Loading...
HomeMy WebLinkAboutC-8758-2 - Hillsborough Pump Station RehabilitationN fe f CITY OF NEWPORT BEACH v NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 15th day of February, 2023, at which time such bids shall be opened and read for HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 $740,000 Engineer's Estimate Approved by t James M. Houlihan Dbputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 MANDATORY PRE -BID A mandatory pre -bid MEETING will be conducted for this project on February 2, 2023 at 10:00 am in the Civic Center Community Room, 100 Civic Center Dr. Bidders who do not participate may be considered non -responsive. Hard copy plans are available via Mouse Graphics at (949) 548-5571 Located at 659 West 19t' Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" and all electrical work shall be performed by a Contractor with a "C-10" license. For further information, call Patrick Arciniega, Project Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: httg://newportbeachca_.gov/government/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES..........................................10 NON -COLLUSION AFFIDAVIT..................................................................... 14 DESIGNATION OF SURETIES...................................................................... 15 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................16 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 22 CONTRACT.................................................................................................................. 23 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 2 City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via Planet8ids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act'. 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: 4 A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. E. MANDATORY Pre -Bid Meeting attendance is required for this Project. The meeting will be conducted on February 2"d at 10:00 a.m. at City Hall Community Room, 100 Civic Center Drive, Newport Beach CA 92660. All contractors wishing to bid on this project shall be represented by its CEO/Owner who will be signing the contract documents, or Superintendent who will be managing the Project, at this mandatory meeting. Bidders who do not participate may be considered non -responsive. The signature below represents that the above has been reviewed. 1079004 A & C 16 Contractor's License No. & Classification 1000807361 Exp 6/30/2025 DIR Registration Number & Expiration Date Vicon Enterprise Bidder 5 fry ,cQ2 President Authorized Signature/Title 2/11 /23 Date Bond No. CSBA-22924 City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Amount Bid Dollars ($10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Hillsborough Pump Station Rehabilitation, Contract No. 8758-2 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 24th d/ o Janua , 2023. 1 Vicon Enterprise Incorporated Name of Contractor (Principal) AuthorizedSignature/Title Harco National Insurance Company /ULA-//"'-) Name of Surety nT5ignature 2400 E. Katella Ave., Suite 250 Anaheim CA 92806 Address of Surety (714)602-9170 Telephone Shaunna Rozelle Ostrom, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 1.9 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On ef,O&f 202 before me, Notary Public, p ,rsonally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. mGREGORY V. VEIX / U v j tiOT,<'tY PUFLIC•CALIFORNIA /fir.--� � d ;�j,� GRANGE COUNTY fil Signature v `—' (seal) Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION L-''`C tv � b I Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer ■❑ Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } ss. On January 24th 2023 before me, Melissa Ann Vaccaro Notary Public, personally appeared Shaunna Rozelle Ostrom who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MELISSA ANN VACCARO WITNESS m hand and official seal. y 42 N NoCOMM.824015or a � �" Notary PubliaCalifnia � / _ a ORANGE COUNTY x. My Comm. Expires May 12,202 (seal) Signature Melissa Ann Vaccaro Y f �"Sjj STATE OF NEW JERSEY STATE OF ILLINOIS wr �qQ� SEAL � County of Essex County of Cook 1904 f�S 1EKenneth Chapman fy� * Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY HARCO NATIONAL INSURANCE COMPANY Bond No. CSBA-22924 INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint BENJAMIN WOLFE, MICHAEL D. STONG, CHELSEA LIBERATORE, BEN STONG, ADRIAN LANGRELL, DWIGHT REILLY, DANIEL HUCKABAY, ARTURO AYALA, FRANK MORONES, SHAUNNA ROZELLE OSTROM, Ri NAPPI Orange, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attomeys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attomeys-in-fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2021 .,,...•...,,« �VtNStjjq�•, 0,..pPoa �'•_ ,� .• Go 4fa` A� :z: SEAL a On this 31 st day of December, 2021 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly swam, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. " I I III I "� IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, E A- OUj': New Jersey the day and year first above written. SAS U79 1�.�/� f (I 7y ...... �' Shirelle A. Outley a Notary Public of New Jersey My Commission Expires April 4, 2023 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attomey has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, January 24m 2023 A00835 a 4_c�_ __ Irene Martins, Assistant Secretary HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. Vicon Enterprise Bidder Sub Contractors %¢ 4it.� President Authorized Signature/Title Sub Contractors - Hydor Electric - LIC#977838 - DIR 1000001266 - Electrical National Coating & Linings - LIC#886430 DIR 1000013795 - Painting Smith Brothers Crane - DIR 1000017455 - Crane Services 9 City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Vicon Enterprise FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $250,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements: No. 1 Project Name/Number 105232 Project Description Remove & replace natural gas piping, excavation, AC paving Approximate Construction Dates: From 1-10-22 To: 5-27-22 Agency Name Metropolitan Water District Contact Person Chris Gocken Telephone (9511966-9267 Original Contract Amount $ 178K Final Contract Amount $ 178K If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO 10 No. 2 Project Name/Number P265795 Project Description Remove & replave VTP Header Piping & Valves 18" Approximate Construction Dates: From 12-8-21 To: 2-28-22 Agency Name LA County Sanitation District Contact Person Greg Hope Telephone (562) 908-4288 ext 3538 Original Contract Amount $ 59.8K Final Contract Amount $ 79K If final amount is different from original, please explain (change orders, extra work, etc.) Client ask for Vicon to also install provide & install new SOL plate for new VTP Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 3 Project Name/Number 21-098 - 3 Year Maintenace Contract Agreemnt Project Description Fabricate & install new 12" vault piping and replace valves Approximate Construction Dates: From 8-24-22 Agency Name City of Santa Ana Contact Person Elliot Valdez To: 1-18-22 Telephone (714) 483-1736 Original Contract Amount $ 500K Final Contract Amount $, If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO 11 No. 4 Project Name/Number 21043-17842 - Leed Electric (Cottonwood Booster Station Project) Project Description Demo existing VTP motor & piping Install new Motor & concrete Approximate Construction Dates: From 12-15-21 To: 6-2-23 Agency Name East Municipal Water District Contact Person Cody Englhardt Telephone (564 405-5460 Original Contract Amount $ 260K Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. MS] No. 5 Project Name/Number RO Reject Water Rerouting Project Description Fabrication & Install new pipe and supports including underground Approximate Construction Dates: From 2022 To 2022 Agency Name AES Power Plant Contact Person Hector Murguia Telephone (56� 986-0566 Original Contract Amount $ 108K Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO 12 No. 6 Project Name/Number RAS Piping & Structural Steel Replacement Project Description Remove & install 30" RAS piping & Structural steel & Bypass System Approximate Construction Dates: From 2020 Agency Name LA County Sanitation District To: 2021 Contact Person Greg Hope Telephone (562) 908-4288 ext 3538 Original Contract Amount $ 980K Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Vicon Enterprise Bidder 13 �� •r9-� President Authorized Signature/Title City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Los Angeles ) Frank Lobos being first duly sworn, deposes and says that he or she is Vice -President of Vicon Enterprise Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Vicon Enterprise Inc. �AO]It W'e, / Vice -President. Bidder Authorized SignatureMtle Subscribed and sworn to (or affirmed) before me on this 11 th. day of February , 2023 by �ao y_ \,Q625 , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ;? M Lt'$QS L z COW # 2395554 rn Notary Public W NOTARY PMIC • GUFORW n LOS WALESCOUNIY [SEAL] My Comm. Ex0m wah 2, 2026 My Commission Expires: 013 T - Z m City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 DESIGNATION OF SURETIES Bidder's name Vicon Enterprise Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): CSBA - Commercial Surety Bond 1411 N Batavia, Ste 201 Orange CA 92867 714-516-1232 15 City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Vicon Enterprise Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2022 2021 2020 2019 2018 Total 2023 No. of contracts 14 27 1 Prior Company QA Con truction Total dollar Amount of Prior Company IQA Construction Contracts (in 2•7 2.1 M 70K Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving permanent 0 0 0 0 0 0 0 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. li[ Legal Business Name of Bidder Business Address: Business Tel. No.: State Contractor's License No. and Classification: Vicon EnterWrise OM • I. _ 562-673-5331 1079004 Gen A & C16 Title Vice President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder au�_ Date 2/11 /2023 Title Vice President Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LS J On t 2�)i2023 before me, J�{s c�-� %z�S. 004-et` eolok , , (insert name and title of the offi_ ) personally appeared ��u�l�_ l-v`l�cS who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. - SARA1LOBOS u COMM. # 23955514 rn n Z NOTARY PUBLIC -CALIFORNIA (Z� W LOSANGEIES COUNTY _ My Comm. EXPON MWh 2.2026 N ary Public Signature (Seal) OPTIONAL INFORMATION DOCUMENT (name or type of document) (number of pages) (document date) SIGNER CAPACITY (capacity claimed by the signer) NOTICE THE NOTARY PUBLIC DOES NOT CERTIFY THE AUTHORIZED CAPACITY OF THE SIGNER City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Vicon Enterprise The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 1 2/8/2023 % 4t6�. , 18 City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Vicon Enterprise Business Address: P.O. Box 18208 Anaheim CA 92817 Telephone and Fax Number: 562-673-5331 - Fax 714-520-7521 California State Contractor's License No. and Class: 1079004 A & C16 (REQUIRED AT TIME OF AWARD) Original Date Issued: 7/31 /21 Expiration Date: 7/31 /23 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Murphy Zilth - Superintendent/Project Manager The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Telvis Artis President 5433 E Spyglass Way Anaheim CA 562-673-5331 Frank Lobos Vice President 18718 Ambler Ave Carson CA 310-350-2716 Corporation organized under the laws of the State of 19 California The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NONE All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: NONE For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NONE Briefly summarize the parties' claims and defenses; NONE Have you ever had a contract terminated by the owner/agency? If so, explain. NO Have you ever failed to complete a project? If so, explain. NO For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / o 20 Are any claims or actions unresolved or outstanding? Yes 49 If yes to any of the above, explain. (Attach additional sheets, if necessary) NO Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. (Print name of Owner or President of Corporation/Compan ) Vicon Enterprise C' rig►► �� Bidder Authorized Signature/Titfe Vice President Title 2/11 /2023 Date On 02` 11 c`)22� before me, (�6LC6t t, 1��IpoS Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(lo whose name( is re subscribed to the within instrument and ac owledged to me tha ii she/they executed the same i hi Z her/their authorized capacity(), and that b hi her/their signature(on the instrument the person(, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my handnd official seal. SWIL cos (SEAL) COMM. # 2395554 z Nota y Public in nd for said State ,Z ' NOTARY PUBLIC . CALIFORNIA n LOSANGELESCOUNTY My Comm, EVO" Mamb 2, 2026 My Commission Expires: 0 2 - % 21 City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 Home Searcn PWC-130 Search Results SEARCH RESULTS - 7 records found Click the DIR Project ID to see more information about the project. ID Awarding Body Project Name Site Address Dates Classification County Project Number: Orange County Sanitation Building B Floor 10844 Ellis Avenue Advertised: CEMENT MASONS ORANGE FR1-0012 District Replacement, Jib Crane Fountain Valley, CA 92708 01/19/2022 LABORERS DIR Project and Forklift Pad Award: OPERATING ENG ID: 42254' 06/22/2022 TEAMSTER Amount: Est. Start: $220, 000.00 07/01 /2022 Est. Comp: 01 /01 /2023 Contractor Sub Contractor PWCR/CSLB/Lic Name PWCR/CSLB/Lic Name 1000807361 VICON ENTERPRISE INC Project Number: City of San Clemente Calafia Pump Station Flow 380 Avenida Pico Advertised: BOILERMAKER ORANGE 24401 Utilities Meter and Vault Water Reclamation Plant 11/10/2022 DIR Project Replacement San Clemente, CA 92672 Award: ID: 450430 01/17/2023 Amount: Est. Start: $79,500.00 03/13/2023 Est. Comp: 05/05/2023 Contractor Sub Contractor PWCR/CSLB/Lic Name PWCR/CSLB/Lic Name 1000807361 VICON ENTERPRISE INC Project Number: Orange County Drainage Pipe Repair at 1717 E. Via Burton Advertised: CEMENT MASONS ORANGE C-2-2210 Transportation Authority Anaheim Bus Base Anaheim, CA 92806 02/16/2022 LABORERS DIR Project Award: OPERATING ENG ID: 417s 74 Amount: 05/23/2022 PIPE TRADES $99,500.00 Est. Start: 07/11/2022 Est. Comp: 09/23/2022 Contractor Sub Contractor PWCR/CSLB/Lic Name PWCR/CSLB/Lic Name 1000B07361 VICON ENTERPRISE INC Project Number: Sanitation Districts of Los Fabricate & Install Header 1965 S. Workman Mill Rd Advertised: OPERATING ENG LOS P265795 Angeles County for Waste Filter Backwash Whittier, CA 90601 10/04/2021 ANGELES DIR Project station at SJC WRP Award: ID: 388(i87 12/08/2021 Amount: Est. Start: $59,800.00 12/30/2021 Est. Comp: 02/28/2022 Contractor Sub Contractor PWCR/CSLB/Lic Name PWCR/CSLB/Lic Name 1000807361 VICON ENTERPRISE INC Project Number: SOUTH COAST WATER Lift Stations 13 & 14 Ship 31592 West Street Advertised: LABORERS ORANGE 21-02-0037A DISTRICT Ladder Replacement Laguna Beach, CA 92651 06/22/2022 OPERATING ENG DIR Project Project Award: ID: 447GB'- 11/09/2022 Amount: Est. Start: $190,000.00 01 /11 /2023 Est. Comp: 04/06/2023 Contractor Sub Contractor PWCR/CSLB/Lic Name PWCR/CSLB/Lic Name 1000807361 VICON ENTERPRISE INC Project Number: City of Santa Ana On -Call Welding Services 215 S CENTER ST Advertised: IRON WORKERS ALAMEDA RFP 21-098 SANTA ANA, CA 92703 08/24/2021 DIR Project Amount: Award: ID:434423 $500,000.00 01/18/2022 Est. Start: 01/18/2022 Est. Comp: 01/17/2025 Contractor PWCRICSLB/Lic Name PWCR/CSLB/Lic 1000807361 VICON ENTERPRISE INC 1000619630 SUPERIOR ARC WELDING, INC Project Number: The Metropolitan Water Weymouth Plant Natural 700 N Moreno Avenue 105232 District of Southern Gas System Improvement La Verne, CA 91750 DIR Project California ID: 4C28�4 Amount: $178,000.00 Contractor PWCR/CSLB/Lic Name 1000807361 VICON ENTERPRISE INC Sub Contractor Name Advertised: CEMENT MASONS LOS 11/04/2021 LABORERS ANGELES Award: 01/10/2022 Est. Start: 02/07/2022 Est. Comp: O5/27/2022 Sub Contractor PWCRICSLB/Lic Name 1000000734 J.B. BOSTICK COMPANY, INC. 1000004889 ENGINEERINGAND ENVIRONMENTAL CONSTRUCTION, INC. New Search Back to Top I Conditions of Use I Accessibility I Contact Us I Data Collections and Use Copyright ® 2010 State of California TAIF! OVicon Enterprise Incorporated P.O. Box 18208 j Anaheim CA 927807 CON ENTERPRISE www.viconenterprise. io Frank Lobos Project Manager PROFESSIONAL SUMMARY EDUCATION CSUDH Project Management PMP Mr. Frank Lobos has over 30 years of experience in the heavy industrial construction Cert. sector and has been working with Vicon Enterprise since 2021. Mr. Lobos experience CSUDH Certification in includes developing and managing construction projects for both government and Construction Management private sector clients, including, water and wastewater treatment plants, sludge NWIS Pipeline Inspector, AWS treatment facilities, refineries, and chemical plants. Frank has extensive experience CERTIFICATIONS/ in managing special projects that involve new construction, equipment installation, TRAININGS mechanical, demolition and critical schedules. Project Management Professional® and MS Projects PROJECT EXPERIENCE - 1 OSHA 40 Hour HAZWOPER Training Project Name: Sacramento Regional Sanitation District OSHA 8-Hour HAZWOPER Project Location: Elk Grove, CA Refresher Training Start Date: 2/16/2019 End Date: 2/22/2021 OSHA Hazard Communication Amount of Project: $4.2 MM Standard Owner: Sacramento Regional Sanitation District AREAS OF EXPERTISE Client: Regional Sans Professional Project Manager, Civil Contact: Jason Fuller (916) 704-2159 & Mechanical Project Description: Project Scheduling — Primavera P6 The Gas Management System Rehabilitation and Improvements Project -Regional San Project Controls operates a digester gas management system (GMS) for treatment, delivery, and Change Order Management disposal of the sludge gas produced by the anaerobic digesters. Low-pressure sludge gas is collected from the digesters and typically treated for hydrogen sulfide using a series of iron sponge media scrubbers. The scrubbed gas is then compressed (medium -pressure sludge gas) and, under normal operation, transferred to the Carson Cogeneration Facility (Cogen) and the Regional San boilers. When there is excess sludge gas produced or if Cogen is not available, the low-pressure sludge gas can be disposed at the enclosed flares or the Waste Gas Burners (WGBs). The WGBs can be used for disposal of scrubbed or un-scrubbed sludge gas, while the enclosed flares are limited to burning only scrubbed gas based on current permit requirements. Changes in digester gas production and consumption has resulted in periodic uncontrolled venting from the digesters. The GMS Improvements and Rehabilitation Project was initiated to prevent periodic uncontrolled venting of digester gas and to bring the GMS into compliance. Because the GMS needs to remain in operation, the Project was staged into different phases of construction that had critical durations. The scope of the work included improvements to the following areas within the GMS: 1. In and around the MSG Building 2. Ground Flares & WGB's 1�Page VICON ENTERPRISE PO BOX 1 8 2 0 8, ANAHEIM CA 9 2 8 17 -f*w (7 1 4) 5 2 0- 7 5 2 0 telephone — (7 1 4) 5 2 0- 7 5 2 1 facsimile TAIr!CON CON ENTERPRISE 3. LSG Scrubbers 4. LSG, MSG, & FSG Condensate Systems 5. LSG Holders & Horton Spheres piping Vicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 927807 www.viconenterprise. io Role & Responsibility: Primary role was to plan, execute, and finalize the project in accordance with the plans & specifications. Establish and manage the project schedule with strict deadlines in accordance with the contract requirements. Develop Project SOV in accordance with the project budget and track percent complete against project schedule to monitor progress. Acquire resources and coordinate efforts of team members and third -party contractors or consultants in order to deliver project according to plan. Manage and oversee quality control throughout its life of the project. Other key functions performed are as follows: • Maintain project schedule and forecasts • Administering procurement/Purchase orders • Coordination and scheduling of deliverables • Prepare project status reports and change orders • Manage project budget. Measure, analyze, and present performance metrics of completed projects • Direct and manage project planning and execution from beginning to end. • Define project scope in relation to bid scope, milestones, and deliverables that support customer goals and ICS's business goals. • Develop submittal packages and provide to customer in a timely manner. • Delegate tasks and responsibilities to appropriate personnel as needed to complete the project. • Identify and resolve issues within the project team. • Identify and manage project dependencies and critical path. • Track project milestones and deliverables. • Develop and deliver progress reports, proposals, requirements documentation and presentations as required. • Obtain from the customer a confirming written change order for any significant change in project scope. • Build, develop and grow any business relationships vital to the success of the project. • Develop best practices and tools for project execution and management. PROJECT EXPERIENCE — 2 Irwin Industries Inc (Project Manager/Cost Controller) Project Name: Chevron Cogen D Train Project Location: El Segundo, CA. Start Date: JUNE 2011 End Date: MARCH 2O12 Amount of Project: $ 22,500,000 Owner: Irwin Industries Inc. Client: Chevron Contact: Gary Dicey (310) 615-5000 Project Summary: Chevron Cogen D Train / Fluor Enterprises, Inc. Project Manager / Controls Manager. (22+ Million Dollar Project); the project consisted on building a new Cogeneration plant in Chevron Refinery El ' O Vicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 927807 vlCON ENTERPRISETAI www.viconenterprise.io Segundo, CA. The project included the installation of the HRSG, STG, GTG, CTG, PDC, VESSELS, STACK, PUMPS and SUB -SYSTEMS. This was a very important and critical project for the Chevron El Segundo Refinery, the fact that a successful completion of this project would warrant that the Chevron Refinery Electrical and high- pressure steam needs would render Chevron self-reliant. Role & Responsibility: • Planned and executed weekly work to be completed. • Providing weekly cost reports. • P6 Schedule updates. • Schedule Sub -contractors. • Provide QA/QC oversight. • Weekly progress reports to the client. • Change Order Management. • Forecasting as well as Monthly Project Reports to Corporate. • This was a fast pace and challenging job. PROJECT EXPERIENCE — 3 Hobbs Bannerman Inc. (Project Manager) Project Name: Southern California Edison Project Location: Southern California Start Date: September 2009 End Date: November 2010 Amount of Project: $ 80,000,000 Owner: Hobbs Bannerman Inc. Client: Southern California Edison Contact: James Connell 310-629-2852 Project Summary: California Edison, Project Manager (80 Million Dollar Project); worked on four of the LM-6000 Turbine Peaker projects in southern California. These projects were schedule and cost sensitive. Work on all the LM-6000 concrete foundations included grading, compacting, forming and concrete pouring. These projects ran 6 months consecutively. Poured over 3000 CY of concrete on each project site. Southern California Edison Company (SCE) owns and operates five operating gas -fired Peaker power plants (Peaker's) that provide an aggregate of 245 MW of efficient, reliable power. Peaker's serve the electrical grid by starting and ramping to full load very rapidly, including the capability of starting and stopping more than once during a day. Each Peaker can reach full load within minutes after start-up and have relatively low start-up costs. In addition, these Peaker's can provide "black -start" capability in the event of a system black -out. Role & Responsibility: • Field Execution. • P.O. management and issuance. • Material Procurement. • Sub -contractor scheduling. • Manpower request. • Planned and executed weekly work to be completed. • Providing weekly cost reports. TAr!CON CON ENTERPRISE • P6 Schedule updates. • Schedule Sub -contractors. • Provide QA/QC oversight. • Weekly progress reports to the client. • Change Order Management. • Forecasting as well as Monthly Project Reports to Corporate. • This was a fast pace and challenging job. PROJECT EXPERIENCE — 4 Irwin Industries Inc. (Project Manager) Project Name: THUMSCO, Amine CO2 Project at the B&M Plant Project Location: El Segundo, CA. Start Date: APRIL 2008 End Date: September 2009 Amount of Project: $ 11,000,000 Owner: Irwin Industries Inc. Client: Worley Parsons Vicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 927807 www.viconenterorise. io Contact: James Connell 310-629-2852 Project Summary: Thumsco, Amine CO2 Project at the B&M facility, Project Manager / WorleyParsons. (11 Million Dollar project); Phase 1 and 2 which included civil, Mechanical, Electrical and Instrumentation phases for the project. There's was an array of foundations, including new air compressor pads, pipe racks, transformer and electrical building foundation; completed all new structural steel pipe racks and new flares and vessel setting, completed all the associated new Mechanical Pipping, Instrumentation and New Electrical PDC and control buildings for all the new equipment; Also completed successfully the pile driving of (98) piles x 65' in depth and drill (33) 24" caissons under very difficult and tight space project site. Role & Responsibility: • Planned and executed weekly work to be completed. • Providing weekly cost reports. • P6 Schedule updates. • Oversaw all electrical sub -contractors. • Supervise all pile driving activities. • Supervise all caisson drilling activities. • Estimate the materials, labor, and resources needed to achieve project goals. • Manage day to day operations and manpower needs. • Schedule Sub -contractors. • Provide QA/QC oversight. • Weekly progress reports to the client. • Change Order Management. • Forecasting as well as Monthly Project Reports to Corporate. • This was a fast pace and challenging job. 4 1 P a g e f*W VICO N ENTERPRISE PO BOX 1820�3, ANAH EIM CA 92817 (7 1 4) 5 2 0- 7 5 2 0 telephone —( 7 1 4 )5 2 0- 7 5 2 1 f a c s l m l e I CON V ICON ENTERPRISE PROFESSIONAL LICENSE General Engineering Class A License CERTIFICATIONS/ TRAININGS OSHA HAZWOPER 40-Hour Training (29 CFR 1910A20) OSHA Competent Person i29CFR 1926.32(f)] NCCER Certified Crane Operator to 100 Tons LA City Certified D1.1 (SMAW & FCAW ) LA City Certified Rubber Tire Backhoe Operator First Aid & CPR Trained AREAS Of EXPERTISE Professional Project Manager, Civil & Mechanical Estimating & Contract Mitigation Vicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 927807 www.viconenterprise.io Telvis Artis Project Manager PROFESSIONAL SUMMARY Mr. Telvis Artis has over 27 years' experience in the heavy mechanical/industrial construction industry servicing the Oil & Gas, Chemical, Water, Wastewater, Energy, Mines and Minerals Industries. Telvis has participated in all aspects of the project delivery process including, Vice President, Operations Management, Estimating Manager, Project Management, Construction Logistics, Contract Management, Scheduling & Planning, Procurement, Safe Work Execution, Quality Control, Quality Assurance, Sub Contractor Coordination, Field Contract Administration and Project Cost Controls. His ability to communicate effectively, plan work efficiently and construct projects in a safe manor has resulted in a consistent track record of quality craftsmanship, and excellent reliabilityto deliver projects on -time and within budget. PROJECT EXPERIENCE IQA Construction, Owner —Annual Revenues 3-7 Million. Establish business plans and set financial goals, implement strategies for achieving each goal. Managed and protect company against liabilities. Establish a profitable network and backlog of construction business by accurately estimating and securing projects, managed productivity, costs, and the delivery of quality work. Managed all company licenses, insurance, surety bonds and accounting to properly protect the business from claims. Performed sales and marketing necessary to build and maintain the company's foundation. Manage cash flow, AR & AP to maintain profit margins by controlling expenses and increasing revenues. Cost Controls and Procurement Irwin Industries Vice President — Manage day-to-day operations of Irwin industry which annually produced gross revenues upward of 150MM, Also responsible for the Organizational & Operations MGT financial well-being of various projects. He strategically planed and focused on improving current systems and work processes. Managed and update construction reports and financials. Managed and mentored all project team members to ensure maximum development. Assist in the development and criteria for potential prospects to fulfill open positions, interviewed & hired project managers. Performed and reviewed project estimates, prepared and reviewed construction contracts, assist in the development of design build projects. Served as a hands-on role in nearly every aspect of construction management; supervised the project management team, created and managed budgets. Work directly with clients to ensure each project met their expectations. Perform evaluation of sub -contractors. Frequently visit sites to ensure compliance with plans, specifications building codes and company standards. Reviewed and approved all contractor invoices, project purchase orders and change orders. 11Page , VICON ENTERPRISE PO BOX 1 8 2 0 8. ANAHEI M CA 9 2 8 1 7 (7 1 4) 5 2 0- 7 5 2 0 telephone — (7 141 5 2 0- 7 5 21 f a t s nn i le ICON VICON ENTERPRISE PROJECT EXPERIENCE — 1 - Irwin Industries Project Name: Exxon Refinery Project Location: Torrance, CA Start Date: 2/16/1999 End Date: 10/22/2002 Amount of Project: $42 MM Owner: Exxon Refinery MTBE Phase -Out Project Client: Exxon Refinery Torrance Contact: Dan Cassidy (310) 515-0476 — (Retired) Project Description: Vicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 927807 www.viconenterprise.io Exxon Company, requests a use permit to construct and operate the MTBE Phase -Out Project in response to a March 25, 1999 Executive Order by the Governor of California which required removal of methyl tertiary -butyl ether (MTBE) from gasoline sold in California no later than December 31, 2002. MTBE, which is an oxygenating agent added to gasoline to reduce air pollution from automobiles, has been determined to pose an environmental threat to groundwater and drinking water. The MTBE Phase- Out Project would enable Exxon to remove MTBE from gasoline, add ethanol (another oxygenating agent) and additional amounts of alkylate, and make other changes within the refinery in order to maintain fuel octane levels. The MTBE Phase -Out Improvement Project was scheduled in different phases. In order to maintain daily operations and production levels. Each phase had critical durations which could impact the start of the next phase or on -going operations of the facility. The scope of the work included but was not limited to the following: 1. Fabricate & install new Sphere, Piping, Controls and Fire Protection system 2. Modify & upgrade reactor and regeneration units 3. Install lading rack and rail offloading/loading for new Octyl Nitrate 4. Modify and upgrade the ESP and flare piping 5. Install new Octyl Nitrate unit and associated piping and controls Role & Responsibility: Primary role involved Project Management, prepare and develop schedule, execution plan, and safety submittal. Establish and manage project team in accordance with the contract requirements. Track and manage project budget against project schedule to report progress. Acquire resources and coordinate efforts of team members and third -party contractors or consultants in order to deliver project on time and within budget. Manage quality control throughout its life of the project. Other key functions performed are as follows: • Develop execution plans per task and withing different units of the facility • Procurement materials in alignment with the refinery guidelines • Attend weekly coordination and scheduling meetings to forecast deliverable • Manage project planning and execution from beginning to end. • Define project scope in relation to milestones, and deliverables that support customer goals. • Review and approve the development of submittal packages in a timely manner. • Liaise with project stakeholders on an ongoing basis. 2 ICON V ICON ENTERPRISE Vicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 927807 www.viconenterprise. io • Estimate and manage project changes and or work orders as issued by client. • Recommend budget changes where necessary, draft change orders and submit for approval as required by client and company policy. • Determine 3rd party approved vendors or staffing required to successfully complete the project. • Delegate tasks and responsibilities to appropriate personnel as needed to complete the project. • Identify and resolve issues within the project team. • Identify and manage project dependencies and critical path. • Assign & track project milestones and deliverables. PROJECT EXPERIENCE — 2 Irwin Industries Project Name: Southern California Edison Catalina (Avalon) Desalination Plant 2 Project Location: Catalina Island (Avalon), CA Start Date:2/16/2019 End Date:10/22/2021 Amount of Project: $3.8 MM Owner: Sacramento Regional Sanitation District Client: Regional Sans Contact: IQA Engineering - Mohsen Hashemi (562) 420-1000 Project Description: The project consists of design, construction, and operation of the Desalination Plant 2 (Plant 2), which is located adjacent to the existing location of Catalina's Desalination Treatment Plant 1 (Plant 1). Plant 2 is a standalone and permanent treatment plant -- built in 2016 as a response to recent emergency drought condition faced by Catalina Island. Desalination Plant 2 includes pre-treatment, reverse osmosis (RO) treatment, and post -treatment systems in order to produce potable water per drinking water standards. The new plant has a typical operating capacity of 0.23 MGD and also provides treatment redundancy and system reliability to accommodate future expansion and maintenance. Objective: The objective of this project is to achieve a drought resilient system and mitigate the rate impact to mitigate the impact on the DAC and improve water supply reliability, improve water quality, provide public health benefits, strengthen drought resiliency, and reduce adverse environmental impacts by lessening fresh groundwater withdrawals. The project estimates to add 66 AF of desalination production per year and increase the desalination capacity to achieve 61% of the average customer demand. The project was presented to Irwin Industries as a fast pace Turnkey — Design Build Project. In order to maintain water availability to the 4,000 residents with drinking water with over 25 miles of pipeline around the Island. The record -breaking drought caused water rationing to be imposed based on the Thompson Reservoir water level dropping below 300 acre-feet of water capacity. following: 1. Design Build new Desalination Reverse Osmosis system 2. Procure materials and equipment needed to accommodate project 3. Fabricate & install concrete foundations, process piping, electrical & control systems 4. Perform start-up and system integration 5. Coordinate and mange shipping and logistics to and from Island 3�� J TAIF! OVicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 927807 CON ENTERPRISE www.vlconenterprlse.lo Role & Responsibility: Primary role involved Direct Project Management, to prepare and develop project schedule, execution plan, and safety submittal. Establish both engineering team and construction team, manage construction project team in accordance with the contract requirements and project demands. Track and manage project budget against project schedule to report progress. Acquire resources and coordinate efforts of team members and third -party contractors or consultants in order to deliver project on time and within budget. Manage quality control throughout the life of the project. Other key functions performed are as follows: • Facilitate and coordinate project meetings to discuss milestones • Assist in the selection of equipment for the design of the project • Develop logistic and execution plans in accordance with the adverse conditions • Procure materials in alignment with the design and regulatory agency • Attend weekly coordination and scheduling meetings to forecast deliverable • Manage project planning and execution from beginning to end. • Define project scope in relation to milestones, and deliverables that support customer goals. • Review and approve the development of submittal packages in a timely manner. PROJECT EXPERIENCE - 3 Project Name: San Jose Creek E. Water Reclamation Plant Stage One Activated Sludge Piping Project Location: Whittier, CA Project Manager and Back Manage — Site Superintendent — Murphy Zilth Start Date: December 2018 End Date: June 2019 Amount of Project: $920,000.00 Owner: LACSD Client: LACSD Contact: Greg Hope (562) 908-4288 Project Description: The San Jose Creek Water Reclamation Plant provides primary, secondary and tertiary treatment of 100 million gallons of wastewater per day from a residential population of approximately 1 million people. Approximately 42 mgd of the reclaimed water is reused at over 130 different reuse sites including groundwater recharge and irrigation of parks, schools, and greenbelts. The remaining 58 mgd of reclaimed water is then discharged to the San Gabriel River. ICS was selected to perform the deconstruction of various non -salvable existing piping and supports and the installation of fiber glass reinforced piping (FRP). The project required ICS to modify existing pipe supports and implement a temporary bypass system in order to redirect wastewater flow out of the work area and successfully execute the upgrade project. Role & Responsibility: Primary role was to plan, execute, and finalize the project in accordance with the plans & specifications. Establish and manage the project schedule with strict deadlines in accordance with the contract requirements. Develop Project SOV in accordance with the project budget and track percent complete against project schedule to monitor progress. Acquire resources and coordinate efforts of team members and third -party contractors or consultants in order to deliver project 4 1 P a g e VICON ENTERPRISE PO BOX 1 8 2 0 8 A N A H E I M C A 9 2 8 1 7 ( 7 1 4) 5 2 0- 7 5 2 0 t e l e p h o n e — 1 7 1 4 1 5 2 0- 7 5 2 1 f a c s i m i l e ' O Vicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 927807 V ICON ENTERPRISEIrAwww.viconenterprise.io according to plan. Manage and oversee quality control throughout its life of the project. Other key functions performed are as follows. • Maintain project schedule and forecasts • Administering procurement/Purchase orders • Direct and manage project planning and execution from beginning to end. • Develop submittal packages and provide to customer in a timely manner. • Proactively manage the engineering submittal process to obtain customer approval in a timely manner so that equipment can be released for production. • Liaise with project stakeholders on an ongoing basis. • Estimate the materials, labor, and resources needed to achieve project goals. • Create or direct the creation of purchase orders to procure equipment, parts or components. • Recommend budget changes where necessary, draft change orders and submit for approval as required by company policy. • Determine 3rd party vendors or staffing required to successfully complete the project. • Identify and resolve issues within the project team. • Identify and manage project dependencies and critical path. • Plan and schedule project timelines and milestones using appropriate tools. • Track project milestones and deliverables. • Develop and deliver progress reports, proposals, requirements documentation and presentations as required. • Proactively manage changes in project scope, identify potential crises, and devise contingency plans. • Define project success criteria and disseminate them to involved parties throughout project life cycle. • Coach, mentor, motivate and supervise project team members and contractors and influence them to take positive action and accountability for their assigned work. • Build, develop and grow any business relationships vital to the success of the project. • Develop best practices and tools for project execution and management. PROJECT EXPERIENCE — 4 Irwin Industries Inc. (Vice President / Estimating Manager / Operations Mgr) Project Name: OCSD Project No. P2-106, Boiler System Rehabilitation and Scrubbers H & I Demolition at Plant No.2 Project Management — Back Manage — Frank Lobos & Andrew Perez Project Location: Fountain Valley, CA. Start Date: FEBRUARY, 2014 End Date: MARCH, 2015 Amount of Project: $ 1,472,993.00 Owner: OCSD Client: OCSD Contact: Juan Win (714) 962-24-11 Project Summary: Furnish and install two (2) boiler burners (one (1) for each boiler) including burner system, blowers, dampers, control valves, digester and natural gas trains, system accessories, master lead/lag sequencer local control panel, combustion TAIF! OVicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 927807 CON ENTERPRISE www.viconenterprise, io control local control panels, piping, wiring, instrumentation, accessories, and appurtenances necessary to make the equipment complete and operable, in accordance with the Contract Documents. The burner system was installed on the existing Cleaver Brooks firetube boilers (model number NCB 1 700-250, serial numbers L-92868 (Boiler 1) and L-92869 (Boiler 2)). Made all the necessary modifications to the existing boilers, including but not limited to, fabrication of new boiler doors, modification of the boiler exhaust stack, and modification of existing instrument connections (or installation of new connections as needed) to accommodate the installation of the new burner system. Demolition of the existing burners was completed per the requirements. Made all the modifications to the existing boilers necessary for the installation of the new burners per the requirements of Specifications. Boiler rehabilitation of the boilers was completed per the requirements of Specifications Sections and Drawings. Role & Responsibility: Primary role was to plan, execute, manage project controls, scheduling of sub -contractors. Develop project schedule as well as project SOV. Update and manage the project schedule with strict deadlines in accordance with the contract requirements. Acquire resources and coordinate efforts of team members and third -party contractors or consultants in order to deliver project according to plan. Manage all phases of the QA/QC quality of the project and its deliverables. Completed all testing and commissioning as per specs and project Documents. Other key functions performed are as follows: • Maintain project schedule and forecasts • Administering procurement/Purchase orders • Coordination and scheduling of deliverables • Prepare project status reports and change orders • Manage project budget. Measure, analyze, and present performance metrics of completed projects • Direct and manage project planning and execution from beginning to end. • Develop submittal packages and provide to customer in a timely manner. • Liaise with project stakeholders on an ongoing basis. • Estimate the materials, labor, and resources needed to achieve project goals. • Create or direct the creation of purchase orders to procure equipment, parts or components. • Recommend budget changes where necessary, draft change orders and submit for approval as required by company policy. • Determine 3rd party vendors or staffing required to successfully complete the project. • Delegate tasks and responsibilities to appropriate personnel as needed to complete the project. • Identify and resolve issues within the project team. • Identify and manage project dependencies and critical path. • Track project milestones and deliverables. • Obtain from the customer a confirming written change order for any significant change in project scope. • Develop best practices and tools for project execution and management. ' O Vicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 92817 VICON ENTERPRISEIrAwww.viconenterprise. io MURPHY ZILTH Project Superintendent PROFESSIONAL SUMMARY CERTIFICATIONS/ TRAININGS Mr. Murphy Zilth has over 17 years of experience in the heavy industrial construction field supervising for and managing projects of up to $1 million in size with OSHA10-Hour Construction stringent budgets and firm deadlines. He has experience working in a variety of Training industries including but not limited to oil and gas (on and offshore), chemical, and power. His areas of expertise include fabrication, steel erection, quality TWIC, Transportation Security control, and planning and scheduling. Administration NCCER Certified V3 Industrial WORK EXPERIENCE Ironworker Ironworker Foreman, Bechtel Corporation, Houston, TX NCCER Certified V4 Industrial Responsibilities included supervising equipment placement; coordinating labor Pipefitter resources; weekly planning; procuring material procurement; blueprint NCCER Certified Intermediate reading/drawing; RFI development; field fabrication; rigging inspections; structural Rigger steel lay -out, plumb -up, erection, and bolt-up/torque; stair and hand/guardrail erection and installation; elevator preparation; rigging; and structural welding. DOT Operator Qualifications - Abnormal Operating Conditions Construction Supervisor, Irwin Industries, Long Beach, CA AREAS OF EXPERTISE Responsibilities included assisting with project bids, invoicing, blueprint reading/drawing, developing RFIs, job -planning, field staging/set-up equipment Fabrication and materials, structural steel/pipe lay -out, metal fabrication, steel erection, rigging, structural welding, field fabrication, forklift operator, minor tank repair, Structural Steel Erection fit-u pipe flange fit-u /bolt-u hydro test various systems. New tank pipe p, p�P g p P, Y Y Quality Control construction/repair, including, man -ways, nozzles, internal piping,vents,floating roofs, IFR penetrations, pontoons, bottom/roof plates, girders, center column, and Planning & Scheduling internal steam coil. Structural Supervisor, Marine Technical Services, Wilmington, CA Structural Supervisor, iron worker, and structural welder responsible for project bidding, project cost invoicing, blueprint reading/drawing, job -planning, field staging/set-up, structural steel/pipe lay -out, metal fabrication, erecting structural/miscellaneous steel, rigging, structural welding, field fabrication, forklift operator, minor tank repair, pipe fit -up, and pipe flange fit-up/bolt-up. Structural Welder, Jacobs Field Service LLC, Carson, CA Blueprint reading, structural steel lay -out, structural steel fit -up, structural welding, and rigging. 1�Page VICON ENTERPRISE PO BOX 1 8 2 0 8, ANAHEIM CA 9 2 8 1 7 (7 1 4) 5 2 0- 7 5 2 0 telephone -( 7 1 4) 5 2 0- 7 5 2 1 f a c s i m i l e TJ I � O � Vicon Enterprise Incorporated P.O. Box 18208 1 Anaheim CA 92817 VI CON ENTERPRISE www.viconenterprise.io Cameron Knight Project Superintendent PROFESSIONAL SUMMARY CERTIFICATIONS/ TRAININGS Mr. Cameron Knight has over 12 years of experience in the heavy industrial construction field supervising for and managing projects of up to $1.5 million in OSHA 30-Hour Construction size. His experience spans across multiple industries including but not limited to oil Training and gas, manufacturing, DOT pipeline projects and shipyards. His areas of expertise include process piping fabrication. ASME Certified Welder Carbon Steel (Flux core & Stick) WORK EXPERIENCE ASME Certified Welder Stainless Mechanical Piping Foreman, Chosen Construction, Alaska Steel (TIG) (MIG) Responsibilities included coordinating and planning schedules, work force, man NCCER Certified V4Industrial hours, heavy equipment rentals and transportation for equipment and crews. Pipefitter Maintained a good working relationship with all levels management and fellow NCCER Certified Intermediate employees Rigger Directly performed all field verifications for fabrication, Review and approval of shop AREAS OF EXPERTISE fabrication drawings. Review and interpret the work scope, deadlines, costs and budget to ensure each project was being completed per contract. Manage Process Pipe Fabrication manpower and ensure crews work safe and follow company policy safe work practices, while mitigating hazards, practice proper communication and Structural Steel Erection preplanning, and to prevent conflict and maintain a positive work environment. Quality Control Procurement tools and materials needed to execute each project. Planning & Scheduling Pipe Welder Leed Craft, Conam Construction Alaska Responsibilities included reducing and maintaining a 10% or lower failure rate on all exotic alloy welding, including blueprint reading/drawing isometrics sketches for fabrication, administering QAQC procedures to ensure applicable codes were be followed and enforcing testing of welds to meet code requirements. Tracking weld logs and documenting all welders, their stamps, certifications and procedure qualifications. Pipe Welder, Vigor LLC Ketchikan Alaska Responsible for having proficient knowledge of all weld procedures and practices, meeting strict daily weld count deadlines with zero repairs while maintaining strong safety awareness and procedures Proficient in all procedures of pipe welding: • Stainless • Carbon • Duplex • Copper/nickel • Sil/braze pipe 1�Page VICON ENTERPRISE PO BOX 1 8 2 0 8, ANAHEIM CA 9 2 8 1 7 ITAF (7 1 4) 5 2 0- 7 5 2 0 t e l e p h o n e — (7 1 4) 5 2 0- 7 5 2 1 facsimile March 8, 2022 Telvis Artis Vicon Enterprise Incorporated 5433 E. Spyglass Way Anaheim, CA 92807 RE: Eligibility for Experience Rating Insured: Vicon Enterprise Incorporated Policy Number: 93041212021 Effective Dates: August 21, 2021 —August 21, 2022 Bureau File Number: 8-73-08-77 To Whom it May Concern: WC1RBCa1ifbrnie(' Objective. Trusted. Integral. 1901 Harrison Street, 17" Floor Oakland, CA 94612 Voice 415.777.0777 Fax 415.778.7007 www.wcirb.com wcirb@wcirb.com Whether or not your company is eligible for experience rating is determined by a number of factors. To determine eligibility, your payroll developed during the experience period is totaled by classification code. These totals are multiplied by the expected loss rate that applies as of the effective date of the ex- perience modification. The sum of these calculations must equal or exceed the minimum qualifying threshold for experience rating. As of January 1, 2021, the qualifying threshold for experience rating is $9,900 in expected losses. Due to insufficient expected losses, Vicon Enterprises Incorporated currently does not qualify for experience rating effective August 21, 2021 and has never previously qualified for ex- perience rating in California. Additional information on how a business qualifies for experience rating can be found in the Guide to Workers' Compensation Insurance at www.wcrib.com. Sincerely, Contact Center WCIRB September 30, 2022 Telvis Artis Vicon Enterprise Incorporated 5433 E. Spyglass Way Anaheim, CA 92807 RE: Eligibility for Experience Rating Insured: Vicon Enterprise Incorporated Policy Number: 93041212022 Policy Effective Dates: August 21, 2022 — August 21, 2023 Bureau File Number: 8-73-08-77 To Whom it May Concern: WORBCalifornia' Objective. Trusted. Integral. 1901 Harrison Street, 17" Floor Oakland, CA 94612 Voice 415.777.0777 Fax 415.778.7007 www.wcirb.com wcirb@wcirb.com Whether or not your company is eligible for experience rating is determined by a number of factors. To determine eligibility, your payroll developed during the experience period is totaled by classification code. These totals are multiplied by the expected loss rate that applies as of the effective date of the ex- perience modification. The sum of these calculations must equal or exceed the minimum qualifying threshold for experience rating. As of September 1, 2022, the qualifying threshold for experience rating is $9,200 in expected losses. Due to insufficient expected losses, Vicon Enterprise currently does not quali- fy for experience rating effective August 21, 2022 and has never previously qualified for experience rating in California. Additional information on how a business qualifies for experience rating can be found in the Guide to Workers' Compensation Insurance at www.wcrib.com. Sincerely, Contact Center WCIRB JSHA FactSheet Updates to OSHXs Recordkeeping Rule: Who is Required to Keep Records and Who is Exempt Under OSHA's recordkeeping regulation, certain covered employers are required to prepare and maintain records of serious occupational injuries and illnesses using the OSHA 300 Log. This information is important for employers, workers and OSHA in evaluating the safety of a workplace, understanding industry hazards, and implementing worker protections to reduce or eliminate hazards. The revised rule updates the list of industries that are exempt from the requirement to routinely keep OSHA injury and illness records due to relatively low occupational injury and illness rates. Who is exempt under the new rule? There are two classes of employers that are partially exempt from routinely keeping injury and illness records. First, employers with ten or fewer employees at all times during the previous calendar year are exempt from routinely keeping OSHA injury and illness records. OSHA's revised recordkeeping regulation maintains this exemption. Second, establishments in certain low -hazard industries are also partially exempt from routinely keeping OSHA injury and illness records. Starting on January 1, 2015, there will be a new list of industries that will be partially exempt from keeping these OSHA records. Establishments located in states under Federal OSHA jurisdiction must begin to comply with the new requirements on January 1, 2015. Establishments located in states that operate their own safety and health programs should check with their state plan for the implementation date of the new requirements. Since 1982, this list has included establishments in the divisions of retail trade; finance, insurance and real estate; and the service industry if the three-year average lost workday case rate for their major industry group was 75 percent below the overall three-year average of the lost workday case rate for private industry. OSHA's revised recordkeeping regulation provides an updated list of low -hazard industries that are exempt from routinely keeping OSHA injury and illness records. The new list of exempt industries is now classified by the North American Industry Classification System (NAICS), which is the standard used by federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing and publishing statistical data related to the U.S. business economy. Also, the injury and illness rate threshold is based on more recent Bureau of Labor Statistics (BLS) data. Am I required to prepare and maintain records under the new rule? To find out if you are required to prepare and maintain records under the updated rule, first determine your NAICS code by: Using the search feature at the U.S. Census Bureau NAICS main webpage: www.census. gov/eos/www/naics. In the search box for the most recent NAILS, enter a keyword that describes your business. Choose the primary business activity that most closely corresponds to you, or refine your search to get more choices. Viewing the most recent complete NAICS tables on the U.S. Census Bureau NAICS main webpage: www.census.gov/eos/www/naics. Select the two -digit sector code and choose a six -digit industry code to read its definition. 3. Using an old Standard Industrial Classification (SIC) code to find your NAICS code using the detailed conversion tables on the U.S. Census Bureau Concordances page: www. census.gov/eos/www/naics/concordances/ concordances.html. 4. Contacting your nearest OSHA office or state agency for help. Once you have found your NAICS code, you can use Table 1 below to determine if your industry is exempt from the recordkeeping rule. NOTE: Establishments of companies with 10 or fewer employees at all times in the previous year continue to be exempt from keeping OSHA injury and illness records, regardless of their industry classification. The partial exemption for size is based on the number of employees in the entire company. What forms do I need to complete? The OSHA injury and illness recordkeeping forms are: • the Log of Work -Related Injuries and Illnesses (OSHA Form 300), • the Summary of Work -Related Injuries and Illnesses (OSHA Form 300A), and • the Injury and Illness Incident Report (OSHA Form 301). Employers must fill out the Log and the Incident Report only if a recordable work -related injury or illness has occurred. Employers must fill out and post the Summary annually, even if no recordable work - related injuries or illnesses occurred during the year. In place of the OSHA forms, employers may also use equivalent forms (forms that have the same information, are as readable and understandable, and are completed using the same instructions as the OSHA forms they replace). Many employers use an insurance form instead of the Incident Report, or supplement an insurance form by adding information required by OSHA. Where can I find more information? For more information about the updated industry codes, visit OSHA's webpage on the updated recordkeeping rule at www.osha.gov/ record keepin g2014. Table 1: New List of Partially Exempt Industries NAICS Code and Industry Description 4412 Other Motor Vehicle T 5151 Radio and Television 5412 Dealers Broadcasting 4431 Electronics and Appliance Stores 4461 Health and Personal Care Stores 5172 Wireless Telecommunications Carriers (except Satellite) 5173 Telecommunications Resellers 5413 Accounting, Tax 6213 Offices of Other Preparation, Health Practitioners Bookkeeping, and Payroll Services Architectural, 6214 Outpatient Care Engineering, and Centers Related Services 5414 Specialized Design 6215 Services 4471 Gasoline Stations 5179 Other 5415 Computer Systems 6244 Telecommunications Design and Related Services 4481 Clothing Stores 5181 4482 Shoe Stores 5182 4483 Jewelry, Luggage, and 5191 Leather Goods Stores Medical and Diagnostic Laboratories Child Day Care Services Internet Service 5416 Management, 7114 Agents and Providers and Web Scientific, Managers for Search Portals and Technical Artists, Athletes, Consulting Services Entertainers, and Other Public Figures Data Processing, 5417 Scientific Research 7115 Independent Hosting, and Related and Development Artists, Writers, and Services Services Performers Other Information 5418 Advertising and 7213 Rooming and Services Related Services Boarding Houses NAICS Code and Industry Description - 4511 -- ---------- Sporting Goods, -- - - 5211 ------ -------- Monetary --- 5511 — ----------- Managementof 7221 -- -- --- -- — -- Full Service Hobby, and Musical Authorities - Central Companies and Restaurants InstrumentStores Bank Enterprises 4512 Book, Periodical, and 5221 Depository Credit 5611 Office 7222 Limited -Service Music Stores Intermediation Administrative Eating Places Services 4531 Florists 5222 Nondepository 5614 Business Support 7224 Drinking Places Credit Intermediation Services (Alcoholic Beverages) 4532 Office Supplies, 5223 Activities Related to 5615 Travel Arrangement 8112 Electronic and Stationery, and Gift Credit Intermediation and Reservation Precision Equipment Stores Services Repair and Maintenance 4812 Nonscheduled Air 5231 Securities and 5616 Investigation and 8114 Personal and Transportation Commodity Security Services Household Goods Contracts Repair and Intermediation and Maintenance Brokerage 4861 Pipeline 5232 Securities and 6111 Elementary and 8121 Personal Care Transportation of Commodity Secondary Schools Services Crude Oil Exchanges 4862 Pipeline 5239 Other Financial 6112 Junior Colleges 8122 Death Care Services Transportation of Investment Activities Natural Gas 4869 Other Pipeline 5241 Insurance Carriers 6113 Colleges, 8131 Religious Transportation Universities, and Organizations Professional Schools 4879 Scenic and 5242 Agencies, 6114 Business Schools 8132 Grantmaking and Sightseeing Brokerages, and and Computer Giving Services Transportation, Other Other Insurance and Management Related Activities Training 4885 Freight Transportation 5251 Insurance and 6115 Technical and Trade 8133 SocialAdvocacy Arrangement Employee Benefit Schools Organizations Funds 5111 Newspaper, 5259 Other Investment 6116 Other Schools and 8134 Civic and Social Periodical, Book, and Pools and Funds Instruction Organizations Directory Publishers 5112 Software Publishers 5312 Offices of Real 6117 Educational Support 8139 Business, Estate Agents and Services Professional, Labor, Brokers Political, and Similar Organizations 5121 Motion Picture and 5331 Lessors of 6211 Offices of Video Industries Nonfinancial Physicians Intangible Assets (except Copyrighted Works) 5122 Sound Recording 5411 Legal Services 6212 Offices of Dentists Industries Table 2: Industries That Include Establishments Newly Required to Keep Records NAICS Code Title of NAICS Code 3118 Bakeries and tortilla manufacturing 4411 Automobile dealers 4413 Automotive parts, accessories, and tire stores 4441 Building material and supplies dealers 4452 Specialty food stores 4453 Beer, wine, and liquor stores 4539 Other miscellaneous store retailers 4543 Direct selling establishments 5311 Lessors of real estate 5313 Activities related to real estate 5322 Consumer goods rental 5324 Commercial and industrial machinery and equipment rental and leasing 5419 Other professional, scientific, and technical services 5612 - Facilities supportservices 5617 Services to buildings and dwellings 5619 Other support services 6219 Other ambulatory health care services 6241 Individual and family services 6242 Community food and housing, and emergency and other relief services 7111 Performing arts companies 7113 Promoters of performing arts, sports, and similar events 7121 Museums, historical sites, and similar institutions 7139 Other amusement and recreation industries 7223 Special food services 8129 Other personal services This is one in a series of informational fact sheets highlighting OSHA programs, policies or standards. It does not impose any new compliance requirements. For a comprehensive list of compliance requirements of OSHA standards or regulations, refer to Title 29 of the Code of Federal Regulations. This information will be made available to sensory -impaired individuals upon request. The voice phone is (202) 693-1999; teletypewriter (TTY) number: (877) 889-5627. ,,,ANT O R Occupational AOSI Safety and Health Administration TFO STATES OF P��O U.S. Department of Labor DEA 7S-37,16 09/201,1 HILLSBOROUGH PUMP STATION REHABILITATION CONTRACT NO. 8758-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 28th day of March, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and VICON ENTERPRISE INCORPORATED, a California corporation ("Contractor"), whose address is 5433 East Spyglass Way, Anaheim, California 92807, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of all labor, supervision, materials, and equipment utilized for (1) replacement of existing pump, (2) a new standalone motor starter, (3) replacement of existing motor, (4) replacement of existing pressure relief valve, (5) replacement of existing check valve, (6) new electrical power and controls, (7) replacement of pump room lighting and installation of new receptacles, (8) new empty panel for future use, (9) replace existing fan thermostat and new disconnect switch, and (10) new conduit and wiring, and any other appurtenant work in accordance with the contract documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 8758-2, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Three Hundred Fifty Four Thousand Dollars ($354,000.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Murphy Zilth to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. Vicon Enterprise Incorporated Page 2 [�I, Leif 161*91091A_\1&611 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Vicon Enterprise Incorporated Page 3 Attention: Telvis Artis Vicon Enterprise Incorporated P.O. Box 18208 Anaheim, CA 92817 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California; (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570; and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. Vicon Enterprise Incorporated Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and Vicon Enterprise Incorporated Page 5 City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Vicon Enterprise Incorporated Page 6 Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to Vicon Enterprise Incorporated Page 7 cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. Vicon Enterprise Incorporated Page 8 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorneys Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Vicon Enterprise Incorporated Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: q /1�1� J 1 By: Q, A r n C. Harp y iZ 23 v/c City Attorney ATTEST:I_ Date: f 4 By: A4"A�� LeiTani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation CONTRACTOR: VICON ENTERPRISE INCORPORATED, a California corporation Date: Signed in Counterpart Bv: Telvis Artis Chief Executive Officer Date: Signed in Counterpart Bv: Frank Lobos Chief Financial Officer / Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements Vicon Enterprise Incorporated Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: i A r n C. Harp q-IZ-Z3 We City Attorney ATTEST: Date: in Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Noah Blom Mayor CONTRACTOR: VICON ENTERPRISE INCORPORATED, a California corporation Date: -A I B g I -a 3 By:�` �r elvis Artis Chief Executive Officer Date: 3` By: _ Z Fran s Chief F' an a leer ecretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements Vicon Enterprise Incorporated Page 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE .1189 ',:!'.�.;��.:t!.�:.o.NcnvwtC2.t<9+Ns+.r_�.!7:a!HV v.v.+.\N_';n'.•�:.:<:.�c .': .,: �.: ;-.,.N ..: •'�a'.�t'1�wHNJI.KHN.q.t' \t-..\2....i�•:..�s\ .A .ACIHLMN_.\t/.it cue l .,.. . ••,.Aa`. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On 1A1z,i1�P' before me, �L 1✓l��Of�� lyfl�f�%Lc� /�� , Date Here Inkert Name and Title of the'Officar personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name(s) isto subscribed to the within instrument and acknowledged e that he/sh e xecuted the same in his/her ei uthorized capacity(ies), and that by his/her th .. ignature(s) on e instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. GREGDRV V, VEIX n WITNESS my hand and official seal. ) ' (,Ojpp,M. 21j91070 i P_!Fkfy M _ i' NiWTarn�Exp is cn1 ±7,2026 Signature 46�� wzl��e � sidrrature of Notary Public Place Notary Seal Above OPTIONAL Though this section Is optional, completing this information can deter alteration of the. document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: WAGIMOM •. • • • ,- • • • • • • ill �' �11 i • •� •� THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT AMOUNT EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 0833467 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Vicon Enterprise Incorporated, hereinafter designated as the "Principal," a contract for: the work necessary for the completion of this contract consists of all labor, supervision, materials, and equipment utilized for: (1) replacement of existing pump, (2) a new standalone motor starter, (3) replacement of existing motor, (4) replacement of existing pressure relief valve, (5) replacement of existing check valve, (6) new electrical power and controls, (7) replacement of pump room lighting and installation of new receptacles, (8) new empty panel for future use, (9) replace existing fan thermostat and new disconnect switch, and (10) new conduit and wiring, and any other appurtenant work in accordance with the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We*the undersigned Principal, and, Harco National Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Fifty Four Thousand Dollars ($354,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. *Vicon Enterprise Incorporated THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Vicon Enterprise Incorporated Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 14th day of Aril 2023 (A Vicon Enterprise Incorporated /L Name of Contractor (Principal) Authorized Signature/Title Harco National Insurance Company 4RAA� 0 - Name of Surety Authorize Agent Signa ure 2400 E. Katella Ave. Suite 250 Anaheim CA 92806 Address of Surety (714) 602-9170 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 5 V I 23 By: a on C. Harp 5•Y•23 w� y Attorney Shaunna Rozelle Ostrom, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Vicon Enterprise Incorporated Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. ' l� �S On > _- 0 i , 3 20 1-7, before me, .�.' ",�2.f+ ' ' E��� �, n��4,61 Notaryublic, per onally appeared ' a who proved to me on the basis of satisfactory evidence to be the person(6) whose name( f are subscribed to the within instrument and acknowledged to me thaVh�/she/they executed the same in his/her/their authorized capacity(ies), and that b is er/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument_ I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signat4� ure ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California r` 5 �% a J . n 0n ftg i i.:.:: tii f29 A —i f AIV Term Lxp ' nuzsy 17, 2026 (seal) County of Orange I ss. On April 14th 2023 before me, Melissa Ann Vaccaro Notary Public, personally appeared Shaunna Rozelle Ostrom proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument_ I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MELISSA ANN VACCARO n COMM.#2401942 n WITNESS my hand and official seal. mod, Notary Public -California it LL ORANGE COUNTY LL My Comm. Expires May 12, 2026 Signature Melissa Ann Vaccaro (seal) Vicon Enterprise Incorporated Page A-3 POWER OF ATTORNEY Bond No.0833467 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint BENJAMIN WOLFE, MICHAEL D. STONG, CHELSEA LIBERATORE, BEN STONG, ADRIAN LANGRELL, DWIGHT REILLY, DANIEL HUCKABAY, ARTURO AYALA, FRANK MORONES, SHAUNNA ROZELLE OSTROM, R. NAPPI Orange, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2022 STATE OF NEW JERSEY STATE OF ILLINOIS ptt36a�'' County of Essex County of Cook SIaL SE,it t i,a ems/" = cii s JEW Kenneth Chapman Executive Vice President, Harco National Insurance Company °,,"`g**° and International Fidelity Insurance Company On this 31st day of December, 2022 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. � IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, 6 104, New Jersey the day and year first above written. NOTARY :. PUBLIC : e , f Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16, 2024 CERTIFICATION I, the undersigned officer of HARCO NATIONAL. INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hard on this day, April 14th 2023 A00835 ate ��- Irene Martins, Assistant Secretary THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT AMOUNT CITY OF NEWPORT BEACH BOND NO. 0833467 191-1111 M I all 0:1 :10 as] bV N FWAIMM111111:1,1401 I The premium charges on this Bond is $5,927.00 , being at the rate of $ 22.80 / $14.36 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Vicon Enterprise Incorporated, hereinafter designated as the "Principal," a contract for: the work necessary for the completion of this contract consists of all labor, supervision, materials, and equipment utilized for: (1) replacement of existing pump; (2) a new standalone motor starter; (3) replacement of existing motor; (4) replacement of existing pressure relief valve; (5) replacement of existing check valve; (6) new electrical power and controls; (7) replacement of pump room lighting and installation of new receptacles; (8) new empty panel for future use; (9) replace existing fan thermostat and new disconnect switch-, and (10) new conduit and wiring, and any other appurtenant work in accordance with the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we*, the Principal, and Harco National Insurance Company I duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Fifty Four Thousand Dollars ($354,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. *Vicon Enterprise Incorporated THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable Vicon Enterprise Incorporated Page B-1 expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 14th day o Aril — 2023 . Vicon Enterprise Incorporated Name of Contractor (Principal) Harco National Insurance Corn Name of Surety 2400 E. Katella Ave., Suite 250, Anaheim, CA 92806 Address of Surety (714) 602-9170 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 5-/to/2-3 . all )n C. Harp s•Y- 23 W(_ Attorney Wuthorized SigmaTure/Titl P AIA Ao°ze,VAg'entture Shaunna Rozelle Ostrom, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Vicon Enterprise Incorporated Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Countv of P%/ - }Ss. p On , '� , 20 -71 before me, r1L Notary Public, personally appeared "'j �G th'`� 4�-'1 who proved to me on the basis of satisfactory evidence to be the person(s) whose name /are sub§pribed to the within instrument and acknowledge=er/their me thata/she/they executed the same in is er/their authorized capacity(ipa), and that by signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. � E Cr�ESC"�' Fl. !!XX WITNESS my hand and official seal. , ; z €Y'MN1 -010%0 m 'UFGRN!A -i � �� , r w• ^k1"Y G) s W% M-q T,,, i p J aC ,,I-Y 97, 2126 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } ss. On April 14th 2023 before me, Melissa Ann Vaccaro Notary Public, personally appeared Shaunna Rozelle Ostrom proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MEl155A ANN VACCARO n COMM. #2401942 n WITNE my hand and official seal. a "� Notary Public California ORANGE COUNTY a My Comm. Expires May 12.2026N Signature Melissa Ann Vaccaro (seal) Vicon Enterprise Incorporated Page B-3 �X ITY / ✓�.�r STATE OF NEW JERSEY STATE OF ILLINOIS 9�at�gr `s*y County of Essex County of Cook SEAL "� n 1904 JEWS Kenneth Chapman Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY Bond No. 0833467 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint BENJAMIN WOLFE, MICHAEL D. STONG, CHELSEA LIBERATORE, BEN STONG, ADRIAN LANGRELL, DWIGHT REILLY, DANIEL HUCKABAY, ARTURO AYALA, FRANK MORONES, SHAUNNA ROZELLE OSTROM, R. NAPPI Orange, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2022 ,.......... �4„kPtStlq , SEAL .8 E t'.g.846,1 • w.. On this 31st day of December, 2022 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. ``' " IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, ��is's,oyt� New Jersey the day and year first above written. V NSY t,h1E 1` 4: _ r 0►:40 m Nam` •. � d •. 'f�j"-`j-t�jrVcFJ}. 'r.Ox NSW��.•``� Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16, 2024 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing cony of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, Apnl 141h 2023 A00835 Irene Martins, Assistant Secretary EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Vicon Enterprise Incorporated Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than $5,000,000 per loss and $5,000,000 in the aggregate per policy period. Claims -made policies require a 10-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that Vicon Enterprise Incorporated Page C-2 City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. Vicon Enterprise Incorporated Page C-3 C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. Vicon Enterprise Incorporated Page C-4 H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Vicon Enterprise Incorporated Page C-5 City of Newport Beach HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. 8758-2 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 8758-2 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 2/11 /2023 Date 562-673-5331 Fax 714-520-7521 Bidder's Telephone and Fax Numbers 1079004 Gen A & C16 Vicon Enterprise Bidder Bidder's Authorized Signature and Title P.O. Box 18208 Anaheim CA 92817 Bidder's License No(s). Bidder's Address and Classification(s) 1000807361 DIR Registration Number Bidder's email address: tartis@vicon.io PR-1 =age 11Y, Id Bid Results Bidder Details Vendor Name Vicon Enterprise Inc Address PO Box 18208 Anaheim, California 92817 United States Respondee Telvis Artis Respondee Title President Phone 562-673-5331 Email tartis@vicon.io Vendor Type CADIR,DGS License # 1079004 CADIR 1000807361 Bid Detail Bid Format Electronic Submitted 02/15/2023 9:23 AM (PST) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 319208 Respondee Comment Buyer Comment Attachments File Title File Name File Type C-8758-2_Master Formal Contract.pdf C-8758-2_Master Formal Contract.pdf General Attachment Bond.pdf Bond.pdf Bid Bond Subcontractors Showing 3 Subcontractors Name & Address Hydrotech Electric 37707 Grreen Knolls Road Winchester, California 92596 National Coating and Lining 26713 Madison Ave Murrieta, California 92562 Smith Brothers Crane 16539 S Broadway Gardena, California 90248 Desc License Num CADIR Electrical 977838 1000001266 Painting & 886430 1000013795 Coatings Crane Services 17455 1000017455 Amount Type $119,305.00 $11,128.00 $4,000.00 ine Items Discount Terms No Discount Item # Item Code Type Item Description UOM CITY Unit Price Line Total Response Comment Section 1 $354,000.00 1 Mobilization, Demobilization, and Cleanup LS 1 $17,450.00 $17,450.00 Yes 2 Equipment LS 1 $293,075.00 $293,075.00 Yes 3 Conduit, Wire, and Grounding LS 1 $25,450.00 S25,450.00 Yes 4 Lighting and Devices LS 1 $5,700.00 $S,700.00 Yes 5 Instrumentation LS 1 $3,825.00 $3,825.00 Yes 6 Miscellaneous Work LS 1 $3,500.00 $3,500.00 Yes 7 Provide As -Built Plans LS 1 $5,000.00 $5,000.00 Yes Section Title Section 1 Grand Total Line Total S354,000,00 $354,000M OF ' a CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. C-8758-2 PART 1 - GENERAL PROVISIONS 1 SECTION 0 — EXISTING PROJECT CONDITIONS 1 0-1 MANDATORY PRE -BID MEETING 1 SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2 2-1 AWARD AND EXECUTION OF THE CONTRACT 2 2-5 PLANS AND SPECIFICATIONS 2 2-5.2 Precedence of Contract Documents 2 2-6 WORK TO BE DONE 2 2-9 SURVEYING 2 2-9.2 Survey Service 3 SECTION 3 - CHANGES IN WORK 3 3-3 EXTRA WORK 3 3-3.2 Payment 3 3-3.2.2 Basis for Establishing Cost 3 3-3.2.3 Markup 3 SECTION 4 — CONTROL OF MATERIALS 4 4-1 MATERIALS AND WORKMANSHIP 4 4-1.3 Inspection Requirements 4 4-1.3.1 General 4 SECTION 5 - UTILITIES 4 5-1 LOCATION 4 5-1.1 General 4 5-2 PROTECTION 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6 6-9 LIQUIDATED DAMAGES 7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7 7-1.2 Temporary Utility Services 7 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 WORK SITE MAINTENANCE 8 7-8.4 Storage of Equipment and Materials 8 7-8.6 Water Pollution Control 8 7-8.6.2 Best Management Practices (BMPs) 8 7-10 SAFETY 10 7-10.4 Safety 10 7-10.4.1 Work Site Safety 10 SECTION 9 - MEASUREMENT AND PAYMENT 10 9-2 LUMP SUM WORK 10 9-3 PAYMENT 10 9-3.1 General 10 9-3.2 Partial and Final Payment. 11 PART 2 - CONSTRUCTION MATERIALS 12 SECTION 200 — ROCK MATERIALS 12 200-2 UNTREATED BASE MATERIALS 12 200-2.1 General 12 203-6 ASPHALT CONCRETE 12 203-6.5 Type III Asphalt Concrete Mixtures 12 SECTION 209 — PRESSURE PIPE 12 209-1 IRON PIPE AND FITTINGS 12 209-1.1 Ductile Iron Pipe 12 209-1.1.2 Materials 12 PART 6 - TEMPORARY TRAFFIC CONTROL 13 SECTION 600 - ACCESS 13 600-2 VEHICULAR ACCESS 13 SECTION 601— WORK AREA TRAFFIC CONTROL 14 601-1 GENERAL 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS HILLSBOROUGH PUMP STATION REHABILITATION PROJECT NO. 19W14 CONTRACT NO. C-8758-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W-5393-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements; (5) Project Technical Specifications. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 0 - EXISTING PROJECT CONDITIONS 0-1 MANDATORY PRE -BID MEETING Contractor owner, and/or Superintendent of project must attend the mandatory pre -bid meeting at the Newport Beach Civic Center Community Room, 100 Civic Center Dr. on February 2, 2023 at 10 AM. SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Page 1 of 14 Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" license and all electrical work shall be performed by a Contractor with a "C- 10" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City of Newport Beach. The Contractor is required to demonstrate their experience and ability to complete similar pump station improvement projects for public agencies and shall have been engaged in similar projects for public agencies for a period of not less than five (5) years. As part of the Contractor's Technical Ability and Experience References, the Contractor must provide, at a minimum, five reference projects that demonstrate the successful completion of similar projects. Bidders who fail to demonstrate these qualifications may be considered Non -Responsive. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of all labor, supervision, materials, and equipment utilized for 1) replacement of existing pump, 2) a new standalone motor starter, 3) replacement of existing motor, 4) replacement of existing pressure relief valve, 5) replacement of existing check valve, 6) new electrical power and controls, 7) replacement of pump room lighting and installation of new receptacles, 8) new empty panel for future use, 9) replace existing fan thermostat and new disconnect switch,10) new conduit and wiring, and any other appurtenant work in accordance with the contract documents. This is a potable water project. As such, all construction activities, materials, equipment, and components conveying or in contact with potable water must be in compliance with pertinent California potable water standards, NSF-61, and comply with all City of Newport Beach requirements for potable water. Page 2 of 14 2-9 SURVEYING 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. Page 3 of 14 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 — CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions and Technical Specifications. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. Page 4 of 14 5-2 PROTECTION The Contractor shall replace in kind any facility damaged by the work or activity of the Contractor. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. The following project constraints shall be adhered to throughout the duration of the project: The contractor shall provide an outage request to the City (21) calendar days in advance of any station or pumping unit outage. Page 5 of 14 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 250 consecutive working days after the date on the Notice to Proceed. This assumes a Notice to Proceed Date of May 1, 2023, and a completion date of April 12, 2024 The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Page 6 of 14 Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES There are several sets of liquidated damages for this project as follows: For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City, or have withheld from moneys due it, the daily sum of $2,500 for not completing the project within the overall stipulated working days. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. Page 7 of 14 City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shutdowns of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown of these City facilities. A four-hour shut down of water facilities during the daytime hours of 10.00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11.00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials Construction materials and equipment may not be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: Page 8 of 14 a. No demolition or construction materials, debris, equipment or waste shall be placed or stored in any location where it may enter or impact sensitive habitat areas, streams, wetlands, receiving waters or a storm drain, or be subject to wave, wind, rain, or tidal erosion and dispersion. b. The permittees shall employ Best Management Practices (BMPs) to ensure that erosion is minimized and the sea is protected from sedimentation. c. Any and all debris resulting from demolition or construction activities shall be removed from the project site within 24 hours of completion of the project. d. Demolition or construction debris and sediment shall be removed from work areas each day that demolition or construction occurs to prevent the accumulation of sediment and other debris that may be discharged into coastal waters. e. All trash and debris shall be disposed in the proper trash and recycling receptacles at the end of every construction day. f. The applicant shall provide adequate disposal facilities for solid waste, including excess concrete, produced during demolition or construction. g. Debris shall be disposed of at a legal disposal site outside the coastal zone or recycled at a recycling facility. h. All stock piles and construction materials shall be covered, enclosed on all sides, shall be located as far away as possible from drain inlets and any waterway, and shall not be stored in contact with the soil. i. Machinery and equipment shall be maintained and washed in confined areas specifically designed to control runoff. Thinners or solvents shall not be discharged into sanitary or storm sewer systems. j. The discharge of any hazardous materials into any receiving waters shall be prohibited. k. Spill prevention and control measures shall be implemented to ensure the proper handling and storage of petroleum products and other construction materials. Measures shall include a designated fueling and vehicle maintenance area with appropriate berms and protection to prevent any spillage of gasoline or related petroleum products or contact with runoff. The area shall be located as far away from the receiving waters and storm drain inlets as possible. I. Best Management Practices (BMPs) and Good Housekeeping Practices (GHPs) designed to prevent spillage and/or runoff of demolition or construction -related materials, and to contain sediment or contaminants associated with demolition or construction activity, shall be implemented prior to the on -set of such activity. m. All BMPs shall be maintained in a functional condition throughout the duration of construction activity. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. Page 9 of 14 7-10 SAFETY 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of values for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment for each respective bid item and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Unbalanced unit bid pricing will be determined by the City and may be deemed Non -Responsive at the sole discretion of the City. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization, and Cleanup: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for mobilization, providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. The cost for this bid item shall not exceed 5 percent of the total bid price. Page 10 of 14 Item No. 2 Equipment: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for replacement of pump, motor, starter, pressure relief valve, and check valve. This work also included cleaning, and recoating of existing pump can, and all other work items as required to complete the work in place. Item No. 3 Conduit, Wire and Grounding: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all items associated with new electrical power and controls, conduit, wiring, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 4 Lighting and Devices: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the installation of pump room lighting, new receptacles, replacement of fan thermostat, installation of new disconnect switch, all related conduit wiring, all supports, and restraints, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 5 Instrumentation: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs installing instrumentation components detailed on plans, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 6 Miscellaneous Work (not included in Pre -negotiated Proposal): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all other necessary programming not included in the pre -negotiated proposal, extra card reader, restoring all existing improvements affected by the work, coordination, and all other work items as required to complete the work in place. Item No. 7 Provide As -Built Plans. Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. Page 11 of 14 PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III-C3-PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III-B2-PG 64-10 (20% max RAP). SECTION 209 — PRESSURE PIPE 209-1 IRON PIPE AND FITTINGS 209-1.1 Ductile Iron Pipe 209-1.1.2 Materials All flanged pipe joints shall be joined utilizing Type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and transition couplings used to join pipes in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe harness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Page 12 of 14 Bolted connectors fabricated from stainless steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints. Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 Stainless Steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full-faced Buna-N, nylon impregnated rubber. Ductile iron pipe fittings and valves buried underground shall be protected with a polyethylene encasement (plastic film wrap) in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8-mil thick polyethylene. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2-inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Page 13 of 14 SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Page 14 of 14 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS QRoFESS/O,y� Q(\OFESS/p�,, . �036783 'fJp- E1 9 m �m Epp. 6-JO-24 WW K Exp, 12- -24 �q ClV I\-F�fCTR\- �R- 9� O' CAL\E� Q CAL\E SECTION NUMBER TITLE DIVISION 01 GENERAL REQUIREMENTS 01 11 00 Summary of Work 01 12 16 Work Sequence 01 29 00 Measurement and Payment 0132 16 Construction Progress Schedule 01 32 33 Photographic Documentation 013300 Submittal Procedures 01 45 00 Contractor Quality Control 01 45 23 Testing and Inspection Services 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 77 00 Closeout Procedures 01 78 23 Operation and Maintenance Data DIVISION 02 EXISTING CONDITIONS 02 41 00 Demolition DIVISION 26 ELECTRICAL 26 05 00 Common Work Results for Electrical 2605 19 Low -Voltage Electrical Power Conductors and Cables 26 05 33 Raceways and Boxes for Electrical Systems 26 05 74 Arc Flash Analysis, Short Circuit Study, and Protective Device Coordination Report 26 08 00 Commissioning of Electrical Systems 26 09 16 Electrical Control and Relays 26 29 13.16 Reduced Voltage Motor Controllers DIVISION 40 PROCESS INTEGRATION 40 05 65 Check Valves 40 05 67.36 Pressure Regulating Valves DIVISION 43 PROCESS GAS AND LIQUID HANDLING 43 05 21 Common Motor Requirements for Equipment 43 23 61 Vertical Turbine Pumps City of Newport Beach Table of Contents Hillsborough Pump Station Rehabilitation TOC - 1 SECTION 011100 SUMMARY OF WORK PART 1 GENERAL 1.01 SUMMARY A. The work covered under this contract will be performed at the site of the City of Newport Beach Hillsborough Pump Station, 2301 Spyglass Hill Rd in Newport Beach, CA. 1.02 DESCRIPTION OF OWNER'S PROJECT A. The City of Newport Beach owns and operates a water system that delivers potable water to the City's residents and businesses. To ensure safe, reliable water is available to all residents, the City has identified several water infrastructure improvements including the rehabilitation of the existing Hillsborough Pump Station. The overall project will consist of upgrading specific elements of the existing Hillsborough Pump Station. 1.03 CONTRACTS A. The Hillsborough Pump Station Rehabilitation will be performed by Brown and Caldwell as the Design -Engineer. 1.04 WORK OF THIS CONTRACT A. The work to be performed under this contract includes the following elements: 1. Replacement of the existing pump 2. A new standalone motor starter 3. Replacement of the existing motor 4. Replacement of the existing pressure relief valve 5. Replacement of the existing check valve 6. New electrical power and controls 7. Replacement of pump room lighting and installation of new receptacles. 8. New empty panel for future use. 9. Remplace of existing fan thermostat and installion of a new disconnect switch. 10. New conduit and wiring END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Summary of Work 011100-1 SECTION 0112 16 WORK SEQUENCE PART 1 GENERAL 1.01 CONTINUITY OF OPERATIONS A. The existing Hillsborough Pump Station (HPS) is an auxiliary station with the pump inactive most of the time. The HPS can be off line for extended periods of time and only operates in cases of emergency to pump potable water from Zone 3 and feed Zones 4 or 5 of the City's distribution system. The Contractor shall coordinate the work to avoid any interference with normal operation of the pump station equipment and processes. 1.02 SUBMITTAL A. In accordance with Section 0133 00, the Contractor shall submit a detailed outage plan and time schedule for operations which will make it necessary to remove a pump and motor, pipeline appurtenances, electrical circuit, equipment, or structure from service. The schedule shall be coordinated with the construction schedule specified in the General Conditions of the Contract Documents and shall meet the restrictions and conditions specified in this section. B. The Contractor shall observe the following restrictions: 1. Systems or individual equipment items shall be isolated, dewatered, decommissioned, deenergized, or depressurized in accordance with the detailed outage plan and schedule. 2. The Construction Manager shall be notified in writing at least one week in advance of the planned operation. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Work Sequence 011216-1 SECTION 0129 00 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY A. This Section specifies requirements for determining Contractor payments. 1.02 SCHEDULE OF VALUES A. The Contractor shall submit a detailed Schedule of Values for the Work of the Contract, including quantities and unit prices aggregating the Lump Sum Contract Price, for approval in accordance with Article 14 of the General Conditions - Section 00 72 00. B. If any unit price in the approved Schedule of Values requires that the said unit price cover and be considered compensation for certain work or material essential to the item, this same work or material will not also be measured or paid for under any other pay item which may appear elsewhere in the Specifications. 1. Schedule shall be listed in tabular form and include the following: a. Schedule item numbers. b. Schedule item descriptions. c. Unit cost description, bid quantity, bid unit cost, bid total amount per item. d. Estimated quantities for previous period, current application period, and total to date per item. e. Amount previously billed, amount billed this period, total amount billed and percent completion per item. 2. Include a proportional amount of CONTRACTOR's overhead and profit for each item. 3. If progress payments will be requested for materials or equipment stored either on or off site, show the following: a. Cost of the materials, delivered and unloaded, with taxes paid. b. Total installed value. C. Upon request, submit documentation to support the values assigned to the Work. Sum of all values shall equal the TOTAL BID. D. Schedule will be reviewed by the Engineer. 1. Upon approval by the Engineer, the schedule will become the official reporting form upon which Application Payment will be calculated. 2. Provide additional breakdown of bid item costs if requested by the Engineer. 3. Failure to submit this schedule or receive approval may result in withholding of approval of Application for Payment. 1.03 MEASUREMENT OF QUANTITIES A. Work completed under the Contract shall be measured according to the standards of weights and measures recognized by the U.S. Bureau of Standards. Hillsborough Pump Station Rehabilitation Measurement and Payment 157323 0129 00 - 1 B. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the Contract will be those methods generally recognized as conforming to good engineering practice. C. Measurement for area computations will be made on the surface. Pay measurements for area computations will not exceed the neat dimensions indicated on the Contract Drawings, unless otherwise ordered in writing by the Engineer. D. Structures will be measured according to neat lines indicated on the Contract Drawings or as altered to fit field conditions. No payment will be made for length, width, or depth, in excess of that indicated on the Contract Drawings or specified for any construction, unless otherwise approved by the Engineer in writing. E. Items which are measured by the linear foot, such as pipe, will be measured parallel to the base or foundation upon which such items are placed. F. In computing volumes of excavation (when part of a unit price project component), the average end area method, based on horizontal measurements, or other acceptable methods, will be used. If the excavation is incidental or part of a lump sum bid item, no additional payments will be made. G. The term "each", when used as an item of payment, will mean complete payment for the Work described in the payment item in the Contract Documents. The work described is not intended to be exhaustive. H. The term "lump sum", when used as an item of payment, will mean complete payment for the Work described in the Contract Documents, including all necessary fittings and accessories, and required testing completed. I. The term "complete in place", means the completion of the Contract item or portions thereof as determined by the Engineer including the furnishing of all materials, equipment, tools, labor, and work incident thereto, unless otherwise specified. J. Contingent unit price items work is work not shown on the Contract Drawings and shall be performed only at the direction of the Engineer. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Hillsborough Pump Station Rehabilitation Measurement and Payment 157323 01 29 00 - 2 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART 1 GENERAL 1.01 SCOPE A. This section specifies reports and schedules for planning and monitoring the progress of the work. 1.02 DESCRIPTION A. The Contractor shall provide a graphic construction schedule indicating the various subdivisions of the work and the dates of commencing and finishing each. The schedule shall show the time allowed for testing and for other procedures which must be completed prior to the work being put into operation. The schedule will take into account the time of completion and the specific dates as specified in the Contract Documents and the work sequence described in Section 0112 16. 1.03 SUBMITTAL PROCEDURES A. Within 20 days after the date of the Notice to Proceed, the Contractor shall submit in accordance with Section 0133 00, a construction schedule conforming to paragraph 1.02 Description. The submittal shall consist of a reproducible original and two copies. B. Within 7 calendar days after receipt of the submittal, the Construction Manager shall review the submitted schedule and return one copy of the marked up original to the Contractor. If the Construction Manager finds that the submitted schedule does not comply with specified requirements, the corrective revisions will be noted on the submittal copy returned to the Contractor. 1.04 SCHEDULE REVISIONS A. Revisions to the accepted construction schedule may be made only with the written approval of the Contractor and Owner. A change affecting the contract value of any activity, the completion time, and specific dates as specified in the Contract Documents and sequencing (Section 0112 16) may be made only in accordance with applicable provisions of the General Conditions of the Contract Documents. 1.05 PROJECT STATUS UPDATE A. Project status review and update shall be provided each month as specified in the General Conditions of the Contract Documents. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Construction Progress Schedule 01 32 16 - 1 SECTION 0132 33 PHOTOGRAPHIC DOCUMENTATION PART 1 GENERAL 1.01 PRECONSTRUCTION PHOTOGRAPHS A. The Contractor shall provide preconstruction photographs prior to commencement of work on the site. The photographs shall be high quality digital photographs via upload as directed by the City. The file format shall be .jpg, .gif, or .tiff. Preconstruction photographs shall be taken at locations to be designated by the Construction Manager and submitted to the Engineer prior to the commencement of work. 1.02 CONSTRUCTION PHOTOGRAPHS A. The Contractor shall provide construction photographs showing the progress of the work. The photographs shall be taken of such subjects as may be directed by the Engineer, shall be digital capture minimum 1024 by 780 high resolution, and shall indicate on the front of each print the date, job title, and brief description of the photograph including the location where the photograph was taken. Starting one month after the date of the preconstruction photographs and continuing as long as the work is in progress, 40 monthly photographs shall be taken. Electronic copies of the photographs shall be submitted with each Monthly Progress Payment. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Photographic Documentation 01 32 33 - 1 SECTION 0133 00 SUBMITTAL PROCEDURES PART 1 GENERAL 1.01 SUMMARY A. This Section includes administrative and procedural requirements for submittals. 1.02 ADMINISTRATIVE REQUIREMENTS A. General: 1. Furnish submittal items as specified in the contract documents. 2. Review submittal information to verify it is accurate and fulfills specified submittal requirements before submitting for review and comment. 3. Edit submittal content to clearly indicate only those items, models, or series of equipment, which are being submitted for review. Cross out or otherwise obliterate extraneous materials. 4. Ensure there is no conflict with other submittals and notify the Owner's Representative in each case where the submittal may affect the work of another contractor or the Owner. 5. Coordinate submittals among subcontractors and suppliers including those submittals complying with unit responsibility requirements specified in the contract documents. 6. For each submittal, certify field conditions, compliance with the Contract Documents, and review of the submittal priorto submitting for review. 7. Designate the installation location within the facility, application, or intended purpose for each submittal item. Review comments are soley applicable to the circumstances designated in the submittal. 8. Coordinate submittals with the work so that work will not be delayed. Coordinate and schedule different categories of submittals, so that one will not be delayed for lack of coordination with others. 9. No extension of time will be allowed because of failure to properly schedule, coordinate or compile submittals. 10. Submittals will be rejected for lack of legibility, lack of coordination, ambiguity, or are incomplete. Incomplete submittals will be returned without review. 11. Do not proceed with work related to a submittal until the submittal process is complete. This requires that submittals for review and comment be returned to the Contractor stamped "No Exceptions Taken" or "Make Corrections Noted." 12. If desired, authorize material or equipment suppliers to deal directly with the Owner's Representative regarding a submittal. Such dealings require written authorization from the Contractor and are limited to contract interpretations to clarify and expedite the work. 1.03 DEFINITIONS A. ACTION SUBMITTALS - Hillsborough Pump Station Rehabilitation 157323 Submittal Procedures 01 33 00 - 1 1. Action Submittals content require review and response by the Owner's Representative before proceeding with incorporating the subject equipment, materials, or procedure into the work. 2. Review comments on Action Submittals, and perform subsequent actions based on the REVIEW ACTION requirements specified below. B. INFORMATIONAL SUBMITTALS - 1. Informational Submittals are examined to verify that the specified submittal contents have been furnished as specified. 2. The Contractor's actions are not contingent on the disposition of review comments on Informational Submittals. 3. Review comments on Informational Submittals, and perform subsequent actions based on the REVIEW ACTION requirements specified below. C. CLOSEOUT SUBMITTALS - 1. Closeout Submittals consist of documentation that is not available for review at the time Action Submittals are submitted for review or documentation that is typically generated or furnished following incorporation of the equipment, materials, or procedure into the work. Closeout submittals include spare parts inventory listing, spare parts, extra stock materials, special tools and other materials or components that are furnished separate from the installed and completed work. 2. Review comments on Closeout Submittals, and perform the subsequent actions based on the REVIEW ACTION requirements specified below. D. SAMPLES 1. Samples include partial sections of components, cuts, or containers of materials, color range sets, and swatches showing color, texture and pattern. 2. Samples may be Action or Informational Submittals. E. MOCK-UPS 1. Mock-ups are scale representations of items to be constructed as part of the work as required in the Contract Documents. 2. Mock-ups are Action Submittals. F. REVIEW ACTIONS: 1. The following definitions and actions are associated with the REVIEW ACTIONS DEFINED below: a. NO EXEPTIONS TAKEN: If the review indicates that the material, equipment or work method complies with the Contract Documents, submittal will be marked "NO EXCEPTIONS TAKEN." Implement the work method or incorporate the material or equipment covered by the submittal. b. MAKE CORRECTIONS NOTED: If the review indicates limited corrections are required, submittals will be marked "MAKE CORRECTIONS NOTED." Implement the work method or incorporate the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in 0&M data, provide a corrected copy. c. AMEND AND RESUBMIT: If the review reveals that the submittal is insufficient or contains incorrect data, submittals will be marked "AMEND AND RESUBMIT." Do Hillsborough Pump Station Submittal Procedures Rehabilitation 157323 01 33 00 - 2 not undertake work until the submittal has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED". d. REJECTED - SEE REMARKS: If the review indicates that the material, equipment, or work method does not comply with Contract Documents, the submittal will be marked "REJECTED - SEE REMARKS." Do not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" except at your own risk. 1.04 MASTER SUBMITTAL LIST A. A minimum of five (5) business days prior to Notice to Proceed, the Owner's Representative will provide a Master Submittal List listing submittal requirements for the contract. B. After receiving the Master Submittal List, update the list as submittals are completed and transmitted to the Owner's Representative. Provide updated list to Owner's Representative monthly. C. Include the following as a minimum in the updated list: 1. Submittal number. 2. Date submitted. 3. Requested time for return of comments. 4. Special requests, if any, for that particular submittal. PART 2 -NOT USED PART 3 -EXECUTION 3.01 SUBMITTAL PROCEDURES A. General 1. Owner's Representative will review submittal information and indicate a REVIEW ACTION. Review of submittals does not relieve the Contractor of responsibility for performance of the work according to the Contract Documents. 2. Coordinate submittal transmittal for related elements of work to ensure the submittals are processed as needed to meet the intent of the work and that delays are minimized. 3. Submittal review activity will be prioritized based on the order received unless otherwise requested by the Contractor. 4. Submittal sequencing should coincide with the Construction Schedule in Section 01 1216. 5. A review duration of 14 calendar days is allotted for each submittal, from the date of receipt by the Owner's Representative to the date of return to the Contractor. B. Submittal Preparation: 1. Excepting, mock-ups, spare parts, physical samples, and other items that cannot be converted to electronic media, furnish submittal contents electronically in a searchable PDF format. Hillsborough Pump Station Submittal Procedures Rehabilitation 157323 01 33 00 - 3 a. Include a table of contents and labeled divider sheets that are coordinated with the table of contents. b. Diagrams, drawings, pictures, and illustrations presented with a consistent orientation. 2. If electronic submittals are not possible, place a permanent label or title block on each hard copy submittal for identification and submit the following: a. Action and Closeout Submittals: 5 copies of submitted information plus one reproducible original. b. Informational Submittals: 5 copies of submitted information. 3. Shop Drawings, Samples and Mock-ups: a. Submit one electronic copy per the requirements described above and the following: 1) Shop Drawings: 5 reproducible and 5 prints forjob site reference. One marked up print will be returned to the Contractor when the review is complete. 2) Samples: 5 samples 3) Mock-up: As required by individual specification 4) Demonstrations: As required to facilitate installation and inspection b. Reference applicable specifications for additional requirements C. Submittal Completeness: 1. Submittals without all required information are not acceptable and may be marked "REJECTED" and returned without review. 2. For a submittal to be deemed complete, provide the information required below and specified in specification sections, including those elements in the special transmittal procedures where required. D. In the event of the need to "revise and resubmit", provide a complete stand-alone submittal with corrections, revisions, and new information clearly identified. E. Resubmit changes to submittals that require a stamp and signature by a licensed engineer or other certification with the requisite stamp and signature or certifications. 3.02 TRANSMITTAL PROCEDURE A. General: 1. Include the following information on the submittal transmittal form: a. Project names and date, including Owner's Project Number as follows: Hillsborough Pump Station Rehabilitation, XX-XX-XXXX, XXXXXX. b. Name of Contractor and Subcontractor c. Name of supplier and name of manufacturer d. Number and title of appropriate specification section e. Drawing number and detail references, as appropriate 2. Equipment and Material Submittals: Unless otherwise specified, complete the Transmittal Form 0133 00-A. Hillsborough Pump Station Submittal Procedures Rehabilitation 157323 01 33 00 - 4 3. Operation and maintenance manuals, information and data Submittals: Complete the Transmittal Form 0178 23-A. 4. Use a separate form for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which a submittal is required. Identify the appropriate equipment numbers for submittal documents common to more than one piece of equipment. Submit a single form for multiple items, if the items taken together constitute a manufacturer's package or are functionally related, to facilitate checking or reviewing the group or package as a whole. 5. Assign a unique sequential number to each transmittal form accompanying each item submitted. a. Format submittal numbers as follows: "XXX"; where "XXX" is the sequential number assigned to the original submittal. b. Format resubmittals as follows: "XXX-Y"; where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B, or C being the 1st, 2nd, and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of submittal 25. 6. Deviation from contract: If deviations from the material, equipment or method of work are proposed, describe the proposed deviation and explain the reason for proposing the deviation under "deviations" on the transmittal form accompanying the submittal copies. B. Check Marked Specification Transmittal Procedures 7. When submittal requirements require a "marked" copy of the specification, provide a copy of the specification marked as indicated below. Provide the following when transmitting the submittal: a. Provide a copy of the specification section(s) that specifies a marked copy of the specification. Include addendum updates and referenced specification sections, with addendum updates. Complete the following: 1) Check -mark each paragraph to indicate submittal compliance with that specification requirement. Check marks (✓) shall denote full compliance with that paragraph as a whole. 2) Mark paragraphs where deviations are proposed by underlining text that is the subject of the proposed deviation. Denoting each proposed deviation with a number in the margin to the right of the identified paragraph and provide a detailed written explanation for each numbered deviation. The remaining portions of the paragraph not underlined signify compliance with specified requirements. 3) The Engineer is the final authority for determining acceptability of requested deviations. b. For equipment specifications, provide a copy of the control diagrams and process and instrumentation diagrams relating to the submitted equipment, with addendum updates that apply to the subject equipment. Complete the following: 1) Mark drawings or diagrams to show specific changes necessary for the equipment proposed in the submittal. 2) If no changes are required, mark the drawings or diagrams with "no changes required". Hillsborough Pump Station Submittal Procedures Rehabilitation 157323 01 33 00 - 5 C. Provide a Certificate of Unit Responsibility assigning unit responsibility in accordance with the requirements of the specification Section. No other submittal material will be reviewed until the certificate has been received and found to be in conformance with the Specifications. D. Samples and Mock-ups: 1. Submit samples and mock-ups in accordance with the Contract Documents. Package samples to facilitate review. Include the following with the Submittal Transmittal Form: a. Generic description of the sample b. Sample source c. Product name and name of manufacturer d. Compliance with recognized standards e. Submittal Number f. Availability and delivery time g. Specification Section 2. Submit samples and mock-ups before installation. Where variation in color, pattern, texture or other characteristics are inherent in the material, submit four units to show variation range. 3. Where samples are for selection of appearance characteristics from a range of standard choices, submit a full set of choices for the material or products. 4. Maintain sets of approved samples and mock-ups at the Project Site, for quality comparisons throughout the course of construction. 5. Demolish and remove all samples and mock-ups prior to substantial completion. 3.03 REVIEW PROCEDURE F. General: 1. Owner's Representative will review each submittal, indicate a REVIEW ACTION, and return to the Contractor. 2. Returned submittals indicate one of the following REVIEW ACTIONS: NO EXEMPTIONS TAKEN, MAKE CORRECTIONS NOTED, AMEND AND RESUBMIT, or REJECTED - SEE REMARKS. 3.04 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS: G. General: 1. Review of contract drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide, does not relieve the Contractor of responsibility for errors therein and is not regarded as an assumption of risks or liability by the Owner's Representative or the Owner, or by any officer or employee thereof, and the Contractor has no claim under the contract on account of the failure, or partial failure, of the method of work, material, or equipment reviewed. A mark of "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" means that the Owner has no objection to the Contractor, upon his own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Submittal Procedures 013300-6 0133 00-A. SUBMITTAL TRANSMITTAL FORM Submittal Transmittal Submittal Description: Submittal No:1 Spec Section: Routing Sent Received Owner: Contractor/CM Project: CM/Engineer Engineer/CM Contractor: CM/Contractor We are sending you: ❑ Attached ❑ Under separate cover via ❑ Submittals for review and comment ❑ Product data for information only Remarks: Item Copies Date Section No. Description 1 Review Reviewer Review comments actions ! initials attached allote: NET = No exceptions taken; MCN = Make corrections noted; A&R = Amend and resubmit; R = Rejected Attach additional sheets if necessary. Contractor Certify either a or b: a. ❑ We have verified that the material or equipment contained in this submittal meets all the requirements, including coordination with all related work, specified (no exceptions). b. ❑ We have verified that the material or equipment contained in this submittal meets all the requirements specified except for the attached deviations. No. j Deviation Certified by: Contractor's S 1See Section 0133 00-1.04. A, Transmittal Procedure. Hillsborough Pump Station Rehabilitation 157323 Submittal Transmittal Form 0133 00-A - 1 SECTION 0145 00 CONTRACTOR QUALITY CONTROL PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for quality control services, field inspections and field testing of civil and structural constructs required for this project. B. The Contractor is responsible for the quality assurance and quality control of their respective work for the construction of this project in accordance with the Contract Documents. 1.02 RELATED SECTIONS A. This section contains specific references to the following related section. Additional related sections may apply that are not specifically listed below. 1. Section 0145 23 Testing and Inspection Services 1.03 DEFINITIONS A. Quality Control System (QCS): The quality control, assurance, and inspection system established and carried out to ensure compliance with the Plans and specifications. B. QCS Supervisor: That person in responsible charge of the work occurring, as designated by the Contractor in the QCS Plan. C. QCS Inspector: Responsible, certified personnel inspecting the various constructs at specified milestones and during the project overall and designated by the Construction Manager. D. Factory Test: Tests made on various materials, products and component parts prior to shipment to the job site. E. Field Tests: Tests and analyses made at or in the vicinity of the job site in connection with the actual construction. F. Certified Inspection Report: Reports signed by approved inspectors attesting that the items inspected meet the specification requirements other than any exceptions included in the report. G. Certificate of Compliance: Certificate from the manufacturer of the material or equipment identifying said manufacturer, product and stating that the material or equipment meet specified standards, and shall be signed by a designated officer of the manufacturer. H. Standard Compliance: Condition whereby specified materials or equipment must conform to the standards of organizations such as the American National Standard Hillsborough Pump Station Contractor Quality Control Rehabilitation 157323 01 45 00 - 1 Institute (ANSI), American Society for Testing and Materials (ASTM), Underwriters Laboratories (UL) or similar organization. I. Quality Assurance: The day-to-day, in -process supervisory observations of work and materials conducted by the Contractor to assure that the proper methods and materials are being used and installed by tradesmen. J. Source Quality Control: The in -process testing and inspections conducted by the QCS Inspector(s) to verify that the materials, equipment; workmanship and shop manufactured constructs are in compliance with the Contract Documents, applicable Codes and standards. K. Field Quality Control: The testing and inspections conducted by the QCS Inspector(s) in the field during and at the completion of each construct to verify that the in -process and completed construction is in compliance with the Contract Documents, applicable Codes and standards. L. Special Inspector - A qualified individual employed or retained by an approved agency and approved by the local governing authorities having jurisdiction (AHJ) as having the competency necessary to inspect a particular type of construction requiring special inspection. 1.04 SUBMITTALS A. Action Submittals: 1. Procedures: Section 0133 00. 2. A copy of this specification section with each paragraph check -marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. 3. Check -marks (✓) denote full compliance with a paragraph as a whole. Deviations shall be underlined and denoted by a number in the margin to the right of the identified paragraph. The remaining portions of the paragraph not underlined signify compliance with the specification. Include a detailed, written justification for each deviation. Failure to include a copy of this marked -up specification section, along with justification(s) for requested deviations, with the submittal, is cause for rejection of the entire submittal with no further consideration. 4. Written description of Contractor's proposed QCS plan in sufficient detail to illustrate adequate measures for verification and conformance to defined requirements. The QCS plan and submittal shall include a log showing anticipated inspections, QCS Inspectors, Special Inspections, and source and field Quality Assurance procedures. Submittal of the QCS plan shall be made prior to commencingfield work. 5. Contractor's proposed QCS Supervisor and QCS Inspectors (other than the Special Inspectors provided by Owner), including qualifications, responsibilities, and if requested, references. 6. Complete structural system information describing Contractor designed structural systems, including sealed calculations, shop and erection drawings, product literature for the various components, International Code Council (ICC) Evaluation Reports for structural components, and a discussion of risk issues associated with the proposed system which could adversely impact overall project completion. Hillsborough Pump Station Contractor Quality Control Rehabilitation 157323 0145 00 - 2 7. If requested by the Construction Manager during the work, manufacturer's field services and reports. A. Informational Submittals: 1. Procedures: Section 0133 00. 2. Manufacturers' field services and reports unless requested by Construction Manager to be submitted for review. 3. Special Inspection reports, unless otherwise directed in each technical specification Section. 1.05 REGULATORY REQUIREMENTS A. GENERAL: Comply with all Federal, State, and local Codes as referenced herein. Such regulations apply to activities including, but not limited to, site work and zoning, building practices and quality, on and offsite disposal, safety, sanitation, nuisance, and environmental quality. B. SPECIAL INSPECTION: Special Inspection shall be performed by the Special Inspector under contract with the Owner or registered design professional in responsible charge acting as the Owner's agent in conformance with the IBC. Special Inspection is in addition to, but not replacing, other inspections and quality control requirements herein. Where sampling and testing required herein conforms to Special Inspection standards, such sampling and testing need not be duplicated. C. STRUCTURAL OBSERVATION: Registered Design Professional shall make visual inspections of the work to assess general conformance with the Contract Documents at significant construction stages and at completion of the structural system in accordance with IBC 1704.6 Structural Observations requirements. 1.06 CONTRACTOR'S RESPONSIBILITIES A. Monitor quality assurance over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. B. Coordinate with, schedule specified inspections by, and provide normal and customary assistance to the QCS Inspectors and Owner provided Special Inspectors. C. Coordinate with, schedule specified structural observations by Engineer, and provide normal and customary assistance to Engineer performing structural observations. D. Comply fully with manufacturers' instructions, including each step in sequence. E. Should manufacturers' instructions conflict with Contract Documents, request clarification before proceeding from Construction Manager. F. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. Hillsborough Pump Station Contractor Quality Control Rehabilitation 157323 0145 00 - 3 G. The Contractor shall retain the services of a licensed land surveyor, registered in the State of California, to perform survey work including but not limited to establishing line and grade, in advance of the construction; and to perform other surveying services for the work included under the Contract. The surveyor to be retained by the Contractor shall not be the same surveyor engaged for the Engineer's use. The surveyor shall be subject to the approval of the Engineer. Survey drawings shall be submitted to the Engineer for approval. H. The Contractor shall take all necessary measurements in the field to verify pertinent data and dimensions shown on the Drawings or to determine the exact dimensions of the Work. 1.07 FIELD SAMPLE PROCEDURES A. When field samples are specified in a unit of work, construct each field sample to include work of all trades required to complete the field sample prior to starting related field work. Field samples may be incorporated into the project after acceptance by Construction Manager. Remove unacceptable field samples when directed by Construction Manager. Acceptable samples represent a quality level for the work. 1.08 CONTRACTOR DESIGNED STRUCTURAL SYSTEMS A. DESIGN ENGINEERING: Contractor shall employ and pay for engineering services from a Professional Engineer registered in the State of California for structural design of Contractor designed structural systems including but not limited to temporary shoring and bracing, formwork support, interior wall and ceiling systems, and support systems for fire sprinkler, plumbing, mechanical, and electrical systems and equipment. B. TESTS AND INSPECTIONS OF CONTRACTOR DESIGNED STRUCTURAL SYSTEMS: Contractor shall pay for preliminary testing of concrete, grout, and mortar mix designs where required by Code or these specifications prior to start of work. Contractor shall pay for required shop and site inspection of Contractor designed structural systems where required by Code or these specifications. 1.09 JOB SITE CONDITIONS A. Schedule to ensure all preparatory work has been accomplished prior to proceeding with current work. Proceeding with the work constitutes acceptance of conditions. Allow adequate time for materials susceptible to temperature and humidity to "stabilize" prior to installation. Establish and maintain environmental conditions (i.e., temperature, humidity, lighting) as recommended by the various material manufacturers for the duration of the work. PART 2 PRODUCTS 2.01 SOURCE QUALITY CONTROL A. CONTRACTOR RESPONSIBILITIES: Provide source quality control according to the reviewed and accepted QCS plan and paragraph 1.06 herein. Coordinate with Construction Manager to facilitate the work of the Testing Laboratory specified in Section Hillsborough Pump Station Contractor Quality Control Rehabilitation 157323 0145 00 - 4 0145 23 and Special Inspector. Provide ready access to sampling and inspection locations and incidental labor customary in such sampling and inspections. Timely prepare and submit submittals, and revise as indicated by review comments. Comply with technical requirements in each specification Section that applies to the work. B. CONSTRUCTION MANAGER RESPONSIBILITIES: Review Contractor's tracking of QCS activities at monthly meetings. Facilitate completion of submittal review per Section 01 33 00. Assist Contractor to ensure that Special Inspection occurs where and when specified. C. ACCEPTANCE CRITERIA: Acceptable characteristics and quality of a particular item or construct is defined in that item's or construct's specification Section. PART 3 EXECUTION 3.01 FIELD QUALITY CONTROL A. Field quality control responsibilities of the Contractor and Construction Manager are substantially the same as described in paragraph 2.01, with the exception that this work occurs primarily on thejobsite as the work progresses, and Special Inspection will occur more often than at the source. B. Acceptable characteristics and quality of a particular item or construct is defined in that item's or construct's specification Section. 3.02 REGULATORY COMPLIANCE -SPECIAL INSPECTIONS A. The types of work requiring Special Inspection are specified in the Construction Documents and required to obtain regulatory approval by State or required by local governing authorities having jurisdiction over the building permit of the project. B. Section 0145 23 describes Testing Laboratory sampling, testing and reporting. C. Contractor designed structural systems are subject to the same Special Inspection requirements as all other work. 3.03 CORRECTION OF DEFECTIVE WORK A. Any defective or imperfect Work, equipment, or materials furnished by the Contractor which is discovered before the Final Acceptance of the Work, or during a warranty period, shall be removed immediately even though it may have been overlooked by the Engineer and approved for payment. The Contractor shall repair such defect, without compensation, in a manner satisfactory to the Engineer. B. Unsuitable materials and equipment may be rejected, notwithstanding that such defective Work, materials and equipment may have been previously overlooked by the Engineer and accepted or approved for payment. C. If any workmanship, materials or equipment shall be rejected by the Engineer as unsuitable or not in conformity with the Specifications or Drawings, the Contractor shall Hillsborough Pump Station Contractor Quality Control Rehabilitation 157323 01 45 00 - 5 promptly replace such materials and equipment with acceptable materials and equipment at no additional cost to Owner. Equipment or materials rejected by the Engineer shall be tagged as such and shall be immediately removed from the site. D. The Engineer may order tests of imperfect or damaged Work equipment, or materials to determine the required functional capability for possible acceptance, if there is no other reason for rejection. The cost of such tests shall be borne by the Contractor, and the nature, tester, extent and supervision of the tests will be as determined by the Engineer. If the results of the tests indicate that the required functional capability of the Work, equipment, or material was not impaired, the Work, equipment or materials may be deemed acceptable, in the discretion of the Engineer. If the results of such tests reveal that the required functional capability of the questionable Work, equipment or materials has been impaired, then such Work, equipment or materials shall be deemed imperfect and shall be replaced. The Contractor may elect to replace the imperfect Work, equipment or material in lieu of performing the tests. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Contractor Quality Control 014500-6 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 GENERAL 1.01 SUMMARY A. GENERAL REQUIREMENTS: Comply with the testing and inspection specified in this Section and elsewhere in the Construction Documents. For the purpose of this Section, all references made herein to Testing Agency or Special Inspector or Geotechnical Consulting Firm shall be referred to as those tests or inspections which will be conducted by an inspector provided by the Owner. 1. The Owner or registered design professional in responsible charge acting as the Owner's agent will select and employ an independent Testing Agency to conduct the tests and inspections in accordance with applicable standard methods of American Society for Testing and Materials (ASTM) or other standards specified by the local governing authorities having jurisdiction (AHJ) as a requirement of the building permit. The Owner may require other special inspection services to inspect and verify the Work installed is in accordance with the Construction Documents and construction industry standards. 2. The Contractor shall provide and pay for other inspection and testing services where specified in the Construction Documents or required to obtain regulatory approval by State or AHJ. 1.02 DEFINITIONS A. Special Inspector - A qualified individual employed or retained by an approved agency and approved by the AHJ as having the competency necessary to inspect a particular type of construction requiring special inspection. B. Testing Agency - firm responsible for performing specific inspections and/or tests as part of the Special Inspection program. 1.03 QUALITY ASSURANCE A. QUALIFICATIONS: The inspector for all Work as hereinafter specified, except for geotechnical inspections, waterproofing and roofing, shall be a registered Special Inspector employed by an approved inspection and/or Testing Agency. All inspection personnel used on this Project are subject to being disapproved from the Project at the discretion of the Owner. 1. The Special Inspector shall have the required technical knowledge and experience for the product or construction element being installed. 2. Geotechnical Inspection will be performed by a licensed Geotechnical Consulting Firm. Hillsborough Pump Station Rehabilitation 157323 Testing and Inspection Services 014523-1 1.04 DUTIES OF OWNER'S TESTING AGENCY A. GENERAL: The Owner's Testing Agency will conduct testing and inspection services, interpret them, and evaluate the results for compliance with the building permit, the site development permit, and the Construction Documents; agency will report findings to the Owner, Contractor, and AHJ. Testing and inspection services shall be in accordance with applicable standard methods of ASTM or other standards specified by AHJ, the Construction Documents, and construction industry standards. The Testing Agency will reasonably support overtime, second shift, and out -of -area activity if requested by the Contractor and approved at the Owner's sole discretion. B. TESTING AND INSPECTION: Materials to be tested are specified by the building permit and as required by the Construction Documents, as directed by Owner, or required by AHJ. Quantities and extent of tests and inspections shall be as specified and/or required by the Owner's Inspector or AHJ. C. NON -CONFORMING WORK: The Owner's Inspector shall document and immediately notify the Contractor and Owner of any Work found defective or not in accordance with the requirements of the Construction Documents. Non -conforming Work shall be corrected. D. The Owner's inspectors are not authorized to do the following: 1. Release, revoke, alter or enlarge on requirements of Construction Documents. 2. Approve or accept any portion of the Work, except as allowed by the special inspection duties delegated by governing AHJ for building permit inspections and testing. 3. Perform any duties of the Contractor. 4. Stop Work. 1.05 COSTS A. The Owner's Testing Agency and Special Inspector costs for initial testing and inspection as specified in the Construction Documents will be paid for by the Owner or registered design professional in responsible charge acting as the Owner's agent . Initial tests and inspections are defined as those required to complete the first tests and inspections specified. Costs for subsequent re -testing and re -inspection of items found not to be in compliance with Construction Documents shall be borne by the Contractor. B. Additional tests and inspections not herein specified, but requested by the Owner, shall be paid for by the Owner. However, if the results of such tests or inspections are found to be not in compliance with Construction Documents, the Contractor will be back charged for all costs for initial testing as well as re -testing, re -inspection and Owner's Consultants services. C. Costs for additional tests or inspections required because of Contractor changes to reviewed and accepted products or materials provided, or source, or supply shall be borne by the Contractor. Hillsborough Pump Station Testing and Inspection Services Rehabilitation 157323 01 45 23 - 2 D. Costs for any Work which is required to correct any deficiencies shall be borne by the Contractor. E. Costs of any testing which is required solely for the convenience of Contractor in its scheduling and performance of the Work shall be borne by the Contractor. F. Costs for verification testing of Work done without prior notice, with improper supervision, or contrary to construction practice shall be borne by the Contractor. G. Costs for testing of materials for which fabrication and mill reports are required but not furnished shall be borne by the Contractor. H. The cost, if any, of providing access for inspections and tests shall be considered part of the normal expense of conducting business and therefore non -reimbursable. I. In those instances where inspector(s) arrive at the agreed -upon location, at the agreed upon date and time, and find articles to be inspected are not ready for inspection, the inspector(s) shall return to their home office and all expenses incurred shall be borne by the Contractor. 1.06 TESTS AND INSPECTION REPORTS A. Copies of Owner and Contractor test and inspection reports shall be distributed at weekly intervals. All reports will be signed by certified Special Inspector or Professional Engineer registered in the State of California, as appropriate. Such reports shall include all tests made, regardless of whether such tests indicate that the material is satisfactory or unsatisfactory; a final report should be submitted documenting corrective work done on any unsatisfactory material and or work identified in the testing or inspection reports. Samples taken, but not tested, shall also be reported. Records of special sampling operations that are required shall also be reported. Test and inspection reports shall be distributed as follows: 1. Owner 2. Owner's Testing Agency 3. Contractor 4. Authority Having Jurisdiction B. A report shall be prepared for each inspection and test and shall include: 1. Date issued. 2. Project title and number. 3. Name and signature of inspector. 4. Date of inspection or sampling and test. 5. Record of temperature and weather. 6. Identification of product and Specification Section. 7. Location in Project. 8. Type of inspection or test. Hillsborough Pump Station Rehabilitation 157323 Testing and Inspection Services 014523-3 9. Results of inspections and tests, and observations regarding compliance with Laws and Regulations, and standards. 1.07 CONTRACTOR'S RESPONSIBILITIES A. COORDINATION: It is the Contractor's responsibility to initiate, coordinate, and conform to the required tests and inspections of governing State and AHJ. Inspection of the Work by the Owner's Special Inspectors and/or Testing Agency shall not relieve the Contractor from responsibility for compliance with the Construction Documents requirements. Owner's Special Inspectors and/or Testing Agency and Owner shall have authority to reject Work whenever the provisions of the Construction Documents are not being complied with, and the Contractor shall instruct his employees accordingly. B. ACCESS FOR THE PURPOSE OF INSPECTION: Ensure the Owner's Special Inspectors and/or Testing Agency have free access to all parts of the Work and to the shops where the Work is in preparation; are provided proper facilities and safe access for such inspection; and are reasonably furnished access, equipment, tools, samples, certifications, test reports, design mixes, storage, and assistance as requested by the Owner's Inspector. C. STORAGE FACILITIES: Furnish adequate storage facilities as approved by the Owner for the sole use of the Owner's Testing Agency for safe storage and curing of such specimens which must remain on the site prior to transport to the laboratory. D. DATA: Furnish records, Contract Drawings and shop drawings, certificates, approved Change Orders, and similar data as required by Owner's Inspectors to perform their work to assure compliance with the Construction Documents. NOTICE: Furnish notice to Owner and coordinate with Owner's Inspectors a minimum of five (5) working days in advance of all required tests and a minimum of forty-eight (48) hours in advance of all required inspections, unless otherwise specified. NON -CONFORMING WORK: Remove and replace Non -conforming Work at no additional cost to the Owner prior to Final Completion. Where Non -conforming Work requires design modifications, such re -design shall be performed by the Engineer of Record and costs shal I be borne by the Contractor. G. CANCELLATIONS: Contractor shall give sufficient advance notice to Owner and Inspectors to allow rescheduling of their work load in the event of cancellation or time extension of any scheduled test or inspection 1.08 TEST FAILURES A. GENERAL: The Owner may require re -test of a sampled material when a sample or procedure has failed to pass the required tests. In the event any test or inspection indicates failure of a material or procedure to meet requirements of Construction Documents, all costs for re -testing or re -inspection shall be borne by the Contractor. The Contractor may opt to replace the imperfect Work, equipment or material in lieu of performing the tests. Hillsborough Pump Station Testing and Inspection Services Rehabilitation 157323 01 45 23 - 4 1.09 REPORT TEST FAILURES A. GENERAL: Immediately upon determination of a test failure, the Owner's Inspector shall notify the Owner and Contractor. By the end of the following day the Owner's Inspector shall send written test results to those named on the distribution list. B. Contractor shall similarly report test failures to Owner resulting from work of testing agencies provided by the Contractor. PART 2 -NOT USED PART 3 -NOT USED END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Testing and Inspection Services 01 45 23 - 5 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: Product requirements, product selection, products schedule, execution, manufacturer's instructions, and delivery, handling, and storage. B. Related Sections: 1. Section 0133 00 - Submittal Procedures 1.02 PRODUCT REQUIREMENTS A. Comply with Specifications and referenced standards as minimum requirements. B. Provide products by same manufacturer when products are of similar nature, unless otherwise specified. C. Provide identical products when products are required in quantity. D. Provide products with interchangeable parts whenever possible. E. Require each equipment manufacturer to have maintenance facilities meeting the following requirements: 1. Minimum 3 years operational experience 2. Location in continental United States that can provide required services within 48 hours of a service request by the City. 3. Equipment and tools capable of making repairs 4. Staff qualified to make repairs 5. Inventory of maintenance spare parts F. Provide evidence of product compliance pursuant to appropriate specification section, this Section, and Section 0133 00 - Submittal Procedures. 1.03 PRODUCT SELECTION A. When products are specified by standard or specification designations of technical societies, organizations, or associations only, provide products which meet or exceed reference standard and Specifications. B. When products are specified with names of manufacturers but no model numbers or catalog designations, provide: 1. Products by one of named manufacturers which meets or exceeds Specifications Hillsborough Pump Station Product Requirements Rehabilitation 157323 01 60 00 - 1 C. When products are specified with names of manufacturers and model numbers or catalog designations, provide: 1. Products with model numbers or catalog designations by one of named manufacturers. D. When products are specified with names of manufacturers, but with brand or trade names, model numbers, or catalog designations by one manufacturer only, provide: 1. Products specified by brand or trade name, model number, or catalog designation. 2. Products by one of named manufacturers proven in accordance with requirements for or -equals to meet or exceed quality, appearance and performance of specified brand or trade name, model number, or catalog designation. E. When products are specified with only one manufacturer followed by "or Equal," provide: 1. Products meeting or exceeding Specifications by specified manufacturer. 1.04 QUALITY ASSURANCE A. Employ entities that meet or exceed specified qualifications, to execute the Work. B. Inspect conditions before executing subsequent portions of the Work. Accept responsibility for correcting unsatisfactory conditions upon executing subsequent portions of the Work. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. 1.05 TOOLS AND SPARE PARTS A. All special tools and the manufacturer's standard set of spare parts required for the normal operation and maintenance of respective items of equipment shall be furnished with those items of equipment by the manufacturer. This includes special tools, instruments, accessories required for proper "in -plant" adjustment, maintenance, overhaul, and operation. Tools shall be high-grade, smooth, forged, alloy tool steel or other appropriate material required for service conditions. B. Special tools are considered to be those tools which because of their limited use are not normally available, but which are necessary for the particular equipment, whether identified in the manufacturer's standard manual or not. C. All spare parts shall be carefully packed in sealed, weather -resistant cartons and all tools packed in metal tool boxes with locking clasps, each labeled with indelible markings, and shall be adequately treated for a long period of storage. Complete ordering information including manufacturer's name and address, part ordering information including manufacturer, part number, part name, and equipment name and number(s) for which the part is to be used shall be supplied with the required spare parts. The tools and spare parts shall be delivered and stored in a location directed by the City no later than 30 days prior to scheduled field-testing. A list of spare parts, respectively, shall be placed in each storage container and a duplicate list included in the operations and maintenance manuals. Product Requirements 016000-2 Hillsborough Pump Station Rehabilitation 157323 D. Additional and specific spare parts and tools for certain equipment provided have been specified in the pertinent Sections of the Specifications. The Contractor shall collect and store all spare parts so required in an area to be designated by the City. In addition, the Contractor shall furnish to the City an inventory listing all spare parts, the equipment they are associated with, the name and address of the supplier, and the delivered cost of each item. Copies of the actual invoice for each item shall be furnished with inventory to substantiate the delivery. E. Special tools and spare parts shall be new and shall not be utilized by the Contractor. 1.06 MANUFACTURER'S INSTRUCTIONS A. Deliver, handle, store, install, erect, or apply products in accordance with manufacturer's instructions, Contract Documents, and industry standards. B. Periodically inspect to assure products are undamaged and maintained under required conditions. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) PART 4 ADDITIONAL REQUIREMENTS (NOT USED) END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Product Requirements 016000-3 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 GENERAL 1.01 DAMAGE A. Equipment, products and materials shall be shipped, handled, stored, and installed in ways which will prevent damage to the items. Damaged items will not be permitted as part of the work except in cases of minor damage that have been satisfactorily repaired and are acceptable to the Construction Manager. 1.02 PIPE A. Equipment shall be handled, stored, and installed as recommended by the manufacturer. PART 2 EQUIPMENT 2.01 PACKAGE AND MARKING: A. All equipment shall be protected against damage from moisture, dust, handling, or other cause during transport from manufacturer's premises to site. Each item or package shall be marked with the number unique to the specification reference covering the item. B. Stiffeners shall be used where necessary to maintain shapes and to give rigidity. Parts of equipment shall be delivered in assembled or subassembled units where possible. 2.02 IDENTIFICATION: A. Each item of equipment and valve shall have permanently affixed to it a label or tag with its equipment or valve number designated in this contract. Marker shall be of stainless steel. Location of label will be easily visible. 2.03 SHIPPING: A. Bearing housings, vents and other types of openings shall be wrapped or otherwise sealed to prevent contamination by grit and dirt. B. Damage shall be corrected to conform to the requirements of the contract before the assembly is incorporated into the work. The Contractor shall bear the costs arising out of dismantling, inspection, repair and reassembly. 2.04 STORAGE: A. During the interval between the delivery of equipment to the site and installation, all equipment, unless otherwise specified, shall be stored in an enclosed space affording protection from weather, dust and mechanical damage and providing favorable temperature, humidity and ventilation conditions to ensure against equipment deterioration. Manufacturer's recommendations shall be adhered to in addition to these requirements. Hillsborough Pump Station Product Storage and Handling Requirements Rehabilitation 157323 01 66 00 - 1 B. Equipment and materials to be located outdoors may be stored outdoors if protected against moisture condensation. Equipment shall be stored at least 6 inches above ground. Temporary power shall be provided to energize space heaters or other heat sources for control of moisture condensation. Space heaters or other heat sources shall be energized without disturbing the sealed enclosure. 2.05 PROTECTION OF EQUIPMENT AFTER INSTALLATION: A. After installation, all equipment shall be protected from damage from, including but not limited to, dust, abrasive particles, debris and dirt generated by the placement, chipping, sandblasting, cutting, finishing and grinding of new or existing concrete; and from the fumes, particulate matter, and splatter from recoating the existing pump can. As a minimum, vacuum cleaning, blowers with filters, protective shieldings, and other dust suppression methods will be required at all times to adequately protect all equipment. During concreting, including finishing, all equipment that may be affected by cement dust must be completely covered. The Reduced Voltage Solid Starter shall not be installed until after all concrete work in those areas have been completed and accepted and the ventilation systems installed. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Product Storage and Handling Requirements 016600-2 SECTION 0177 00 CLOSEOUT PROCEDURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes: Contract closeout requirements including: 1. Final cleaning 2. Preparation and submittal of closeout documents 3. Final completion certification B. Related Sections: 1. Section 0133 00 - Submittal Procedures 2. Section 0178 23 - Operation and Maintenance Data 1.02 CLOSEOUT DOCUMENTS A. Informational Submittal: Contractor shall submit closeout documents to the City with the application for final payment. 1.03 FINAL CLEANING A. Perform final cleaning prior to inspections for Substantial Completion. B. Use cleaning materials which are recommended by manufacturers of surfaces to be cleaned. C. Prevent scratching, discoloring, and otherwise damaging surfaces being cleaned. D. Clean roofs, gutters, downspouts, and drainage systems. E. Remove dust, cobwebs, and traces of insects and dirt. F. Broom clean exterior paved surfaces (e.g. walks, steps and platforms) and remove dust, dirt and other disfigurations from exterior surfaces of site work. G. Clean grease, mastic, adhesives, dust, dirt, stains, fingerprints, paint, blemishes, sealants, plaster, concrete, and other foreign materials from sight -exposed surfaces, and fixtures and equipment. H. Clean each surface or unit of Work and remove non -permanent protection and labels. I. Wipe surfaces of mechanical and electrical equipment clean. Contractor shall remove excess lubrication and other substances. J. Clean light fixtures and replace burned out or dim lights. K. Repair any damage to existing roadway, fencing, etcetera, due to construction activities. Hillsborough Pump Station Closeout Procedures Rehabilitation 157323 01 77 00 - 1 L. Remove all temporary work from the site including but not limited to fencing, sign boards, samples, and any other items not considered part of the permanent Work. 1.04 WASTE DISPOSAL A. Arrange for and dispose of surplus materials, waste products, and debris off -site. Prior to making disposal on private property, obtain written permission from Engineer of such property. B. Do not fill ditches, washes, or drainage ways which may create drainage problems. C. Do not create unsightly or unsanitary nuisances during disposal operations. D. Maintain disposal site in safe condition and good appearance. E. Complete leveling and cleanup prior to final acceptance of the Work. 1.05 TOUCH-UP AND REPAIR A. Touch-up or repair finished surfaces on structures, equipment, fixtures, and installations that have been damaged prior to inspection for Substantial Completion. B. Refinish or replace entire surfaces which cannot be touched -up or repaired satisfactorily. 1.06 CLOSEOUT DOCUMENTS A. Submit the following Closeout Submittals upon Substantial Completion and at least seven (7) days prior to submitting Application for Final Payment: 1. Evidence of Compliance with Requirements of Governing Authorities 2. Submit all Record Drawings 3. As -Built Schedules 4. Operation and Maintenance Manuals (Section 0178 23) 5. Evidence of Payment and Release of Stop Payment Notices as outlined in Conditions of the Contract 6. Release of claims as outlined in Conditions of the Contract 7. Certificate of Final Completion 1.07 PROJECT RECORD DOCUMENTS A. Provide record drawings described below. B. Contractor shall record actual revisions to the Work and maintain one set of the following Project Record Documents on site: 1. Contract Drawings, Specifications, and Addenda 2. Change Orders, Field Orders and other written notices 3. Shop drawings, product data and samples 4. Records of surveying and layout work 5. Project Record Drawings Hillsborough Pump Station Rehabilitation 157323 Closeout Procedures 017700-2 C. Contractor shall record information on Project Record Documents concurrent with construction progress and store separately from the documents used for construction: 1. City shall supply a set of Contract drawings. Contractor shall mark thereon all revisions as the Work progresses to produce a set of as -built drawings. 2. Contractor shall note any changes made during construction by any of Contractor's forces or any Subcontractors. 3. Contractor shall dimension the locations of buried or concealed work, especially piping and conduit, with reference to exposed structures. 4. Contractor shall dimension the installed locations of concealed service lines on the site or within the structure by reference from the center line of the service to structure column lines or other main finished faces or other structural points easily identified and located in the finished Work. 5. A completion certificate shall not be issued until as -built drawings are complete and submitted, and the Contractor has satisfied all requirements for Substantial Completion and Final Completion of the Work. 1.08 WARRANTIES AND BONDS A. Provide executed Warranty or Guaranty Form if required by Contract Documents. B. Provide specified additional warranties, guarantees, and bonds from manufacturers and suppliers. C. Warranties, Guaranties, and Bonds shall be included in the section for the specific equipment in the Section 0178 23. 1.09 CERTIFICATE OF FINAL COMPLETION A. Once testing that is required by each respective equipment specification has been successfully completed, City will certify that new facilities are operationally complete. City will then schedule and conduct a walk-through inspection with City and Contractor and publish a punch list to the Contractor for correction. B. List of items to be completed or corrected will be amended as items are resolved by Contractor. C. When all items have been completed or corrected, submit written certification that the entire work is complete in accordance with the Contract Documents and request final inspection. D. Upon completion of final inspection, City will either prepare a written acceptance of the entire work or advise Contractor of work not complete. If necessary, inspection procedures will be repeated. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) Hillsborough Pump Station Rehabilitation 157323 Closeout Procedures 017700-3 END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Closeout Procedures 017700-4 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.01 SCOPE A. Operation and maintenance (0&M) instructions shall be provided in accordance with this section and as required in the technical sections of this project manual. 0&M information shall be provided for each maintainable piece of equipment, equipment assembly or subassembly, and material provided or modified under this contract. B. 0&M instructions must be submitted and accepted before on -site training may start. 1.02 TYPES OF INFORMATION REQUIRED A. General: 1. 0&M information shall contain the names, addresses, and telephone numbers of the manufacturer, the nearest representative of the manufacturer, and the nearest supplier of the manufacturer's equipment and parts. In addition, one or more of the following items of information shall be provided as applicable. B. Operating Instructions: 1. Specific instructions, procedures, and illustrations shall be provided for the following phases of operations: a. Safety Precautions: List personnel hazards for equipment and list safety precautions for all operating conditions. b. Operator Prestart: Provide requirements to set up and prepare each system for use. c. Start -Up, Shutdown, And Postshutdown Procedures: Provide a control sequence for each of these operations. d. Normal Operations: Provide control diagrams with data to explain operation and control of systems and specific equipment. e. Emergency Operations: Provide emergency procedures for equipment malfunctions to permit a short period of continued operation or to shut down the equipment to prevent further damage to systems and equipment. Include emergency shutdown instructions for fire, explosion, spills, or other foreseeable contingencies. Provide guidance on emergency operations of all utility systems including valve locations and portions of systems controlled. f. Operator Service Requirements: Provide instructions for services to be performed by the operator such as lubrication, adjustments, and inspection. g. Environmental Conditions: Provide a list of environmental conditions (temperature, humidity, and other relevant data) which are best suited for each product or piece of equipment and describe conditions under which equipment should not be allowed to run. C. Preventive Maintenance: 1. The following information shall be provided for preventive and scheduled maintenance to minimize corrective maintenance and repair: Hillsborough Pump Station Operation and Maintenance Data Rehabilitation 157323 01 78 23 - 1 a. Lubrication Data: Provide lubrication data, other than instructions for lubrication in accordance with paragraph 1.02 B.f Operator Service Requirements. 1) A table showing recommended lubricants for specific temperature ranges and applications; 2) Charts with a schematic diagram of the equipment showing lubrication points, recommended types and grades of lubricants, and capacities; and 3) A lubrication schedule showing service interval frequency. Preventive Maintenance Plan And Schedule: Provide manufacturer's schedule for routine preventive maintenance, inspections, tests, and adjustments required to ensure proper and economical operation and to minimize corrective maintenance and repair. Provide manufacturer's projection of preventive maintenance man- hours on a daily, weekly, monthly, and annual basis including craft requirements by type of craft. D. Corrective Maintenance: 1. Manufacturer's recommendations shall be provided on procedures and instructions for correcting problems and making repairs. a. Troubleshooting Guides And Diagnostic Techniques: Provide step-by-step procedures to promptly isolate the cause of typical malfunctions. Describe clearly why the checkout is performed and what conditions are to be sought. Identify tests or inspections and test equipment required to determine whether parts and equipment may be reused or require replacement. b. Wiring Diagrams And Control Diagrams: Wiring diagrams and control diagrams shall be point-to-point drawings of wiring and control circuits including factory - field interfaces. Provide a complete and accurate depiction of the actual job - specific wiring and control work. On diagrams, number electrical and electronic wiring and pneumatic control tubing and the terminals for each type identically to actual installation numbering. c. Maintenance And Repair Procedures: Provide instructions and list tools required to restore product or equipment to proper condition or operating standards. d. Removal And Replacement Instructions: Provide step-by-step procedures and list required tools and supplies for removal, replacement, disassembly, and assembly of components, assemblies, subassemblies, accessories, and attachments. Provide tolerances, dimensions, settings, and adjustments required. Instructions shall include a combination of test and illustrations. e. Spare Parts And Supply Lists: Provide lists of spare parts and supplies required for maintenance and repair to ensure continued service or operation without unreasonably delays. Special consideration is required for facilities at remote locations. List spare parts and supplies that have a long lead time to obtain. f. Corrective Maintenance Manhours: Provide manufacturer's projection of corrective maintenance man-hours including craft requirements by type of craft. Corrective maintenance that requires participation of the equipment manufacturer shall be identified and tabulated separately. E. Appendices: 1. The following information shall be provided; include information not specified in the preceding paragraphs but pertinent to the maintenance or operation of the product or equipment. Hillsborough Pump Station Operation and Maintenance Data Rehabilitation 157323 01 78 23 - 2 a. Parts Identification: Provide identification and coverage for all parts of each component, assembly, subassembly, and accessory of the end items subject to replacement. Include special hardware requirements, such as requirement to use high -strength bolts and nuts. Identify parts by make, model, serial number, and source of supply to allow reordering without further identification. Provide clear and legible illustrations, drawings, and exploded views to enable easy identification of the items. When illustrations omit the part numbers and description, both the illustrations and separate listing shall show the index, reference, or key number which will cross-reference the illustrated part to the listed part. Parts shown in the listings shall be grouped by components, assemblies, and subassemblies. b. Warranty Information: List and explain the various warranties and include the servicing and technical precautions prescribed by the manufacturers or contract documents to keep warranties in force. c. Personnel Training Requirements: Provide information available from the manufacturers to use in training designated personnel to operate and maintain the equipment and systems properly. d. Testing Equipment And Special Tool Information: Provide information on test equipment required to perform specified tests and on special tools needed for the operation, maintenance, and repair of components. 1.03 TRANSMITTAL PROCEDURE A. Unless otherwise specified, 0&M manuals, information, and data shall be transmitted in accordance with Section 0133 00 accompanied by Transmittal Form 0178 23-A and Equipment Record Forms 0178 23-B and/or 0178 23-C, as appropriate. The transmittal form shall be used as a checklist to ensure the manual is complete. Only complete sets of 0&M instructions will be reviewed for acceptance. B. 2 copies of the specified 0&M information shall be provided. For ease of identification, each manufacturer's brochure and manual shall be appropriately labeled with the equipment name and equipment number as it appears in the project manual. The information shall be organized in the binders in numerical order by the equipment numbers assigned in the project manual. The binders shall be provided with a table of contents and tab sheets to permit easy location of desired information. C. If manufacturers' standard brochures and manuals are used to describe 0&M procedures, such brochures and manuals shall be modified to reflect only the model or series of equipment used on this project. Extraneous material shall be crossed out neatly or otherwise annotated or eliminated. 1.05 FIELD CHANGES A. Following the acceptable installation and operation of an equipment item, the item's instructions and procedures shall be modified and supplemented by the Contractor to reflect any field changes or information requiring field data. END OF SECTION Hillsborough Pump Station Operation and Maintenance Data Rehabilitation 157323 01 78 23 - 3 0178 23-A. OPERATION AND MAINTENANCE TRANSMITTAL FORM Date: Submittal NO To: I Contract No: I !Spec. Section: Submittal Description: Attention: I From: Checklist Contractor Construction Manager Satisfactory N/A Accept Deficient 1. Table of contents 2. Equipment record forms 3. Manufacturer information 4. Vendor information 5. Safety precautions 6. Operator prestart 7. Start-up, shutdown, and postshutdown procedures 8. Normal operations 9. Emergency operations 10. Operator service requirements 11. Environmental conditions I ' 12. Lubrication data 13. Preventive maintenance plan and schedule 14. Troubleshooting guides and diagnostic techniques 15. Wiring diagrams and control diagrams ( ' 16. Maintenance and repair procedures 17. Removal and replacement instructions 18. Spare parts and supply list 19. Corrective maintenance man-hours 20. Parts identification 21. Warranty information 22. Personnel training requirements 23. Testing equipment and special tool information Remarks: Contractor's S 1 See Section 0133 00-1.04.A, Transmittal Procedure. Hillsborough Pump Station Rehabilitation 157323 Operation and Maintenance Transmittal Form 0178 23-A - 1 SECTION 02 4100 DEMOLITION PART 1 GENERAL 1.01 DESCRIPTION A. Scope: This section specifies site preparation which consists of clearing, grubbing and demolition. B. Existing Conditions: The CONTRACTOR shall determine the actual condition of the site as it affects this portion of work. C. Protection: Site preparation shall not damage structures, facilities, utilities, landscaping or vegetation adjacent to the site. The CONTRACTOR shall repair, or replace any damaged property. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 DEMOLITION AND REMOVAL A. CONTRACTOR shall field verify the dimensions listed in Section 43 23 61 paragraph 2.03 C before demolition and removal of the existing pumping unit. B. Structures (NOT USED) C. Pavement (NOT USED) D. Salvage: The OWNER has the right to salvage any items scheduled for removal. The CONTRACTOR shall notify the Construction Administrator 5 days prior to any salvage or demolition work to determine the disposition of items to be removed. The Construction Administrator will mark items to be salvaged. Such items shall be properly disconnected, removed from their foundations, cleaned, and stored at a location on the plant site as specified. 3.02 UTILITY INTERFERENCE A. Where existing utilities interfere with the prosecution of the work, the CONTRACTOR shall relocate them in accordance with the General Conditions of the Contract Documents. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Demolition 024100-1 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL PART 1 GENERAL 1.01 DESCRIPTION A. Scope: 1. This section specifies general requirements for electrical work. Detailed requirements for specific electrical items are specified in other sections but are subject to the general requirements of this section. The electrical drawings and schedules included in this project manual are functional in nature and do not specify exact locations of equipment or equipment terminations. B. Definitions: 1. Elementary or Schematic Diagram: a. A schematic (elementary) diagram shows, by means of graphic symbols, the electrical connections and functions of a specific circuit arrangement. The schematic diagram facilitates tracing the circuit and its functions without regard to the actual physical size, shape, or location of the component devices or parts. 2. One -Line Diagram: a. A one -line diagram shows by means of single lines and graphical symbols the course of an electrical circuit or system of circuits and the components, devices or parts used therein. Physical relationships are usually disregarded. 3. Block Diagram: a. A block diagram is a diagram of a system, instrument, computer, or program in which selected portions are represented by annotated boxes and interconnecting lines. 4. Wiring Diagram or Connection System: a. A wiring or connection diagram includes all of the devices in a system and shows their physical relationship to each other including terminals and interconnecting wiring in an assembly. This diagram shall be (a) in a form showing interconnecting wiring only by terminal designation (wireless diagram), or (b) a panel layout diagram showing the physical location of devices plus the elementary diagram. 5. Interconnection Diagram: Interconnection diagrams shall show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. References shall be shown to all connection diagrams which interface to the interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Bundled wires shall be shown as a single line with the direction of entry/exit of the individual wires clearly shown. Wireless diagrams and wire lists are not acceptable. 1) Each wire identification as actually installed shall be shown. The wire identification for each end of the same wire shall be identical. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified in the equipment complete with individual terminal identification. Hillsborough Pump Station Common Work Results for Electrical Rehabilitation 157323 26 05 00 - 1 2) All jumpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Wires orjumpers shown on the equipment connection diagrams shall not be shown again on the interconnection diagram. Signal and DC circuit polarities and wire pairs shall be shown. Spare wires and cables shall be shown. 6. Arrangement, Layout, Or Outline Drawings: a. An arrangement, layout, or outline drawing is one which shows the physical space and mounting requirements of a piece of equipment. It may also indicate ventilation requirements and space provided for connections or the location to which connections are to be made. 1.02 QUALITY ASSURANCE A. References: 1. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference ;Title NECA-1 National Electrical Contractors Association - Standard Practices for Good Workmanship in Electrical Contracting NFPA National Fire Protection Association NFPA-70 National Electrical Code (NEC) NFPA-70E Standard for Electrical Safety in the Workplace ANSI C2 ';National Electrical Safety Code (NESC) ACI 318 i Building Code Requirements for Structural Concrete B. Identification of Listed Products: 1. List electrical equipment and materials for the purpose for which they are to be used, by an independent testing laboratory. Three such organizations are Underwriters Laboratories (UL), Canadian Standards Association (CSA), and Electrical Testing Laboratories (ETL). Independent testing laboratory shall be acceptable to the inspection authority having jurisdiction. 2. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the product may be required by the inspection authority, to Hillsborough Pump Station Common Work Results for Electrical Rehabilitation 157323 26 05 00 - 2 undergo inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. C. Factory Tests: 1. Where specified in the individual product specification section, perform factory tests at the place of fabrication and performed on completion of manufacture or assembly. Include the costs of factory tests in the contract price. 1.03 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. Each specification will identify any additional requirements beyond those identified in 0133 00. 1.04 PROJECT/SITE CONDITIONS A. General: Unless otherwise specified, size and derate equipment and materials no less than an ambient temperature of 20 degrees C at an elevation ranging from sea level to 1000 feet without exceeding the manufacturer's stated tolerances. B. Enclosure Material and Rating 1. Table A specifies the electrical enclosure material and rating for the location and application. TABLE A Location Electrical Enclosure Material and NEMA Rating Indoor: Architecturally Finished Area NEMA 1: Mild steel Indoor: Electrical Room NEMA 1: Mild steel C. Support Material and Rating 1. Table B specifies the support material for mounting and supporting equipment and rating for the location and application. TABLE B Location Framing Channel Threaded Rod, Hardware, & Fittings Indoor, Architecturally finished Area !Steel, HDG Steel, HDG Indoor, Electrical Room !Steel, HDG Steel, HDG HDG = Hot Dip Galvanized Finish 1.05 STORAGE OF MATERIALS AND EQUIPMENT A. Store materials and equipment as specified in Section 0166 00-2.04. Seal indoor designated equipment and materials with plastic wrap and store. PART 2 PRODUCTS Hillsborough Pump Station Rehabilitation 157323 Common Work Results for Electrical 260500-3 2.01 EQUIPMENT AND MATERIALS A. General: 1. Provide equipment and materials new and free from defects. Provide all material and equipment of the same or a similar type from the same manufacturer throughout the work. Use standard production materials wherever possible. 2.02 NAMEPLATES A. Nameplates shall be made from laminated phenolic plastic. 1. Nominal size: 3/4 inch high by 2 inches long. 2. Black backgrounds with 3/16-inch white letters. 3. Fastened using self -tapping stainless steel screws. Nameplate adhesives will not be permitted on the outside of enclosures. 4. Abbreviations shall be submitted to the Construction Manager prior to manufacture because of space limitations. 2.03 PRODUCT DATA A. The following information and product data specified under individual specification sections shall be provided in accordance with Section 0133 00. 1. Applicable operation and maintenance information on an item -by -item basis in accordance with Section 0178 23. Provide operation and maintenance information at the time of equipment, device, or material site delivery, or at a certain stage of project completion as required by Section 0178 23, whichever is the earlier. Reduce full-size drawings to 11 x 17 inches. 2. Provide test results for motors and electrical systems on the forms specified in Section 26 08 00. Maintain a file of the original test. Prior to acceptance of work, provide the resulting file to the Construction Manager. 3. Description of functional checkout procedures specified under paragraph 3.02 Pre - Functional Test Checkout provided 30 days prior to performing functional checkout tests. PART 3 EXECUTION 3.01 GENERAL A. Construction: 1. The work under Division 26 shall be performed in accordance with these specifications. 2. Refer to the National Electrical Contractors Association's (NECA) National Electrical Installation Standards (NETS) for Standard Practices for Good Workmanship in Electrical Contracting (NECA-1) as a minimum baseline of quality and workmanship for installing electrical products and systems that defines what is meant by "neat and workmanlike" as required by the National Electrical Code Section 110-12. Specified requirements supersede NECA practices. 3. Electrical layout drawings are diagrammatic, unless otherwise detailed or dimensioned. The Contractor shall coordinate the location of electrical material or equipment with the work. Hillsborough Pump Station Common Work Results for Electrical Rehabilitation 157323 26 05 00 - 4 4. Major electrical openings may compromise the structural integrity of the slab and wall elements. Major electrical openings are defined as openings or penetrations greater than two times the wall thickness in any dimension, and include duct bank transitions into a building through structural elements. Major electrical openings shall be constructed according to standard details on the drawings, up to an opening dimension of three feet. For opening dimensions greater than three feet, construct walls and slabs as specifically detailed on the drawings for that case. Major electrical openings proposed by the Contractor shall be submitted to the Structural Engineer of Record for the project for review. 5. Minor changes in location of electrical material or equipment made prior to installation shall be made at no cost to the Owner. B. Housekeeping: 1. Protect electrical equipment from dust, water and damage. Wipe motor control centers, switchgear, and buses free of dust and dirt, keep dry, and vacuum on the inside within 30 days of acceptance of the work. 2. Protect electrical equipment temporarily exposed to weather, debris, liquids, or damage during construction as specified in Section 0166 00-2.05. C. Electrical Equipment Labeling: 1. Provide electrical equipment with field marked signs and labeling to warn qualified persons of the potential electric arc flash hazards per NEC Article 110.16 Flash Protection. 2. Provide electrical equipment with NFPA 70E labels installed stating the results of the Arc Flash analysis specified in Section 26 05 74 Short Circuit and Protective Device Coordination Study Report. 3. Provide electrical distribution equipment and utilization equipment with field labels to identify the power source and the load as specified. Refer to NEC Article 110.22 for Identification of Disconnecting Means installation criteria. Specific information is required such as the equipment tag number and equipment description of both the power source and the load equipment. D. Motor Connections 1. Verify that the motors are purchased with the correct size motor termination boxes for the circuit content specified as shown on the power single line diagrams or submit custom fabrication drawing indicating proposed motor termination box material, size, gasket, termination kit, grounding terminal, motor lead connection method, and motor terminal box connection/support system. Verify the motor termination box location prior to raceway rough -in. 3.02 TESTING A. Provide testing in accordance with Section 26 08 00 3.03 RECORD DOCUMENTS A. Maintain and annotate contract documents and during construction, include the following additional schedules, lists, and drawings: 1. Cable Schedule (Section 26 05 19) Hillsborough Pump Station Common Work Results for Electrical Rehabilitation 157323 26 05 00 - 5 2. Raceway Schedule (Section 26 05 33) 3. Interconnection Diagrams (Section 26 05 00) 4. Original Submittal Drawings (Section 0133 00)] END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Common Work Results for Electrical 260500-6 26 05 00-A. WIRE AND CABLE RESISTANCE TEST DATA FORM Wire or Cable No.: Temperature, OF: Location of Test Insulation resistance, megohms 1. 2. 3. 4. 5. 6. 7. CERTIFIED Date Contractor's Representative WITNESSED Date Owner's Representative Hillsborough Pump Station Wire and Cable Resistance Test Data Form Rehabilitation 25 05 00 - A - 1 157323 26 05 00-B. INSTALLED MOTOR TEST DATA FORM Motor Equipment Number: Equipment Driven: MCC Location: Date of test: Ambient temp OF Resistance: Insulation resistance phase -to -ground megohms: Phase A IPhase B Phase C Current at Full Load: Phase Current, amps Phase Current, amps Phase Current, amps Thermal Overload Device: Manufacturer/catalog # Amperes Circuit breaker (MCP) setting: Motor Nameplate Markings: Mfr Mfr Model Frame HP Volts Phase RPM Service factor" Amps Freq Ambient temp rating °C Time rating Design letter" (NEMA 1-10.35) (NEMA MG-1.16) Code letter Insulation class "Required for 3-phase squirrel cage induction motors only. CERTIFIED WITNESSED Contractor's Representative Owner's Representative Hillsborough Pump Station Rehabilitation 157323 Date Date Installed Motor Test Data Form 40 61 13-B - 1 SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies stranded copper cables, conductors, and wire rated 600 volts insulation used for power; lighting, analog, digital, or pulse signals and control circuits. 1.02 REFERENCES A. This section contains references to the following documents. They are a part of this section. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. B. Unless otherwise specified, references to document shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, whether or not the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ASTM B3 'Soft or Annealed Copper Wire ASTM B8 I Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft ASTM B33 'Tinned Soft or Annealed Copper Wire for Electrical Purposes ICEA S-68-516 Ethylene -Propylene -Rubber -Insulated Wire NEMA WC7 Cross -Linked -Thermosetting Insulated Wire and Cable for the Transmission and Distribution of Electric Energy NFPA 70 !National Electric Code (NEC) UL 44 1 Rubber -Insulated Wires and Cables UL 83 'Thermoplastic -Insulated Wires and Cables 1.03 SUBMITTALS A. The following information shall be provided in accordance with Section 0133 00. 1. Submittals specified in Section 26 05 00. 2. Complete catalog cuts for all conductors, wire, and cable. PART 2 PRODUCTS 2.01 GENERAL A. Unscheduled Conductors and Cables: Hillsborough Pump Station Rehabilitation 157323 Low -Voltage Electrical Power Conductors and Cables 260519-1 1. Where not specified on the Drawings, conductors and cables shall be sized in accordance with the National Electrical Code for the particular equipment served with the minimum size as specified herein. Unscheduled conductor with insulation shall be provided in accordance with the following: a. CABLESPEC XHHW for indoor lighting and receptacles B. Cable Specification Sheets (CABLESPEC): 1. General requirements for conductors and cables specified in this Section are listed on CABLESPEC sheets in paragraph 3.06. 2.02 COLOR CODING A. Control Conductors: 1. Single -conductor control conductors shall have the following colors for the indicated voltage: Control Conductor i 120V Power (AC) Black Control (AC) Red Neutral ( White Ground Green Foreign Voltage (DC) Blue/White Foreign Voltage (AC) Yellow Power (DC) Blue Control (DC) Violet B. Power Conductors: 1. Power conductors shall have the following colors for the indicated voltage: Power Conductor 480V 208/120V Phase A Brown Black Phase B IOrange Red Phase C Yellow I Blue Ground Green Green Neutral iGray White C. Cables maybe black with colored 3/4-inch vinyl plastic tape applied at each cable termination and in pull boxes, handholes and manholes. Tape shall be wrapped with 25 percent overlay to provide 3 inches minimum coverage. D. Signal Conductors: 1. Signal cable conductors shall be color coded black and white for pairs or black, white, and red for triads. Each conductor and each group of conductors shall be numbered. 2.03 POWER AND CONTROL CONDUCTORS AND CABLE, 600 VOLT A. Single Conductor: Hillsborough Pump Station Low -Voltage Electrical Power Conductors and Cables Rehabilitation 157323 26 05 19 - 2 1. Provide stranded conductors for all cable or wires. Provide minimum conductor size of 12 AWG for power and lighting circuits and minimum conductor size of 14 AWG for control circuits. B. Multiconductor Cable: 1. Provide multiconductor power cable and multiconductor control cable where identified on the drawings. Provide multi -conductor cable designations as per the drawings. Provide stranded conductors for all cable or wires. 2.04 SIGNAL CABLES A. General: 1. Factory cable between manufactured instrument system components shall be provided in compliance with the instrument manufacturer's recommendations. 2. Signal cable shall be provided for instrument signal transmission. Single instrument cable (SIC) and multiple -circuit instrument cable (MIC) shall be provided in accordance with the following examples: a. CABLESPEC "SIC": 1) Cable designation: a) 1PR#16S shielded twisted pair (STP) 2) Cable designation: a) 1TR#16S triad (STT) b. CABLESPEC °MIC": 1) Cable designation example: a) 4PR#16S with individual shields for each of the four pair and an overall shield and jacket for the multiconductor instrument cable. B. Communication, Paging, and Security System Cables: 1. Voice communication, paging, and security system cables shall be specified in their respective specification sections. 2.05 PORTABLE CORD A. Portable cord shall be provided in accordance with CABLESPEC "CORD," unless otherwise specified. Cords shall contain an equipment grounding conductor. 2.06 SPLICING AND TERMINATING MATERIALS A. Connectors shall be tool applied compression type of correct size and UL listed for the specific application. Connectors shall be tin-plated high conductivity copper. Wire nuts for a splice is prohibited. B. Signal and control conductors shall be connected to terminal blocks and field devices and instruments shall be terminated with conductor terminals as specified in 2.10. C. Connectors for wire sizes No. 8 AWG and larger shall be compression tool installed one - hole lugs up to size No. 3/0 AWG, and two -hole or four -hole lugs for size No. 4/0 and Hillsborough Pump Station Low -Voltage Electrical Power Conductors and Cables Rehabilitation 157323 26 05 19 - 3 larger. Mechanical clamp, dimple, screw -type connectors are not acceptable. In -line splices and taps shall be used only by written consent of the Construction Manager. D. Power conductor splices shall be compression type, made with a compression tool die approved for the purpose, as made by Thomas and Betts Corp., or equal. Splices shall be covered with electrical products designed for the application, insulated, and covered with a heat -shrinkable sleeve or boot, as specified elsewhere. E. Motor connection kits shall consist of heat -shrinkable, polymeric insulating material over the connection area and high dielectric strength mastic to seal the ends against ingress of moisture and contamination. Motor connections may use the Tyco Electronics removable boot product line. F. Motor connection kits shall accommodate a range of cable sizes for both in -line and stub - type configurations. Connection kits shall be independent of cable manufacturer's tolerances. Refer to the electric motor specification Section 43 05 21. 2.07 CORD GRIPS A. Cord grips shall be provided where indicated on the Drawings to attach flexible cord to equipment enclosures. Cord grips shall consist of a threaded aluminum body and compression nut with a neoprene bushing and stainless steel wire mesh for strain relief. Cord grip shall provide a watertight seal at enclosure interface and sized to accommodate the flexible cord. 2.08 CONDUCTOR NUMBERING A. Conductor Numbers: 1. Identify conductors with numbers at both ends. Conductor tag numbers are the equipment number followed by a dash followed by the conductor number specified on the control diagram. Example: a. Equipment Tag number = 1900 - L1 where: b. 1900 = cable number c. L1= conductor number 2. Conductors in parallel or in series between equipment have the same conductor number. Neutral conductors have the same conductor number. Wherever possible, the conductor number is the same as the equipment terminal to which it connects. 3. Where factory -wired equipment has terminal numbers different than the conductor numbers shown on the control diagrams: a. Show both on the interconnection diagram b. Include a copy of the interconnection diagram inside of the equipment cabinet. 2.09 WIRE MARKERS A. Identify each power and control conductor at each terminal to which it is connected. Provide identification sleeves for conductors size No. 10 AWG or smaller. Use locking tab type cable markers for conductors No. 8 AWG and larger. Provide white plastic tabs with conductor identification number permanently embossed. Hillsborough Pump Station Low -Voltage Electrical Power Conductors and Cables Rehabilitation 157323 26 05 19 - 4 B. Identify conductors in accordance with paragraph 1.07 Conductor Numbers. Adhesive strips are not acceptable. C. Machine print the letters and numbers that identify each wire on sleeves with permanent black ink with figures 1/8 inch high. Provide yellow or white tubing for sleeves sized to fit the conductor insulation. Shrink the sleeves with hot air after installation to fit the conductor. 2.10 TERMINAL BLOCKS A. Unless otherwise specified, terminal blocks shall be panhead strap screw type. Only 1 wire per screw terminal. Terminals shall be provided with integral marking strips that permanently identify with the connecting wire numbers as shown on the drawings: 1. Terminal blocks for P-circuits (power 208-600 volts) a. Rated not less than the conductor current rating b. Rated less than 600 volts AC. 2. Terminal blocks for C-circuits and S-circuits: a. Rated not less than 20 amperes b. Rated less than 600 volts AC. 3. Terminals shall be tin-plated. 4. Insulating material shall be nylon. 5. Use Manufacturered terminal blockjumpers where required. 6. All standard wire shall be have ferrules. PART 3 EXECUTION 3.01 GENERAL A. Conductors shall be identified at each connection terminal, in pull boxes, manholes, handholes and at splice points. The identification marking system shall comply with Section 26 05 00. B. Pulling wire and cable into conduit or trays shall be completed without damaging or putting undue stress on the insulation orjacket. Manufacture recommended and UL Listed pulling compounds are acceptable lubricants for pulling wire and cable. Grease is not acceptable. C. Raceway construction shall be complete, cleaned, and protected from the weather before cable is installed. Where wire or cable exits a raceway, a wire or cable support shall be provided. D. Provide tin-plated bus bar. Scratch -brush the contact areas and tin plate the connection where flat bus bar connections are made with un-plated bar. Bolts shall be torqued to the bus manufacturer's recommendations. 3.02 600 VOLT CONDUCTOR AND CABLE A. Conductors in panels and electrical equipment shall be bundled and laced at intervals not greater than 6 inches, spread into trees and connected to their respective terminals. Lacing shall be made up with plastic cable ties. Cable ties shall be tensioned and cut off Hillsborough Pump Station Low -Voltage Electrical Power Conductors and Cables Rehabilitation 157323 26 05 19 - 5 by using a tool specifically designed for the purpose such as a Panduit GS213. Other methods of cutting cable ties are unacceptable. B. Conductors crossing hinges shall be bundled into groups not exceeding 10 to 15 conductors and protected using nylon spiral flexible covers to protect conductors. Provide oversized plastic panel wiring duct within panels and panelboards. C. Slack shall be provided in junction and pull boxes, handholes and manholes. Slack shall be sufficient to allow cables or conductors to be routed along the walls. Amount of slack shall be equal to largest dimension of the enclosure. Provide dedicated electrical wireways and insulated cable holders mounted on unistrut in manholes and handholes. D. Raceway fill limitations shall be as defined by NEC and the following: 1. Lighting and receptacle circuits may be in the same conduit in accordance with Be- rating requirements of the NEC. Lighting and receptacle circuits shall not be in conduits with power or control conductors. Signal conductors shall be in separate conduits from power and control conductors. Motor feeder circuits shall be in separate conduits including small fan circuit unless combination fan -light fixture. 2. Power conductors derived from uninterruptible power supply systems shall not be installed in raceways with conductors of other systems. Install in separate raceways. 3. Slices and terminations are subject to inspection by the Construction Manager prior to and after insulating. 4. Motor terminations at 460-volt motors shall be made by bolt -connecting the lugged connectors. 5. In -line splices and tees, where approved by the Construction Manager, shall be made with tubular compression connectors and insulated as specified for motor terminations. Splices and tees in underground handholes or pull boxes shall be insulated using Scotch -cast epoxy resin or Raychem splicing kits. 6. Terminations at solenoid valves, 120 volt motors, and other devices furnished with pigtail leads shall be made using self -insulating tubular compression connectors within the termination box. 7. Terminations at valve and gate motor actuators shall be made directly into the actuator where possible. Power termination shall be made in the actuator power disconnect. Control and signal cable may be routed to a termination box near the actuator on 20-ampere rated terminal strips with label identification for the control and signal conductors. Single wire control conductors and analog cable (SIC or MIC) then installed in flexible conduit to the actuator control and signal termination compartments. 8. Install and route multi -conductor as shown on the drawings. Submit installation and routing layouts of multi -conductor cables branching out to multiple field destinations to the Engineer for pre -approval. If approved, terminate on terminals in a terminal box located adjacent to the first field device served, or in the common junction box located at the equipment as depicted on the motor feed standard detail Drawings. Make final connection to field devices with single conductors. Hillsborough Pump Station Rehabilitation 157323 Low -Voltage Electrical Power Conductors and Cables 260519-6 3.03 SIGNAL CABLE A. Provide terminal blocks at instrument cable junctions within dedicated terminal boxes provided by the installer. Signal circuits shall be run without splices between instruments, terminal boxes, or panels. B. Circuits shall not be made using conductors from different pairs or triads. Triads shall be used wherever 3-wire circuits are required. C. Shields are not acceptable as a signal path, except for circuits operating at radio frequencies utilizing coaxial cables. Common ground return conductors for two or more circuits are not acceptable. D. Unless otherewise specified, shields shall be bonded to the signal ground bus at the control panel only and isolated from ground at the field instrument or analyzer and at other locations. Shields or drain wires for spare circuits shall not be grounded at either end of the cable run. Terminals shall be provided for running signal leads and shield drain wires through junction boxes. E. Spare circuits and the shield drain wire shall be terminated on terminal blocks at both ends of the cable run and be electrically continuous through terminal boxes. F. Where instrument cable splicing is required, provide an instrument stand with terminal box rated for the area and environment and mounted approximately 3 feet above grade for instrument cable splices with the circuits and individual conductors provided with nameplate as specified in Section 26 05 00. G. Cable for paging, security, voice communication, and telephone systems shall be installed and terminated in compliance with the manufacturers and the Utilities recommendations. 3.04 PORTABLE CORD A. Portable power cords feeding permanent equipment, such as pendant cords feeding motors for pumps, cranes, hoists, and portable items shall have a wire mesh cord grip of flexible stainless steel wire to relieve the tension from the cable termination. Connection of portable cords to permanent wiring shall be accomplished with dedicated boxes and terminals blocks. 3.05 TESTING A. The Contractor shall test conductors, wire, and cable in accordance with Section 26 08 00. 3.06 CABLE SPECIFICATION SHEETS (CABLESPEC) A. General: 1. Conductor, wire, and cable types for different locations, service conditions and raceway systems are specified on individual cable specification sheets. Scheduled and unscheduled conductors, wires, and cables shall be installed in accordance with the CABLESPEC Sheets. Hillsborough Pump Station Low -Voltage Electrical Power Conductors and Cables Rehabilitation 157323 26 05 19 - 7 B. CABLESPEC Sheets: 1. The following CABLESPEC sheets are included in this section: Type Volt Product Purpose THWN 600 PVC INSULATED WITH NYLON JACKET BUILDING !CONTROL GRADE CONDUCTOR XHHW 600 ~I,XLP INSULATED INDUSTRIAL GRADE CONDUCTOR I POWER. LIGHTING. & RECEPTACLES 3.07 CABLE SPECIFICATION SHEETS (CABLESPEC) - THWN A. Cable System Identification: 1. THWN B. Description: 1. Single conductor lighting and receptacle type; Indoor branch circuit conductor. C. Voltage: 1. 600 volts D. Conductor Material: 1. Bare annealed copper; stranded per ASTM 138 E. Insulation: 1. THWN/THHN, 90 degree C dry, 75 degree C wet,Polyvinyl Chloride (PVC) per UL 83. F. Jacket: 1. Nylon G. Flame Resistance: 1. U L 83 H. Manufacturer(s): 1. Okonite, Okoseal-N, series 116-67-XXXX; or equal. I. Uses Permitted: 1. Lighting, receptacle and appliance circuits J. Execution: 1. Installation: a. Install in accordance with paragraph 3.02. 2. Testing: a. Test in accordance with Section 26 05 00-3.02 and Section 26 08 00. 3.08 CABLE SPECIFICATION SHEETS (CABLESPEC) - XHHW A. Cable System Identification: 1. XHHW Hillsborough Pump Station Low -Voltage Electrical Power Conductors and Cables Rehabilitation 157323 26 05 19 - 8 B. Description: 1. Industrial grade single conductor 2. Sizes: 14 AWG through 750 kcmil as shown C. Voltage: 1. 600 volts D. Conductor Material: 1. Bare annealed copper; stranded per ASTM B8 E. Insulation: 1. NEC Type XHHW-2; 90 degree C dry and C wet; 2. Cross -Linked Polyethylene (XLP) per ANSI/NEMA WC70 ICEA S-95-658 and UL-44; 3. Color in sizes 14, 12 and 10 AWG: Black, Green, Yellow, White, Orange, Brown, Red, Blue F. Jacket: 1. None G. Flame Resistance: 1. Not applicable H. Manufacturer(s): 1. Okonite, X-Olene; Cablec, Durasheath XLP; or equal. I. Uses Permitted: 1. Power, control, lighting and outlet circuits. J. Execution: 1. Installation: a. Install in accordance with paragraph 3.02. 2. Testing: a. Test in accordance with Section 26 05 00-3.02 and Section 26 08 00. Hillsborough Pump Station Rehabilitation 157323 END OF SECTION Low -Voltage Electrical Power Conductors and Cables 260519-9 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE A. This section covers the furnishing and installation of electrical conduits, wireways, pull boxes, manholes, handholes, cable trays, fittings and supports. Raceways shall be provided for lighting, receptacles, power, control, instrumentation, signaling and grounding systems. 1.02 REFERENCES A. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. B. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ANSI C80.1 j Rigid Steel Conduit -Zinc Coated ANSI C80.3 Electrical Metallic Tubing -Zinc Coated ASTM F512 (Smooth -Wall Polyvinylchloride Conduit and Fittings for Underground Installation FEDSPEC WW-C-581E Conduit, Metal, Rigid and Intermediate; and Coupling, Elbow, and Nipple, Electrical Conduit; (Zinc Coated FEDSPEC W-C-1094A jConduit and Conduit Fittings, Plastic, Rigid JIC EMP-1 Electrical Standards for Mass Production Equipment NEMA ICS 6 Industrial Control and Systems Enclosures NEMA TC2 Electrical Plastic Tubing (EPT) and Conduit (EPC 40 and EPC 80) NEMA TC6 PVC and ABS Plastic Utilities Duct for Underground Installation NEMA VE1 Cable Tray Systems NEMA 250 Enclosures for Electrical Equipment (1000 volts maximum) NFPA 70 National Electrical Code (NEC) NFPA 79 Electrical Standards for Industrial Machinery IBC International BuildingCode UL 1 UL 6 UL 360 Hillsborough Pump Station Rehabilitation 157323 Flexible Metal Electrical Conduit I Rigid Metal Electrical Conduit j Liquid Tight Flexible Electrical Conduit Raceways and Boxes for Electrical Systems 26 05 33 - 1 Reference Title UL 514 Nonmetallic Outlet Boxes, Flush -Device Boxes and Covers UL 651 Rigid Nonmetal Electrical Conduit UL 797 Electrical Metallic Tubing UL 870 Wireways, Auxiliary Gutters, and Associated Fittings UL 884 Underfloor Raceways and Fittings UL 886 1 Outlet Boxes and Fittings for Hazardous (Classified) Locations 1.03 SUBMITTALS A. The following information shall be provided in accordance with Section 0133 00: B. Products: 1. Manufacturer's descriptive literature for materials. PART 2 PRODUCTS 2.01 RACEWAYS AND FITTINGS A. General requirements for raceway materials specified in this section are listed in the RACESPECS sheets at the end of this section. The type of raceways and raceway fittings to be used for any given area and application shall conform to the requirements in this section. 2.02 BOXES, GUTTERS, TERMINAL CABINETS, MANHOLES, AND HANDHOLES A. Materials and classifications of equipment and material is specified in Section 26 05 00 B. Pull Boxes And Wiring Gutters: 1. Indoor boxes and enclosures larger than FD boxes shall be constructed of sheet steel and galvanized after fabrication. Outdoor boxes and enclosures shall be provided with neoprene gaskets on the hinged doors and removable covers. Box and gutter sizes, metal thickness, and grounding shall comply with the National Electrical Code. Bolt -on junction box covers 3 feet square or larger, or heavier than 25 pounds, shall have a rigid handle. Covers larger than 3 x 4 feet shall be split. C. Terminal Cabinets: 1. Terminal cabinets shall be provided with adjustable terminal strip mounting, back - panels for equipment mounting, print pockets in the doors, continuous door hinges, and three-point lockable latches. 2. Classifications, ratings and enclosure material is specified in 26 05 00. D. Manholes: 1. Unless otherwise specified, manholes shall be precast concrete, 3000 psi strength at 28 days, with reinforcing with the manhole cover designed for H 20 bridge loading. Necking and shaft shall have 36 inch minimum clear opening. 2. Manhole dimensions shall be as shown on the drawings and where not shown shall be sized in accordance with the NEC. Manhole cover and frame shall be Class 30B gray cast iron per ASTM A48 with machine finished flat bearing surfaces. Manhole Hillsborough Pump Station Rehabilitation 157323 Raceways and Boxes for Electrical Systems 260533-2 covers shall be engraved " ELECTRICAL - LOW VOLTAGE". 2. "ELECTRICAL - MEDIUM VOLTAGE". 3. "SIGNAL/COMMUNICATIONS". " as appropriate. 3. Manholes shall be watertight. Exterior walls of manholes shall be provided with 6 mils of waterproof membrane, Sonneborn HLM 5000 Series, or equal. Manhole walls shall be provided with boxouts with waterstops on all sides of each boxout. Waterstops shall be as specified in the Cast -in -Place Concrete section. 4. Raceway duct entries shall be no less than 14 inches above floor and below ceiling. Raceway boxouts shall be sized to accommodate the penetrating underground duct banks. Raceways bell -ends shall be flush with the interior finished manhole wall. From each duct bank entry into the manhole, the continuous duct bank bare copper grounding conductor shall be supported and routed around the interior manhole walls and bonded together. 5. Floor shall slope to a sump pit with dimensions shown in the manhole detail or with a minimum of 18 inch length x 18 inch width x 12 inches depth. E. Handholes: 1. Handholes shall be precast concrete with checker plate, galvanized, traffic covers designed for H 20 loading. Handholes shall be provided with precast solid concrete slab bottoms with sumps. Handholes shall be constructed of 3000 psi reinforced concrete. Handhole cover shall be engraved "ELECTRICAL" or "SIGNAL" as applicable. 2. Dimensions shall be as specified on the drawings. Handhole walls shall be provided with boxouts, as specified for manholes. F. Manhole And Handhole Cable Supports: 1. Provide heavy-duty, non-metal cable racks for support of conductors. Racks shall be UL listed glass -reinforced nylon consisting of slotted wall brackets for support arms designed for a minimum of a 400-pound load. Each support bracket shall from the top to the bottom and the arms shall be adjustable and installed on 24-inch centers. Use 1/2-inch stainless steel bolts, hardware, inserts, and fasteners. Cables supports, clamps or racks shall be provided to support the cable at minimum 2-foot intervals. Concrete inserts shall be embedded on 24-inch centers in walls and ceiling. 2. Cable Support Products: a. Underground Devices Incorporated Type RA arms with CR36 support brackets. b. Unistrut Power -Rack F20N-STA33 Stanchions with F2ON-ARM14 Arms. c. Or equal G. Ground Bus: 1. Provide a ground bus in concrete manholes, handholes, and electrical pullboxes with dimension of 3-foot width x 3-foot length x 3-foot depth and larger. Provide a NEMA threaded 4-hole grounding plate for connecting two to four-1-hole ground connectors that enter the enclosure from two to four duct banks. From each duct bank entry into the manhole, the continuous duct bank bare copper grounding conductor shall be supported and routed around the interior manhole walls and bonded together or to a ground bus a. Products: 1) Burndy, T&B, or equal. Hillsborough Pump Station Rehabilitation 157323 Raceways and Boxes for Electrical Systems 260533-3 2.03 RACEWAY SUPPORTS A. Conduit Supports: 1. Framing channel with end caps and straps shall be provided to support groups of conduit. Individual conduit supports shall be one -hole pipe straps used with clamp backs and nesting backs where required. 2. Conduit supports shall be one -hole clamps or oversized clamps with clamp backs and nesting backs where required . 3. Fiberglass spray sealant shall be applied to all field cuts made to fiberglass framing channel. B. Ceiling Hangers: 1. Ceiling hangers shall be adjustable. Provide J-Type conduit support for single conduit. Straps or hangers of plumber's perforated tape are not acceptable. Unless otherwise shown, hanger rods shall meet ASTM A193 and be sized as 3/8-inch up to 2-inch conduit and shall be 1/2 inch all -thread rod over 2-inch conduit. . 2. Ceiling hangers for fiberglass framing channel shall be 1/2 inch fiberglass reinforced plastic threaded rod hangers with FRP fasteners. C. Suspended Raceway Supports and Racks: 1. Suspended raceway supports shall consist of concrete inserts, rod hangers, and jamb nuts supporting framing channel or lay -in pipe hangers as required. Framing channel shall be a minimum of 12-gauge. 2. Hanger rods supporting fiberglass framing channel shall be 1/2 inch fiberglass reinforced plastic with FRP or nylon jamb nuts. 3. Hanger rods shall be 1/2-inch diameter all -thread rod and shall meet ASTM A193. Suspended raceway supports and racks shall be braced for seismic forces as specified in Section 26 05 00. D. Materials: 1. Mounting and supporting material and ratings are specified in Section 26 05 00 2.04 UNDERGROUND MARKING TAPE A. Underground detectable marking tape shall be for early warning protection of digging around direct buried cables, conduits, and concrete duct banks. Tape shall be OSHA approved. B. Marking Tape Example: 1. tape example: Low density polyethylene plastic, nominally 6 inches wide and 4 mil thickness with metallic lined tape with red polyethylene film on top and clear polyethylene film on the bottom. Tape shall be imprinted with a warning continuously along the length similar to: "CAUTION -STOP DIGGING -BURIED ELECTRIC LINE BELOW." C. Tape Products: 1. Brady "Identoline"; Services and Materials "Buried Underground Tape"; Somerset (Thomas & Betts) "Protect -A -Line"; or equal. Hillsborough Pump Station Raceways and Boxes for Electrical Systems Rehabilitation 157323 26 05 33 - 4 2.05 NAMEPLATES A. Nameplates are specified in Section 26 05 00 2.06 FIRESTOPS A. Firestops and seals shall be Flamemastic 77, Vimasco No. 1-A, or equal, and shall be applied in accordance with manufacturer's recommendations. Products which are affected by water are not acceptable. 2.07 RACEWAY IDENTIFICATION A. Provide raceway numbering as specified in Section 3.06. B. Raceway number tags: 1. Solid brass with 0.036-inch minimum thickness. 2. Raceway number stamped in 3/16-inch minimum height characters 3. Attached to the raceway with 316 stainless steel wire. 2.08 ELECTRICAL SEALANT A. Electrical sealant putty shall be non -hardening, non -oxidizing, non -corrosive, non- poisonous, and non -injurious to human skin with service temperature range of 30 to 200 degrees Fahrenheit. Product shall be used to seal against the entrance of water. 2.09 HAZARDOUS AREA AND CORROSIVE AREA CONDUIT SEALS A. Sealing compound shall be non -hardening type for corrosive areas. Seal fittings for conduit systems in hazardous atmosphere locations shall be hot -dip galvanized cast ferrous alloy or aluminum alloy. Seal fittings shall be 40-percent fill type. B. Sealing compound shall be hard type installed in UL listed for explosion -proof sealing fittings after the conductors are installed, tested, and accepted. C. Provide PVC -coated seal fittings used for PVC -coated conduit with 40-mil factory coating. Seal fitting and sealing compound manufacture: Appleton, Crouse -Hinds, or equal. 2.10 PULLING LINE A. Pulling line shall be polyethylene type, mildew and rot resistant with minimum of 200-pound tensile strength and minimum 1/4-inch diameter. Install in all "future" or "spare" raceways. Manufacture: Greenlee, Ideal, or equal. 2.11 CONDUIT THREAD LUBRICANT A. Thread lubricant shall be conductive with anti -seize and anti -corrosion properties, compatible with steel and aluminum conduit materials. Manufacture: T&B CP8 KOPR- Shield; Robroy Threadcompound; or equal. Hillsborough Pump Station Raceways and Boxes for Electrical Systems Rehabilitation 157323 26 05 33 - 5 2.12 TERMINAL BLOCKS 1. Terminal blocks are specified in Section 26 05 19. PART 3 EXECUTION 3.01 GENERAL A. Refer to Sections 26 05 00 for identification of hazardous and corrosive areas. B. Table A specifies the type of raceway required for each location and application by RACESPEC sheet. Unscheduled conduit shall be galvanized, rigid steel, RACESPEC type G RS. Table A Location Application/Condition RACESPEC Indoor noncorrosive Exposed GRS 3.02 CONDUIT A. General: 1. The conduit systems, installation, and hazardous location fittings are specified herein. B. Indoor and Outdoor Conduit Systems: 1. In general, Contractor shall be responsible for determining conduit routing that conforms to the specified installation requirements: a. Conduits for process equipment: b. exposed c. Conduit inside structures: d. exposed e. Conduit concealed inside water chambers slabs and walls 2. Conduit installation shall conform to the requirements of the RACESPEC sheets and the following specified installation requirements: a. Install exposed conduit parallel or perpendicular to structural members and surfaces. Install conduit horizontally and allow minimum headroom of 7 feet. b. Route two or more exposed conduits in the same general routing parallel with symmetrical bends. c. Space exposed conduit installed on supports not more than 10 feet apart. Space multiple conduits in parallel and use framing channel. d. Comply with the requirements herein, where conduits are suspended from the ceiling. e. Secure conduit rack supports to concrete walls and ceilings with cast -in -place anchors or framing channel concrete inserts. f. Install conduits at least 6 inches from high temperature piping, ducts, and flues with temperatures higher than 90 degree C. Hillsborough Pump Station Rehabilitation 157323 Raceways and Boxes for Electrical Systems 260533-6 g. Install conduits between the reinforcing steel in walls or slabs that have reinforcing in both faces. h. Place conduits under the reinforcement in slabs with only a single layer of reinforcing steel. Separation between conduits, conduits and reinforcement, and conduits and surfaces of concrete shall be maintained in accordance with UBC. i. Route conduit clear of structural openings and indicated future openings. j. Provide conduits with flashed and watertight seals routed through roofs or metal walls. k. Grout conduits into openings cut into concrete and masonry structures. I. Cap conduits or plug flush conduits during construction to prevent entrance of dirt, trash, and water. Cap or plug empty conduits designated as "future", "spare", or "empty" and include a pulling line accessible at both ends. Use anti - seize compound on cap and plug threads prior to installation. m. Determine concealed conduit stubup locations from the manufacturer's shop drawings. Terminate concealed conduit for future use in specified equipment. n. Install conduit flush with structural surfaces with galvanized couplings and plugs. Caps and plugs shall match the conduit system. o. Provide concealed portions of conduits for future equipment where the drawings indicate future equipment. Match the existing installation for duplicate equipment. p. Terminate conduits that enter enclosures with fittings that match the NEMA rating of the enclosure. q. Underground metallic or nonmetallic conduit that turn out of concrete, masonry or earth: Install a 90-degree elbow of PVC -coated rigid steel conduit before emergence above ground. r. Provide 0-Z Gedney "Type DX" or Crouse -Hinds "Type XD" bonded, weathertight expansion and deflection fitting for the conduit size where conduit across structural joints that allows structural movement. C. Underground Conduit System: 1. Excavation, backfilling, and concrete work shall conform to respective sections of these specifications. Underground conduit shall conform to the following requirements: a. Underground conduits under roadways or traffic areas that are not shown otherwise on the drawings shall be reinforced concrete encased. b. Concrete encased conduit shall have minimum concrete thicknesses of 2 inches between conduits, 1 inch between conduit and reinforcing, and 3 inches between reinforcing and earth, unless shown otherwise in an electrical detail. c. Concrete encasement on exposed outdoor conduit risers shall continue to 3 inches above grade, with top crowned and edges chamfered. d. Underground conduit bend radius shall be not less than 2 feet minimum at vertical risers and shall be not less than 3 feet elsewhere. e. Where conduit and concrete encasement are terminated underground, the conduit and reinforcing shall both extend at least 2 feet past the concrete. Conduits shall be capped and threads protected. Steel surfaces shall be given two coats of epoxy paint. Hillsborough Pump Station Raceways and Boxes for Electrical Systems Rehabilitation 157323 26 05 33 - 7 f. Underground conduits and conduit banks shall have 2 feet minimum earth cover unless otherwise shown. g. Underground conduit banks through building walls shall be cast -in -place or installed with concrete into boxouts with waterstops on all sides of the boxout. Water -stops shall be as specified in the Cast -in -Place Concrete section. Extend the horizontal reinforcement from the duct bank into the boxout terminating with J-hook bends. h. Conduits not encased in concrete and passing through walls with one side in contact with earth shall be sealed watertight with special rubber gasketed sleeve and joint assemblies or with sleeves and modular rubber sealing elements. i. Thoroughly swab conduits and raceways on the inside, immediately upon completion of pouring concrete. j. Label raceways in accordance with 2.07 and 3.05. k. After the concrete has set and before backfilling, pull a mandrel through each conduit. The mandrel shall have a diameter equal to the nominal conduit inside diameter minus 1/2 inch and shall not be less than 4 inches long. I. If the mandrel showed signs of protrusions on the inside of the conduit, the conduit shall be repaired or replaced. m. Provide manufactured plastic conduit spacers anchored to prevent movement during the concrete pour. Manufacture: Carlon, PW Pipe, Underground Devices, or equal. n. Form the concrete pour ten feet from the wall, manhole, or handhole and form to allow for future conduit entry. o. Allow for a minimum of two days to cure prior to backfilling. p. Allow and provide for two offsets per conduit and raceway for each 100 linear feet to account for unexpected field conditions including for excavation and backfill limited to three feet of extra width and/or depth. Include these specified provisions in the bid price. q. Provide PVC threaded adapter with female threads where PVC conduit is joined to steel conduit. r. Procedure: 1) Before assembly: Double coat steel conduit with Red-Robroy, Green- Permacote, Blue-Ocal or equal product. 2) After assembly: Seal with 65-mil thick, 2-inch wide mastic sealingtape to 1/2 inch beyond threads. Procucts: 3M Scotch 2228; Plymouth 02625; or equal. 3) Cover with 20-mil corrosion protection tape applied in 1h-lap layers to 2 inch beyond threads. Products: 3M Scotchwrap 51; Plymouth Plywrap 12; or equal. s. Where reinforced concrete duct banks enter the side of a building, manhole, or handhole and the reinforcement cannot be brought into a window and be terminated, then drill the structure and embed the reinforcement in epoxy to minimum of 3-inches depth. t. Provide PVC conduit with bell ends where duct banks terminated at walls, manholes, or handholes. Install bell ends flush with finished concrete. u. Provide PVC conduit with bell ends where conduit rise below grade into a floor mounted electrical panel, electrical cabinet, MCC, switchboard, or switchgear. Hillsborough Pump Station Raceways and Boxes for Electrical Systems Rehabilitation 157323 26 05 33 - 8 v. Separate power conduits from signal conduit within the same ductbank by 12 inches or greater separation, as shown. Refer to the drawings or schedules for signal to be installed in metal conduits instead of PVC ducts. w. Separate high voltage ductbanks from low voltage ductbanks, as shown. x. Provide wireways for transition from underslab conduits rising into wall -mounted panels where the number of conduits exceed the NEC allowable panel space in the bottom of the panel. Provide conduit sleeves or fitting for panel transition. Continuous thread or all -thread is prohibited. D. Conduit In Block Walls 1. Install multiple runs of conduit that stub -up into a block wall and connect to recessed electrical panels with adequate space for the conduit. Coordinate the electrical work with the structural work and block installers to provide a chase to install the conduit. Install conduit in the cells that do not contain structural reinforcement. Install conduits in the center of the cell to avoid affecting the structural integrity of the wall. 2. Avoid conduit and electrical boxes installation that blocks the cell from being grouted or that blocks the cell reinforcing bars from being grouted. Avoid conduit in the first cell adjacent to doors, windows, corners and wall intersections and install conduits in the center of the first available cell a minimum of 1'-0" from the edge of these openings. 3. Where solid grouting of masonry walls is specified, install conduit and electrical boxes so as to provide sufficient space for grout to flow pass the boxes and conduit in order to fully fill the space beneath and behind. Where boxes need to be held in place, secure the boxes from the face of the block wall. Do not place items behind or next to electrical boxes to hold in place. 4. Coordinate split -face, slump and scored block installation with the masonry contractor to supply smooth face block at the location of receptacles and switches so that the device covers install flush to the wall. Install translucent weather-proof sealing material under device covers on outdoor or wet area locations. E. Conduit Seal -Off Fittings: 1. Conduits passing: a. Between Class I, Division 1 area and Class I, Division 2 area; provide sealing fittings located at the boundary in accordance with NEC Article-500. b. From hazardous or corrosive area into a non -hazardous or non -corrosive area. 2. Install the seal -off material in the conduit seal -off fittings after inspection. F. Conduit And Innerduct Sealing Material: 1. Provide HYDRA -SEAL® Handi-Polyurethane-Foam or equal product to seal conduits and innerducts. 2. Sealing product required features: a. Compatible with common cable jacket materials. b. ASTM E-84 flame spread requirements and UL Classified. c. Pre -pressurized, portable, one -component closed -cell foam sealing system. d. Dries tack -free within 15 minutes and cures within 24 hours. e. Reacts with applied moisture or with ambient humidity. f. Remove over -spray with acetone and remove cured foam mechanically Hillsborough Pump Station Raceways and Boxes for Electrical Systems Rehabilitation 157323 26 05 33 - 9 3. Application Criteria: a. Apply in ambient temperatures between 60 and 100 degrees Fahrenheit. b. Apply bead onto clean surface. G. Conduits in Concrete Construction: 1. Conduits for power, control and instrumentation may be embedded in and pass through concrete construction subject to the limitations in this paragraph. Where concrete strength or serviceability requirements prevent the direct embedment of conduit, provide adequate support, bracing, and serviceability details: a. Do not impair significantly concrete strength by the embedment of conduits in or through structural sections. b. Provide conduit layout to the requirements of ACI 318, Sections 3.3 - Aggregates and 6.3 - Conduits and Pipes Embedded in Concrete. c. Treat conduits similarly to reinforcing steel for purposes of clearance. In general, code sections require conduit spacing the greater of: d. 1.33 times the maximum concrete aggregate size, clear 1) Three diameters center to center 2) Alternate spacing and layout shall be as reviewed and accepted by the Engineer. 2. Conduit and raceway penetrations through walls and slabs where: a. one side is a conditioned or an occupied space and the other side not, or b. one side has liquid or groundwater contact and the other not, c. be detailed and constructed to prevent liquid and moisture penetration through the wall or slab section for each conduit. 3.03 MANHOLES AND HANDHOLES A. Unless otherwise specified, manhole and handhole installation shall be as follows: 1. Manholes, handholes, and pull boxes shall be set on a minimum of 6 inches of crushed rock on top of undisturbed or compacted earth. 2. Manholes and handholes shall be set plumb so that water shall drain to the sump. 3. Manhole covers shall be 36-inches in diameter and set at 2 inches above finish grade with surrounding pavement sloping away from the manhole cover. 4. Metallic hardware inside manholes and handholes shall be bonded to the ground plate or ground bus using bolted connections, bondingjumpers and grounding bushings. B. CABLE RACKS: Cable rack assemblies shall be installed as follows: 1. Attach rack stanchion to manhole/hand hole wall with 1/2-inch drop -in anchors and 1/2-x 3/8-inch stainless steel hex head cap screw. Stanchions shall be anchored at the top and bottom of each stanchion as well as above each cable arm. 2. Provide cable arms to support cables on each rack along the cable run within the manhole/handhole. Provide a minimum of two racks on each wall and two spare cable arms per rack. 3. Secure each cable or cable bundle to the cable arm with heavy duty, nylon wire ties, Richo WIT-225L or equal. Cable bundles shall be organized by circuit voltage and area served. Multiple circuits may be bundled together where the circuits are derived Hillsborough Pump Station Raceways and Boxes for Electrical Systems Rehabilitation 157323 26 05 33 - 10 from the same immediate source and serve the same area. 480 volt AC circuits, No. 6 and larger, shall be individually bundled. 3.04 CABLE TRAY A. Unless otherwise specified or shown, cable tray installation shall be as follows: 1. Cable trays shall be supported at intervals not to exceed 5 feet. 2. Corners shall be supported by two supports installed as close as possible to the corner, with one support on each side of the corner. 3. Field cuts on steel cable tray shall be treated with zinc rich paint. 4. Expansion joint splice plates shall be used to allow 1 1/2 inch free movement between adjacent trays when crossing building expansion joint. 5. Cable tray shall have minimum clearance of 3/4 inch from concrete surfaces and minimum spacing of 12 inches from other trays. The top of the tray shall be minimum 9 inches from the ceiling. 6. Signal cable trays shall be provided with solid type covers. 7. Provide each cable tray with No. 2/0 AWG or No. 4/0 AWG minimum bare copper equipment ground conductor attached to the outside of each tray section using UL Listed bolted bronze or brass ground clamp and bond to the ground grid system. 8. Power cables shall be placed in cable trays in accordance with the NEC. 9. Cables shall be arranged in trays for minimum cross -over for entry or exit. 10. Provide cable tray barrier between power and control cables, if not in separate cable trays. 11. Provide cable tray barrier between control and instrument cable in the same cable tray. 3.05 RACEWAY NUMBERING A. Each new and reused conduit shall be provided with a number tag at each end and in each manhole, handhole, or pull box. Cable trays shall be identified by stencils at intervals not exceeding 50 feet, at intersections, and at each end to identify power cable tray voltage, control cable tray, or instrument cable tray. B. Raceway Numbers: 1. Tag raceways at all terminations. Raceway numbers will comply with raceway lables assigned on the drawings. Where raceway numbers have not been assigned, assign raceway numbers in accordance with the following system: Raceway Prefix Type of Function C ! control or power - 120V or less H Power above 600V N Pneumatic tubing P -Power 208V to 600V S Signal - data communication or instrumentation X Spare Hillsborough Pump Station Rehabilitation 157323 Raceways and Boxes for Electrical Systems 260533-11 2. Provide 4-digit number after the prefixes. Add a letter suffix to distinguish the raceways where more than one raceway is routed to a particular piece of equipment. Example: Raceway number = P3109A where: a. P = conduit contains power b. 3109 = unique 4-digit number c. A = letter to distinguish raceways to same equipment 3.06 RACEWAY SCHEDULE A. General: 1. Raceway shall be provided as specified on the one -line diagrams. Raceway not shown on the one -line diagrams is unscheduled and shall be provided as specified below." B. Unscheduled Raceway: 1. With the exception of lighting, communication, paging, fire alarm, security and receptacle circuits, the type and size of raceway shall be as specified on the drawings or schedules. 2. Unscheduled lighting and receptacle raceways shall be sized by the Contractor in accordance with the NEC. Minimum size shall be 3/4 inch for exposed and 1 inch for embedded raceway. 3. The number and size of communication, paging, fire alarm, and security raceways shall be as required for the particular equipment provided subject to the minimum sizes specified herein. C. Scheduled Raceway: 1. The size and type of raceway shall be as specified on the one line drawings 3.07 RACEWAY SPECIFICATION SHEETS (RACESPEC) - GRS A. Raceway Identification: 1. GRS B. Description: 1. Galvanized Rigid Steel Conduit (GRS) C. Compliance: 1. ANSI and UL D. Finish: 1. Hot -dip galvanized after fabrication, inside and outside. Smooth finished surfaces. E. Manufacturers: 1. Allied Tube and Conduit Corp., Wheatland Tube Co., or equal. F. Minimum size: Hillsborough Pump Station Rehabilitation 157323 Raceways and Boxes for Electrical Systems 260533-12 1. Unless otherwise specified, 3/4 inch for exposed, 1 inch for embedded, encased, or otherwise inaccessible. G. Fittings: 1. Locknuts, Rings, Hubs: a. Hot -dip galvanized insulated throat with bonding locknut or ring,. The hubs shall utilize a neoprene "0" ring and provide a watertight connection. 0-Z Gedney, CHM-XXT, or equal 2. Unions: a. Electro-galvanized ferrous alloy type Appleton UNF or UNY, Crouse -Hinds UNF or UNY, or equal. Threadless fittings are not acceptable. 3. Conduit Bodies: a. Oversized conduit bodies: Ferrous alloy type with screw taps for fastening covers to match the conduit system. Gaskets shall be made of neoprene. H. Boxes: 1. Indoor: a. Type FD cast ferrous for all device boxes and forjunction boxes less than 6 inches square. 2. Outdoor: a. Type FD cast ferrous for all device boxes and forjunction boxes less than 6 inches square. 3. Corrosive: a. NEMA 4X stainless steel or nonmetallic, as specified. 4. Hazardous: a. NEMA Class 7 cast ferrous. I. El bows: 1. 3/4" thru 1-1/2" -- Factory fabricated or field bent. 2. 2" thru 6" -- Factory fabricated only. J. Conduit Bodies (Oversized): 1. 3/4" thru 4" -- Malleable iron, hot -dip galvanized, unless otherwise noted. Neoprene gaskets for all access plates. Tapered threads for conduit entrances. 2. 5" and 6" -- Electro-galvanized iron or cast iron box. K. Expansion Fittings: 1. Expansion fittings in embedded runs shall be watertight with an internal bonding jumper. The expansion material shall be neoprene allowing for 3/4-inch movement in any direction. L. Manufacturers: 1. Appleton, Crouse -Hinds, Hubbell, 0. Z. Gedney, or equal. M. Installation: 1. Rigid steel conduit shall be made up tight and with conductive thread compound. Joints shall be made with standard couplings or threaded unions. Steel conduit shall Hillsborough Pump Station Raceways and Boxes for Electrical Systems Rehabilitation 157323 26 05 33 - 13 be supported away from the structures using hot -dip galvanized malleable iron straps with nesting backs or framing channel. 2. Conduit entering boxes shall be terminated with a threaded hub with a grounding bushing. 3. Exposed male threads on rigid steel conduit shall be coated with zinc -rich paint. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Raceways and Boxes for Electrical Systems 260533-14 SECTION 26 05 74 ARC FLASH HAZARD ANALYSIS, SHORT CIRCUIT STUDY AND PROTECTIVE DEVICE COORDINATION REPORT PART 1 GENERAL 1.01 DESCRIPTION A. General: 1. This section specifies that the Contractor subcontract an independent full member NETA Engineering and Study Firm / Testing Firm to prepare: a. Electrical equipment short circuit study (SCS) for the new equipment being installed. b. Existing equipment includes: 1) MCC-1 c. Protective device coordination study (PDCS) report for the new equipment being installed inthe facility electrical distribution power system. d. Arc flash hazard analysis (AFHA) and labeling for the new equipment being installed B. The Testing Firm shall be as described in Section 26 08 00 and shall also be responsible for the electrical testing described therein. C. Scope: 1. The Short Circuit and Protective Device Coordination Report shall include analysis including Utility Company equipment that affect the installed equipment's short circuit ratings, protective device ratings and protective device settings. 2. Report shall also include analysis of the equipment's short circuit ratings, protective device ratings and protective device settings affected by the installed equipment. 3. Report shall include the results of the arc flash hazard analysis study for energized electrical equipment in accordance with the methods outlined in IEEE Standard 1584 and stated hereinafter. 4. Work shall include the fabrication of warning labels with the arc flash hazard analysis results and the installation of the labels on the equipment in accordance with NFPA 70E Article 130.5 that includes nominal system voltage, arc flash boundary, and at least one of the following: Available incident energy and corresponding working distance or the arc flash personnel protective equipment (PPE) level but not both, the minimum arc rating of clothing, site specific level of PPE. 1.02 REFERENCES A. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Hillsborough Pump Station Arc Flash Analysis, Short Circuit Study and protective device coordination report Rehabilitation 157323 26 05 74- 1 B. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title IEEE 141 !Recommended Practice for Electric Power Distribution for Industrial Plants IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems NETA ATS !Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems NFPA 70E IStandard for Electrical Safety in the Workplace NFPA 70 j National Electrical Code 1.03 SCHEDULE A. The report shall be completed, submitted to the Construction Manager for acceptance and reworked to include the Construction Manager comments and corrections, as required. The report shall be approved by the Construction Manager prior to purchase and fabrication of electrical equipment including switchgear. B. A copy of the Construction Manager accepted report shall be sent by the Contractor to all affected manufacturers prior to fabrication. 1.04 SUBMITTALS A. The report specified in this Section shall be provided in accordance with Section 0133 00. PART 2 PRODUCTS 2.01 REPORT A. The product shall be a certified report summarizing the short circuit and coordination study and conclusions or recommendations which may affect the integrity of the electric power distribution system. As a minimum, the report shall include the following: 1. The equipment manufacturer's information used to prepare the study. 2. Power Utility Company system information applicable to the project. 3. Short circuit calculations listing short circuit levels at each bus. Provide a sketch of the bus and use both the project term and the bus -code -name to identify the bus, branches, sources, loads. Base the system on the Project One -Line diagram. 4. Coordination study time -current curves including the instrument transformer ratios, model numbers of the protective relays, and the relay settings associated with each breaker. Hillsborough Pump Station Arc Flash Analysis, Short Circuit Study and protective device coordination report Rehabilitation 157323 26 05 74- 2 5. Comparison of short circuit duties of each bus to the interrupting capacity of the equipment protecting that bus. 6. Data used as input to the report that includes cable impedances, source impedances, equipment ratings for the equipment being purchased for the project, etc. 7. Arc flash hazard calculations listing incident energy levels at each bus. 8. Copy of the Arc flash warning labels displaying information in accordance with NFPA 70e requirments. 9. Assumptions made during the study. PART 3 EXECUTION 3.01 GENERAL A. Provide a short circuit and coordination study on the electrical power distribution system as specified and as described in Section 6.1 of NETA ATS. The studies shall be performed in accordance with IEEE Standards 141 and 242 and shall utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. B. The studies shall be performed using actual equipment data for both existing and new equipment. The coordination study shall use the data from the same manufacturer of protective relay devices as being provided by the switchgear manufacturer. C. For new equipment, the Contractor shall provide copies of final reviewed equipment submittals upon request by the Study Firm. D. For existing equipment, the Study Firm shall provide [three] separate one man -day trips of onsite investigation to identify loads and power distribution equipment data. E. Any power distribution equipment outages shall be scheduled in advance and coordinated with the Owner to limit process outages as required per plant process capacities, refer to Section 26 05 00. 3.02 QUALIFICATIONS A. The short circuit and coordination report shall be performed by the Study Firm/ Testing Firm as described in Section 26 08 00. The studies shall be signed by the professional electrical engineer responsible for the studies and registered to practice engineering in the state in which the project is located. 3.03 SHORT CIRCUIT STUDY A. The Contractor shall be responsible to obtain and verify all data needed to perform the study. As a minimum, the short circuit study shall include the following: 1. One -Line Diagram a. Location and function of each protective device in the system, such as relays, direct -acting trips, fuses, etc. b. Type designation, current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. Hillsborough Pump Station Arc Flash Analysis, Short Circuit Study and protective device coordination report Rehabilitation 157323 26 05 74- 3 c. Power, voltage ratings, impedance, primary and secondary connections of all transformers. d. Type, manufacturer, and ratio of all instrument transformers energizing each relay. e. Nameplate ratings of all motors and generators with their subtransient reactances. Transient reactances of synchronous motors and generators and synchronous reactances of all generators. f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. g. Circuit elements such as transformers, cables, breakers, fuses, reactors, etc. h. Emergency as well as normal switching conditions, as applicable. i. The time -current setting of existing adjustable relays and direct -acting trips, as applicable. B. Calculations 1. Determine the paths and situations where short circuit currents are the greatest. 2. Study shall address bolted faults and calculate the 3-phase and line -to -ground short circuits of each case. 3. Calculate the maximum and minimum fault currents. 3.04 ARC FLASH HAZARD ANALYSIS A. The Contractor shall be responsible to obtain and verify all data needed to perform the study. The arc flash analysis study shall include the following IEEE Standard 1584 nine step analysis process: 1. Collect system and installation data. 2. Determine modes of operation. 3. Determine bolted fault current. 4. Determine arc fault current. 5. Determine protective device characteristic and arc fault duration. 6. Document system voltages and equipment class. 7. Select working distances. 8. Calculate incident energy. 9. Calculate the arc flash protection boundary. 3.05 PROTECTIVE DEVICE COORDINATION STUDY A. As a minimum, the coordination study for the power distribution system shall include the following on 5-cycle, log -log graph paper: 1. Time -current for each protective relay or fuse showing graphically that the settings will provide protection and selectivity within industry standards. Each curve shall be identified, and the complete protective relay settings shall be specified. 2. Time -current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved, the Construction Manager shall be notified as to the cause. 3. Time -current curves and points for cable and equipment damage. Hillsborough Pump Station Arc Flash Analysis, Short Circuit Study and protective device coordination report Rehabilitation 157323 26 05 74- 4 4. Circuit interrupting device operating and interrupting times. 5. Indicate maximum fault values on the graph. 6. Sketch of bus and breaker arrangement. 3.06 IMPLEMENTING PDCS SETTINGS AND ARC FLASH SIGN INSTALLATION A. The Study Firm/Testing Firm shall work with the Contractor to implement the protective device coordination study settings on new and existing equipment as required in Section 26 08 00, based on the Engineers accepted Protective Device Coordination Report specified herein and submit a final amended report of the Record As -Built electrical equipment protective device settings subsequent to start-up and testing. B. The Study Firm/Testing Firm shall work with the Contractor for implementing the Arc Flash Hazard warning labels installation requirements for electrical equipment as specified in NEC Article 110.16 Arc -Flash Hazard Warning, and NFPA 70E requirements. END OF SECTION Hillsborough Pump Station Arc Flash Analysis, Short Circuit Study and protective device coordination report Rehabilitation 157323 26 05 74- 5 SECTION 26 08 00 COMMISSIONING OF ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 DESCRIPTION A. Scope: 1. The electrical equipment and conductors to be tested are specified herein and shown on the electrical drawings of the Contract Documents. 2. The Contractor shall retain an independent InterNational Electrical Testing Association (NETA) member Engineering and Testing Firm (Testing Firm) for specified on -site acceptance testing of the project electrical power distribution system and utilization equipment covered by this contract. 3. The Testing Firm shall be responsible for the Short Circuit and Protective Device Coordination Report as specified in Section 26 05 74. The Testing Firm shall verify the protective device settings are implemented in accordance with Section 26 05 74. The Testing Firm work includes the ARC -Fault equipment labeling work as specified in Section 26 05 74. 4. Tests performed by the Testing Firm shall be witnessed by the Owner's Representative. Provide the Construction Manager 30-day advanced notice for Testing Firm tests. Insulation tests by the Contractor typically will not be witnessed. Critical equipment witness testing may be requested by the Construction Manager. 5. The manufacturer of the electrical equipment supplied for the project shall complete their on -site factory inspection, testing, and setup prior to the Testing Firm's Acceptance Testing and subsequent Protective Device setting verification work. The power monitors shall be set up by the factory representatives and power monitor readings and settings verified by the Testing Firm. Manufacturer work is specified in the respective equipment sections. 6. The Installation Contractor shall test motors, conductors, and equipment as specified and shown. Contractor shall provide the labor, tools, material, including quality power sources required by the Testing Firm equipment, and other services necessary to provide specified tests and retesting. 7. Submit proposed electrical test procedures for tests to be performed by the Installing Contractor, other than insulation resistance testing, and proposed test procedures for tests to be performed by the Testing Firm. 1.02 QUALITY ASSURANCE A. References 1. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been Hillsborough Pump Station Commissioning of Electrical Systems Rehabilitation 157323 26 08 00 - 1 discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference ;Title ANSI/NETA ATS International Electrical Testing Association (NETA) - Standard for Acceptance Testing Specifications for Electrical Power Equipment and Systems B. Testing Firm: 1. The Testing Firm and their proposed project team shall possess the following minimum qualifications: a. Testing Firm shall be an independent testing organization providing unbiased testing authority, professionally independent of the manufacturers, suppliers, and installers of equipment or systems to be evaluated. b. Testing Firm shall be regularly engaged in the testing of electrical equipment, devices, installations, and systems. c. Testing Firm shall be a "NETA Accredited Company" of the InterNational Electrical Testing Association (NETA providing testing in accordance with ANSI/NETA ATS published specifications or the pre -approved firms that use the NETA methods and published testing specifications. d. If firm's own published testing specifications are proposed, then submit a copy to the Engineer for acceptance and submit the qualifications of the testing staff. e. Testing Firm's lead technical person shall be currently certified by NETA or the National Institute for Certification in Engineering Technologies (NICET) in electrical power distribution systems testing. Submit proof of technical training and certification for performing testing work. f. Testing Firm's technicians shall be regularly employed, qualified testing staff. C. Testing Firm Qualifications: a. Project Team: 1) Identify lead technical person and testing staff and provide documentation of training and experience demonstrating compliance with the qualifications specified. b. Testing Firm: Hillsborough Pump Station Rehabilitation 157323 1) Provide reference names and current phone numbers of the Owner, Contractor, Engineer, or Construction Manager that has knowledge of the Firm's work: a) Three projects for Owner completed within the past four years, or b) Three projects for Brown and Caldwell completed within the past four years, or c) Provide references for five recent projects that were completed within the last four years. Provide a description of the scope of the referenced project. Commissioning of Electrical Systems 260800-2 c. For Testing Firm's experience to be judged acceptable, the Contractor shall demonstrate that the proposed Testing Firm's reference projects are of similar scope and size to this project, and in performing these projects the following has been achieved: 1) Testing Firm's work did not delay the projects or adversely impact the progress of the Contractor's work or the Owner's project. 2) Specified requirements were achieved. 3) Work was performed in accordance with ANSI/NETA ATS, MTS, or other Engineer accepted testing criteria. 4) Submittals approved with two or fewer re -submittals after the initial submittal. 5) No warranty claims related to the Testing Firm's work. d. Provide documentation demonstrating NETA Accreditation and compliance with the qualification specified. 1.03 SUBMITTALS A. Contractor shall submit the following information in accordance with specification Section 0133 00: B. Testing Firm Qualifications: 1. For any Testing Firm not pre -qualified per paragraph 1.02 Testing Firm, submit qualifications per paragraph 1.02 Testing Firm Qualifications. C. Pre -Test Submittals: 1. Description or samples of specified test procedures. 2. Sample test report forms for the specified tests. 3. Preliminary Schedule listing equipment to be tested. 4. Notification form for the work scheduled. 5. Pre -Functional test procedures and testing schedule. 6. Functional test procedures and testing schedule. Form No. Title 26 05 00-A Wire and Cable Resistance Test Data Form 26 05 00-B Installed Motor Test Data Form 40 61 13-G Field Switch Calibration Test Data Form 40 61 13-1 Miscellaneous Instrument Calibration Test Data Form D. Post -Test Submittals: 1. Test Reports specified in Part 3 of this Section. PART 2 PRODUCTS 2.01 TESTING EQUIPMENT AND INSTRUMENTS A. The test equipment, instruments and devices used for testing shall be calibrated to test equipment standards with references traceable to the National Institute of Standards and Technology. Hillsborough Pump Station Commissioning of Electrical Systems Rehabilitation 157323 26 08 00 - 3 B. The test equipment, instruments and devices shall have current calibration stickers indicating date of calibration, deviation from standard, name of calibration laboratory and technician, and date of next recalibration. PART 3 EXECUTION 3.01 GENERAL A. The Contractor shall submit a schedule for the Testing Firm work and notify the Construction Manager 30 days prior to commencement of any witnessed testing. B. The required tests, including correction of defects where found, and subsequent retesting, shall be completed prior to energizing electrical distribution system, utilization systems, and conductors and completed prior to functional testing. The installation of the protective device, breaker, and relay settings shall be completed and verified. 3.02 INSTALLATION CONTRACTOR TESTING A. General: 1. Submit all completed test report forms in a 3-ring binder type notebook at the project Substantial Completion date. B. Insulation Resistance Measurements: 1. Tests: a. Insulation resistance measurements shall be made on conductors and electrical equipment that will carry current. Where not specified, the minimum acceptable values of insulation resistance shall be in accordance with the applicable NETA- ATS, ICEA, NEMA, or ANSI standards for the equipment or material being tested. 2. The ambient temperature at which insulation resistance is measured shall be recorded on the test form. A megohmmeter shall be used for insulation resistance measurements. 3. Conductor and Cable Tests: a. The phase -to -ground insulation resistance shall be measured for circuits 120 volts and above except lighting circuits. Measurements may be made with motors and other load equipment connected. Insulation resistance measurements shall be recorded on Form 26 05 00-A and submitted. Insulation with resistance of less than 100 megohms is not acceptable. 4. Motor Tests: a. The Installed Motor Test Form, Form 26 05 00-B, shall be completed for each motor after installation and submitted. All motors shall have their insulation resistance measured before they are connected. 5. Motors 50 HP and larger shall have their insulation resistance measured at the time of delivery and when they are connected. Insulation resistance values less than 50 megohms are not acceptable. 6. Verify that motors are connected to rotate in the correct direction with the load disconnected. Verification may be accomplished by momentarily energizing the motor, provided the Contractor confirms that neither the motor nor the driven equipment will be damaged by reverse operation. Hillsborough Pump Station Commissioning of Electrical Systems Rehabilitation 157323 26 08 00 - 4 7. Motor running current shall be measured on each phase with the motor operating under load. Current imbalance shall be less than 5-percent difference between phases. C. Power Distribution Equipment: 1. Transformers, panelboards, and other power distribution equipment shall have their insulation resistance measured phase -to -phase and phase -to -ground. Insulation resistance values less than 10 megohms are not acceptable. D. Power Utilization Equipment: 1. Test receptacles and power outlets using a device to verify polarity, grounding, and the correct wiring connections. E. Signal and Data Cable Tests: 1. Signal conductors and shield drain shall be tested for insulation resistance with the other conductors in the cable grounded. Each shield drain conductor shall be tested for continuity. Insulation resistance measurements shall be recorded on Form 40 61 13-A and submitted. 2. Instruments used for continuity measurements shall have a resolution of 0.1 ohms and an accuracy of better than 0.1 percent of reading plus 0.3 ohms. A 500-volt or 1000-volt meg-ohmmeter shall be used for insulation resistance measurements as appropriate. F. Pre -Functional Checkout: 1. Prior to energizing equipment, the Contractor shall perform a pre -functional checkout of the power and the control circuit. Protective devices shall be installed and available for service and calibrated or adjusted with specified setpoints installed. Contractor selected initial setpoints shall be installed and recorded, when specified setpoints are not required from the manufacturer or the Engineer. 2. Contractor shall submit a description of proposed test and checkout procedures conforming to the following requirements, including a schedule for conducting these procedures, not less than 30 days prior to the performance of pre -functional testing. 3. Pre -functional checkout shall consist of energizing each control circuit and operating each control device, protective device, monitoring or alarm device, and each interlock and verify the specified action or response occurs. G. Functional Testing: 1. Contractor shall submit a description of proposed functional test and checkout procedures conforming to the following requirements, including a schedule for conducting these procedures, not less than 30 days prior to the performance of functional testing. 2. Prior to functional testing, all protective devices shall be adjusted and made operative. Prior to energization of associated equipment, perform a functional checkout of all electrical and instrumentation control circuits as specified in the following and in Division 40. Checkout shall consist of energizing each control circuit and operating each control, alarm, safety device, and each interlock, in turn, to verify that the specified action occurs. 3. Record and submit data sheets as specified. Hillsborough Pump Station Rehabilitation 157323 Commissioning of Electrical Systems 260800-5 3.03 TESTING FIRM ACCEPTANCE TESTING REQUIREMENTS A. Acceptance Test Reports: 1. The Contractor shall maintain a written record of all inspection and test results and, upon completion of the project, shall assemble and certify a final test report. 2. A copy of the preliminary test results shall be provided to the Construction Manager at the end of each day of testing. 3. Furnish two copies of the complete acceptance testing final report to the Construction Manager at Substantial Completion of the project. B. Acceptance Test Documentation: The Contractor shall submit test documentation forms and a detailed description of the proposed inspection and test procedures to be performed by the Testing Firm. Testing shall not commence until the Construction Manager has approved the proposed forms and procedures. C. The description shall identify the test equipment required for each specified test to be performed. Test report forms shall include the following information: 1. Electrical equipment description. 2. Electrical equipment identification number. 3. Electrical equipment nameplate data. 4. Electrical equipment settings. 5. Time and date of test. 6. Ambient conditions at time of test. 7. Inspection checklist and results. 8. Test results. 9. Test equipment used with manufacture, model number, and calibration date. 10. Remarks about test procedures, results, and suggestions. 11. Name and signature of testing personnel. 12. Name and signature of test witness. D. Acceptance Testing Firm Tests: 1. Acceptance testing procedures and test results shall be as specified in ANSI/NETA ATS. The following types of equipment and systems shall be inspected and tested by the Testing Firm. Acceptance testing work shall not be limited to equipment shown on the drawings. Refer to Division 26 specification for the electrical equipment specified. a. Refer to the electrical drawings for location and identification of the electrical distribution system equipment, utilization equipment, and electrical conductors, included but not limited to: Hillsborough Pump Station Rehabilitation 157323 1) Switchgear and Switchboard Assemblies. 2) Transformers Dry -Type Air -Cooled. 3) Cables Low -Voltage 600 Volt Maximum. 4) Circuit Breakers Low -Voltage, 100A frame and larger. 5) Circuit Breakers Medium -Voltage. 6) Protective Relays. Commissioning of Electrical Systems 260800-6 7) Grounding Systems include installed grounding systems and existing grounding systems that are being utilized. 8) Ground Fault Protection Systems. 9) Motors. 10) Motor Starters Low -Voltage. 3.04 ACCEPTANCE TEST VALUES A. Minimum acceptable test values shall be as specified in ANSI/NETA ATS. Where acceptance test values are not specified, the equipment manufacturer's recommended test values shall be used. Where acceptance test values are not specified and the equipment manufacturers recommended test values are not available, request acceptance test values from the Construction Manager. 3.05 ACCEPTANCE TEST FINAL REPORT A. Test report shall be assembled as described in ANSI/NETA ATS. Test results shall be organized by electrical distribution system equipment, project utilization equipment, and electrical conductors with individual tab dividers with labels to identify each group of items and cross-referenced to the Contract Documents. The equipment description, equipment number, and equipment tag number shall be used as shown on the drawings or listed in specifications. B. Final Test Reports that are illogically assembled, labeled, and organized shall be returned for rework at no cost to the Owner and resubmitted in an acceptable format. C. Deficiencies and non -compliant test results found during acceptance testing shall be identified in the test report and cover letter. The Testing Firm shall certify in the final test report that all deficiencies and non -compliant test results listed have been "corrected" and shall include a description of the resolution for each problem listed. 3.06 PROTECTIVE DEVICE FIELD SETTINGS A. The Testing Firm shall verify, and certify in the acceptance test final report, that the protective device coordination study settings for new and existing equipment based on the Short Circuit and Protective Device Coordination Report specified in Section 26 05 74 have been implemented and recorded on the Testing Firm's Data Sheets. 3.07 ARC FLASH STUDY RESULTS A. The Testing Firm shall provide and install labels on the project electrical equipment for personnel protective clothing requirements as specified in Section 26 05 74. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Commissioning of Electrical Systems 26 08 00 - 7 SECTION 26 09 16 ELECTRICAL CONTROLS AND RELAYS PART 1 GENERAL 1.01 DESCRIPTION A. The vendor, manufacturer, and custom control panels shall provide enclosures, selector switches, pushbuttons, indicators, terminal strips, surge devices, nameplates, testing procedures, wiring method, wiring color coding, wire labeling, separation between power, controls, and instruments, hardwired logic relays or PLC logic products as specified herein. B. This section specifies electrical control and monitoring devices: 1. Pushbuttons 2. Selector Switches 3. Indicating Lights 4. Control Station Enclosures 5. Horns 6. Beacons 7. Thermostats 8. Elapsed Time indicators C. This section specifies Control Relays: 1. Load -Switching 2. Logic Level Switching 3. Timers 4. Time Switch 5. Alternators D. This section specifies power devices: 1. Overcurrent Protection: a. Circuit breakers b. Power Fuses c. Control Fuses 2. Current transformers and transducers E. This section specifies terminal strips, blocks, and devices. F. This section specifies specialty contactors: 1. Intrusion Switches 2. Override Key Switches G. Request clarification where conflicts occur with this section and other sections in Divisions 26, 40, and 43. Hillsborough Pump Station Electrical Controls and Relays Rehabilitation 157323 26 09 16 - 1 1.02 REFERENCES A. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. B. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid or on the effective date of the Agreement if there were no Bids. C. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. D. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title NEMA 250 Enclosures for Electrical Equipment (1000 volts maximum) NEMA ICS-1 i General Standards For Industrial Controls and Systems NEMA ICS-2 I Industrial Control Devices, Controllers, and Assemblies 1.03 SUBMITTALS A. The following submittals shall be provided in accordance with Section 0133 00: 1. A copy of this specification section, with addendum updates included, and all referenced and applicable sections, with addendum updates included, with each paragraph check -marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. a. Check marks (✓) shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the Contractor, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation. b. The Construction Manager shall be the final authority for determining acceptability of requested deviations. The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the specifications. c. Failure to include a copy of the marked -up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal with no further consideration. 2. Arrangement drawings of the panel enclosure indicating the front door and panel equipment arrangement and dimensions, and enclosure type. Hillsborough Pump Station Electrical Controls and Relays Rehabilitation 157323 26 09 16 - 2 3. Nameplate legend with engraving and sizes. 4. Internal layout drawings showing all components. 5. List of materials and components with the layout drawings. 6. Elementary/ schematic diagrams. 7. Internal wiring connection diagrams. 8. External wiring interconnection diagrams including interlocks. 9. Power and control single line diagrams, where motor controllers are included. 10. Manufacturer's catalog data for all material provided under this section shall be assembled in a folder with each page clearly marked with the item model number and reference number to the specification. 11. Operation and maintenance data as specified in Section 0178 23 including approved submittal manufacturer's catalog data, as -built drawings, and instructions for all configurable or programmable components. PART 2 PRODUCTS 2.01 CONTROL DEVICES A. Pushbuttons: 1. Pushbuttons shall be flush head, heavy-duty, with NEMA rating to match enclosure type. Operators shall be green for start function, red for stop functions, and black for all other functions. The escutcheon legend shall be as specified on the drawings. a. UL Listed. b. Dielectric Strength: 1300 Volts for one minute for Logic Reed contacts, 2200 Volts for one minute for other contacts. c. 30.5mm mounting hole. d. Temperature operating range -10 degree C. to +55 degree C. e. Momentary contact type. f. When switching circuits are monitored by programmable controllers or other solid state circuits, furnish hermetically -sealed, logic -reed type contacts rated not less than 0.15 amperes at 150 Vac and 0.06 amperes at 30 Vdc. g. When switching circuits are not monitored by programmable controllers or other solid state circuits, furnish contacts with NEMA Utilization Category rating A600 rated not less than 10 amperes continuous and 6 amperes break at 120 Vac. 2. Manufacturer: Allen-Bradley 800T/8O0H series or equal. B. Selector Switches: 1. Selector switches shall be heavy-duty with NEMA rating to match enclosure type. Selector switches shall have maintained position contacts. Switches shall be provided with contact blocks and number of positions as required performing the specified or indicated operations. 2. The escutcheon legend shall be as specified on the drawings. Provide: a. UL Listed. b. Dielectric Strength: 1300 Volts for one minute for Logic Reed contacts, 2200 Volts for one minute for other contacts. c. 30.5mm mounting hole. Hillsborough Pump Station Rehabilitation 157323 Electrical Controls and Relays 260916-3 d. Temperature operating range -10 degree C. to +55 degree C. e. Standard knob operator (not lever type nor wing lever type). f. Number of positions and contact configuration as shown on Drawings. g. When switching circuits are monitored by programmable controllers or other solid state circuits, furnish hermetically -sealed, logic -reed type contacts rated not less than 0.15 amperes at 150 Vac and 0.06 amperes at 30 Vdc. h. When switching circuits are not monitored by programmable controllers or other solid state circuits, furnish contacts with NEMA Utilization Category rating A600 rated not less than 10 amperes continuous and 6 amperes break at 120 Vac. 3. Manufacturer: Allen-Bradley 800T/800H series or equal. C. Indicating Lights: 1. Red, amber, green, and blue indicating lights shall be heavy-duty full voltage 120Vac or 24Vdc push -to -test LED type with NEMA rating to match enclosure type for installation in a 30.5mm hole. Furnish with 28 chip high visibility LED. The escutcheon and lens color shall be as shown on Drawings or scheduled. 2. White indicating lights shall be as above, incandescent type lamp. 3. Manufacturer: a. Allen-Bradley 80OH-QRTH10 series or equal for 120Vac applications with colors other than white. b. Allen-Bradley 800HQRTH24 series or equal for 24Vdc applications with colors other than white. c. Allen-Bradley 80OH-QRT10 series or equal for 120Vac applications with white. d. Allen-Bradley 80OH-QRT24 series or equal for 24Vdc applications with white. 4. Indicating Light Lens Color: Lens Color Typical Function Example Green Running Equipment operating, motor running, valve open, power voltage applied, cycle in automatic Red Fault condition, attention Equipment failure, status abnormal Amber jOff, closed, ready I End of cycle; unit or head returned; motors !stopped; motion stopped; contactors open, valve closed White or Clear Normal condition Normal pressure of air, water, lubrication, control { power on, status okay Blue Advisory ;Control mode not in automatic D. Control Station Enclosures: 1. Enclosures locations and ratings: a. Indoors - conditioned space: NEMA 12. b. NEC 500 Hazardous Areas: NEMA-7. E. Horns: 1. The horn shall be a surface mount 120-volt AC enclosed buzzer and shall be Federal Signal Model 350WB (NEMA 4X); Model 31X (NEMA 7) or equal. Hillsborough Pump Station Electrical Controls and Relays Rehabilitation 157323 26 09 16 - 4 2. Each horn located standalone shall include a 6 x 10 inch Red with white letter lamacoid nameplate with the specific warning such as the following: a. DANGER GAS. b. VENTILATION SYSTEM FAILURE. c. As needed for each application. F. Beacons: 1. The alarm beacon shall be a 75-watt sealed -beam lamp with motor driven rotating reflector; Beacon shall be for 120-volt AC service and shall be Federal Signal Model 191XL or equal. 2. Each beacon located standalone shall include a 6 x 10 inch Red with white letter lamacoid nameplate with the specific warning such as the following: a. DANGER GAS. b. VENTILATION SYSTEM FAILURE. c. As needed for each application. G. Thermostats: 1. Thermostats shall be line voltage type with motor current rated contact and 70-degree to 140-degree Fahrenheit setpoint range. a. Manufacturer: Honeywell T631A-1022 or equal. H. Elapsed Time Indicators: 1. Elapsed time indicators shall be panel mounted, non-resettable, 5.5-digit, hour indicator, rated 12OVac, 60-Hertz. a. Manufacturer: Trumeter 722-series or equal. 2.02 CONTROL RELAYS A. Load -Switching Control Relays: 1. Control relays used for switching loads such as solenoids, actuators, contactors, motor starter coils, remote interlocking, etc. shall be heavy-duty machine tool type. 2. Contacts shall be 4-pole and be field interchangeable to either normally -open or normally- closed. Relay shall be capable of accepting a 4-pole adder. 3. AC relays shall have NEMA A6OO contact ratings and electrical clearances for 600 volts. DC relays shall have NEMA P3OO contact ratings and electrical clearances for 250 volts. 4. Manufacturer: a. Allen Bradley Bulletin-700. b. Square D Class 8501. c. or equal. B. Logic Level Switching Control Relays: 1. Control relays for signal circuits shall have a minimum of three SPDT, gold -flashed, fine silver contacts rated 10-ampere resistive at 12OV AC or 28Vdc. 2. Control relays shall be plug-in type with heavy-duty, barrier -protected screw terminal sockets and clear polycarbonate dust cover with clip fastener. Hillsborough Pump Station Electrical Controls and Relays Rehabilitation 157323 26 09 16 - 5 3. AC models shall have neon lamp indicator wired in parallel with coil. DC models shall have LED lamp indicator wired in parallel with coil. 4. Manufacturer: Potter Brumfield series KUP; IDEC Series RH; or equal. C. Timers: 1. Multi -function, micro -controller based, socket mounted timing relay. 2. Single functions: a. Delay on Make. b. Delay on Break. c. Recycle (on time first, equal recycle delays). d. Single shot. e. Interval. f. Trailing edge single shot. g. Inverted single shot. h. Inverted delay on break. i. Accumulative delay on make. j. Re-triggerable single shot. 3. Dual functions: a. Delay on make/delay on break. b. Delay on make/recycle (on time first, equal recycle delays.) c. Delay on make/interval. d. Delay on make/single shot. e. Interval/recycle (on time first, equal recycle delays). f. Delay on break/recycle (on time first, equal recycle delays). g. Single shot/recycle (on time first, equal recycle delays). h. Recycle - both times adjustable (on time first). i. Recycle - both times adjustable (off time first). j. Interval/delay on make. k. Accumulative delay on make/interval. 4. Time delay range, switch selectable: a. Single function 0.1 second to 1,705 hours in 8 ranges. b. Dual function 0.1 second to 3,100 minutes in 8 ranges. c. Setting accuracy +/- 1 percent or 50 milliseconds, whichever is greater. d. Repeat accuracy +/- 0.1 percent or 16 milliseconds, whichever is greater. 5. Output: a. Two Form-C electromechanical isolated contacts rated 10-amperes resistive at 24OVac. b. Rated 1/3-horsepower at 120 or 240Vac. c. Double -pole double -throw: DPDT. d. Mechanical life: 10,000,000 operations. 6. Electrical life: 1,000,000 operations at full load. a. Mounting: Magnal Plug 11-pin socket. Hillsborough Pump Station Rehabilitation 157323 Electrical Controls and Relays 260916-6 7. Environment: -20 to +65 degree C. 8. Manufacturer: a. ABB / SSAC's multifunction type TRDU time delay relay with dip -switch function setting with 12Vdc, 24Vac, 120Vac, 240Vac inputs as required or indicated or equal. D. Time Switch: 1. Provide an electronic time switch with full -year control in a NEMA 1 enclosure. The switch shall incorporate a non-volatile memory that maintains programmed switching times for the life of the time switch and provide a factory installed field replaceable lithium or alkaline battery for time keeping and calendar information for a minimum of 8 years. Furnish with one single -pole, double -throw output switch rated 20-ampere at 240Vac. Furnish with manual override control. 2. Manufacturer: a. Intermatic Model ET2815CP. b. or equal. E. Alternating Relay: 1. Alternate assignment between "Duty" and "Stand-by" at the end of each run cycle. 2. Double -pole, double -throw output relay rated for 7-amps inductive at 120-volts AC. Isolation not less than 1,500-volt RMS input to output. Life of 1,000,000 operations at full electrical load. 3. Switch to select alteration or continuous operation of either load. 4. Mount in Magnal 11-pin socket. 5. Operating temperature range of -20 to +60-degree C. 6. Manufacturer: a. ABB-SSAC type ARP series. b. or Engineer accepted substitute. 2.03 POWER DEVICES OVERCURRENT PROTECTION A. Overcurrent Protection: 1. CIRCUIT BREAKERS: Circuit breakers shall be thermal magnetic, molded case type with the ampere rating as specified. Unless otherwise specified or indicated, circuit breaker interrupting rating shall be 42,000 amperes symmetrical. 2. POWER FUSES: Provide Class R fuses and fuse holders where required for proper protection of equipment. Fuse clips shall be Class R rejection type and sized for UL Class R, one-time, time -delay fuses. Fuse assembly shall have a minimum short circuit capacity of 100,000 amps symmetrical. Provide fuses as shown and one set of spare fuses with each switch. 3. CONTROL FUSES: Fuses for 120 Vac circuits shall have a minimum of 12,000- amperes interrupting capacity and blown fuse indicators. Fuses for 24 Vdc circuits shall be fast acting glass tube type rated 1/8 or 1/10 amp for 4-20 mA loops. Fuses for 24 Vdc circuits shall be 1/2 amp for the power supply to individual instruments. Fuse holders shall be tip -out or draw -out type. B. Current Transformers And Transducers: Hillsborough Pump Station Rehabilitation 157323 Electrical Controls and Relays 260916-7 1. Provide monitoring current transformers with 60OVac insulation and primary ampere rating as indicated with 5-ampere output. 2. Provide AC current transducer for any one of the phase conductors of the power circuit to be installed through onboard toroid. Provide a loop -powered transducer with input rated from 0 to 50 ampere with 4-20madc analog output scaled for the primary current of the current transformer. Provide zero and span adjustments. 3. Provide a DIN rail or back plate mounted AC current transducer that is a loop - powered transducer with input rated from 0 to 5-ampere and with 4-20madc analog output scaled for the primary current of the current transformer. 4. Manufacturer: a. ABB AC current transducer DCSA Series Loop Powered and mounting accessories, or equal. b. ABB AC current transducer TCSA Series Loop Powered and mounting accessories, or equal. 2.04 TERMINAL STRIPS, BLOCKS, AND DEVICES A. Power Wiring: Provide back plate mounted terminal strips rated at 600 Vac. B. Control Wiring: Provide a DIN rail with spring powered contact rated at 300 Vac 24 ampere with pluggable terminals. C. Terminal identification standard to the product provided. D. Manufacturer: 1. Standard: Allen Bradley or equal. 2. Standard: DIN rail: Phoenix Contact or Weidmuller Z-Series. 2.05 SPECIALTY CONTACTORS A. Intrusion Device: 1. The intrusion switch shall be wide -gap industrial grade magnetic door switch with maximum gap 2.5 inches between the sensing elements. The magnet element shall be mounted on the moving part of the door. The sensor switch shall close when the door is closed. The sensor switch shall open when the door is opened. Provide with appropriate mounting bracket for the entrance doors. 2. Manufacturer: a. George Risk Industries Series 4400. b. or equal. B. Override Key Switch: 1. The override key switches shall be access control type with mortise cylinder and 24 Vdc single pole double threw (SPDT) maintained contacts. C. Manufacturer: 1. Schlage 650 Series Keyswitches. 2. or equal. Hillsborough Pump Station Rehabilitation 157323 Electrical Controls and Relays 260916-8 2.06 NAMEPLATES A. Nameplates for all control stations, relays, timers, and motor contactors shall be provided in accordance with the requirements of Section 26 05 00-2.02. PART 3 EXECUTION 3.01 INSTALLATION A. Control stations shall be mounted 48 inches above the floor, ground, or slab to center of device. B. Devices shall be tested in accordance with Section 26 05 00 and Section 26 08 00. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Electrical Controls and Relays 260916-9 SECTION 26 29 13.16 REDUCED -VOLTAGE MOTOR CONTROLLERS PART 1 GENERAL 1.01 DESCRIPTION A. Scope: 1. This section specifies wall mount or freestanding, factory assembled 480 volt reduced voltage solid state (RVSS) motor controllers for soft -start and soft -stop motor control each with Operator Interface Station B. Equipment: 1. RVSS's shall be configured as factory assembled enclosed starter assemblies with monitoring and protection devices as shown and as specified herein, furnished by a single manufacturer. 1.02 QUALITY ASSURANCE A. References: 1. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference _ Title ANSI/NEMA ICS 1 & 18 Industrial Control Systems: General Requirements NFPA 79 Electrical Standards for Industrial Machinery NEMA 250 Enclosures for Electrical Equipment (1000-Volt Maximum) UL 508 Industrial Control Equipment B. Codes and Standards: 1. The full RVSS assembly shall be Underwriters Laboratory listed and labeled and shall conform to the above referenced standards. Hilsborough Pump Station Reduced -Voltage Motor Controllers Rehabilitation 157323 26 29 13.16 - 1 1.03 SUBMITTALS A. The following information shall be provided in accordance with Section 0133 00: 1. Catalog and technical data including outline dimensions and weights. 2. Elementary connection and interconnection diagrams as required in paragraph 2.05, in accordance with NFPA 79 and NEMA ICS 18 Part 1 standards. 3. Interrupting, withstand, and continuous current ratings. 4. Nameplate schedule. 5. Dimensioned drawings showing conduit access locations. 6. Front view elevation with starter and component schedule. 7. Panel interior physical layout drawing. PART 2 PRODUCTS 2.01 MANUFACTURERS A. The Owner and Construction Manager believe the following candidate manufacturers are capable of producing equipment and/or products that will satisfy the requirements of this Section. This statement, however, shall not be construed as an endorsement of a particular manufacturer's products, nor shall it be construed that named manufacturers' standard equipment or products will comply with the requirements of this Section. Candidate manufacturers include B. Allen-Bradley, Square D, EATON, GE, Siemens or equal. 2.02 SERVICE A. RVSS shall be rated 460 volts, plus 15% or minus 10%; 60 Hertz, 3 phase, 3 wire as shown, suitable for operation at the specified short circuit capacities. 2.03 ENCLOSURE A. General: 1. Enclosures shall be free standing, front access only, as indicated on the Drawings. 2. Free standing enclosures shall include a separate control section completely barriered from the power equipment. Control section shall contain a steel equipment mounting that is supported off the back of the enclosure by mounting studs. B. Disconnect and Interlock: 1. The door to the motor starter enclosure shall be interlocked with an externally operated disconnect handle. Disconnect handle shall be arranged to indicate disconnect position. The disconnect operator handle shall have provisions to accept up to three 3/8-inch shackle padlocks to lock the disconnect in the open position. Provide external cabinet breaker locking mean for Lock -Out / Tag -Out for use by maintenance personnel. C. Environmental: 1. The enclosed starter shall be suitable for continuous full load operation in a 40 degrees C ambient temperature. Hilsborough Pump Station Reduced -Voltage Motor Controllers Rehabilitation 157323 26 29 13.16 - 2 2. Provide NEMA 1 enclosures for indoor areas. Provide cooling fans and ventilation openings as required. D. Where uniform compliance to a seismic standard is necessary, consider requiring conformance to the version adopted by the Authority Having Jusidiction. Seismic Bracing: 1. RVSS cabinets shall conform to the seismic anchorage. 2.04 FINISH AND COLOR A. The finish and color shall be in accordance with Section 26 05 00, typically ANSI light grey. 2.05 WIRING A. General: 1. Include the accepted submittal elementary, connection, and interconnection diagrams with the RVSS unit in a plastic folder in the door print pocket. B. Power Wire: 1. Internal power wire shall be 90 degree C insulated copper, sized to suit load. The minimum internal cabinet power wire size shall be No. 12 AWG copper stranded. C. Control Wire: 1. Internal control wire shall be No. 16 AWG stranded copper wire, rated 90 degrees C machine tool wiring (MTW) and UL listed for panel wiring. 2. RVSS cabinet shall have terminal blocks for control wiring for the interconnecting wiring and control interlocking, as shown. D. Conductor Markers: 1. Markers used for identification shall meet the requirements of Section 26 05 00. 2.06 OVERCURRENT PROTECTION A. General: 1. Provide circuit breakers for the RVSS disconnecting means with locking feature available from outside the cabinet, to lock the breaker open during maintenance. Where circuit breakers alone do not meet the minimum short circuit duty requirements specified, provide additional fuses or provide fused disconnect switches. B. Circuit Breakers: 1. Provide thermal -magnetic (TM) or motor circuit protection (MCP) type circuit breakers, as shown. Minimum short circuit capacity shall be 65,000 amperes symmetrical. Series ratings, for overcurrent devices to meet specified short circuit withstand ratings, is prohibited. 2. Provide molded case breakers equipped with toggle type handle, quick -make, quick - break over -center switching mechanism that is trip -free so that breaker cannot be held closed against short circuits and abnormal currents. Hilsborough Pump Station Reduced -Voltage Motor Controllers Rehabilitation 157323 26 29 13.16 - 3 3. The tripped position shall be clearly indicated by breaker handle maintaining a position between "ON" and "OFF." The device power contact poles shall open, close, and trip simultaneously. 2.07 CONTROL POWER SUPPLY: A. Control power shall be 120 Vac or 24 Vdc derived from the 480 volt line power supply. B. The 120Vac control power supply capacities shall be sized for the loads they feed plus a minimum additional capacity of 100 VA. Provide an additional 120 Vac control power transformer for external interface controls where 24 Vdc control power is used for the starter controls. Provide interposing relays for 120 Vac external controls to operate RVSS 24 Vdc inputs if required. C. Provide each control transformer with time -delay, slow -blow secondary fuse rated to interrupt 10,000 amperes short circuit at 250 volts AC. Provide two primary fuses rated to interrupt 200,000 amperes at 600 volts on the line side of all control power supplies. Fuse holders for primary fuses shall be fuse clips with full barriers between fuses. Fuse holder for secondary fuses shall be drawout indicating type. 2.08 CONTACTORS A. Isolation Contactors: 1. Provide an output isolation contactor for each RVSS that disconnects the solid state starter from from the motor. B. Full Speed Bypass Contactors: 1. Provide a bypass contactor for each RVSS that bypasses the starter thyristors once the output of the starter is at full voltage. Bypass contactors shall be NEMA type that is fully rated for the continuous full load running amperes of the motors being controlled. 2. . 2.09 OPERATIONAL FEATURES A. The RVSS shall have programmable starting and stopping including soft start voltage ramp up, current limit start, soft start with start boost, and coast stop and soft stop. B. The RVSS shall be rated for 400% of the rated current of the starter for 20 seconds at maximum ambient temperature. C. The RVSS solid state controller operation, for both start and stop time duration, shall be rated for 20 seconds. 2.10 MONITORING AND PROTECTION A. Operator Interface: 1. Provide a door mounted graphical user interface with keyboard programming capability, monitoring and diagnostics. Hilsborough Pump Station Reduced -Voltage Motor Controllers Rehabilitation 157323 26 29 13.16 - 4 2. The operator interface station shall allow programming of the operating features of the starter, monitor operating functions, and provide diagnostic information for the specified malfunctions plus any internal diagnostics. B. Monitored Information Features: 1. Provide indication of the following monitored features: a. Motor current in amperes b. Motor kilowatts c. Motor power factor d. Motor thermal monitoring, as shown e. Motor run time. C. Motor Overload Protection: 1. Solid state overload relay shall be solid-state overload type that protects the power wiring and motor from excessive overcurrents. The relay shall be ambient compensated and have adjustment from 90 to 110 percent of the normal rating. 2. The sensing element shall be adjustable Class 20 tripping time of 20-seconds at 600-percent of current setting. The faster overload trip Class 10 and the longer overload trip Class 30 shall be field set by the installer during the driven equipment startup with the overload settings that are required by the type of motor driven load. 3. Where motor overload protection is inherent in a motor protection relay that meets the UL/NEC requirements for motor overload protection, the protection specified here may be provided by that relay. 4. The overload protection specified here shall be functional in the motor starting mode and in the full speed run (bypass) mode. The overload protection in the full speed run bypass mode may be provided via the solid state overload, or by a motor protection relay or via a separate bimetallic overload type relay. Provide overload reset pushbutton on front door of enclosure. 5. Where shown, provide a motor protection relay with thermal tracking of the motor information. Monitor the starting information, motor cool down characteristics to determine the if motor heating is above a programmable threshold, based on the accumulated starting data. D. Solid State Starter Protection: 1. Provide thermal monitoring for the controller for protection from controller overheating. 2.11 CONTROLS A. General: 1. Control and monitoring interface shall conform to the control diagrams as shown in the contract drawings. RVSS contacts for external status monitoring shall be isolated and rated not less than NEMA ICS2 A300. RVSS AC coils shall be suppressed to limit inductive switching surges to less than 200 volts peak. DC coils shall be provided with free -wheeling diodes to limit inductive surges to 28 volts peak. 2. Status indicators shall be powered indicating lamps as specifed in Section 26 09 16 or indication via the front of panel graphic indicator panel specified herein. Hilsborough Pump Station Reduced -Voltage Motor Controllers Rehabilitation 157323 26 29 13.16 - 5 3. Where the graphic read out panel is used for status, the status indication shall be in the always visible mode and not requiring scrolling to ascertain status. B. Running Status: Include a minimum of four isolated Form C contacts which indicate that the motor is running. Include front of starter panel indication of this status via indicator lamps. C. Alarm Status: 1. Include an isolated contact which indicates a common alarm condition. Include front of starter panel indication of this status via indicator lamps. D. Run Command: 1. Configure for local start and stop control in addition to remote command to run. a. Provide HAND -OFF -AUTO selector control on the front of the starter panel. Provide an isolated contact for remote indication of the AUTO status. b. In the HAND control mode, the RVSS shall start and run in the mode programmed in the front of panel keyboard display interface. c. In the AUTO control mode, the RVSS shall start and stop in response to a maintained isolated contact closure from the remote controls system provided by others. E. Emergency Stop Command: 1. Where indicated on the contract drawings, include provision for an emergency stop input that causes immediate shutdown of the starter and motor. F. Fault Reset: 1. Provide a fault reset function either as a discrete pushbutton on the panel door or as a function in the graphical operator interface station panel included with the starter. 2.12 ANNUNCIATION A. The RVSS shall be provided with a fault annunciation system to indicate the cause of an alarm or shutdown and alarm indications for internal fault and external fault functions. B. The annunciator may consist of individual fault indicator lights or a graphic panel display or a combination of both and include alarm functions associated with the protection of the RVSS. The alarms shall be visible as text alarm indications. C. Protective trips require manual reset via a local reset pushbutton or operator interface station faceplate key. External alarm functions such as motor high winding temperature, pump high discharge or low suction pressure shall be included in the annunciation system, where shown on the drawings. 2.13 ARC FLASH MITIGATION METHODS A. The following arc flash and mitigation method requirements shall apply. Refer to specification section 26 05 74, NFPA-70 (NEC) for arc mitigation requirements, and NFPA-70E (Standard for Electrical Safety in the Workplace) for equipment labeling requirements. Hilsborough Pump Station Reduced -Voltage Motor Controllers Rehabilitation 157323 26 29 13.16 - 6 B. Equipment Labels: 1. Equipment labels shall be installed on the outside of the electrical equipment enclosure, cabinet, and panels to avoid opening the equipment to access the manufacture's data or the equipment ratings. 2.14 MISCELLANEOUS A. General: Refer to the drawings for the devices required for the RVSS motor controllers. Control devices such as pushbuttons, selector switches, indicating lights and overload reset pushbuttons shall be mounted on the unit compartment door. The control devices shall comply with the requirements of Section 26 09 16. B. Surge Protective Device: 1. Provide a factory selected transient surge suppressor rated for each power contactor encapsulated in a small module and mounted directly to the starter or contactor coil. 2. Provide metal oxide varistor (MOV) surge protective device (SPD) that indicates the status and condition of the SPD, tested per NEMA LS-1, rated IEEE C3 Combined Wave of 20kV and 10kA with 200kAIC internal fusing and listed / labeled per UL 1449. Minimum surge rating: 160kA per phase. C. Terminal Blocks: 1. Terminal blocks shall be screw type rated 600 volts and rated at 20-amperes for control wiring and for internal power wiring. 2. Terminal blocks shall be provided with integral marking strips permanently marked with the conductor number as specified on the drawings. 3. Internal wiring shall be connected on one side of the terminal block; outgoing conductors shall be connected to the other side. D. Nameplates: 1. Nameplates shall be provided in accordance with the requirements of Section 26 05 00. Nameplate shall be provided identifying the power source name and circuit number, RVSS name/number, and the load equipment tag numbers and descriptions as shown. 2.15 SPARE PARTS A. One set consisting of the following spare parts shall be provided: 1. One set each fuse size and type 2. Ten of each type pilot lamp 3. One of each type replaceable printed circuit board 2.16 PRODUCT DATA A. The following information shall be provided in accordance with Section 0133 00: 1. Operating and maintenance information as specified in Section 0178 23, including final reviewed submittals, record of RVSS switch, jumper, and configuration settings, and as -built drawings.. Hilsborough Pump Station Reduced -Voltage Motor Controllers Rehabilitation 157323 26 29 13.16 - 7 2. Installation certification Form 43 05 11-A. 3. Instruction certification Form 43 05 11-B. 4. Manufacturer's certification and calculations confirming that the equipment complies with the seismic anchorage. PART 3 EXECUTION 3.01 GENERAL A. The RVSS shall be installed in accordance with the recommendations of the manufacturer and as specified herein. The equipment shall be installed and tested in accordance with the manufacturer's written recommendations by a qualified, factory trained manufacturer's representative. B. The starter and protective relay settings shall be implementned with the settings selected based on the actual full load amperes of the motor connected to the starter and the requirements of the motor driven equipment. The motor circuit protectors shall be adjusted to the lowest setting not causing false tripping. 3.02 INSTALL FREESTANDING CABINETS LEVEL AND PLUMB ON 3-1/2-INCH CONCRETE HOUSEKEEPING PADS PER THE MANUFACTURER'S INSTALLATION INSTRUCTION. FIELD TESTING A. Each RVSS shall be installed and tested by the Contractor with the assistance of factory - trained engineers in accordance with the manufacturer's specifications and Section 26 08 00, and witnessed by the Construction Manager. B. Manufacturer shall provide factory testing for all devices. Upon satisfactory completion of the testing, the manufacturer shall submit two certified copies of the test report to the Owner and Engineer. All RVSS jumper, switch, and parameter settings shall be recorded and provided as Product Data. C. Component failure during testing will require repeating any test associated with the failure or modified components to demonstrate proper operation. D. The installation shall be certified on Form 43 05 11-A. 1. Adjust starter and perform "start-up" tests as recommended by manufacturer. Set parameters as required per the driven equipment requirements and optimize the starting performance to minimize the starting stress on the equipment and motor. 2. Establish proper direction of rotation for the motor controlled by the starter. 3. Verify that the starter will operate properly in the "manual control mode" or in the "remote or automatic mode" from a remote start signal input. 4. Check for excessive heating of the starter and motor at the maximum load rating where available. Report any discrepancies to the Engineer. Hilsborough Pump Station Rehabilitation 157323 Reduced -Voltage Motor Controllers 26 29 13.16 - 8 END OF SECTION Hilsborough Pump Station Rehabilitation 157323 Reduced -Voltage Motor Controllers 26 29 13.16 - 9 SECTION 40 05 65 CHECK VALVES PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies check valves for water service. 1.02 QUALITY ASSURANCE A. References: 1. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ANSI B16.5 Pipe Flanges and Flanged Fittings ASTM A126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A276 Stainless and Heat -Resisting Steel Bars and Shapes ASTM A536 Ductile Iron Castings ASTM B148 Aluminum -Bronze Sand Castings AWWA C508 Swing -Check Valves for Waterworks Service, 2 In. Through 24 In. NPS B. Performance: 1. Check valves shall open to permit flow when the inlet pressure is greater than the discharge pressure. C. Testing: 1. Hydrostatic tests shall be conducted by the manufacturer for one valve of each type supplied for a particular service. Steel -bodied valves shall be hydrostatically tested in accordance with the requirements of ANSI B16.5. Aluminum-, bronze-, and brass - bodied valves shall be hydrostatically tested at double the MAX pressure specified. Hillsborough Pump Station Check Valves Rehabilitation 157323 40 05 65 - 1 Leakage, sweating or visible deformation at any point on the valve shall be cause for rejection of valves of that type and manufacture. 1.03 SCHEDULE Valve number Service Valve size, inches Maximum flow, Pressure Class GPM CV-01 Potable 10 1500 250 Water PART 2 PRODUCTS 2.01 ACCEPTABLE PRODUCTS A. General: 1. Check Mechanism: Swing or Diaphragm 2. Check valves shall be flanged connections as specified. Moving parts requiring lubrication shall have means provided for lubrication and shall be lubricated prior to delivery. B. Water Service: 1. Valves shall be Cla-Val Co. Clayton 81-02 Series, APCO 6000 Series, or equal. 2.02 MATERIALS A. Materials of construction shall be as follows: Component Material Main Body and Cover ;Cast Iron Main Valve Trim Stainless Steel Disc ;Cast Iron or Ductile Iron Seat Aluminum Bronze, Stainless Steel (316), or Buna-N B. Materials specified are considered the minimum acceptable for the purposes of durability, strength, and resistance to erosion and corrosion. The Contractor may propose alternative materials for the purpose of providing greater strength or to meet required stress limitations. However, alternative materials must provide at least the same qualities as those specified for the purpose. 2.03 COATING A. Check valves wetted parts shall be coated with fusion bonded epoxy. 2.04 PRODUCT DATA A. The following information shall be provided in accordance with Section 0133 00: 1. Manufacturer's product data. 2. Hydrostatic test results. Hillsborough Pump Station Check Valves Rehabilitation 157323 40 05 65 - 2 PART 3 EXECUTION 3.01 INSTALLATION A. Check valves shall be installed in accordance with the manufacturer's recommendations. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Check Valves 400565-3 SECTION 40 05 67.36 PRESSURE -REGULATING VALVES PART 1 GENERAL 1.01 DESCRIPTION A. This section specifies direct acting and pilot controlled pressure regulating valves for water service. 1.02 QUALITY ASSURANCE A. References: 1. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of Advertisement for Bids or Invitation to Bid (or on the effective date of the Agreement if there were no Bids). If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ANSI B16.5 Pipe Flanges and Flanged Fittings B. Performance: 1. Direct acting type pressure regulating valves shall control the discharge pressure within ±5 percent of set pressure. 2. Pilot controlled type pressure regulating valves shall maintain the set discharge pressure regardless of fluctuations in inlet pressure. C. Testing: 1. Hydrostatic tests shall be conducted by the manufacturer for one valve of each type supplied for a particular service. Steel -bodied valves shall be hydrostatically tested in accordance with the requirements of ANSI B16.5. Aluminum-, bronze-, and brass - bodied valves shall be hydrostatically tested at double the MAX pressure specified. Leakage, sweating or visible deformation at any point on the valve shall be cause for rejection of valves of that type and manufacture. Hillsborough Pump Station Pressure -Regulating Valves Rehabilitation 157323 40 05 67.36 - 1 1.03 SCHEDULE Valve number Service Valve size, inches Maximum flow, Inlet pressure range, PSIG Outlet pressure, PSIG GPM PRV-01 Potable 6 1500 [Inlet pressure] [Outlet pressure] Water PART 2 PRODUCTS 2.01 ACCEPTABLE PRODUCTS A. Pressure Relief Valves 1. General: a. The pressure relief valve shall open when the inlet pressure exceeds the set maximum pressure level. It shall maintain that level and gradually close as the inlet pressure drops below the maximum pressure. The valve shall be a hydraulically operated, single diaphragm -actuated globe type valve. b. Pressure relief valves shall be flanged connections as specified. Moving parts requiring lubrication shall have means provided for lubrication and shall be lubricated prior to delivery. 2. Water Service: a. Valves shall be Cla-Val Co. Clayton 50-01 Series, Flomatic C400 Series, or equal. 2.02 MATERIALS A. Materials of construction shall be as follows: Material Main Body and Cover Cast Iron Main Valve Trim Stainless Steel Disc Cast Iron or Ductile Iron Seat Aluminum Bronze, Stainless Steel (316), or Buna-N B. Materials specified are considered the minimum acceptable for the purposes of durability, strength, and resistance to erosion and corrosion. The Contractor may propose alternative materials for the purpose of providing greater strength or to meet required stress limitations. However, alternative materials must provide at least the same qualities as those specified for the purpose. 2.03 COATING A. Pressure regulating valves wetted parts shall be coated with fusion bonded epoxy. 2.04 PRODUCT DATA A. The following information shall be provided in accordance with Section 0133 00: 1. Manufacturer's product data. Hillsborough Pump Station Pressure -Regulating Valves Rehabilitation 157323 40 05 67.36 - 2 2. Hydrostatic test results. PART 3 EXECUTION 3.01 INSTALLATION A. Pressure regulating valves shall be installed in accordance with the manufacturer's recommendations. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Pressure -Regulating Valves 40 05 67.36 - 3 40 6113-G. FIELD SWITCH CALIBRATION TEST DATA FORM Tag No. and Description: Make & Model No.: Serial No: Input: Range: Set Point(s): Simulate process variable (flow, pressure, temperature, etc.) and set desired set point(s). Run through entire range of switch and calculate deadband. Set Point Incr. Input Trip Point Decr. Input Trip Point Calc. Deadband Required Deadband CERTIFIED Date Contractor's Representative WITNESSED Owner's Representative Hillsborough Pump Station Rehabilitation 157323 Date Field Switch Calibration Test Form 40 61 13-G - 1 40 6113-I. MISCELLANEOUS INSTRUMENT CALIBRATION TEST DATA FORM (For instruments not covered by any of the preceding test forms, the Contractor shall create a form containing all necessary information and calibration procedures.) CERTIFIED WITNESSED Contractor's Representative Owner's Representative Date Date Hillsborough Pump Station Miscellaneous Instrument Calibration Test Data Form Rehabilitation 40 61 13-1 - 1 157323 43 05 11-A. MANUFACTURER'S INSTALLATION CERTIFICATION FORM Contract No: Specification section: Equipment name: Contractor: Manufacturer of equipment item: The undersigned manufacturer of the equipment item described above hereby certifies that he has checked the installation of the equipment and that the equipment, as specified in the project manual, has been provided in accordance with the manufacturer's recommendations, and that the trial operation of the equipment item has been Comments: Manufacturer Signature of Authorized Representative Date Hillsborough Pump Station Rehabilitation 157323 Contractor Signature of Authorized Representative Date Manufacturer's Installation Certification Form 43 05 11-A - 1 43 0511-B. MANUFACTURER'S INSTRUCTION CERTIFICATION FORM Contract No: Specification Section: Equipment name: Contractor: Manufacturer of equipment item: The undersigned manufacturer certifies that a service engineer has instructed the wastewater treatment plant operating personnel in the proper maintenance and operation of the equipment designated herein. Operations Check List (check appropriate spaces) Start-up procedure reviewed Shutdown procedure reviewed Normal operation procedure reviewed Others: { I Maintenance Check List (check appropriate spaces) Described normal oil changes (frequency) Described special tools required Described normal items to be reviewed for wear Described preventive maintenance instructions Described greasing frequency Others: Manufacturer Signature of Authorized Representative Date Hillsborough Pump Station Rehabilitation 157323 Signature of Contractor Representative Date Signature of Authorized Representative Date Manufacturer's Installation Certification Form 43 05 11-B - 1 SECTION 43 05 21 COMMON MOTOR REQUIREMENTS FOR EQUIPMENT PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Squirrel cage type, AC induction motors, up to 500 HP, for up to 4 poles (3600 or 1800 rpm nominal), or up to 250 HP for over 6 poles (1200 rpm or slower) shall be per NEMA MG1, Small or Medium. 2. Special purpose motors with features or ratings which are not specified herein, are specified in the particular equipment specifications. 1.02 RELATED SECTIONS A. This section contains specific references to the following related sections. Additional related sections may apply that are not specifically listed below. 1. Section 26 2913.16 Reduced Voltage Motor Controllers 1.03 REFERENCES A. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this section as if referenced directly. In the event of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Reference Title ABMA 9 Load Ratings and Fatigue Life for Ball Bearings ABMA 11 Load Ratings and Fatigue Life for Roller Bearings IEEE 112 Standard Test Procedures for Polyphase Induction Motors and Generators IEEE 841 Standard for Petroleum and Chemical Industry- Premium -Efficiency, Severe Duty Totally Enclosed Fan - Cooled (TEFC) Squirrel Cage Induction Motors - Up to and Including 500 HP NEMA ICS 2 Industrial Control and Systems Controllers, Contactors and Overload Relays Rated Not More Than 2000 Volts AC or 750 Volts DC NEMA 250 Enclosures for Electrical Equipment (1000 volts maximum) NEMA MG 1 Motors and Generators Department of Energy Energy Policy and Conservation Act, Final Rules EERE-2010-BT-STD-0027-0117 UL 1004 Electric Motors 1.04 DEFINITIONS A. Terminology used in this Section conforms with NEMA MG-1. Motors covered in this specification are those defined in NEMA MG1 as Small (Fractional) and Medium (Integral) AC induction motors. Hillsborough Pump Station Rehabilitation Common Motor Requirements for Equipment 157323 43 05 21-1 1.05 ADMINISTRATIVE REQUIREMENTS A. Unit Responsibility: Where Unit Responsibility is specified in the driven equipment sections of these specifications, the motor supplier shall coordinate with the provider of the driven equipment to verify that the motor provided under this section is fully compatible with and meets the specified performance requirements for that equipment. 1.06 SUBMITTALS A. Action Submittals: 1. Procedures: Section 0133 00. a. Copy of this Section, with each paragraph check -marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. b. Check -marks (✓) to denote full compliance with a paragraph as a whole. Underline deviations and denote by a number in the margin to the right of the identified paragraph. The remaining portions of the paragraph not underlined will signify compliance. Include a detailed, written justification for each deviation. c. Failure to include a copy of the marked -up specification sections with justification(s) for any requested deviation will cause rejection of the entire submittal with no further consideration. 2. Motor Data Sheets specified in this Section and Division 01. a. Motors in conformance with IEEE 841: Manufacturers to complete IEEE Standard 841 Data Sheet for AC Induction Motors. b. Motors not in conformance with IEEE 841: Motor supplier to complete Form 43 05 21-A in Section 0199 90 with required factory data. c. Motor Speed -Torque curve, where specified. 3. Routine Factory test data for polyphase motors. a. High -potential test. 4. Factory test data, from required dynamometer tests, where specified. 5. Motor mounting, outline, dimensions, and weight. 6. Motor winding thermostat, where specified. 7. Motor winding space heaters, where specified. 8. Motor nameplate data. B. Informational Submittals: 1. Procedures: Section 0133 00 and 0178 23. 2. Submittal requirements for operation and maintenance manuals as per requirements of Section 01 7823. 1.07 QUALITY ASSURANCE A. Factory Testing: 1. All polyphase motors shall be factory tested in conformance with routine tests per NEMA MG1 and IEEE 112. Provide the following tests: Hillsborough Pump Station Rehabilitation Common Motor Requirements for Equipment 157323 43 05 21- 2 a. Measurement of winding resistance. b. No-load readings of current and speed at normal voltage and frequency. c. Current input at rated frequency with rotor at standstill. d. High potential test. B. Where specified for use in corrosive or hazardous locations, motor testing shall additionally be per IEEE 841. Test report shall be certified by the motor manufacturer's test personnel and submitted to the Engineer. 1. For motors larger than 100 horsepower, test and submit results for the following: a. Routine tests per NEMA MG1 and IEEE 112. Provide tests as noted in paragraph 1.07 Factory Testing. Test report shall be certified by the motor manufacturer's test personnel and submitted to the Engineer. b. For motors larger than 200 horsepower, efficiency and power factor by Test Method B, IEEE 112. Submit Form B and B-2. 1.08 DELIVERY, STORAGE AND HANDLING A. Procedures shall be in accordance with Section 0166 00. 1.09 SPECIAL WARRANTY A. Provide warranty in accordance with Section 0177 00. B. Submit warranties in writing to include 100 percent full payment coverage for parts and labor for repair or replacement of the motor (s) during the warranty period. PART 2 PRODUCTS 2.01 MANUFACTURERS A. The following candidate manufacturers are capable of producing equipment and/or products that will satisfy the requirements of this Section. The manufacturer's standard product may require modification to conform to specified requirements: 1. Baldor 2. General Electric 3. Siemens 4. US Motors 5. WEG 6. Approved Equal 2.02 PERFORMANCE/DESIGN CRITERIA A. Service Conditions: 1. Temperature: -25-degree C to +40 degree C. 2. Altitude: 0 to 3300 feet above sea level minimum. 3. Derate motors for higher ambient temperature and for higher altitude with motor size based on brake -horsepower. Hillsborough Pump Station Rehabilitation Common Motor Requirements for Equipment 157323 43 05 21- 3 B. Design Requirements: 1. Operation: Continuous. 2. Compliance: Energy Policy Act of 1992 (EPAct), Final Rule 2014. 3. Tolerance: +/-10-percent of rated voltage at rated frequency; +/- 5-percent of rated frequency at rated voltage. 4. Standard design: NEMA Design B. C. Service Factor (percent of additional horsepower): 1. 1.15 for Sine -wave motors. 2. Dual rating: 1.15 Sine -wave and 1.0 Inverter Duty for Inverter Duty motors. D. Motor Efficiency: 1. NEMA Premium"' efficiency electric motor, single -speed, polyphase, 200 horsepower,180O-rpm 4- pole squirrel cage induction motors, NEMA Design B, continuous rated. NEMA Standards Publication MG 12011, in Table 12-1. Table 12-1 Full -Load Efficiencies for 60 HZ Premium Efficiency Electric Motors Rated 600 Volts or Less (Random Wound) Enclosed Motors 4 Pole HP Nominal Efficiency Minimum Efficiency 200 96.2 95.4 2.03 MATERIALS A. Motor frames: 1. TEFC motors shall be cast iron. 2. Aluminum frame motors are not permitted. B. Stator windings: 1. Shall be copper with Class F minimum insulation not to exceed Class B temperature rise of 80-degree C at rated load and with Design B torque /current characteristics for all Medium (Integral) motors. 2. Small (fractional) motors shall be supplied with Class F insulation where available. C. Rotor material shall be aluminum or copper. D. Fans shall be non -sparking fan blades. E. Motor leads shall be non -hygroscopic. 2.04 MOTOR TYPES A. General Requirements for motors: Hillsborough Pump Station Rehabilitation Common Motor Requirements for Equipment 157323 43 05 21- 4 1. Three phase, squirrel cage, with copper windings. 2. Rated for full voltage starting and continuous duty. 3. Rating shall be: a. 460 volts, three-phase, 60-Hertz, as shown on the contract drawings. 4. General Purpose Type motors, which may also be called Type 1 per the project equipment specifications shall be: a. Weather -Protected Type I Motors (WP-1), shall be as defined per NEMA MG1, similar to ODP construction with addition of screens to prevent entry of rain, snow, and particles, or objects into the motor. Suitable for clean indoor and protected outdoor installations. 2.05 COMPONENTS A. Vertical Motors: 1. Features: Inverter duty or non -inverter duty with solid shaft P-base and high thrust bearing compatible with loads imposed by the driven equipment. B. Thermal Protection: 1. Motors up to 200 horsepower: a. Protection to be NEMA Type 2 bi-metallic thermal switch (Klixon) type.Motor Nameplate: Marked "OVER TEMP PROT 1" in accordance with NEMA MG 112.43. C. Motor Nameplates: 1. Materials: Engraved or stamped stainless steel. 2. Features shall be as follows: a. NEMA Standard MG 1 motor data. b. Permanently fastened to the motor frame. c. ABMA bearing identification number for motors meeting IEEE 841. d. NEMA nominal efficiency for all motors. e. NEMA nominal and minimum efficiency for motors meeting IEEE 841. f. UL frame temperature limit code for explosion proof motors. g. Space heater data. h. Over Temperature Protection Type Number. i. Temperature device rating and alarm and shutdown setpoint. D. Conduit Boxes: 1. Provide oversized boxes, with split construction with threaded hubs and petroleum -resistant gaskets. 2. Conduit boxes can be rotated in order to permit installation in any of four positions 90 degrees apart. 3. Provide grounding lug located within the conduit box for ground connection. 4. Provide separate conduit boxes for temperature devices and space heaters. Hillsborough Pump Station Rehabilitation Common Motor Requirements for Equipment 157323 43 05 21- 5 5. Separate terminal box for any signal leads (RTD, thermistor, vibration transmitter, etc.). E. Bearings: 1. Provide oil or grease lubricated ball bearings, angle contact roller bearings for axial thrust loads, and cylindrical bearings for radial -only loads. 2. Rated for a minimum L-10 life of 50,000 hours for direct -connected loads. 3. Cartridge type bearings will not be accepted. 4. Fitted with lubricant fill and drain or relief fittings. 5. Belt loads not to exceed forces calculated from NEMA MG 1 Table 14-1 and 144A. F. Bearing lubrication shall be either grease or oil as per the requirements in either 1 or 2: 1. Grease lubricated bearings: a. Shall be for electric motor use only. b. Grease shall be capable of higher temperatures associated with electric motors and shall be compatible with Polyurea-based greases. c. Provide grease fittings, similar to AlemiteTM type (or equivalent). d. Shielded bearings with regreasable provisions are permissible. 2. Provide oil lubricated bearings with externally visible sight glass to view oil level. G. Lifting Eyes: 1. Provide lifting eyes with a safety factor of 5. 2. Provide one lifting eye for motors more than 50 pounds. 3. Provide two lifting eyes for motors over 150 pounds. H. Winding Space Heaters when specified or shown: 1. Provide winding space heaters to prevent condensation. 2. Rating: 120 volts, single phase, 60 Hertz. 3. Motor nameplate to show space heater rating in watts and volts. 4. Provide terminal block in motor conduit box for heater leads termination. 2.06 FINISHES A. Paint Finish: 1. Provide standard manufacturer paint finish. 2. Provide motors with semi -gloss finish, scratch and heat resistance electric motor paint. PART 3 EXECUTION 3.01 EXAMINATION A. Delivery Inspection: 1. Inspect driven equipment -motor assembly and components immediately upon delivery and unloading at the job site for damages. Hillsborough Pump Station Rehabilitation Common Motor Requirements for Equipment 157323 43 05 21- 6 2. Take photos of damage(s) if any, to substantiate the delivery inspection report. 3.02 INSTALLATION A. Grounding of Motors: 1. Connect the motor feeder ground cable (green) to the grounding lug terminal in the conduit terminal box. B. Supplemental Grounding of Motors: Provide for motors fed from VFDs, all motors above 100 horsepower, and all motors in classified areas, where feasible. 1. Bond the motor frame to the grounding grid/electrode system to provide supplemental grounding. 3.03 FIELD QUALITY CONTROL A. Field Testing: 1. Measure winding insulation resistance of motors to no less than 10-megohm with a 1000-Vac megohm meter. 2. Perform motor phases current imbalance testing for motors 20 horsepower and larger. 3. Test motors for proper rotation prior to connection to the driven equipment. 4. Perform thermographic survey per NETA ATS, for motors over 100 horsepower. B. Field Inspection: 1. Compare equipment nameplate data with drawings and specifications. 2. Inspect physical and mechanical condition. 3. Inspect anchorage, alignment, and grounding. 4. Verify the installation of breather/drain fittings as specified herein. 5. Check for proper connections of space heaters, winding and RTDs and or thermostats. 6. Visually check for correct phase and ground connections: C. Manufacturer Services: Provide where specified or shown on the drawings. 1. Provide services to the driven equipment manufacturer for the inspection and certification of the installation of the motor driven equipment. 2. Provide assistance in the start up and operational testing of the motor driven equipment. 3.04 SYSTEM START UP A. Commissioning Test: Provide where specified or shown on the drawings. 1. Provide assistance during the commissioning test of the motor driven equipment. 3.05 CLOSEOUT ACTIVITIES A. Operation and Maintenance: Hillsborough Pump Station Rehabilitation Common Motor Requirements for Equipment 157323 43 05 21- 7 1. Provide the operation and maintenance manual of the motor(s). Include testing result information in the 0&M manual. END OF SECTION Hillsborough Pump Station Rehabilitation Common Motor Requirements for Equipment 157323 43 05 21- 8 SECTION 43 23 61 VERTICAL TURBINE PUMPS PART 1- GENERAL 1.01 GENERAL A. TYPE OF PUMP AND PUMP COMPONENTS: This Specification is for close -coupled water lubricated, vertical turbine pumps in existing suction can with above -ground flanged discharge and enclosed impellers. All parts of the pump exposed to water shall be of stainless steel, brass, heavy cast iron, or equivalent corrosion -proof material. B. AWWA STANDARD: Unless otherwise specified herein, all applicable provisions of AWWA E-103 (Horizontal and Vertical Line Shaft Pumps), latest, are hereby made a part of these Specifications. C. TERMS AND DEFINITIONS: 1. The term "Pumping Unit" or "Units" shall be defined as a pump complete with motor, head assembly, bowl assembly, column assembly and other materials and components as described herein. 2. The term "Contractor" shall be defined as the general contractor or the organization entering into the contract with the Owner. D. ACCEPTED MANUFACTURER: The pumps shall be manufactured by Peerless as detailed in Part 2 of this specification. Refer to Par. 1.08 for "Alternate Pump Manufacturer Requirements". 1. If the contractor submits pumping units from one of the listed alternate manufacturers, final acceptance of the alternate manufacturer rests solely with the Owner. 2. If a pumping unit from an alternate manufacturer listed herein is permitted by the Owner, pumping unit shall meet or exceed the technical specifications set forth herein. Any deviations from these specifications shall be listed and detailed on the submittal and the Owner shall be the final authority on whether any deviation will be accepted. 1.02 BASIC OPERATING REQUIREMENTS A. GENERAL 1. Each pump will be used for pumping potable water and shall be NSF 61 certified. 2. The capacities, heads, efficiencies, and horsepower requirements specified herein are for completely assembled units. Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-1 3. Each pumping unit shall meet the requirements and design points as specified in the Pump Schedule. B. PUMPING UNIT REQUIREMENT: Each pump and motor combination shall be matched to deliver at least the maximum flow rate at the maximum speed. 1.03 UNIT RESPONSIBILITY A. GENERAL 1. The Pump Manufacturer shall be responsible for providingthe pump, lineshaft, pump shaft, motor shaft, column piping, and the motor as a complete unit including discharge head to the Contractor for installation. 2. Duringthe submittal process, the Pump Manufacturer shall provide a notarized certificate stating that all equipment and materials listed above will be provided by the Pump Manufacturer. 3. Pump Manufacturer shall attend pump start-up and provide field services for assistance to the Contractor. Refer to Par. 3.04 of these specifications. B. COMPATIBLE EQUIPMENT 1. All combinations of manufactured equipment which are approved under this specification shall be entirely compatible and the Contractor and the listed manufacturer shall be responsible for the compatibility and successful operation of the various components of the units conforming to the specified requirements. 2. All necessary mounting, couplings and appurtenances shall be included with each unit. 3. All materials employed in the pump equipment shall be suitable for the intended application and shall be high grade commercial quality, free from all defects and imperfections that might affectthe serviceability of the product for the purpose for which it is intended. 1.04 REFERENCE CODES AND STANDARDS All equipment and materials shall meet the applicable provisions of the following reference codes and standards. A. Hydraulic Institute (HI) B. American Iron and Steel Institute (AISI) C. American National Standards Institute (ANSI) D. American Society of Testing and Materials (ASTM) E. American Water Works Association (AWWA) Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-2 F. International Organization for Standardization (ISO) G. Anti -friction Bearing Manufacturers Association (AFBMA) 1.05 SUBMITTALS A. GENERAL: 1. Submit shop drawings, including related details and data, in accordance with the below. 2. The Contractor shall make a complete and acceptable submittal to the Owner, as determined by the Engineer, by the second submission. 3. The Owner reserves the right to withhold monies due the Contractor or require a $3,000 deposit to cover additional costs of the Owner's review beyond the second submission. B. PUMP DATA AND CALCULATIONS: Submit necessary data and calculations to demonstrate full compliance with the specification requirements, including, but not limited to: 1. Column and head losses, thrust data, etc. 2. Provide a detailed description of all pump materials and parts. 3. Other calculations or data that may be requested by the Owner or Engineer at additional cost. C. ALLOWABLE OPERATING RANGE: Provide statement by Pump Manufacturer specifying the "Allowable Operating Range" as defined by the HI Standards and AWWA E-103 Standard. D. CERTIFIED PUMP CURVES: 1. The Contractor shall submit certified pump curves based upon factory testing by the pump manufacturer for approval by the Owner, for each pumping unit to be furnished herein; showing head versus capacity, bowl efficiency versus capacity; and typical NPSHR. 2. Each curve shall be continuous over the full operating range from zero (0) flow up to the maximum flow permissible through each pump, and each curve shall be based upon the RPM listed herein. 3. For variable speed operation, if applicable, include curve for operation at the specified minimum RPM. 4. Each curve shall state the RPM speed of the pumping unit, and shall be furnished full-size on 8 1/2" x 11" paper. Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-3 5. The Contractor shall provide pumps capable of meeting all aspects of the Pumping Unit Design Data section herein (Par. 2.04) and as shown on the Drawings. E. PUMPING UNIT OUTLINE DIAGRAMS: Before the manufacture of the pumping units and appurtenances is commenced, the Contractor shall submit to the Owner for approval, detailed fabrication drawings of said pumping unit material. F. NPSH REQUIREMENTS: Submit calculations and written certification from pump manufacturer that the pump furnished herein will operate compatible with the Net Positive Suction Head (NPSH) available. G. DISCHARGE HEAD: 1. Submit details of fabricated steel discharge head and provide written certification from pump manufacturer that the discharge head has the capability of accommodating the specified drives and the design column length within acceptable vibration limits. 2. Submit seismic calculations signed and stamped by a civil or structural engineer registered in the State of California. H. COATINGS: Provide coating manufacturer's information and data for fusion bonded epoxy lining and coating. 1. Water passages of head, in and out column pipe, exterior of bowls, and in and out of bell shall be coated with NSF61 Scotchkote 134 fusion bonded epoxy. FIELD PROCEDURES: Submit for approval of the Owner a detailed field procedure for installation, adjustment, inspection, and testing of all pumping equipment. J. TEST PROCEDURES: Pump manufacturer shall submit proposed shop testing procedures at least thirty (30) days prior to the test for approval by the Owner. K. OPERATION AND MAINTENANCE INSTRUCTIONS: Complete and detailed operation and maintenance instructions shall be submitted in accordance with the Special Requirements. 1.06 QUALITY ASSURANCE A. MANUFACTURER'S EXPERIENCE - GENERAL: 1. Manufacturer of the Pumping Equipment specified in this section shall have experience in providing similar type equipment. 2. If required by Engineer or Owner, manufacturers shall show evidence with his submittal of at least five (5) installations where equipment of the same material and same application of the type specified herein have been in satisfactory operation for at least five (5) years. Hillsborough Pump Station Vertical Turbine Pumps Rehabilitation 157323 43 23 61 - 4 3. The list of installations shall include the name and telephone number of the Plant Superintendent at each of the five (5) qualifying installations. B. PERFORMANCE AND ACCEPTANCE TESTING: After completion of the facility, acceptance testing of the pumping units shall be performed in accordance with Par. 3.03 herein. 1.07 ALTERNATE PUMP MANUFACTURER REQUIREMENTS A. SUBMISSION REQUIREMENTS FOR ALTERNATE PUMP MANUFACURERS 1. Submission of an alternate pump selection and manufacturer (other than alternate manufacturer/model which may be stated herein) shall require that the Contractor provide the Owner with a $3,000 cash deposit within ten (10) calendar days following Award of Contract to cover engineering expenses related to the detailed review for an "approved equal" status. The evaluation will be performed on a time and material basis; and any unexpended portion of the deposit will be returned to the Contractor. 3. Submission of a bid proposal with an alternate pump manufacturer is at the bidder's risk since no detailed review or "equal" status determination of any alternate pump or manufacturer (other than provided for under this specification) will be performed prior to the bid opening. B. NON -APPROVED PUMP MANUFACTURER: 1. Submission of a non -approved manufacturer may be subject to rejection. 2. Authority for determination of "approved equal" pump and manufacturer, including conformance with Specification requirements, shall rest solely with the Owner. 3. In the event that the Contractor's submission of an alternate pump selection and manufacturer is rejected, Contractor shall submit the specified pump and manufacturer at no additional cost to the Owner. 4. No additional contract time extension will be granted for the Owner's review and evaluation. C. POTENTIAL REQUIRED REVISIONS TO STRUCTURES: 1. Should the equipment selected by the Contractor require revisions to the structures, piping, electrical, or other work shown on the drawings, the Contractor shall include the cost of such revisions in his bid for the equipment, and no extra payment shall be made for such revisions. Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-5 2. All such revisions shall be submitted for Owner approval and shall be subject to the approval of the Owner. 1.08 SYSTEM START-UP A. Contractor shall provide system start-up and testing. The Pump Manufacturer shall furnish the services of a qualified field engineer to check installation, start-up and instruct Owner operating personnel in the proper operation and maintenance of the equipment. Refer to Par. 3.04 herein. 1.9 CERTIFICATION OF INSTALLATION A. The Contractor shall submit a letter to the Owner confirming that all pumping equipment was inspected, operation checked, and installation approved in writing by the respective Pump Manufacturer and the Contractor. The letter shall be included with the warranty described in Section 1.11 herein; and an executed "Certification of Proper Installation" from the manufacturer shall be provided. The form is included in the appendix of these specifications. A. All pumping equipment shall carry an warranty for a one-year period from the date of start up, not to exceed 18 months after shipment. All warranties shall be turned into the Owner prior to project completion. PART 2 - PRODUCTS 2.01 PUMP CONSTRUCTION A. PUMP BOWLS: 1. The bowls shall be of close -grained, gray cast iron, Class 30 or better, precision cast, free from blow holes, sand pockets, and other detrimental defects. 2. The water passageways in said bowls shall be smooth so as to allow freedom from cavitation and permit maximum efficiency. 3. Each bowl shall have a rubber lateral seal ring and a side seal to prevent slippage of water between bowl and impeller. 4. In orderto improve the guaranteed efficiencyatthe design point(s), lined bowls shall be furnished. Hillsborough Pump Station Rehabilitation 157323 Said lining, vitreous porcelain enamel or equal, shall be of such material and applied in such manner to produce a long effective life which and shall not be applied for the purpose of a short time gain in efficiency. Vertical Turbine Pumps 432361-6 b. Lining, identical to that furnished hereunder, shall have been used in the field, under identical conditions, with satisfactory results for at least a five-year period. Lining shall be NSF 61 certified. 5. The outside diameter of the bowls shall be of such size to fit the suction can ID, with proper clearances while maintaining maximum velocity of less than 5 FPS between the pump can and bell, flange or coupling. 6. The bowls shall be able to withstand a minimum of 1 1/2 times the maximum pump shut-off head (zero GPM) pressure or twice the pressure at rated capacity, whichever is greater. 7. Bowl material shall have a minimum tensile strength of 30,000 psi. B. PUMP IMPELLERS: 1. The impellers shall be of the enclosed type, constructed of 316SS with labyrinth groove to reduce recirculation. 2. They shall be balanced hydraulically and dynamically to prevent vibration and shall be smoothly finished on all surfaces to reduce friction losses to a minimum. 3. The impellers shall be accurately fitted and securely locked to the pump shaft, and vertical adjustment of the impellers shall be possible by means of an adjustment method in the driver assembly. C. IMPELLER LOCK COLLETS: The lock collets shall be constructed of AISI B-1113 steel or stainless steel. D. PUMP SHAFT: 1. The pump shaft shall be constructed of AISI-416 stainless steel and shall be accurately machined to a sufficient dimension to provide smooth operation and to easily withstand torsional loads and other stresses encountered within the pump. 2. The pump shaft shall have adequate bearing support at every bowl section and at the top and bottom case section and shall be equipped with a suitable 410SS coupling for connection to the line shaft. E. PUMP BEARINGS: 1. The suction case section and the discharge case section shall be sleeve type constructed of Bismuth Tin bronze. 2. The bowl bearings shall be sleeve type of zinc -free bronze, or equal as approved by the engineer. Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-7 3. Bearing area, bearing cooling, and bearing lubrication shall be ample for long trouble -free operating life of the equipment. F. PUMP DISCHARGE CASE: The discharge case shall securely fasten the top pump bowl assembly to the column piping. This section shall be heavily reinforced with streamlined fluid passages and shall contain sleeve bearings for the pump shaft. G. PUMP SUCTION CASE: The suction case shall securely fasten the bottom bowl assembly to the suction bell. This section shall be heavily reinforced with streamlined fluid passages and shall contain a sleeve bearing for the pump shaft. H. PUMP SUCTION BELL: A suction bell constructed of Class 30 cast iron shall be provided, with entrance vanes so designed to allow even flow of water into the pump. PIPE COLUMN: 1. The column shall be flanged standard pipe and shall conform to the following diameter weight per foot table: Nominal Size (Inches) OD (Inches) Weight Per Foot (Pounds) 8 8.625 24.69 2. The ends of the pipe section shall be faced parallel and machined with flanges to insure proper alignment when assembled. 3. The exterior and interior surfaces of all column pipe shall be fusion -bonded epoxy lined and coated with 3M Scotchkote 134 or approved equal with thickness and application procedures per paint manufacturer's published instructions 4. Lining/coating shall be NSF 61 certified. J. PUMP DISCHARGE HEAD ASSEMBLY: 1. The pump discharge head shall be of fabricated steel and shall be arranged for mounting, for connecting top column pipe, for connecting to top of suction can, and containing an above ground flanged discharge outlet. 2. A shaft mechanical seal assembly shall be provided, including permanent seal housing with renewable intervals (faces and springs, etc.). 3. The seal assembly shall be approved by the Engineer and shall be manufactured by John Crane or approved equal; and specifically selected for the fluid being pumped, and the operating pressures included. K. PUMP LINE SHAFT ASSEMBLY: A line shaft shall be supplied, of ASTM A276, Type 416 material, or equal as approved by the Engineer, and shall conform to AWWA E-103. L. PUMP NAMEPLATE: Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-8 1. The pump shall be provided with an easy to read, stainless steel nameplate. 2. It shall contain complete pump information including: pump manufacturer's name, serial number, pump model number, number of stages, speed, TDH and capacity in GPM at the middle design point, etc. 3. Said nameplate shall be mounted on the pump head. M. WATERTIGHT SEAL: There shall be an appropriate gasket installed between the suction can flange and the pump discharge head assembly to insure and provide a watertight seal. N. VORTEX SUPPRESSER: A stainless steel vortex suppressor (manufactured by Peerless Pump Company or Owner approved equal) shall be provided and attached to the suction bell of the pump in order to prevent excessive turbulence in the water as it passes from the suction inlet pipe into the suction can, down between the bowl assembly and the suction can, and into the suction bell of the pump. 2.02 SUCTION CAN (Existing) A. GENERAL: This detailed specification is for requirements of booster pump suction cans used in conjunction with a line shaft vertical turbine close -coupled pump. The suction can shall be used with pump having a fabricated steel discharge head having above ground flanged discharge outlet. See Contract Drawings for reference. a. CONTRACTOR shall field verify head to barrel connection and dimensions of the existing barrel. B. INTERIOR COATING: CONTRACTOR shall field verify the conditions of the existing suction can before installation of the new pump. If the interior coating of the existing suction can meets the AWWA C213 standard listed below, the pump shall be installed into the existing suction can. If the existing can does not meet AWWA C213 standards, the can shall be recoated prior to installation of the new pump. b. All internal surfaces shall be coated with fusion -bonded epoxy conforming to the requirements of AWWA C213 using NSF/ANSI 61-compliant materials (31M Scotchkote 134, or approved equal). The minimum coating thickness is 12 mils. c. Coating system shall be E-5 (NSF 61 certified). A. Coating System Identification: E-5 (NSF 61 certified) 1. Coating Material: Epoxy 2. Surface: Metal 3. Service Condition: Interior potable water suction can 4. Surface Preparation: a. Ferrous Metal: Ferrous metal surfaces shall be prepared in accordance with SSPC SP-5 (White Metal Blast Cleaning) to achieve a uniform surface profile of 2.0 to 2.5 mils. Shop primed surfaces which are to be incorporated in the work shall be prepared in the field by cleaning surfaces in accordance with SSPC SP-2 (Hand Tool Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-9 Cleaning) or SSPC-SP-3 (Power Tool Cleaning). Damaged shop coating shall be cleaned in accordance with SSPC SP-5 (White Metal Blast Cleaning) and spot primed with the primer specified. Cleaning shall produce a surface profile of 2.0 to 2.5 mils. Shop epoxy primed surfaces shall require light abrasive blasting or abrading prior to receiving finish coats if the maximum recoat limit has been exceeded for the primer. This cleaning shall produce a uniform surface profile of 1.0 to 1.5 mils in the intact primer. b. Nonferrous and Nonferrous and galvanized metal shall be prepared in accordance with SSPC SP-7 Galvanized Metal: (Brush-off Blast Cleaning) to achieve a 1.0- to 1.5-mil profile that is uniform. 5. Application: Field a. General: Prime coat shall be thinned and applied as recommended by the CSM, provided the coating as applied complies with prevailing air pollution control regulations. b. Ferrous Metal: Prime coat shall be an epoxy primer compatible with the specified finish coats. c. Nonferrous and Nonferrous and galvanized metal above the high water elevation shall be cleaned Galvanized Metal: prior to the application of the prime coat in accordance with SSPC SP-1(Solvent Cleaning). 6. System Thickness: 10 mils dry film. 7. Coatings: a. Primer: One coat at the CSM's recommended dry film thickness. b. Finish: One or more coats at CSM's recommended dry film thickness per coat to the specified system thickness. C. INSTALLATION: i. When specified, install pump cans as indicated to the following tolerances: Horizontal position ±0.125 inch in all directions Vertical axis within 0.5 degree from vertical Level 0.02 inch per foot of diameter at the pump baseplate bolt circle Elevation ±0.125 inch from planned elevation ii. Where the equipment manufacturer requires more stringent tolerances, those tolerances prevail. iii. Equipment shall not be installed in pump cans until the pump manufacturer's factory -trained and authorized installation specialist has furnished the construction manager with written and signed certification that the can has been installed satisfactorily and is acceptable for installation of the equipment. 2.03 PUMPING UNIT DESIGN DATA A. GENERAL: The pumping unit shall be furnished in accordance with the design data described herein to fit properly in the existing suction can. The pump driver shall be 200 HP motor in accordance with the electric motor specifications. B. OPERATING CONDITIONS: The pumps shall be suitable for continuous, long-term operation, operating outdoors under ambient temperatures of 30°F minimum to 105°F maximum. The project site elevation is approximately 339 feet above mean sea level. Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-10 C. DESIGN DATA: CONTRACTOR shall field verify the existing pumping unit dimensions listed below before demolition and removal per Section 02 4100 - Demolition. The pumping units shall be furnished in accordance with the following: 1. Motor: 200 HP, 480V WP-1 enclosure, 4 pole speed, 16.5" BD dimension per VSS electric motor specifications 2. Discharge Head: 6" x 8" x 20" Tee Head fabricated steel; 6" dia. Cast Iron, Class 250 discharge flange 3. Column: 8" dia. 4. Line Shaft: 1.5" dia. min. 5. Bowl Assembly: Nominal 14" dia. bowl (14" O.D.); 4 stages; 1780 RPM 6. Suction Bell: 14" O.D. 7. Suction Can: Existing 20" 8. Pump: Peerless GL14ME/LC; 4 stages; premium efficiency; Curve GL14ME/LC 4606333; or Owner approved equal. Provide low NPSH required first stage if recommended by pump manufacturer (Note: Low water level in can 9-ft. above pump inlet). D. OPERATING CONDITIONS: 1. Operating Conditions: Pump Design Points Min. Bowl Efficiency 1200 GPM @ 395' TDH* 74.0% 1500 GPM @ 363' TDH* (Mid Design Point) 79.0% 2000 GPM @ 290' TDH* 77.0% *Inclusive of losses in column and head 2. Shut-off Head: 430 feet 3. Thrust (Hydraulic & Wt. of Rotary Parts). No continuous up thrust is allowed. 4. Drive Load: Drive load shall not exceed 191 BHP within the full operating range between 290' TDH to 395' TDH, when including shaft loss, bowl efficiency, column loss and discharge head loss. Hillsborough Pump Station Vertical Turbine Pumps Rehabilitation 157323 43 23 61- 11 5. NPSH: Maximum Net Positive Suction Head (NPSHr) required at design point shall be 18.5-feet. PART 3 - EXECUTION 3.01 INSTALLATION A. GENERAL: Pumping equipment shall be installed in accordance with approved procedures submitted with the shop drawings and as indicated on the Contract Drawings, unless otherwise approved by the Owner. B. ALIGNMENT: Equipment shall be field tested to verify proper alignment, operation as specified, and freedom from binding, vibration, shaft run -out or other defects. Equipment shall be secured in position and fixed neatly in appearance. Pumping unit shall be within 0.005" per foot of level at discharge head base. C. DISINFECTION OF PUMPING UNIT: The pumping unit and material to be installed in the suction can shall be chlorinated just prior to installation by spraying such areas with a solution having a chlorine residual of not less than 200 ppm. D. COATING: All exposed materials except corrosion -resistant metals which have not been shop painted shall be field coated as specified (Protective Coating). Shop painted items which have been damaged during transport and/or installation, shall be touched up per specifications and as approved by Inspector. E. PUMP PEDESTAL: The pump station construction Contractor shall furnish and install the reinforced concrete pedestal and all necessary embedment and support items as described on the Specifications and Contract Drawings. F. COORDINATION: The pump station construction Contractor will be responsible for coordinating all applicable aspects of the project with the pump and motor supplier including, but not limited to equipment installation procedures and requirements, specific materials to be furnished, scheduling of materials deliveries, overall construction schedule, equipment storage and protection requirements, and equipment testing requirements. The required coordination, including implementation of pump manufacturer's requirements as related to the equipment furnished, shall be included in the construction Contractor's bid price(s), and no additional compensation shall be made therefore. 3.02 FACTORY NON -WITNESSED PUMP TESTS A. GENERAL: 1. Pump(s) shall undergo factory non -witnessed pump testing. Unless otherwise approved by Engineer, test driver shall be of the same horsepower and voltage as the specified motor. 2. Tests shall be performed in accordance with the applicable provisions of AWWA E103 and the standards of the Hydraulic Institute. Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-12 3. The acceptance test shall be per Hydraulic Institute Acceptance grade 1U; with no minus tolerance on efficiency. 4. All tests shall be performed at a submergence level pre -approved by the Engineer. 5. To successfully pass a laboratory performance test, a pumping unit shall meet all performance requirements specified. B. NON-COMPLIANCE: Should results of the test indicate, in the opinion of the Engineer, that the pumps fail to meet any of the specified requirements, the Owner will notify the Contractor of such failure. The manufacturer shall thereupon, at no expense to the Owner, make such modifications and perform additional testing as may be necessary to comply with these specifications. 3.03 FIELD ACCEPTANCE TEST RESPONSIBILITY A. GENERAL: The Contractor under this specification shall have full responsibility for the proper installation and performance of said pumping equipment, including furnishing the services of a pumping equipment field Service Engineer to inspect during equipment installation, and to adjust, if necessary, any portion of the pumping equipment required herein. B. TESTING AND PERFORMANCE: The Contractor's Field Service Engineer (Pump Manufacturer) shall be responsible for the pumping unit field acceptance tests. The pump unit(s) shall perform in the field substantially as shown on the certified pump curves furnished by the Contractor after reasonable allowances for field conditions. The head capacity, input horsepower, and overall efficiency values will be determined for at least three points in the stated operating range of the pump, and will be compared with the certified curves. C. FIELD TEST DOCUMENTATION: Field Service Engineer for Pump Manufacturer shall provide documentation to Engineer (including "Certification of Proper Installation") for all field adjustments made and tests performed. D. NON-COMPLIANCE: In the event that the tests reveal noncompliance of the workmanship or equipment with these specifications, the Contractor shall be required to perform, at his own expense, such work and furnish materials as will, in the opinion of the Engineer, restore the equipment to the specified performance. 3.04 SERVICES OF MANUFACTURER A. GENERAL: The services described herein are for field installation and field acceptance testing as described in Par. 3.03 herein. For purposes of this paragraph, a work day is defined as an 8-hour period at the site, excluding travel time. The Owner may require that the manufacturer's services described herein be furnished in three (3) separate trips. B. INSPECTION, STARTUP AND FIELD ADJUSTMENT: The service representative of the manufacturer (Field Service Engineer) shall be present at the site for a minimum of two (2) work days. Hillsborough Pump Station Vertical Turbine Pumps Rehabilitation 157323 43 23 61- 13 C. INSTRUCTION OF OWNER'S PERSONNEL: The training representative of the manufacturer shall be present at the site for one (1) work day to instruct Owner personnel on the operation and maintenance of the pump equipment. END OF SECTION Hillsborough Pump Station Rehabilitation 157323 Vertical Turbine Pumps 432361-14 M47 W 00 LO