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