated, specified or required to complete the project, except for hardware specified to be under other sections. c. Toilet accessories, shelves, signs, etc. Work Not Included in This Section: a.. Installation of finish hardware. b. Mirrors. Hardware Schedule: 1 Door / Exterior Entrance 3' -8" x 7' -2" x 1 -3/4" Metal 112 Prs. Butts - "Fenestra" G43A -4BB, 43-2x4-2 fixed pin. 1 Ea. Lock - "Fenestra" 9479 with standard ASA strike. 1 Ea. Threshold - "Fenestra" 2333 extruded aluminum. -60- 0 0 3 Door / Roof Hatch 3' -0" x 3' -0" x 1 -3/4" Solid Core 24 #07 sash fasteners "Ives" #07 A92 1 Door / Toilet Room 2'4" x 6' -8" x 1 -3/8" 1 Pr. Butts - "Fenestra" 2389, 44 2 Ea. Lock - "Fenestra" 9185 0885. GLASS AND GLAZING Sco -Pe This Contractor shall supply all labor and materials to complete the installation of all mirrors as required by these plans and specifications. Mirrors shall be 1/4" thick polished plate glass; silvering shall be without visible defects and shall be protected by coating of electri- plated copper and one coat of moisture resistant paint. See toilet room elevations. .y Guarantee: This Contractor to guarantee installation. Glazer to r— ewe all chipped glass. Installation: All mirrors shall be cemented to the plaster wall surface with an approved cement, "Miracle" adhesive or equal; each mirror shall have, in addition, two edge clips at the top and two edge clips at the bottom securely screwed to the wood backing. -61- 9. FINISHES - ARCHITECTURAL 0910. LATH AND PLASTER Scope: Plastering Contractor shall familiarize himself with the general specifications for carpentry and other work upon the building before proceeding to furnish bid for plastering of same. The General Conditions and Supplementary General Conditions shall form a part of this Contract. This Contractor shall inspect all the grounds, backing and other details before beginning his work, and shall report to the General Contractor any unsatisfactory condition which may affect the lathing and plastering. After such inspection the plastering contractor shall be held solely responsible for any defects which may later appear in his work. The Contractor shall properly connect all his work to all frames and other details in contact with plaster surfaces and shall . promptly do all plastering that may be necessary after such mechanics have finished their work. He shall see that all plaster is left in a satisfactory condition. All plaster work to be done according to local building ordinances. MATERIALS: All materials used in the plaster work shall comply with the requirements of the following specifications. Cement shall be a standard brand to the "Standard Specifications C- 150 -52 of the A.S.T.M. of Portland cement conforming and Tests for Portland Cement ", Sand shall conform to the "Standard Specifications for Sand for Use in Plaster ", C- 35 -52T of the A.S.T.M. Sand shall be uniformly graded from coarse to fine, all passing a #4 sieve and all retained on a #100 sieve. Hydrated Lime shall be a standard brand of dry hydrated lime con- forming to "Standard Specifications for Hydrated Lime for Struc- tural Purposes," C- 141 -42 of the A.S.T.M. Exterior Stucco shall be an approved brand of integrally colored exterior stucco similar to that of the La Habra Stucco Products Company and in color as selected by Architect. Metal Trim: All plaster ground trim where required shall be s1m -ilar to Milcor #6G 7/8 ". In general all window and door jamb openings in plastered walls shall have metal trim as well as plaster to Wd or masonry construction. i -62- 0 0 Follow all details, interior and exterior, where metal trim occurs in special conditions, such as plaster soffit edgings. Waterproof Areas: Wherever waterproof surface or wainscot acc ng is required, 3.4# galvanized copper bearing steel expanded metal lath shall be applied over 15 lb. asphalt saturated felt. Exterior Lathing: All exterior soffets of the buildings except as i5 ated of other material, are to be covered with 18 ga. wire 6" o.c. strung horizontally and 15# asphalt saturated felt lapped 4" and secured to rafters with large headed tacks. Then cover with 1" = 18 ga., or 111" - 17 ga., galvanized mesh. Lap one mesh in each direction and nail to studs every 8" using 1," furring nails. The reinforcing shall be continuous around corners of the building. Exterior Pla, r�in All exterior lath is to be covered with p a- aster, t redcoats and full 718" thick. The first coat is to be composed of 10% hydrated lime. One part Portland Cement, and 22 parts properly graded plastering sand. This coat shall thor- oughly cover the reinforcing mesh and be heavily cross scratched. Not less than one day after application of first coat, a second coat is to be applied same as first, at least k" thick. This coat is to be smoothed with a carpet float. Both coats to be sprayed with water at intervals to insure proper setting. Not less than two weeks after application of second coat, a third coat of stucco 1/8" thick to be applied in accordance with manu- facturer's specifications. Foundation block where exposed to stucco wash coat applier. Patching: The plastering contractor will do all patching in a finished manner after other trades have connected all piping and other details passing through or in contact with plaster surfaces. Toilet Rooms: are to be plastered with cement plaster walls to vests u e and cement plaster ceiling. 0930. TILE WORK The general conditions and supplementary general conditions shall form a part of this contract. Scope: This Contractor shall furnish all labor, materials and equipment necessary to install all tile work shown on drawings and as specified herein. Certification: Before setting tile, this Contractor shall furnish t e rchitect with Tile Manufacturer's Association Standard Form of Master Grade Certiciation signed by the Contractor and the -63- a 0 - Manufacturer, and stating grade, kind of tile, and identifica- tion marks for package of tile delivered to the job. After award of the Contract, the Architect will furnish the Contractor with a schedule showing location of tile colors and patterns selected. Materials: Tiles to be 6" x 3" Franciscan Terra Grande 0106. rod ut color to match tile. Installation: Set, grout and clean tile in accordance with Tile Manu acturer's Association basic specification K -300, except as otherwise specified herein. Tile to be flush set with joints aligned and square. Wipe tile clean after grouting and protect before any other trade has access to room. Acid shall not be used for cleaning of glazed tile. Protect finished tile work until completion. Leave finish tile work clean and free from cracked, chipped or broken tile. 0990. PAINTING The general conditions and supplementary general conditions shall form a part of this contract. Scope: This Contractor shall furnish all labor and materials necessary for the painting of the entire building in a manner that will produce proper results under the following specifica- tions. Note: As this subcontractor will be held responsible for the f3n1 complete finish of all painted surfaces, he is required to see that all such surfaces are in reasonably good condition to receive the finish and shall immediately notify the Contractor of any surface not in such condition. Commencement of any painting shall constitute acceptance of all surfaces by this Contractor. All surfaces before painting shall be reasonably free from dirt, dust, and reasonably free from imperfections that would affect the finish. This subcontractor shall protect his painted sur- faces. All nail holes, open joints, cracks, etc., shall be puttied or spackled and painted in a workmanlike manner. Carefully putty all natural wood finishes so that the putty will match the color of the finish and be flush with the surfaces. All putty stains of the final surfaces shall be corrected by refinishing the area in question. Each coat of material shall be laid in such a manner as to give an even and uniform coating, reasonably free from dirt, runs, brush marks, or laps. -64- a • Upon twenty -four (24) hours notice from the General Contractor, the painter shall prime and back -prime all window and door frames and all doors and sash including tops and bottoms, and all other items of mill work. The painter shall keep clean such portions of the work that are not to be painted and upon completion of the work shall leave a clean, neat and workmanlike job. The painter shall provide sufficient drop cloths to keep all floors, etc., free from stains. All paint, oil, etc., to be first grade standard manufacture of W. P. Fuller & Co., or approved equal. Interior Pain�tin : All painted woodwork to be given one coat o� primer or flat, one coat of undercoater, and one coat of enamel. All painted plaster walls and ceilings to have two coats of semi- gloss enamel paint. Colors: Are to be as per Architect's color schedules. Exterior Painted Woodwork: To be painted with three coats of exterior lead and of paint unless otherwise specified at building line. Exterior Stained Woodwork: To be painted with two coats of Olympic sem - transparent stain; see color schedules. Generally, all exterior wood surfaces and doors will be stained. All boarding is to be back primed, one coat. All galvanized s eet metal not shop painted shall be washed with vinegar before painting with required three coats. All vents, etc., to be painted to match roof. Exterior stucco: to receive two coats of acrylic Latex paint, Fuller r equal. 765-. 15. PLUMBING - ARCHITECTURAL The preceding special conditions and general conditions are part of this section. Subcontractors must examine these sections thoroughly. 1501. GENERAL The General Conditions, Supplementary General Conditions and the Special Conditions sections of this specification are applicable to this section as if herein specified. Scope of Work: Provide all necessary labor and materials to produce a comp and operating plumbing system as indicated on the drawings and herein specified. This work shall include but not be limited to the following: a. Provide and install complete domestic water system from 5' -0" beyond building line to all fixtures and items of equipment requiring water. b. Provide and install complete waste and soil system from 5' -0" • beyond building line to all fixtures and traps.. Pay all con- nection fees. c. Provide and install complete vent system from all traps and fixtures to one point above roof. d. Provide and install complete roof drainage system from rain water receptacles to point of termination shown on plans. e. Provide and install fixtures and equipment as herein specified. f. Provide and install all fixtures, equipment, piping, etc., indicated on the drawings as furnished under this section or by plumber. g. Temporary service. Not Included in This Section: a. Electrical work including starters, conduit and wire except as specifically noted. b. Painting. c. Formed Concrete: Except, furnish templates and /or Shop Drawings and provide necessary inserts, etc., for own and Owner furnished equipment. -66 - 0 • 1502. PLUMBING SYSTEMS, GENERAL REQUIREMENTS Pike &Fitting Material: All pipe and fittings shall be of merA ican Manufacture and shall conform to the applicable following standards. USAS (United States of America Standards Institute) ASTM (American Society for Testing Materials) FS (Federal Specifications Board) AWWA (American Water Works Association) Pipe Arrangement & Workmanship: a. All piping shall be installed to run parallel to the building construction and arranged to form neat, symmetrical patterns to insure the best appearance possible. Fittings shall be used for changes in sizes and direction of pipe; no bending will be allowed. All pipes shall be carefully cleaned and all scale, sand, dirt, etc., removed before installation. Full lengths of pipe shall be used whenever possible to mini- mize the number of couplings. b. The Contractor shall proceed with the rough piping as rapidly as the general construction work will permit and shall have all of the rough piping in and stubbed out to the proper point and tested, in each case, before any lath, plaster or finished work of the ceilings, partitions, walls or floors are in place. c. Horizontal Pipe: (1) Run level without pockets. (2) Straight as possible. (3) Bends not permitted, offsets made with fittings. (4) Water piping shall be installed so that no noise will be heard from the flow of water under normal operation. (5) Lines shall be installed so systems may be drained at low points. Hangers and Supports: a. General All piping shall be firmly held in place by approved hangers, supports, and anchors. All hangers and supports shall be of design which will support the weight of pipe, fluid and insula- tion. -67- • b. Horizontal Piping: Hangers and supports for horizontal piping shall be provided at not more than the maximum intervals listed under each piping system. (1) Supports or hangers shall be located adjacent to fittings and in addition to above hangers, piping shall be supported at each offset or change of direction, at ends of branches, at the base of riser pipes and along piping as required to prevent sags, bends or vibration. (2) Lateral bracing shall be provided at every fourth hanger where hanger rods are more than 18 inches in length. (3) Hangers supported by structural steel shapes shall be attached by manufactured cast iron clamps designed for use on the specific steel shape and equipped with retainers. (4) Hangers supported by wood structure shall be attached by manufactured steel or cast iron angle clips. Clip to be secured to wood structural member by not less than two 14 11 x 114" lag screws. Hanger rods shall be threaded into angle clip and secured with lock nut or shall have nut top and bottom of angle clip. (5) All hangers shall be attached to halter rod by means of adjustable swivel, turnbuckle or double nut arrangement to allow height adjustment. c. Vertical Piping: Shall be suitable supported from the building structure where required by means of malleable iron or steel pipe clamps of ample size, either bolted or welded to the pipe and supported at the floor slab. Supports where indicated on the drawings shall also act as anchors to allow for expansion and contrac- tion of the piping. Provide rubber isolators for clamps where required for elimination of vibration and sound to the structure. d. Miscellaneous Supports: Wall brackets, etc., shall be provided where required in accor- dance with the best standard practice of the trade in a manner as approved by the Architect. In the event additional struc- tural steel is required to transmit loads to main structure, same shall be provided at no additional cost to the Owner. Supply Stub -Outs: All supply stub -outs through the wall shall be secured behind the wall with drop -eared tees and ells. -68- • 0 Expansion and Contraction: Expansion and contraction in the water piping systems ocate inside buildings shall be taken care of by swing joints and bends, and properly located anchors, unless other- wise indicated on specifications of shown otherwise on drawings. Roof Flashings: a. Furnish and install for each pipe passing through roof, a four pound, one piece lead flashing assembly with 8" skirt and cast iron counter flashing. Stoneman Stormtite No. S 1100 -4 or equal. Sheet metal flashing will not be permitted. b. Coordination with Roofing: Base and sleeve portions to be installed as necessary for roofing. Counterflashing to be installed after roofing is finished and approved by the Architect. Escutcheons shall be provided where exposed pipes pass through walls, , floors, ceilings and partitions. In finished portions of the building, escutcheons shall be chrome plated. In other por- tions of the building, escutcheons shall be prime coated steel with set screw flanges. Where exposed to weather conditions, escutcheons shall be cast brass with set screw. Valves: Size, type and material shall be suitable for the location and ervice as called for on the plans and specifications; location shall also be as indicated on the plans, in addition to the follow- ing services and locations: a. At each plumbing fixture and hose bibb. b. For shut -off of risers and branch mains. c. For flushing and sterilizing the systems,. d. Installation of valves shall be made to provide neat appear- ance and easy grouping, with all parts easily accessible. Wherever possible, valve stems shall be horizontal. If necessary to install valve stem vertical, the stem shall point down. e. Valves in utility spaces shall be located so that they will be easily accessible. Where necessary locate valves in walls or above ceilings and make accessible with an approved type access panel, in approved location. Pi es Over Electrical E ui ment: Where pipe joints or valves on co d water, of water, hot water return, wet standpipe, combina- tion standpipe or waste lines occur within two feet in horizontal direction from electrical panels, equipment, provide drip pan of size which will afford protection, as approved. Provide 3/4" pipe drain to floor sink. Excavation and Backfill: a. Excavate the material encountered as required for installation of buried plumbing work. If rock is encountered, excavate 3" below the required depth and backfill to required depth with sand. b. Perform all tests required for the buried piping system prior to backfilling. c. Excavated material may only be used for backfill if free from rocks and trash. If rock is present in excavated material, backfill to a level of 3" above highest portion of piping with sand then complete backfilling with excavated material. Remove all trash from backfill. d. Mechanically compact all backfill to the density of the sur- rounding siil. Backfill shall be placed and compacted in not more than 6" layers. e. Backfilled trenches which will be paved or receive structural work shall be compacted as required for that work. Testing: a. Provide all labor, material and equipment necessary to perform all tests as herein specified or required by the governing authorities and /or required by code. b. Notify governing authorities and obtain written approval for tested systems prior to backfilling or concealed work. c. Notify Architect 48 hours prior to test and obtain architec- tural approval prior to backfilling or concealed work. d. Test piping which will be concealed, in sections as approved; do it in manner which will not leave any pipe or joint untested. e. Where partial testing of the system is required prior to test- ing of complete system, Contractor shall provide all necessary valves, caps, plugs, etc., to complete test. f. Before testing piping systems, remove or otherwise protect from damage, control devices, air vents, other parts, which are not designed to stand pressures used in testing piping. g. Tests shall be performed as hereafter specified under specific systems. h. Adjustments, Repairs, Retests: (1) The Contractor shall notify the Architect of all defects encountered during or after the test prior to making any -70- • M alterations. This shall include; but not be limited to, the following items. Defective equipment, defective material, or leaks in any system. I (2) Make adjustments, repairs, alterations, as required to meet specified test results. (3) Correct defects disclosed by tests or inspection; replace defective parts when directed. (4) In replacing defective parts use only new materials; in case of pipe, replace with same length as defective piece. (5) Caulking of screwed joints or penning of welds will not be permitted. (6) Repeat tests after defects have been corrected and parts replaced as directed until pronounced satisfactory. (7) Test and adjust alarms for satisfactory operating condi- tions. (8) Responsibility for Damages: Bear costs of repairs and restoration of work of other trades damaged by the tests or cutting that had to be done in connection with the leaks. Adjustment and Instruction: a. Flush, purge and clean all piping systems. Adjust volume, clean aerators and leave system in perfect operating order. b. Instruct the Owner's operating personnel in the operation and maintenance of the system at the convenience of the Owner. 1503. .SANITARY WASTE AND VENT PIPING SYSTEM Waste and vent pieing shall be service weight No -Hub cast iron soil pipe and fitting. Joints: a. Installation shall be in accordance with the cast iron soil pipe institute pamphlet #100 and the I.A.P.M.O. 15 -6 -66. b. Make up joints with cast iron institute approved soil pipe No -Hub neoprene compression gasket and stainless steel clamp and shield assembly as manufactured by the Ideal Corporation. c. With ends of pipe firmly butted against gasket shoulder, . tighten each clamp alternately to 60 in- pounds or torque with factory set torque wrench. 0 0 The intermembering of No -Hub and hubbed pipe or fittings or other materials, by use of the "No -Hub" coupling is prohibited, unless approved adapter transition fittings are used. Steel couplings may never be used for transition. The connection of closet rings, floor and shower drains and similar "slip- over" fitting to "No -Hub" pipe and fittings and the connection of "No -Hub" pipe and fittings to conventional soil pipe hubs must be accomplished by the use of caulked lead joints. Cleanouts: a. Locations: (1) All places indicated on plans. (2) At the terminal end of all horizontal waste runs. (3) At all off -sets of more than 450. (4) At maximum spacing of 100' -0" apart. (5) At all places not noted above or shown on plans, but required by local code. Quality: Shall be J. R. Smith, Manufacturer's name and model, figure or drawing number specified are for identification of types, quality and construction. All cleanouts to have bronze countersunk rectangular slotted plugs, tapered threads, lubri- cated with emulsified lead paste. Flush with floor cleanout tops shall have non -skid gasketed watertight covers secured independent of plug. c. Finished Room Floors: Smith No. 4023 cast iron adjustable floor level c eanout assembly with round nickel bronze top with gasketed water -tight cover. (No. 4023F with flashing flange, flashing ring as required) CO - Wall Clean outs - Dr ails - Block or Tile: Smith No. 4512 cast iron C.O. tee with Acorn No. 11- AK, prime coated steel concealed hinge type access covers with removable door on all except tile walls. Tile walls use Smith No. 4512 with Acorn 8211 -1 AK, with 1808 No. 4 finished stainless steel access cover. Test: If applied to the entire system all openings in the piping shall be tightly closed, except the highest opening, and the system filled with water to point of overflow. If tested in sections, each opening shall be tightly plugged, except the highest opening of the section under test, and each section shall be filled with water, but no section shall be tested with less than 20 -ft. head of water. In testing successive sections at least the upper 10 ft. of the next preceding section shall be tested so that no joint or pipe in the building (except the upper 10 ft. of the system) shall V have been submitted to a test of less than 20 -ft. head of water. The water shall be kept in the system or in the - portion under test for at least four hours before inspection starts. The system shall then be tight at all points. The Contractor shall make permanent installation of sufficient supports, braces, anchors and thrust blocks to accomplish the test. Slope: a. Where possible all waste and drain pipes shall slope at 2% or as indicated on drawings. b. Minimum slope for waste and drain pipes (unless otherwise noted shall be 1 %. 1506. FIXTURES Quality: American - Standard, grade "A" or equal in quality and style to the plate, model or drawing numbers specified. Vitreous china shall have all exposed surfaces covered with opaque vitreous glaze. Cast iron shall be acid - resisting porcelain enameled. Flush valves shall be Sloan manufacture, diaphragm type with approved vacuum breaker, screwdriver stop and quiet action accessories. (Nipples to be threaded chrome brass. Sweat solder adaptors with sleeves are not permitted) Rough -in shall be in accordance with manufacturer's recommenda- tions. All cast iron or vitreous china fixtures shall be white unless otherwise specified. Fittings and trim shall be brass with polished chromium plated finish. Provide individual stops for all supplies to fixtures. (Speed -way and brass craft and similar stops will not be per- mitted) Trap all wastes separately. All exposed supplies, traps and exposed fixture piping shall be chrome plated. Provide cast brass chrome plated escutcheons for pipes penetrating walls. Provide two keys minimum for loose key stops. Provide an additional key for each 20 loose key stop valves. Fixture Backing: a. Provide backing for each plumbing fixture requiring same, at the time roughing -in is done. ­73,., . b. On Concrete Walls: Securely fastened with heavy expansion bolts of require length. c. Fixture Bolts: All wall fixtures shall be hung or supported with / bolts of sufficient length to securely fasten the fixture to the backing. All exposed heads of bolts for fixtures shall be chrome plated. All fixtures shall be drilled for the specified trim. Hole covers will not be permitted. Grout: All fixtures shall be grouted to wall and /or floor with resilient non - hardening plastic caulking compound. Fixture Schedule: a. Water Closet WC -1 American Standard Madera #2222.016 floor mount siphon jet, vitreous china toilet with elongated bowl and 1," top spud. #5320.114 white solid moltex plastic open front seat with '. stainless steel check hinge and no cover. Sloan #110Y0, lever handle, screwdriver stop, vacuum breaker, wail flange, spud flange, screwed brass chrome plated nipple and rubber bumper. American Standard #4020.012 bolt caps. b. Sink SS -1 American Standard Declyn F- 321 -60 19" x 17 ", with wall hanger. Cap hot water. -74 -. i PAT Rossi 0 CERTIFIED PUBLIC ACCOUNTANT CONTENTS 0 I. Accountant's Report II. Financial Statement III. Contracts Receivable & Notes Receivable IV. Contracts in Process V. Contracts Payable and Notes Payable VI. Note to Financial Statement 0 0 PAT Rossi CERTIFIED PUBLIC ACCOUNTANT March 6 1973 Board of Directors of Taymech Corporation Santa Ana, California 0 UNION BANK SOUARE. SUITE YOB 5, T. MAIN 6 LA VETA STREETS ORANGE, CALIFORNIA 92668 TELEPHONE 855 -5051 I have examined the Balance Sheet of Taymech Corporation as of January 31 1973. My examination was made in accordance with generally accepted auditing standards, and accordingly included such tests of the accounting records and such other auditing procedures as I considered necessary in the circumstances. In my opinion, the accompanying Balance Sheet presents fairly the financial position of Taymech Corporation as of January 31 1973 in conformity with generally accepted accounting principles. PAT ROSSI TAYMECH CORPORATION PAT Rossi • BALANCE SHEET CERTIFIEO PUBLIC ACCOUNTANT JANUARY 31 1973 ASSETS CURRENT ASSETS . Cash in bank $ 75,486 Contracts receivable - Exh. A, Sch. I 169,030 ' Notes receivable - Exh. A, Sch. II 4,000 Costs and estimated earnings in excess of billings on uncompleted contracts - Exh. B 26,162 Prepaid interest and insurance 18,892 Prepaid Federal and State income taxes 8,346 Cash surrender value - officers' life insurance 3,587 Total Current Assets 305,503 PROPERTY AND EQUIPMENT, AT COST Machinery and equipment, pledged $ 40,859 Trucks and automobiles, pledged 66,521 Office furniture and equipment 6,146 Leasehold improvements 11,647 I 125,173 Less accumulated depreciation 69.387 55,786 OTHER ASSETS Deposits 758 TOTAL ASSETS $362,047 LIABILITIES AND CAPITAL CURRENT LIABILITIES Accounts payable $ 99,797 Notes payable, current - Exh. C, Sch. II 40,000 Payroll taxes accrued and withheld 1,020 Health & welfare accrued & withheld vacation 6,941 Billings in excess of costs & estimated earnings on uncompleted contracts - Exh. B 4,626 Current maturities on contracts - Exh. C, Sch. I 35,819 Accrued salaries & bonuses 32,642 Accrued interest 987 ' Total Current Liabilities 221,832 LONG TERM DEBT ' Contracts payable - Exh. C, Sch. I 10,397 Notes payable - Exh. C, Sch. II 43,497 ' Total Liabilities 275,726 CAPITAL Common stock, authorized 2,000 shares, par value $100.00; issued and outstanding 400 shares $ 40,000 ' Retained earnings 51.321 i 91,321 Treasury stock, 50 shares, at cost ( 5,000) 86,321 TOTAL LIABILITIES AND CAPITAL ,1 $362,047 The accompanying note is an integral part of these financial statements. P A7 Rossi* . EXHIBIT A CERTIFIED PUBLIC ACCOUNTANT TAYMECH CORPORATION SUPPORTING SCHEDULES JANUARY 31 1973 SCHEDULE I - CONTRACTS RECEIVABLE Rate Amount J. W. Johnson Unsecured 7% Earned W. L. McWhorter Unsecured 7% Customer Job # Not Billed Current Retentions Total City of Brawley 1208 $27,386 $21,801 $ - 0 - $ 49,187 Heber P.H.D. 1212 - 822 , 21,830 22,652 Santa Margarita W.D. 1215 - - 16,216 16,216 East Bluff 1217 9,562 - - 9,562 City of Chino 1220 - 1,230 5,028 6,258 Humko Products 1234 - - 1,969 1,969 Uni -Plant Corp. 1240 21,230 29,904 - 51,134 Hunt Wesson 1242 - 1,465 - 1,465 John R. Davies 7000 - 620 - 620 Bert Dulfer 7000 - 65 - 65 Central Plants, Inc. 7000 - 4,082 - 4,082 Moulton & Niguel 1203 - 5,820 - 5,820 $58,178 $65,809 $45,043 $169,030 SCHEDULE II - NOTES RECEIVABLE, ON DEMAND Debtor Security Rate Amount J. W. Johnson Unsecured 7% $ 2,400 W. L. McWhorter Unsecured 7% 1,000 Pensko Unsecured 71% 600 Total Notes Receivable $ 4,000 The accompanying note is an integral part of these financial statements. IPAT Ross. 0 *1 CERTIFIED PUBLIC ACCOUNTANT EXHIBIT B TAYMECH CORPORATION CONTRACTS IN PROCESS JANUARY 31 1973 Contract Costs And Billings In Estimated Contract Profit Estimated Excess of Total Total Expenses Accrued Billings Earnings Costs And rProject Contract Contract To To To In Excess Estimated 1 Code Price Profit 1- 31 -73_ 1 -31 -73 1 -31 -73 Of Billings Earnings A $289,647 $17,000 $271,159 $16,830 $273,856 $14,133 $ B 118,868 6,000 95,690 5,100 95,618 5,172 4,626 C 151,877 18,000 120,705 16,200 141,531 - - D 3,805 1,353 2,452 1,353 - 3,805 - E 4,298 744 2,524 528 - 3,052 - $568,495 $43,097 $492,530 $40,011 $511,005 $26,162 $ 4,626 DESCRIPTION OF PROJECT CODE A City of Brawley ' B East Bluff Pumping Station C Uni -Plant Corp. D Humko Products ' E McDonnel- Douglas The accompanying note is an integral part of these financial statements. i i i i i i i i i i i i i PAT Rossr 0 CERTIFIED PUBLIC ACCOUNTANT 0 TAYMECH CORPORATION SUPPORTING SCHEDULES 'JANUARY 31 1973 SCHEDULE I - CONTRACTS PAYABLE SCHEDULE II - NOTES PAYABLE Maker Union Bank Wayne Taylor Wayne Taylor Wayne Taylor Wayne Taylor Robert Noll S. J. Ray Totals Less Current Portion Total Long Term Portion Security Rate Monthly Payments Equipment 7.25% Including Creditor Security Interest Union Bank Equipment $1,156.25 Bank of America Auto 203.61 AFCO Prepaid insurance 1,533.31 First National Bank Truck 84.02 Standard Oil Equipment 16.50 Bank of America Auto 129.90 First National Bank Auto 98.40 First National Bank Truck 84.02 SCHEDULE II - NOTES PAYABLE Maker Union Bank Wayne Taylor Wayne Taylor Wayne Taylor Wayne Taylor Robert Noll S. J. Ray Totals Less Current Portion Total Long Term Portion Security Rate Due Date Equipment 7.25% 3 -26 -73 Unsecured 8.00% 1 -06 -75 Unsecured 5.001% 4 -07 -75 Equipment 5.00% 1 -01 -75 Unsecured 8.007. 1 -06 -75 Unsecured 5.00% 4 -01 -75 Unsecured 5.00% 4 -08 -75 Totals Less Current Portion Total Long Term Balance Due $19,656 4,072 17,098 84 281 4,547 394 84 46,216 35,819 $10,397 Balance Due $40,000 10,000 6,500 12,997 10,000 2,000 2,000 83,497 40,000 $43,497 The accompanying note is an integral part of these financial statements. EXHIBIT C Current Portion $13,875 2,443 17,098 84 281 1,560 394 84 $35,819 Current Portion $40,000 $40,000 PAT Rossi 0 CERTIFIED PUBIC ACCOUNTANT TAYMECH CORPORATION NOTE TO FINANCIAL STATEMENT JANUARY 31 1973 NOTE I - Property & Equipment A summary of the property and equipment and the accumulated depreciation is as follows: Accumulated Cost Depreciation Net Machinery & Equipment $ 40,859 $20,837 $20,022 Trucks & Autos 66,521 42,109 24,412 Office furniture & Equipment 6,146 2,887 3,259 Leasehold Improvements 11,647 3,554 8,093 $125,173 $69,387 $55,786 Fixed assets are depreciated over their estimated useful lives, primarily a declining balance method except for office furniture and equipment and leasehold improvements which are being depreciated on the straight line method. Similar methods are also being used for tax purposes. Q F i V) w UQ W W oF-pm V��z (n V W aw LJ it ' L-0z 3- L) LJ AL 4 O h u u x N 111111 IIIIIIIIIINIIIIIIIi� ii A��ee�niee� q�I,B�Iq,■�II ,Nonuuammu 4 O h u u x N r a f f a � t- V z U) HL :J 41 Q LaJ 41 F Z I—Z —a z a F U w d J 2 � v f ?w a W n