Loading...
HomeMy WebLinkAboutC-2923 - Big Canyon Reservoir Electric Control Panel ReconstructionCITY OF NEWPORT B#t- ACH July 29, 1994 Brewster Electric 220 S La Paz St., Anaheim, CA 92807 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Subject: Surety: Security Insurance Company of Hartford Bond No. BDS 110496 Contract No.: C -2923 Project: Big Canyon Reservoir Electrical Control Panel Reconstruction The City Council of Newport Beach on June 27, 1994 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the orange County Recorder on July 7, 1994, Reference No. 94- 0443575. Sincerely, Wanda E. Raggi City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 0 4- 0443575 > yj 07—JUL-19191-4 01:17 RECORDING REQUESTED BY AND `fOv C� fte or .ea f ffitiyi R£Gards WHEN RECORDED RETURN TO: t Of uta e� Gutty CaiifG {Illy City Clerk %��% tee A Y _`• Ccutt, ic_ "uf £' City of New t Beach \ f Pace 1 of =ees? $ v, 3300 Newport Boulevard r C•' Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Brewster Electric, 220 S La Paz St., Anaheim, CA 92807 as Contractor, entered into a Contract on August 17, 1993 Said Contract set forth certain improvements, as follows: Big Canyon Reservoir Electrical Control Panel Reconstruction (C -2923) - a� located in the City of Newport Beach. County of Orange Work on said Contract was completed on May 12 1994 _ , and was found to be acceptable on June 27, 1994 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Security Insurance Company of Hartford, 5550 W. Touhv Ave., #400, Skokie Il, 60077 -3200. BY Pubiic Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on / C Newport Beach, C& ifornia. BY ' i er at • 0 June 27th, 1994 CITY COUNCIL AGENDA ITEM NO. 30 Fy OF TO: Mayor & Members of the City Council it Ui 7 Iga,j FROM: Utilities Department 'i-itvEo... _...._ . SUBJECT: BIG CANYON RESERVOIR ELECTRIC CONTROL PANEL CONTRACT ACCEPTANCE: (CONTRACT NO. 2923) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion for Contract No. C -2923 on behalf of the City. 3. Authorize the City Clerk to release the bonds, 35 days after the Notice of Completion has been filed and recorded in accord with the applicable provisions of the California Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the City's Utilities and Building Departments. California. The contract was performed by Brewster Electric, of Anaheim, Total Bid Price $ 51,000.00 Total of Unit Price Items Constructed $ 51,660.00 Total of Authorized Change Orders $ 660.00 Total Contract Cost $ 51, 660.00 One change order was issued in the amount of $660 to provide for additional replacements of two electrical junction boxes and the connecting conduits which did not meet current electric codes. This project provided for the replacement of a number of obsolete, rusted and non -code conforming control and electrical components at the Operations Control Center at the Big Canyon Reservoir. The project also included installation of a propane engine driven generator to provide emergency back -up power for the operation of the control system that sets the position of the inlet and outlet valves to the 300 million gallon Big Canyon Reservoir. Page 2 - June 27, 1994 Big Canyon Reservoir Electric Control Project Contract Acceptance (C -2923) The project was part of the City's capital improvement program for Big Canyon Reservoir. Funds for the project were provided from account number 7503 - 98500221. The contract was awarded July 26th, 1993. All work was completed by May 12th, 1994. Respectfully submitted, �lEff- �4ntEARY Jeff Staneart, P.E. Utilities Director JS: sdi STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS RSCEI , �P -28, 1994 CITY OF NEWPORT BEACH (Name of owner, construction lender or public officer) P. 0. BOX 1768, NEWPORT BEACH, CALIF. 92659 -1768 , HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, WALTERS WHOLESALE ELECTRIC CO. 2825 TEMPLE AVE, LONG BEACH, CALIF. 90806 (Name and address) has furnished or has agreed to furnish MATERIALS (labor, services, equipment, materials) of the following kind ELECTRICAL (general description of labor, services, equipment or materials) to or for BREWSTER ELECTRIC (name of person to or for whem furnished) for the work improvement, bated at, or known as: "BIG CANYON RESERVOIR" 3300 PACIFIC VIEW ROAD, NEWPORT BEACH, CA C #C -2923 (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is E2 , 920.71 The amount in value of that already done or furnished by claimant is E2 , 920.71 Claimant has been paid the sum of $ 0. 00 , and there remains due and unpaid the sum of $2 , 920.71 plus interest thereon at the rate of 10 per cent per annum from MARCH 25 19 _14 YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. APRIL 22, 1994 WALTERS WHOLESALE ELECTRIC COMPANY Name of Claimant 2825 TEMPLE AVE, LONG BEACH, CALIF Address of Claimant �l� ..�.�.000C�o vv... -- � STATE OF CALIFORNIA ss J COUNTY OF LOS ANGELES { a � DENIS L.EVERT V. P. OF COLLECTIONO, beiagdulisworn,delaw and says: That _he is the person(s) who signed the foregoing Stop Notice; that —Ile has read the same and knows the contents thereof to be true of h_ own knowledge, except as to any matters or things that may therein be stated on h_ information and belief and as to those matters and things —he believes them to be true. � e5a— •1:1. BREWBIGC 7Na stmdaed (am w moat uRat r en a.m tadkaead. seton 7oa aaad R an a .n et d a. *rw MMIC[ and Rob ch -ow Rao. ao "m ftmmeti • Camutt a Iawym tl rm daWA tha .agar am 7waa a znp a Wa )acre nomm &.7a exirarsa) loom AW WP %*4b IMADO CITY F NEWPORT BRACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: ):INANCE DIRECTOR > -If —73 FROM: CITY CLERK DATE: August 18, 1993 SUBJECT: Contract No. C -2923 Description of Contract Big Canyon Reservoir Electrical Control Panel Reconstruction Effective date of Contract August 17, 1993 Authorized by Minute Action, approved on July 26, 1993 Contract with Brewster Electric Address 220 S La Paz St. CA 92807 Amount of Contract $51,000.00 &4� C�q Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach p ! July 26th, 1993 CITY COUNCIL AGENDA APPROVED ITEM NO. I6 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR RECONSTRUCTION OF ELECTRIC CONTROLS BIG CANYON RESERVOIR ELECTRIC CONTROL PANEL (CONTRACT NO. 2923) RECOMMENDATIONS: 1. Find that the lowest bidder, Brewster Electric can meet the requirements for completing the proposed contract work and declare him the "low bidder ". 2. Award Contract No. 2923 to in the amount of $51,000. 3. Authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: At 10:30 a.m. on July 14th, 1993, the City Clerk opened and read bids for the subject project. A summary of the results are listed below and a more detailed itemized bid summary is attached as Exhibit "A ": Rank Contractor/ Bidder Total Bid Price low Brewster Electric $ 51,000 2 Briggs Electric, Inc. $ 54,700 3 Ingo's Electric Design $ 58,208 4 Big O Enterprises, Inc. $ 62,578 5 Schooler - Volkert Elect. Const. $ 63,125 6 Pacific General Contractors $ 64,297 7 Beard Electric $ 75,000 Seven bids were received. The low bid was 9% above the Engineer's Estimate of $46,100. The difference between the low bid amount and the Engineer's Estimate almost entirely due to staffs miscalculation of the cost of the fiberglass enclosure for the propane generator. The low bidder, Brewster Electric is a qualified electrical specialty contractor, licensed to do business in California. This company has successfully completed somewhat similar construction projects for other reputable agencies in Southern California. • eage 2 BCR Electric Control Panel Project Contract Award (C -2923) July 26, 1993 This project provides for the replacement of a number of obsolete, rusted and non -code conforming control and electrical components at the Operations Control Center at the Big Canyon Reservoir. The proposed project also includes the installation of a propane engine driven generator to provide emergency back -up power for the operation of the control system that sets the position of the inlet and outlet valves to the 300 million gallon Big Canyon Reservoir. Funds for the work are included in the approved 1992 -93 water capital projects budget and were carried -over to the 1993 -94 fiscal budget to allow an award of contract. The project is part of the City's capital improvement program for Big Canyon Reservoir. Funds for the project are available from account number 7503- 98500221. The estimated time of completion for this electrical control contract is 60 calendar days. The expected completion date is October 1st, 1993. Respectfully submitted, -JCFP STANE.AR_Ti Jeff Staneart, P.E. Utilities Director Attachments: Exhibit "A": "Bid Summary" Js: sdi -qw ' o O� m 3 n z am 1 qq A m d m d z 0 Z 3. m_ a m R A �p -1 W < > a m m o d m � A d 3 S n O m n m H O m 2 d C] n y ro m� TO O 11 m Q N EXJ41bjr *P': icon 3 a ? a��a8 3 o c 3 �+ 3 QE c ¢ s Z T � n =3 1� 9 m c- m r r r r r r r r r r r r r D � w m888888888 H H�H��H�Haw�WC3 z N m 8888888888888 88 888888� 181 1N c Ci NN m 88f�8$8$$88Y&8 W O O O W N 0 N 0 W 0 0 m 0 N n O O O N<N(.� mmONNdp va OtliA 6� W flipp mfJ fnP Atli � 000 W OOOOOtnN fly W Z C Z q z RI 88$888888$888 � 3. Q n tpm p V 000 NO_ W �J(Oi�O� la C>(pp(..����J �md.40i VV �N�ppmJ� tNii Z 88$8$8$888888 N W H W W H N + + oN H Z J Q 0 m ' o 0 In o o m m m :q !m 3. m y+ N W W N+ N N (tmn V Q V 0O NWO-W Aomc +O V Z m 1 O ppppppp A N aHa(p (qa a Y6 C:: S 0 N 0 Opp n N A VpI VpI tpp Wp Opp Z � j pV pW pW pm pO pO � m D m �+� m Oqi (p.���Np 0p�p tnm�O_JO�D_N�I Wp tpli �pWp A O p�pV O O O O O O pN O 8 O pmp O pOp O pOp O pmpZ O� o O� m 3 n z am 1 qq A m d m d z 0 Z 3. m_ a m R A �p -1 W < > a m m o d m � A d 3 S n O m n m H O m 2 d C] n y ro m� TO O 11 m Q N EXJ41bjr *P': icon �zp-1 rn oc��r m m L A d +O � O m m d m � ro MSz 1V T 0 7� Z I� may �n s 0 Ci N Q O W N +pip 0 m�iA USA W N... m m 9 biNNm n.� �m a v, C m � NNfrp NN Nfril N41 NN(rny � m � w w ww ww.9; m m wwa a�888��8�88���m 88$$$88888888 m NN �p N8 app .p'.p. ONl p p p p� p� 8 s sss(spssssss(sq A�+p N N N �+ Ll V f Y�Y tl� N p� Of ��O V VVi W m pN pN Z pn O = tl� 0O N O tp0 a fp.� O O � m 888 8 pm 888888$ pN p pO 8$ O D N NN-� V-`o m 41 A f�lf N O t-tpp�NlQ Ol m A N 88z N C s. O 41 W O �Pc(.�: 0. N = O 89O pO 8fml� pO pO pm pN pm pIVI� p 8 8 W 1 j m m �fpo SO S(40 50 J Np (pJl�fpVli Z pO pO pO (pWli pO pO pN pO pN W N N fR In 41 V fA H q (P H N fR N H f0 m . C m Of m N 41 U 41 � $888888888888 g 3. n O V W � t80 f81� 8��fn 8 8N 8N O O O 8 Op 0 Op 0 Sp 0 Op 0 Sp 0 8p 0 Sp 0 Op 0 Op 0 Op 0 Op 0 Op Z 0 C Z D O c z �zp-1 rn oc��r m m L A d +O � O m m d m � ro MSz 1V T 0 7� Z I� may �n s O D m m N O M N EXHIBIT "A": t *L 0 Ci N Q O 0 m 9 O D m m N O M N EXHIBIT "A": t *L CIA, c �►� ' NOTICE INMING BIDS Sealed bids may be received at the office of the City Clerk, ' 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768 until 10.30 o'clock am. on 14 th day of July 11993,: at which time such bids shall be opened and read for Big Canyon Reservoir Electrical Control Panel Reconstruction ' Title of Project 1 GI I 11 L F� C H V C-2923 Contract No. $ 46,100 Engineer's Estimate \� FO RI Approved by the City Council this 28th day of June, 1993 M �� ' Prospective bidders may obtain one set of bid documents at no cost at ' the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768 ' For further information, call Jeff Staneart at644 -3o11. Project Manager - - 0 0 ' CITY OF NEWPORT BEACH UTILITIES DEPARTMENT BIG CANYON RESERVOIR ELECTRICAL CONTROL PANEL RECONSTRUCTION CONTRACT NO. C -2923 APROPOSAL —' To the Honorable City Council City of Newport Beach 3300 Newport Boulevard —' P. O. Box 1768 Newport Beach, California 92663 -3884 ' Gentlemen: The undersigned declares that he 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. C -2923 in accord with the Plans and Special Provisions, and will take full payment therefore the following lump sum price for work, complete in place, to wit: ' Item No. Unit Description Price 1 ' 1. L.S. Furnish and install generator and automatic transfer switch including remote annunciator, concrete equipment pad, conduit, wiring, feeders and all appurtenances ' except weatherproof enclosure 2 5, 453 .9 3 for the lump sum price of: $ 2. L.S. Furnish and install generator ' fiberglass NEMA 3R enclosure and all appurtenances for the lump sum price of: $ 8,545.65 1 Page 1 of 3 Description Furn ih and install 125 ampere, 3 pc a circuit breaker in existing mai , switchboard "MCC ", load side feeder and all appurtenances for the lump sum price of: Furnish and install 125 ampere, 3 pole enclosed main circuit breaker, load side feeder and all appurtenances for the lump sum price of: Price $ 1,032.04 1,585.00 5, L.S. Furnish and install 225 ampere, 480 volt, 3 wire, 24 circuit panel board "A" with circuit breaker, load side feeder and all appurtenances for the lump sum price of: $ 1,430.00 6. L.S. Furnish and install 37.5 KVa, 480 volt, 1 phase to 120/240 volt, 1 phase, 3 wire, dry type transformer "T ", load side feeder and all appurtenances for the lump sum price of: $ 1,580.00 7. L.S. Furnish and install 225 ampere, 120/240 volt, 1 phase, 3 wire, 30 circuit p :nel board "B" with circuit breakers and all appurtenances for the lump 1 , 080.00 sum price of: $ 8. L.S. Removal of existing switch gear and disconnection and removal of existing feeders and disconnection of existing branch circuits for the lump sum price of: $ 620.00 9. L.S. Reconnection of existing circuits to newt' panel boards including all required conduits, wiring, raceways, boxes and appurtenances for the lump sum price of: $ 2,150.00 Page 2 of 3 Item No. Unit 3. L.S. 1 4. L.S. Description Furn ih and install 125 ampere, 3 pc a circuit breaker in existing mai , switchboard "MCC ", load side feeder and all appurtenances for the lump sum price of: Furnish and install 125 ampere, 3 pole enclosed main circuit breaker, load side feeder and all appurtenances for the lump sum price of: Price $ 1,032.04 1,585.00 5, L.S. Furnish and install 225 ampere, 480 volt, 3 wire, 24 circuit panel board "A" with circuit breaker, load side feeder and all appurtenances for the lump sum price of: $ 1,430.00 6. L.S. Furnish and install 37.5 KVa, 480 volt, 1 phase to 120/240 volt, 1 phase, 3 wire, dry type transformer "T ", load side feeder and all appurtenances for the lump sum price of: $ 1,580.00 7. L.S. Furnish and install 225 ampere, 120/240 volt, 1 phase, 3 wire, 30 circuit p :nel board "B" with circuit breakers and all appurtenances for the lump 1 , 080.00 sum price of: $ 8. L.S. Removal of existing switch gear and disconnection and removal of existing feeders and disconnection of existing branch circuits for the lump sum price of: $ 620.00 9. L.S. Reconnection of existing circuits to newt' panel boards including all required conduits, wiring, raceways, boxes and appurtenances for the lump sum price of: $ 2,150.00 Page 2 of 3 TOTAL PRICE IN WRITTEN WORDS TOTAL PRICE Fifty One Thousand and no /100 Dollars and Cents $ 51,000.00 I declare under penalty of perjury that all representation made above are true and correct.' 'Effective January 1, 1990, Business and Professional Code Section 702.8.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non - responsive and shall be rejected. Bidder's Name Brewster Electric ", Bidder's Address 220 S La Paz St.Anaheim, Ca. 92807 9293 714) 921 - Bidder's Telephone No. ( -' fi5 48340 C -10 11/30/94 Contractor's License No. &Classication E ratiovi Date 7/13/93 OWNER Date Authorized Signature /Title Page 3 of 3 Item No. Unit Description Price 10. L.S. Removal of existing control room lights, conduit and wiring and the furnishing and installation of new Type 1 and Type 2 lighting fixtures, conduit, wiring and all appurtenances for the lump sum price of. $ 3,303.00 11. L.S. Removal of existing basement lighting, and the furnishing and installation of new Type 1 and Type 2 lighting fixtures and all appurtenances for the lump sum price of. $ 3,580.38 12. L.S. Painting of conduits for the lump sum price of: $ - 280.00 i13. L.S. Furnish and install temporary power provisions and all appurtenances. for the lump sum price of: $ 360.00 TOTAL PRICE IN WRITTEN WORDS TOTAL PRICE Fifty One Thousand and no /100 Dollars and Cents $ 51,000.00 I declare under penalty of perjury that all representation made above are true and correct.' 'Effective January 1, 1990, Business and Professional Code Section 702.8.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non - responsive and shall be rejected. Bidder's Name Brewster Electric ", Bidder's Address 220 S La Paz St.Anaheim, Ca. 92807 9293 714) 921 - Bidder's Telephone No. ( -' fi5 48340 C -10 11/30/94 Contractor's License No. &Classication E ratiovi Date 7/13/93 OWNER Date Authorized Signature /Title Page 3 of 3 a,vcLi VHlli V.Q1V11VHL ° ^ ^a I t_ • ' BIDDMS BOND BOND tNB 157441 KNOW ALL MEN BY THESE PRESENTS, *JAMES W. mEwSTER, -ELISA BRrWS'PER dba That we, Brewster Electric as bidder, and NATIONAL AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sutra of * *Ten Percent (1X7.) of the total amount, bid in dollars, not to exceed ••Ftsra Hundsad a+ut- 00/I9-- ---- ----- --- --. -- -- -------'---Dollars ($ sr IXX.OX1k+ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these tpresents. THE CONDITION OF TIE FOREGOLVC OBLIGATION IS SUM That if the proposal of the above bounden bidder for the construction of Flar.trical control naael reconstruction Bic C,onvo Renervoir C -2923 Title of Project Contract No. in the City of Newport Beath, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliyer to said City the 'Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the retailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City-. I In the event that any bidder above named executed this bond as an individual, it is a4reed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNF_SS WHEREOF, we hereunto set our hands and seals this 13th day of JULY 19 93 (Attach acknowledgement of Biewstei 'F.lectric Attorney -in -Fact) Kidder WwC4 U J ,f".P Notary Public V�1� uthorixed Siv%ture /Title ' NATIONAL AMERICAN INSURANCE IPANX otnndsaim Expires surety By. jTitl JAMES R. OLSEN- ATTORNVI- IN -FACP 1---------------------------------------------------- ------------------------------------------- A ALL-PURPOSE AC: IiMEN 1• tat of CALIFORNIA ol�ly of LOS ANGELES In 7 -13 -93 before me, D81 k L. SCALZO,NOTARY PUBLIC , DATE NAME,TIT�EOFOFFICER.E.O.. JAKE ODE. NOTARY PUBLIC' grsonally appeared FAMES R. OLSEN NAME(S) OF SIONER(S) ] tonally known tome - OR - ❑ 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 ac- AAA _ knowledged to me that helshe /they executed OFFICIAL SEAL the same In his /her /their authorized ( DEBRA L.SCALZO capacity(ies), and that by his/her /their NOTARY PUOLICCAL160RNIA signature(s) on the instrument the person(s), l 1A ic' yRINCIPAL MICE IN LOSANGEIESCOUtJTY or the entity upon behalf of which the MY Cn:ndon Expdcs lone 27. I „8 �:•: r y Cn,, person(s) acted, executed the Instrument. f WITNESS my hand and official seal. lJ SIGNATURE OF NOTARY P.03 W.8103 f♦AIiiiiiiiii! OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute do» nd rsqukv aw Natary Io lilt M the data WOW. "no co may Prove knealu Te to persona ro ft on tM document. (J INDIVIDUAL. Q CORPORATE OFFICER(S) PARTNER(S) LIMITED Q GENERAL ® ATTORNEYANTACT TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR Q OTHER: SIGNER IS REPRESENTING: NAVE OF PERSONM OR ENTITY(IES) NATIONAL AMERICAN INSURANCE COMPANY OPTIONAL SECTION IIS RTIFICATEMUSTBEATTACHEDTO TITLE OR TYPE OF DOCUMENT DUPLICATE ORIGINAL BIDDERS BOND IE SCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES 2 DATE OF DOCUMENT. 7 -1 3 - 9 3 _ ?Uqh The data requeslod here is not required by law, s7A 1�-�- BRE[STER,�,EL� ]CSTa q�dlDrevanI fraud,".ro reanachmenT Ol this lams. SIGNER(S) OTHER THAN NAMED ABOVE DRFWS'HR ELECTRIC IPto97 NATIONAL NOTARY ASSOCIATION - 8236 Rommel Ave.. P,O, 801 7181 - Canoga Perk, CA 91309 -718` 1 J I 11 !_J SECUR; ^'t INSURANCE CONIP : \� )F HARTFORD Farm:?_:, ,. "meet!". • POWER OF ATTORNEY * *BOND E TED IN DUPLICATE ** JAMES W: BREWSTER, ELISA BREWSTER PRINCIPA EFFECTIVEDATE JULY 26th,11993 220 S. LA PAZ STREET, ANAHEIM CALIFORNIA 92807 (ST9EET ADCRESS) (CITY) (STATE) (ZIP CODE) CONTRACTAMOUNT $51,000 00 AMOUNTOFBOND$ 51,000 -00 KNOW ALL MEN BY THESE PRESENTS: POW ER NO. BDS 119 4 9 6 That SECURITY INSURANCE COMPANY OF HARTFORD, a corporation of the State of Connecticut, does hereby make, constitute and appoint its true and lawful Attomey(s) -in -Fact. with full power and authority. for and on behalf of the Company as surety, to make, execute. deliver, and seal, if a seal is required. bonds, undertakings, recognizances. contracts of surety or other written obligations in the nature thereof, as follows: and to bind SECURITY INSURANCE COMPANY OF HARTFORD thereby. The authority of the Attomey -in -Fact and the Liability of the Company shall not exceed one million two hundred fifty thousand dollars ($ 12 50.000.). The appointment is made under and by authority of Article IV of the By -Laws of the Company, which Article is now in full force and effect and which states as follows: DEBRA L. SCALZO Appointment ofArtomeys -in -Fact IN CALIFORNIA The President or any Vice Presidentshall also have power and authority, from time to time, to appoint one or more artomeys -in -fact for the purpose of executing and delivering, for and on behalf of the Company and as its act and deed. bonds. undemkings. tecognizances. contracts of indemnity, and other instruments of writings of similar character. to prescribe the respective duties of such attomeys -in -fact and the respective limits of their authority and to revoke any such appointment at any time in his discretion. This Powerof Attorney, and any contract suretyship orother undertaking orany bond issued by any attomey -in -fact under this Power, may be signed by facimile signature under and by the authority granted by the following_ resolution duly adopted by the Board of Directors of the Company at a meeting held on November '0.1981: RESOLVED. That effective November 20, 1981, bonds, undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature :hereof shall be executed by the President or any Vice President and duly attested by any Secretary or any Assistant Secretary, or shall be sig^.ed in the Company's behalf by an attorney-in-fact appointed by a power of attorney executed as provided by Article IV of the By -Laws of this Company, any of said officers or such attomevs -in -fact being authorized to affix the Company's seal to any such instrument: and any Secretaq or any Asslslam Sccretnn' is hereby authorized and empowered to certify under the Company s seal to a copy of my resolution, by -law, written in,mimem. power of anomey. list of officers, or financial statement of the Company that may be appropriate or required: and RESOLVED FURTHER, Thar any signature of any of said officers to any of the written instruments above referred to, including powers of anomey and xniticmions and the signature of any anomey -in -fact acting under such power may be printed by facimile. In 'X'.T\:ESS WHEREOF. the said Vice President and :he said Secretary have hereunto subscribed iheir names and affixed :he corporate :meal of :he ,aid SEC"'R!T1 LNSURA NCE CONTAIN OF HARTFORD "his ISi day of July .1990 Attest: 004n SECURITY INSURANCE CO, %1PA:NY OF HARTFORD �.., U� r Ca By o Vice Presider ,W y: State of Connecticut`.'" ° S5. County of Hanford `'• %�'' Cn :his :e7 day of lu IV A.D. 19 *K ,before me, a Notary Public in and for said State and County. came the above -named Vice- President :nj Secretary. to me personally known t obet heindividuals and offe=rs describedin and who executed the precedinginstrument. and they acknowledged the execution of the :ame as :heir lreeact and deed. and b =in_ by me duly iwem. they did depose and say that they know tae-corporate seal of laid Comoanv. :hat the ,eai afdsad to the preceding !rut: r�munt was executed by them and the corporate seal affixed in accordance with the authority of the Board of Directors of said Compum. .... . ,o��+x M4H N ti TESTIMONY WHEREOF. I hate hereunto set my hand and seal the day and year first above written. �. : apTA.?,,, ; . My commission expires •._' N mr, Punic CL-RTfFIC. >T10�V ar of aCC P! t R ;.`:CE COMP -wY OF 'A4 FORD r.n that the foregmn ru ver n _t c. c .' n. •_ >t he D. a,u ui Directors of November 0. 'I Q81, aa, e aut ueen brdgeu or rec»keu and arc ,n n .� A !oa: and =rte -: s" "E CONpq�. Signedandscaiedat �et'n;; e7rJr i 3RD AUGUST 1 93 .oP .41 o _ _ . Connecticut, this day / of ./9 `3 � : Secretary Fnmi aNSM i1N01 .I I I I I I F I I `I ul I 11 I I I 0UCTIONS TO BIDDERS • Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% 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. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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 estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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. 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 in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 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. 548340 C -10 Contr's Lic. No. & Classification July 13 1993 Date Brewster Electric \Bidder (111 I��,.,_,A(I lIDt7 OWNER Authorized Signature /Title ' • • Page 3 DESIGNATION OF SUBCONTRACTORS 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 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. The Bidder, by signing this designation, certifies that bids from the following subcontractors 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. Subcontract Work Subcontractor Address 1 NONE 6. 7. 8. 9. 1 1C 11 12 I ' Brewster Electric Bidder A ff_pl/r M ,& U &P6O /OWNER Authorized Signature /Title 1 2 3. ' 4. 6. 7. 8. 9. 1 1C 11 12 I ' Brewster Electric Bidder A ff_pl/r M ,& U &P6O /OWNER Authorized Signature /Title 1 • • Page 5 1 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder ' from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or ' understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with an other person in any way or manner, any of the proceeds of the contracts sought by this bid. Brewster Electric B' der VM t�,Oj OWNER thorized ignature /Title 1 Subscribed and sworn to before me this J y ' day of T 61 (- Y 19 91. My Commission Expires: Notary Public L��l ..:. '•. No -� Notary Public O al�nla L��l • • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom P rform era tail Person o Contact Tel h ne No. Gen or 1990 City of La Mirada / Installlation David Treydte (213) 943 -0131 1991 County of Ventura insnaliaoiion Larry Tanou e Y (805) 659 -2061 Underground 1991 County of Orange Feeder Replacements Ralph Maples (714) 567 -7826 Switch Board 1991 Riverside Community College Replacement Sid Gabrila (714) 684 -3240 Replace Intercom,Fire Alarm 1992 Orange Unified School Dist.and clock systems Dwain Raney (714)997- 6302 1993 Long Beach City College Electrical Improvements South Campus Sharen Donald (310)420- 4483 Brewster Electric Bidder / OWNER iz A ored Signature /Title • • Page 7 I NOTICE i 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 of mailing Notice of Award to the successful bidder: ' PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) ' CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) CONTRACT (pages 15 & 16) 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. ' Payment and Faithful Performance Bonds 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. 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 VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: PropertiLCasualty, except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall ' be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. 1 It it * *BOND AsTED IN DUPLICATE ** PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That BOND #:BDS 110496 Page & WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded JAMES W. BREWSTEP ELISA BREWSTER dba to Rrpwctpr Flortrir hereinafter designated as the "Principal ", a contract for B i q_ C any o n Res e v o i r El e c t r i c a l Control Panel Reconstruction, C -2923 f in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, 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 JAMES W BREWSTER, ELISA BREWSTER dba BREWSTER ELECTRIC, 220 S. LA PAZ STREET, ANAHEIM CA., 92807 ' as Principal, and SECURITY INSURANCE COMPANY OF HARTFORD, 5550 W. TOUHY AVE., #400, SKOKIE I11 60077 -3200 ' as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FIFTY ONE THOUSAND DOLLARS AND )0 /100 Dollars($ 51, 000. 00 XXXXXXX), I, ' 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 made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. ' THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted ' to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. r I J 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 II 1 • • Page 9 The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 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 the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3RD day of AUGUST 19 93 JAMES W. BREWSTER, ELISA BREWSTER dba Brewster Electric (Seal) James 41. -Brewster, Owner Authorized Signature and Title SECURITY INSURANCE COMPANY OF HARTFO.Eeal) Name of Surety ll�� 5550 W. TOUHY AVE., #400, SKOKIE Ill 60077 -3200 Address of Surety DEBRA L. SCALZO- ATTORNEY -IN' -FACT 16218 VENTURA BLVD., #12, ENCINO, CA., 91436 (818)501-4385 Telephone Number of Agent r • 1 * *BOND EXECUTED IN DUPLICATE ** Page 10 FAITHFUL PERFORMANCE BOND BOND #:BDS 110496 ' PREMIUM:$1,275.00 KNOW ALL MEN BY THESE PRESENTS, That ' WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted July 26, 1993 ' JAMES W. BREWSTER, ELISA BREWSTER dba has awarded to Brewster Electric ' hereinafter designated as the 'Principal', a contract for Big C a nXo n R P c P v n i r — Electrical Control Panel Reconstruction, C-2923 tin the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of Ithe City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract I and the terms thereof require the furnishing of a bond for the faithful performance of said contract; r NOW, THEREFORE, We, JAMES W. BREWSTER, ELISA BREWSTER dba BREWSTER ELECTRIC 220 S. LA PAZ STREET, ANAHEIM CA., 92807 as Principal SECURITY INSURANCE COMPANY OF HARTFORD 5550 W. TOUHY AVE., #400, SKOKIE I11 60077 -3200 as Surety, are held and firmly found unto the City of Newport Beach, in the sum of FIFTY ONE THOUSAND DOLLARS AND 00 /100 Dollars ($51,000-00 XXXXXXXX). said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. RPOSE ACKNOWLEDGMEN'1- Stateof CALIFORNIA l County of LOS ANGELES )(r On 8 -3 -93 before me, CAROL A. KAPLAN, NOTARY PUBLIC DATE NAME. TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' DEBRA L. SCALZO personally appeared NAMES) OF SIGNER(S) ❑ personally known to me - OR - ® 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 ac- knowledged 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. Ci.RC.a. A. WITNESS my hand and official seal. LFiN'u•.LL JP'r'ICF:q p SIGNATURE OF NOTAArf Na. 5193 OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to Wwra raying on the document. INDIVIDUAL El CORPORATE OFFICER(S) TITLE(S) PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT TRUSTEE(S) E] GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTrTY(IES) SECURITY INSURANCE COMPANY OF HARTFORD OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT FAITHFUL PERFORMANCE/PAYMENT BOND #BDS THE DOCUMENT DESCRIBED AT RIGHT: 5 110496 Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. NUMBER OF PAGES DATE OF DOCUMENT AUGUST 3,1993 SIGNER(S) OTHER THAN NAMED ABOVE dba BREWSTER ELECPRIC 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave.. P.O. Box 7184 - Canoga Park, CA 91309 -7184 Page 11 And said Surety, for value received, hereby stipulates and agrees that no ' change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3RD day of AUGUST 19 93 JAMES W. BREWSTER, ELISA BREWSTER dba Brewster Electric (Seal) Name of Contractor (Principal) Authonzed Signature and itle James W. Brewster, Owner Authorized Signature and Title HARTFORD u'SECURITY INSURANCE COMPANY OF (Seal) Name of Surety 5550 W. TOUHY AVE., #400, SKOKIE Ill 60077 -320( Address of Surety Signature and Title of Authorized A ert� DEBRA L. SCALZO- ATTORNEY -IN -FA T 16218 VENTURA BLVD., #12,ENCINO, CA.,91436 Address of Agent (818)501 -4385 Telephone Number of Agent 11 I I 11 • 0 STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ','LY POLICYNIUMBER CERTIFICATE EXPIRES: C 1 T Y 3 ._.;AFT A P M N T L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. PRESIDENT EMPLOYER F-" SCIF 10262 (REV. 10-86) COPY FOR INSURED'S FILE �OSWELL INSURANCE AGENCY CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE .gents & Brokers, Inc. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDSD BY THE '.O. BOX 4648 POLICIES BELOW. fission Viejo CA 92690 - ---------------------------------------------- COMPANIES AFFORDING COVERAGE PHoNE714- 855 -0430 -------------------------------- --------- -------- -- - - - - -- ---------------------------------------------------------------------- INSURED COMPANY LETTER A Scottsdale Insurance Co. _______________________________________ _____ ____ ________ ____________ __ COMPANY LETTER B _______________________________________ ___ ______ _____ ____________ _____ COMPANY LETTER C trewster Electric -- ------ - - - --- -- --------------------------------------------------- 20 S. La Paz COMPANY LETTER D maheim Bills CA 92 807 ---------------------------------------------------------------------- COMPANY LETTER E COVERAGES <._____.._ :____ :._>___:._______.:____: ............................................... ............... ......... . . ..... THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. TYPE OF INSURANCE GENERAL LIABILITY [X] COMPREHENSIVE FORM [X] PREMISES /OPERATIONS [ ] UNDERGROUND EXPLOSION & COLLAPSE HAZARD [X] PRODUCTS /COMPLETED OPER. [X] CONTRACTUAL [X] INDEPENDENT CONTRACTORS (X] BROAD FORM PROPERTY DAMAGE [X] PERSONAL INJURY AUTOMOBILE LIAB [ ] ANY AUTO [ ] ALL OWNED AUTOS (PRIV PASS) ( ] ALL OWNED AUTOS (OTHER TEAM PRIV PASS) [ ] HIRED AUTOS [ ] NON -OWNED AUTOS I 1 GARAGE LIABILITY I ] IEXCESS LIABILITY I ] UMBRELLA FORM [ ] OTHER THAN UMBRELLA FORM WORKERS' COMP AND EMPLOYERS' LIAB ------------------- PENS. OTBER POLICY NUMBER POLICY EPP POLICY SEP DATE - DATE GLS495 -62 08/103 /9 08/10/94 LIMITS BODILY INJURY OCC. BODILY INJURY AGO. _ __ __________ ______ ---------- PROP. DAMAGE OCC. PROP. DAMAGE AGG. ___ ___ ________ _ ___ ---------- BI & PD COMB. OCC. 1, 000, BI & PD COMB. AGG. 1,000, PENS. INJURY AGG. 11 , 000, BODILY INJURY (PER PERSON) _____ ________ _ _ _ ___ --------- BODILY INJURY (PER ACCIDENT) __________ _________ ---------- PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED OCCURRENCE ACCIDENT SE -POL. LIMIT SE -EACH SAP. )ESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS ertificate holder is also named additional insured in respects to ig Canyon Reservoir Electric Control Panel Reconst. (C -2923 Except that if cancellation is for non - payment of premiu, ten 10 days notice may be given. CERTIFICATE HOLDER <______ ______________________ :_____..> CANCELLATION <=====.._==== ...... __.... .______...______....______..... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL Ity of New Beach . 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE rTN: Public Works Dept. -LEFT, .O. Box 1768 . E. swport Beach CA 92658 -8915 ----------------------------- = --------------------- ----------------- 25 ( Ll ^TER +ELECTRIC -_ Li> °_3 — -- F�9 =: ot COWAMU AFFORDING COVERAGE DUCER �� A STATE FARM MUTUAL AUTOMOBI INS TOM_LYNCH, -AGENT 300 N. TUSTIN,# 100 �B SANTA ANA, CA 92705 CoMPANYC 1RED LErrER JAMES W. BREWSTERp 220 S. LA PAZ ST. — ANAHEIM, CA 92807 -3925 ��fi NAMED ABOVE FOR THE PEP 100 TH S IS TO cEPTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED CONTRACT OR OTHER RESPECT T WHCH WrION TERM RC ONC O ALL THE iCH THIS IN NOTWITHSTANDING :DD By THE POLICIFS DESCRIBED REIN 15 SUIMCT OR MAY PERTAIN. THE THIS CERTIFICATE. i FKAT MAY O AND CONDITIONS OF SUCH POLICES AND IS NOT AMENDED, EXTENDED OR ALTERED BY TE iMS, L XCLUSIONS. _- — r -- - - -- °OL!rY EFFECTIVE EXPIItATION ALI,JD91V.IN THOUS ANn)5 co I TITE.OF INSURANCE NUMBER DATE DATE J GENERALLJABH= GENERAL AGGREGATE S (0,3cufV NCE BASIS ONLY) F E COMMERCIAL pgODUC'TBICOMDLETED f CUMPRrHEN S NF OPERATIONS AGGREGATE OWNERS A CONTRACTORS —� -_ PROTECTIVE PERSONAL INJURY f CONTRACTUAL FOR SPECIFIC CONTRACT f PRoUur.T s/COMPLETE EACH OCCURANCE OPE RAI QNS _ XC:U HAUROS BROADFORMPROPERTYDAMAGE BROAD SM'FV,BILITY OF INTEREST CLAUSE FIRE DAMAGE (ANYONE FIRE) f - - - -- P. I. WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES f lJ MARINE HIEMOVEO (ANY ONE PERSON) AUT01MOBD.E LIABILITY 196 7416- SINNGLEUAArt f 1MM ,J ANY AUTO B17 _55D INJURY f Al L OWNS O AUTOS (��� �� rA SGHEOULEDAUTOS S ]!I ' HIRED AUTOS (BODILY IDE NON OVONED AUTOS PROPERTY f GARAGE LIABILITY DAMAGE EXCESS LIABILITY EACH AC�OFEGATF: ., R � I UMBRELLA FORM - OTHER THAN UMBRELLA FORM S f WORKERS' COMPENSATION i - -- — EACH ACCIDENT $ EMPLOYERS'1JABRHY S DISEASE•POLICY LIMB f DISEASE- EACHEMMOYEE "` �i1nl�Ji $ �y - - - -- DESCRIPTION OF OPERATION& LOCATION &VEHX:LESRESTWCTgN59PECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED W CONNECTION WITH THE FOLLOWING CONTRACT: C -2923 Big Canyon Resevoir Electrical Control Panel Reconst. PROTECT TTJLB ANDCONIDAC F KU B U --' — -IIf1i77CA.7'E 3l)LDE7t" ", � . .. `:. � .. �4� �1.., tR: ,. . , ,. ,t _ ....SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON- RENEWED, CANCELLED ON CITY OF NEWPORT BEACH COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFOReING COVERAGE l ROVID DAYS MINUM ADVANCE NOTICE TO THE CRY OF PO. BOX 176$ NEW YREG REDMAIA MION: 33)'1 NEWPORT BOULEVARD JULY 28, 1993 NI:WPORTBEACH,CAL.IFORNIA 92658•$91S �-_ AVTTTG PMATTVE lSST1E DATE 1._ — +TPt4`f4.r W STER4ELECTRI6 .;�i ` r i 10293 r nz. Page 13 V LIA I h I; agreed that: t., with respect to its officers and employees are ad itionrt insureds, but �:., 1. SVith respect c such l office s d e afforded b; tad ItiO riW Oftns* 0f #vto� des the (or ar tos) Newport Beath, nn with the contract designated below. Thr' liability for damages arising out of ,h_ owners p� hot a 1 !o bodily Injury or used by or on behalf of the named insured said ddi o al instited M the Pitame of an additional Insurance extended by this endorsement by property dams a arising out of automobiles (1) owned b Of ted by an additional insured. the insuranceggafforded said additional in shall A 1 As palmate' insurance and no other insured, or (2) leased or rented b� an additional ensue , oprp(y3 s ,A insurance maintained by the City of Newport Beach shall be called upon to contribute with insu,a ^s ^..prev.ided by this policy ?, The policy includes the following provision: "'The insurance afforded by the policy applies taiely to each Insured t ttoothe limits Of coverage r against whom a claim is made or suit is bbrou Q eke t with respect liability of the company affording coverage." r �^.- %Otional Inauteds named in paragraph 1. of 3. 11re limits of liability under this enu�• th;s endorsement shall be the limits indicated below fur either MUlliple Limits or Single [.rout; ;; .' j 1 Multiple Limits per person Bodily Injury Liability per accident Bodily Injury Liability .,. !: property Damage Liability S I XI Combined Single Limit Bodily Injury Liability' s .l and property Damage Liability ;. j(•;: The limits of iiab� ,:y ac stated in this endotsMet!t shall Ilbt inycrease the total liability of the dent or excess nofathe limits of liability asitated in the the policy result s Applicable to Automobile occurrence labitiry Insurance. expiration A Should t ng�Company -rerl wp ovide 30 days advance h Nee td th Cityof Newport lBeach ))y registered mail, Attention: Public Works Department- 0-2923 — 5. Designated Con'ract ^g,l.a_.Canyon Reservoir ('leetrltal Control Panel peconst- u• wjed Titid and Contract NoJ JULY 28 1993 at 12:01 A.M. and forms part of This endorsement is effective rnMDANV Folic No. 1967416 _B17 -r,Sn _of STATE FARM MIITIE Y (company issuing Company STATE CITY OF NEWPORT BEACH • Page 14 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the liability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [X j Commercial V 1 Comprehensive General Liability $ 11000,000 each occurrence occurrence The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department C-2923 7. Designated Contract: Big Canyon Reservoir Electric Control Panel Reconst. (Project Title and Contract No.) This endorsement is effective August 10, 1993 at 12:01 A.M. and forms a part of Policy No. GLS495562 of BREWSTER ELECTRIC Producer BOSWELL INSURANCE SCOTTSDALE INSURANCE (Company Affording Coverage) (Authorized Representative) • Page 15 ' CONTRACT THIS AGREEMENT, entered into this day of ' by and between the CITY OF NEWPORT BEACH, hereinafter "Ci ;' and R r a w c t a r F l a r t r i r , hereinafter "Contractor," is made with ' reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Big Canyon Reservoir Electrical Control Panel Reconstruction C -2923 Title of Project Contract No. ' (b) Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, I, NOW, THEREFORE, the parties hereto agree as follows: I' 1. Contractor shall furnish .all materials and perform all of the work for the construction of the following described public work: Big Canyon Reservoir Electrical ' Control Panel Reconstruction C -2923 Title of Project Contract No. I' which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. ' 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of F if t y - One Thousand Dollars ' and oo /100 ($ 51,000.00 ) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (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, and which loss or ' expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set ' forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) (b) (c) ' (d) (e) Notice Inviting Bids Instruction to Bidders and documents referenced therein Payment Bond Faithful Performance Bond Certificate of Insurance and Endorsements(s) ' • • Page 16 ' (f) Plans and Special Provisions for Big Canyon Reservoir Electrical Control Panel Reconstruction C -2923 ' Tide of Project Convict No. (g) This Contract. ' 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH a municipal corporation By: . Mayor ' ATTEST: 'Cit3rClerk ' APPROVED AS TO FORM: CONTRACTOR: 1] E Brewster Electric City Attorney Name of Contractor (Principal) thorized Signature and Title James W. Brewster, Owner Authorized Signature and Title 1] E ' • • TABLE OF CONTENTS ' SPECIAL PROVISIONS SECTION 1 - SCOPE AND CONTROL OF THE WORK 1 -1 Scope of Work 1 -2 Completion, Schedule and Prosecution of the Work 1 -3 Classification of Contractor's License 1 -4 Payment 1 -5 Liquidated Damages 1 -6 Permits and Inspections ' 1 -7 Pre Bid Conference & Job Walk 1 -8 Pre- Construction Meeting 1 -9 Conferences ' 1 -10 Inspection of Plans and Specifications by the Contractor 1 -11 Local- Conditions 1 -12 Contractor's Records /As -Built Drawings ' 1 -13 Safety 1 -14 Protection of Utilities 1 -15 Protection of Existing Buildings & Equipment 1 -16 Construction Survey Staking 1 -17 Water & Power 1 -18 Contractor's Work Area 1 -19 Testing 1 -20 Dust /Noise Control 1 -21 Sanitary Facilities ' 1 -22 Big Canyon Reservoir Operations 1 -23 Availability of Material 1 -24 Steel Plates ' 1 -25 Warrantee SECTION 16010 ELECTRICAL GENERAL PROVISIONS SECTION 16050 BASE ELECTRICAL MATERIALS AND METHODS ' SECTION 16111 CONDUIT AND WIRE SECTION 16160 PANEL BOARDS ' SECTION 16250 AUTOMATIC TRANSFER SWITCH SECTION 16620 STANDBY POWER 1 11 1 • • ,I CITY OF NEWPORT BEACH ' UTILITIES DEPARTMENT SPECIAL PROVISIONS BIG CANYON RESERVOIR ELECTRICAL CONTROL PANEL RECONSTRUCTION (E- 5043 -S) ' CONTRACT NO. C -2923 ' SECTION 1 - SCOPE AND CONTROL OF THE WORK 1 -1 Scope of Work ' The work to be done under this contract consist of removal, replacement and reconfiguration of existing control panels, reconnection of existing circuits, addition of new standby generator with automatic transfer switch and ' replacement of existing lighting. The Contract requires completion of all work in accord with these Special Provisions; the City's Standard Special Provisions; the Plans (Drawing No. E- 5043 -S); the Standard Drawings for Public Work Construction, Latest Edition; and the Standards Specification for Public Works Construction (SSPWC), latest edition, copies of which area available for purchase at the Public Works Department, City Hall Complex at ' 3300 Newport Boulevard, Newport Beach, California, 92663 for Ten dollars ($10.00). Copies of the Standards Specification may be purchased from the Building News, Inc. 3055 Overland Avenue, Los Angeles, California, 90034, ' (213) 202 -7775. In addition, all work shall conform to Chapter 15 of the Newport Beach Municipal Code (NBMC). Section II, Sub - Section "Street lights" of the ' Standard Specifications for Public Works Construction (SSPWC) shall not apply to this contract. The electrical specifications Sections 16010, 16050, 160111, 16160, 16250 and 16620 shall apply for the electrical requirements of this contract. 1 -2 Completion, Schedule and Prosecution of the Work 1 No work shall begin until a schedule of work has been approved by the City. The Contractor shall submit a construction schedule to the City for approval ' a minimum of five (5) working days prior to commencing any work. Schedule may be bar chart or CPM style. Schedule shall be on a weekly progress basis showing line item activities of work by the Contractor. City will review the schedule and may require the Contractor to adjust to the ' requirements of the City. The Contractor shall schedule his work to allow the existing electrical system to remain in service each night. ' The Contractor shall complete all work under the Contract within sixty (60) calendar days from the date of award of the contract by the city council. ' Working hours are limited to 7:00 a.m. to 6:30 p.m. Monday through Friday; 8:00 a.m. to 6:00 p.m. Saturdays per Section 10 -28 of the NBMC. SP1of6 • • ' The Contractor shall obtain all necessary permits for the proposed construction (i.e. CalOSHA). The City will perform the necessary inspections. The Contractor shall furnish the City full information as to the progress of the work in its various parts and shall give the City timely (48 hours minimum) notice of the Contractor's readiness for inspection. All materials and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the City. The prices shown on the proposal shall be considered full compensation Should the Contractor elect to work later than 5:00 p.m. weekdays or at anytime Saturday, he must first obtain special permission from the ' City. A request for working during any of these hours must be made at least 72 hours in advance of the time period. A separate request must ' be made for each work shift. The City reserves the right to deny any or all such request. Additionally, the Contractor will be required to pay ' for inspection during these periods when such work is approved. ' 1 -3 Classification of Contractor's License At the time of the bid and until completion of the work, the Contractor ' shall possess a valid "C -10" Electrical Specialty Contractor's License ' issued by the State of California. In addition, at the start of work and until completion of work, the Contractor shall possess a valid business ' license issued by the City of Newport Beach. 1 -4 Payment ' The Contractor shall obtain all necessary permits for the proposed construction (i.e. CalOSHA). The City will perform the necessary inspections. The Contractor shall furnish the City full information as to the progress of the work in its various parts and shall give the City timely (48 hours minimum) notice of the Contractor's readiness for inspection. All materials and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the City. The prices shown on the proposal shall be considered full compensation for all labor, equipment, materials, necessary to complete the work in place and no additional allowance will be made therefor. Payment for ' incidental items of work not separately listed shall be included in the prices shown for the other related items of work. ' 1 -5 Liquidated Damages Failure of the Contractor to complete the work within the time specified ' will result in significant damages being sustained by the City. All work specified under this contract shall be completed within the time specified for completion or the Contractor shall pay the City as liquidated damages, ' the sum of seven hundred fifty dollars ($750) per calendar day for each and every calendar day's delay in completing the work in excess of the specified time, plus any authorized time extension. 1 1 -6 Permits and Inspections ' The Contractor shall obtain all necessary permits for the proposed construction (i.e. CalOSHA). The City will perform the necessary inspections. The Contractor shall furnish the City full information as to the progress of the work in its various parts and shall give the City timely (48 hours minimum) notice of the Contractor's readiness for inspection. All materials and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the City. 1 -7 Pre -Bid Conference and Job Walk There will be no formal pre -bid conference or job walk. However, the City recommends a visit to the project site. Arrangements for a site ' visit can be made through the office at Big Canyon Reservoir located at 3300 Pacific View Drive in Corona Del Mar. ' SP2of6 1 -8 Pre - Construction A pre- construction meeting shall be scheduled 48 hours prior to the start of construction with the following people present: Newport Beach Utilities Department, Design Electrical Engineer, City Inspector or their ' representatives. Required field inspection will be outlined at the meeting. This meeting is mandatory. ' 1 -9 Conferences At any time during the progress of the work, the City shall have ' authority to require the Contractor to attend a conference including any or all of the subcontractors engaged in the work, and any notice of such conferences shall be duly observed and complied with by the Contractor. ' 1 -10 Inspection of the Plans and Specifications by the Contractor The Contractor shall familiarize himself with the plans and specifications. Should he discover any discrepancies or omissions in them, he shall at once report his discovery in writing to the City for a decision on it correction, ' revision or clarification and the decision of the City shall be final. 1 -11 Local - Conditions ' Bidders shall read each and every clause of the specifications, examine the drawings, and shall satisfy themselves by personnel investigation on the site as to local conditions affecting the work. Information on existing conditions ' including the locations of utilities and other structures were derived from record plans, and specifications. These facilities should be regarded as approximate only and should approached with caution. Each bidder or his representative shall visit the site of the work and familiarize himself with local conditions, and shall investigate the material and take his own boring (with prior City approval) as deemed necessary. Contract plans may contain ' debris, rubbish and other material. The presence of and any required removal and disposal of any material or object so encountered shall be considered in the price of the bid for construction. The bidder shall ' determine the actual condition and requirements of the work, the character and amount of all classes of labor and materials that may be required, and all circumstances and conditions that may affect the cost of the work. They shall include in their unit prices any and all expense or cost that may be necessary ' to complete the project in accord with the requirements of the Contract. ' 1 -12 Contractor's Records /As -Built Drawings 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 (3) years after the date of completion of the project. During this time, the material shall be made available to the City or to its authorized designated representative. Suitable facilities are to be provided for access, inspection and copying of this material. ' SP3of6 • • The stamped set of approved plans and specifications shall be on the job site at all times and in addition the contractor shall maintain "As- Built" drawings of all work and subcontractor, continuously as the job progresses. A separate set of prints for this purpose only; shall be kept at the job site at all times. It shall be required that these drawings be up -to -date and so certified by the City's Inspector at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" ' corrections upon a copy of the plans. The "As- Built" corrections plans shall be verified by the City prior to final payment. ' 1 -14 Protection of Utilities The approximate location of utilities in the project area have been shown on these plans. Prior to excavating in the vicinity of these utilities, the Contractor shall notify Underground Service Alert. The Contractor shall be responsible for verifying the actual location and elevation of all utilities in the field prior to start of construction by pot - holing all crossings and ' connections by hand excavation methods. 1 -13 Safety ' In accord with the generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during any performance of the ' work, and the Contractor shall fully comply with all State, Federal and other laws, rule, regulations and orders relating to safety of the public and ' workers. ' 1 -14 Protection of Utilities The approximate location of utilities in the project area have been shown on these plans. Prior to excavating in the vicinity of these utilities, the Contractor shall notify Underground Service Alert. The Contractor shall be responsible for verifying the actual location and elevation of all utilities in the field prior to start of construction by pot - holing all crossings and ' connections by hand excavation methods. Electrical, water, sewer, gas, cable and telephone services shall be ' maintained at all times to Big Canyon Reservoir. The Contractor shall protect all existing utilities from damage, whether they are shown or not. The existing utilities are to remain in place and protect against damage ' during construction operations. The Contractor will not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by the City. If the existing utilities interfere with construction, the Contractor shall submit drawings showing methods, material and sequences of operation for maintaining utility services. Electrical splices shall be made in pull boxes only The Contractor shall provide temporary services during any interruptions to existing utilities, as acceptable to the City. Utilities, as required to be turned off or shut down for any period of time must be coordinated with ' the City of Newport Beach Utilities Department. 48 Hours notice is to be given to allow movement of equipment or ' personnel who maybe effected by the shut down. The Contractor may not be able to turn off or shut down at his convenience. ' No additional cost will be acceptable nor time extension granted, if a delay in work is caused by inconvenience. SP4of6 • • 1 -15 Protection of Existing Buildings & Equipment Existing buildings, site, equipment, systems and furnishings shall be protected from damage during this project. The Contractor shall provide and construct necessary barriers, dust control and fences to ensure protection of construction area and non - construction areas. 1 -16 Construction Survey Staking The City will provide one (1) set of stakes for both line and grade for the construction of the electrical line and the concrete pad. Any additional staking or any restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that stakes are needed. 1 -17 Water and Power The contractor will be responsible for obtaining any water required for his operation. If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage. ' The Contractor will be responsible for obtaining any power required for his operation. 1 -18 Contractor's Work Area It shall be the responsibility of the Contractor to coordinate with the City; the area or areas that can be used for equipment parking and material ' storage. The Contractor's personnel and subcontractor's will be required to park all personnel vehicles in areas designated by the City. ' The Contractor shall be responsible for securing the site to protect his property from vandalism and loss and to protect the public from possible injury. ' The areas outside of the construction area must be maintained clean, at all times, Site must be cleaned daily at the end of work by sweeping, water or other means to satisfaction of the City. i1 -19 Testing 1 The City shall select the independent testing laboratory and pay for all testing as specified in the various sections of the special provisions. When it is the opinion of the City, additional tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections will be paid for by the Contractor. 1 -20 Dust /Noise Control Dust shall be controlled by watering and /or dust palliative in accord with City of Newport Beach requirements. SP5of6 ' • • ' SP6of6 The Contractor shall provide protection from dust for all existing ' equipment within Big Canyon Reservoir operations building. Noise, excavation, delivery and removal shall be controlled per Section ' 10 -28 of the NBMC. 1 -21 Sanitary Facilities Sanitary facilities shall be maintained on the site during the construction period, use of City facilities will not be allowed. 1 -22 Big Canyon Reservoir Operation Big Canyon will remain in operation throughout the construction of the electrical control panel reconstruction. Security must be maintain by the ' Contractor. Doors, driveways and building areas must be maintained clear of obstructions that may impede their use. Entries and aisle ways into and around the site shall be open at all times. 1 -23 Availability of Material It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time for 100% ' completion of work. 1 -24 Steel Plates ' The City can provide, free of charge, a limited quantity of 1" thick, 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Peter Antista, at (714) 644 -3011. ' 1 -25 Warrantee Contractor shall warrant all materials and workmanship for a period not ' less than two years (24 months) from the date of City Council acceptance of the contract work and certification of completion. Contractor's warrantee shall cover all materials and all operations of all equipment installed as a part of the this contract. Any part, item or function that does not perform as originally intended or specified shall be replaced or repaired by the contractor at no cost to City should that part, ' item or function fail or not perform as originally intended or specified. Contractor shall provide a written warrantee, satisfactory to City prior to ' acceptance of the contract installation which meets the requirments of this provision. 1 ' SP6of6 • • SECTION 16010 1.03 LOCATIONS OF EQUIPMENT ' A. The drawings indicate diagrammatically the desired locations or arrangements of conduit runs, outlets, equipment, etc., and are to be followed as closely as possible. Proper judgment must be exercised in ' executing the work so as to secure the best possible installation in the available space and to overcome local difficulties due to space limitations or interference of structure conditions encountered. ' ELECTRICAL GENERAL PROVISIONS 16010 -1 ELECTRICAL GENERAL PROVISIONS PART 1 - GENERAL 1.01 SCOPE A. Work Included: All labor, materials, appliances, tools, equipment, facilities, ' transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete, as shown on the drawings and /or specified 1 herein. Work includes, but is not necessarily limited to, the following: 1. Examine all other sections for work related to those other sections and ' required to be included as work under this section. 2. General provisions and requirements for electrical work. ' 1.02 GENERAL SUMMARY OF ELECTRICAL WORK A. The specifications and drawings are intended to cover a complete installation of systems. The omission of expressed reference to any item of labor or material for the proper execution of the work in accordance with present practice of the trade shall not relieve the Contractor from providing ' such additional labor and materials. ' B. Diagrams and symbols showing electrical connections are diagrammatic only. Wiring diagrams do not necessarily show the exact physical arrangement of the equipment. C. Before submitting a bid, the Contractor shall familiarize himself with all features of the existing building drawings and site drawings which may ' affect the execution of the work. No extra payment will be allowed for failure to obtain this information. D. If there are omissions or conflicts between the drawings and specifications, ' clarify these points with the City before submitting bid. 1.03 LOCATIONS OF EQUIPMENT ' A. The drawings indicate diagrammatically the desired locations or arrangements of conduit runs, outlets, equipment, etc., and are to be followed as closely as possible. Proper judgment must be exercised in ' executing the work so as to secure the best possible installation in the available space and to overcome local difficulties due to space limitations or interference of structure conditions encountered. ' ELECTRICAL GENERAL PROVISIONS 16010 -1 • • ' B. In the event changes in the indicated locations or arrangements are necessary, due to developed conditions in the building construction or rearrangement of furnishings or equipment, such changes will be made without cost, providing the change is ordered before the conduit runs, etc., and work directly connected to same is installed and no extra materials are required. ' C. The locations of existing utilities, building, equipment and conduit shown on the drawings is approximate. Verify exact locations and routing of 1 existing systems in the field. Include all costs in contract price for adjustment required to accommodate existing conditions. 1.04 PERMITS Contractor required to obtain all necessary permits. Permit fees will be waived by the City. ' 1.05 QUALITY ASSURANCE A. Work and materials in full accordance with the latest rules and regulations ' of the California Code of Regulations Title 24, Part 3 "California Electrical Code ", Title 8 "Division of Industrial Safety ", the National Electrical Code, the National Life Safety Code, and other applicable state laws and ' regulations. B. All material and equipment shall be new and shall be delivered to the site in ' unbroken packages. All material and equipment shall be listed and labeled by Underwriters Laboratories or other recognized testing laboratories, where such listings are available. Comply with all installation requirements and ' restrictions pertaining to such listings. C. Keep a copy of all applicable codes available at the job site at all times while performing work under this section. Nothing in plans or specifications shall be construed to permit work not conforming to the most stringent of codes. 1.06 SUBMITTALS A. General 1. Review of contractor's submittals is for general conformance with the design concept of the project and general compliance with the ' information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for quantities; dimensions which shall be confirmed and correlated at the job site; fabrication processes and techniques of construction; coordination of work with that of all other trades and satisfactory performance of their work. IELECTRICAL GENERAL PROVISIONS 16010 -2 ' 3. Shop drawings shall include catalog data sheets, instruction manuals, dimensioned plans, elevations, details, wiring diagrams and descriptive literature of components parts where applicable. Structural calculations and mounting details, signed by a Structural Engineer registered by the State of California, shall be submitted for all equipment weighing over four hundred pounds, and shall be in compliance with Title 21 of the California Code of Regulations. 4. Shop drawings shall include the manufacturer's projected days for ' shipment from the factory of completed equipment, after the equipment is released for production by the Contractor. It shall be the responsibility of the Contractor to insure that all material and ' equipment is ordered in time to provide an orderly progression of the work. The Contractor shall notify the City of any changes in delivery which would affect the project completion date. ' ELECTRICAL GENERAL PROVISIONS 16010 -3 ' 2. The Contractor shall review each submittal in detail for compliance with the requirements of the contract documents prior to submittal to the City. The Contractor shall "Ink Stamp" and sign each item of the ' submittal with a statement "CERTIFYING THE SUBMITTAL HAS BEEN REVIEWED BY THE CONTRACTOR AND COMPLIES WITH ' ALL THE REQUIREMENTS OF THE CONTRACT DOCUMENTS ". 3. Departure from the submittal procedure will result in resubmittals and ' delays. B. Material Lists and Shop Drawings: 1. Submit material list and equipment manufacturers for review within 15 days of award of contract. Give name of manufacturer and where applicable, brand name, type and /or catalog number of each item. Listing of more than one manufacturer for any one item of equipment, or listing items "as specified ", without both make and model or type designation, is not acceptable. Shop drawings shall not be submitted ' before review completion of manufacturers list. The right is reserved to require submission of samples of any material whether or not particularly mentioned herein. ' 2. After completion of review of the material and equipment manufacturers list, submit eight (8) sets of shop drawings for review. Shop drawings shall be submitted in completed bound groups of ' materials (i.e., all lighting fixtures or all switch gear, etc.). The Contractor shall verify dimensions of equipment and be satisfied as to fit and that they comply with all code requirements relating to clear ' working space about electrical equipment prior to submitting shop drawings for review. Submittals which are intended to be reviewed as ' substitution or departure from the contract documents must be specifically noted as such or the requirements of the contract documents will prevail regardless of the acceptance of the submittal. ' 3. Shop drawings shall include catalog data sheets, instruction manuals, dimensioned plans, elevations, details, wiring diagrams and descriptive literature of components parts where applicable. Structural calculations and mounting details, signed by a Structural Engineer registered by the State of California, shall be submitted for all equipment weighing over four hundred pounds, and shall be in compliance with Title 21 of the California Code of Regulations. 4. Shop drawings shall include the manufacturer's projected days for ' shipment from the factory of completed equipment, after the equipment is released for production by the Contractor. It shall be the responsibility of the Contractor to insure that all material and ' equipment is ordered in time to provide an orderly progression of the work. The Contractor shall notify the City of any changes in delivery which would affect the project completion date. ' ELECTRICAL GENERAL PROVISIONS 16010 -3 ' • • C. Action on Submittals ' 1. City Review: City shall review all submittals. City, where possible, will return submittals within two weeks of receipt. Where submittal must be held longer for coordination, Contractor will be so advised. ' 2. Final - But - Restricted Release: Work may proceed provided it complies with notations and corrections on submittal and with contract documents, when submittal is returned with "City" approval "with corrections" review stamp. 3. Return for Resubmittal: Contractor shall not proceed with any work where submittals have not been reviewed and approved by the City. Contractor shall revise submittal in accord with any notations thereon, and shall resubmit without delay to obtain approval. Contractor shall ' not allow submittals that are un- approved (or unmarked) to be used in connection with performance of any work: "Contractor Shall Resubmit" 4. Review Stamp: City's review stamp for use on all submittals ' returned to the contractor, is self - explanatory as marked. D. The Contractor shall be responsible for incidental, direct and indirect costs resulting from the substitution of specified contract materials or work. E. Maintenance and Operating Manuals 1. The Contractor shall furnish three copies of typewritten maintenance ' and operating manuals for all electrical equipment, etc., to the City and instruct City's personnel in correct operation of all equipment at ' completion of project. 2. Maintenance and operating manuals shall be bound in three -ring, ' hard - cover, plastic binders and shall be delivered to the City. F. Record Drawings 1. Provide and maintain in good order a complete set of electrical contract "record" prints. Changes to the contract to be clearly recorded on this set of prints. At the end of the project, transfer all changes to one set of ' transparencies to be delivered unfolded to the City. 2. The actual location and elevation of all buried lines, boxes, monuments, vaults, stub -outs and other provisions for future ' connections shall be referenced to the building lines or other clearly established base lines and to approved bench marks. If any necessary dimensions are omitted from the record drawings, the Contractor shall, ' at his own expense, do all excavation required to expose the buried work and to establish the correct locations. ' 3. The Contractor shall keep the "record" prints up to date and current with all work performed. ' ELECTRICAL GENERAL PROVISIONS 160104 • • 1.07 CLEANING EQUIPMENT, MATERIALS, PREMISES All parts of the equipment shall be thoroughly cleaned of dirt, rust, cement, plaster, etc., and all cracks and corners scraped out clean. Surfaces to be ' painted shall be carefully cleaned of grease and oil spots and left smooth, clean and in proper condition to receive paint finish. ' 1.08 JOB CONDITIONS - PROTECTION Protect all work, materials and equipment from damage from any cause ' whatever and provide adequate and proper storage facilities during the progress of the work. Provide for the safety and good condition of all the work until final acceptance of the work by the Owner and replace all damaged or defective work, materials and equipment before requesting final acceptance. 1.09 CUTTING AND PATCHING ' Perform cutting and patching of the construction work which may be required for the proper installation of the electrical work. Patching shall be of the same material, thickness workmanship and finish as existing and accurately match surrounding work to the satisfaction of the City. 1.10 IDENTIFICATION A. Panel boards, terminal cabinets, circuit breakers, disconnect switches, starters, ' relays, time switches, contactors, push -button control stations, and other apparatus used for the operation or control of feeders, circuits, appliances, or equipment shall be properly identified by means of descriptive nameplates or ' tags permanently attached to the apparatus and wiring. B. Nameplates shall be engraved laminated phenolic. Attachment to equipment shall be with escutcheon pins, rivets, self- tapping screws or machine screws. Self- adhering or adhesive backed nameplates shall not be used. C. Provide black -on -white laminated plastic nameplates engraved in minimum ' 1/4" high letters to correspond with the designations on the drawings. Provide other or additional information on nameplates where indicated. D. For equipment containing or operating on circuits of more than 240 volts nominal, provide red -on -white laminated warning signs engraved in 1/2" high letters to read: "DANGER - 480 (or as applicable) VOLTS KEEP OUT ' AUTHORIZED PERSONNEL ONLY" E. Tags shall be attached to feeder wiring in conduits at every point where runs ' are broken or terminated and shall include pull wires in empty conduits. Circuit, phase, and function shall be indicated. Branch circuits shall be tagged in panel boards and motor control centers. Tags may be made of pressure sensitive plastic or embossed, self- attached, stainless steel or brass ribbon. ' ELECTRICAL GENERAL PROVISIONS 16010 -5 1 • • U 1.11 F. Cardholders and cards shall be provided for circuit identification in panel boards. Cardholders shall consist of a metal frame retaining a clear plastic cover permanently attached to the inside of panel door. List of circuits shall be typewritten on card. Circuit description shall include name or number of circuit, area, and connected load. G. Junction and pull boxes shall have covers stenciled with box number when shown on the drawings, or circuit numbers according to panel schedule. Data shall be lettered in a conspicuous manner with a color contrasting to finish. TESTING ' A. The City will obtain an independent testing laboratory that will provide all instrumentation and tests on the electrical system and equipment as hereinafter described and further directed by the City. The test will be performed after the completion of all electrical systems included in the Contract Scope of Work. All tests will be recorded and documented and submitted to the City for review. ' 1. Test for Phase Ground Condition: to a. Open main service disconnect. b. Isolate the system neutral from ground by removing the neutral ' disconnect link located in the service switchboard. C. Close all submain disconnects. id. Close all branch feeder circuit breakers. e. Measure the resistance of each phase to ground. A properly "megger" calibrated type test instrument to be used. The test voltage shall be 500 volts. ' f. Record all readings after one minute duration and document into a complete report. ' 2. Isolating Grounds: In the event that low resistance grounds are found in the system, they shall be isolated and located by testing each circuit individually as outlined above. The Contractor shall make proper corrections to restore the resistance values to an acceptable value. B. Method of obtaining ground resistance will be in accordance with the latest ' edition of the James G. Biddle (Plymouth Meeting, Pennsylvania) manual published on this subject. ' 1. Perform "fall -of- potential" tests on the main grounding electrode of system per IEEE Standard No. 81, Section 8.2.1.5. when suitable locations for test rods are not available, a low resistance dead earth or ' reference ground will be utilized. ' ELECTRICAL GENERAL PROVISIONS 16010 -6 • • ' 2. Perform the two -point method test per IEEE Standard No. 81, Section 8.2.1.1, to determine the ground resistance between the main grounding ' system and all major electrical equipment frames, system neutral, and /or derived neutral points. ' 1.12 POWER OUTAGES A. All electrical services in all occupied facilities of the contract work are to remain operational during the entire contract period. Any interruption of ' the electrical power for the performance of this work shall be at the convenience of the City and performed only after consultation with the City. Work involving circuit outages shall be only at such a time and of such a ' duration as approved in writing. Work involving power outages for the work required to connect new equipment and disconnect existing equipment shall be performed at the convenience of the City. ' B. Provide overtime work; night time work; Saturday, Sunday, and holiday work to meet outages schedule. C. Any added costs to contractor due to necessity of complying with this Article shall be included in the Contract Scope of Work. ' D. When electrical work involving power disruptions to existing areas is initiated, the work shall proceed on a continuous basis without stopping until electric power is restored to the affected areas. E. The Contractor shall request in writing to the City a minimum of three weeks in advance, for any proposed electrical outage. F. Provide temporary power to keep selected existing circuits operational ' throughout construction as described on drawings. Remove all temporary wiring and equipment at completion of construction. ' 1.13 ELECTRICAL WORK CLOSE -OUT A. Prepare the following items and submit to the City before final acceptance. ' 1. Two copies of all test results as required under this section. 2. Two copies of local and /or state code enforcing authorities final ' inspection certificates. 3. Copies of record drawings as required under the General Conditions, ' pertinent Division One Sections and Electrical General Provisions. 4. Two copies of all receipts transferring portable or detachable parts to the Owner when requested. 5. Notify the City in writing when installation is complete and that a final inspection of this work can be performed. In the event any defect or ' deficiencies are found during this final inspection they shall be corrected to the satisfaction of the City before final acceptance can be issued. END OF SECTION 040193/130001 ' ELECTRICAL GENERAL PROVISIONS 16010 -7 11 I I�Il L� • • SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1- GENERAL 1.01 SCOPE A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete as shown on the drawings and /or specified herein. Work includes, but is not necessarily limited to the following: 1. Examine all other sections for work related to those other sections and required to be included as work under this section. 2. General provisions and requirements for electrical work. 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) A. Submit product data sheets for all outlet boxes, floor boxes, wiring devices, device plates, relays, contactors, time switches, and disconnects fuses. B. Submit material list for outlet boxes. PART 2 - PRODUCTS 2.01 OUTLET AND JUNCTION BOXES A. Flush or concealed outlet and junction boxes: Stainless steel, knockout type with conduit entrances sized to match conduits. Provide boxes of proper code size for the number of wires or conduits passing through or terminating therein, but in no case shall box be less than 4 inches square, unless specified elsewhere or noted otherwise on the drawings. Provide extension rings on flush outlets to finish flush with finished surfaces. 1. Provide fixture supporting device in outlet boxes for surface mounted fixtures as required. B. Surface mounted outlet boxes: Stainless steel type FS or FD, with threaded hubs as required. Provide plugs in all unused openings. Provide weatherproof gaskets for all exterior boxes. 2.02 PULL BOXES A. Sizes as indicated on the drawings and in no case of less size or material thickness than required by the governing code. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -1 ' • • 0 General purpose sheet steel pull boxes: Install only in dry protected locations with removable screw covers. Manufacturer's standard baked enamel finish. 2. Weatherproof sheet steel pull boxes: Fabricate of code gauge, stainless steel with gasketed weather -tight cover of same material. Manufacturer's standard brushed stainless exterior finish. 2.03 STRUCTURAL AND MISCELLANEOUS STEEL Structural and miscellaneous steel used in connection with electrical work and located out -of -doors or in damp locations, to be stainless steel unless otherwise specified. Included are underground pull box covers and similar electrical items. 2.04 DISCONNECTS (Safety Switches) Disconnect switches shall be rated 600 volt A.C., NEMA Type HD, quick - make, quick- break, h.p.- rated, non - fusible or fusible, Class "R ", in NEMA Type I enclosure, lockable with number of poles and amperage as indicated on the drawings. Where enclosure is indicated W.P. (weatherproof) switches shall be rain -tight NEMA Type 3R enclosure, lockable. Maximum voltage, current and horsepower rating clearly marked on the switch enclosure and switches having dual element fuses shall have rating indicated on the metal plate. 2.05 TRANSFORMERS A. Provide dry type transformers constructed to meet Underwriters' Laboratories Specification UL 506 and tested in accordance with USAS I and NEMA Standards. Performance on transformers equal to or better than ANSI, NEMA, IEEE and N.E.C. published criteria. U.L. Class 2200C insulation with maximum winding temperature rise of 1500C in 400C ambient at 100% continuous rated capacity with overload capacity per ANSI C57.12 and C57.96. Transformers shall be equipped with four 2 -1/2% full capacity taps, 2 above and 2 below normal voltage. Primary and secondary terminals to be accessible, located behind removable front cover plate. B. Transformers as manufactured by Acme, Westinghouse, General Electric, Square D Co., or ITC Transformer Co. Transformers mounted per Korfund Literature for weight of transformer, and connected by one of the following methods: 1. Under floor conduit resulting in no rigid connections to transformer. (Use ground strap for equipment ground.) 2. Seal -tite flexible conduit. (Use ground wire for equipment ground). BASIC ELECTRICAL MATERIALS AND METHODS 16050 -2 • 3. Pullbox or wireways from transformer which are isolated from transformer with an approved sound absorbing neoprene gasket. (Use ground strap for equipment ground.) C. Bolt floor - mounted transformers to floor using isolation rubber mount. D. Test Requirements: The transformers furnished to this specification shall be subjected to the following production tests: 1. Applied Potential 2. Induced Potential 3. No Load Loss. 4. Voltage Ratio. 5. Polarity 6. Continuity E. The manufacturer shall have performed the following additional tests on units identical to the design type being supplied to this specification. Proof of performance of these tests in the form of test data sheets shall be provided at the time shop drawings are submitted for approval. 1. Sound Levels: 2. Temperature 3. Full Load Losses 4. Regulation 5. Impedance F. Sound Levels: Sound levels shall be guaranteed by the manufacturer not to exceed the following values: 9 KVa and below .......................40 dB 10 KVa to 50 KVa ......................45 dB 51 KVa to 150 KVa ....................50 dB 151 KVa to 300 KVa ..................55 dB 301 KVa to 500 KVa ..................60 dB G. Transformer windings shall be copper or aluminum. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -3 1 • • ' 2.06 CONCRETE WORK ' A. Portland Cement: 1. ASTM C33 -67, Type 11, Low Alkali Cement. Composed of portland ' cement, coarse aggregate, fine aggregate, and water. a. Concrete for use as electrical equipment footings, lighting pole bases and equipment slabs on grade, concrete shall attain minimum 28 day compressive strength of 3000 psi, using not less ' than 5 sacks of cement per cu. yd. of wet concrete. ' b. Concrete for duct /conduit encasement, the minimum 28 day compressive strength shall be 2000 psi. Provide a minimum of 1 (10) ten pounds of red oxide concrete coloring per yard of concrete. C. Mix shall obtain a 4" slump, measured with standard slump cone ' per ASTM C145 -58. 2. Coarse Aggregate: Uniformly graded between maximum size not over ' 1 -1 /2" and not less then 3/4" and minimum size #4, crushed rock or washed gravel. For concrete encased ducts only, max. aggregate size shall be 1/2 ". 3. Fine Aggregate: Clean, natural washed sand of hard and durable particles varying from fine to particles passing 3/8" screen, of which at ' least 12% shall pass 50 mesh screen. B. Water: Clean and free from deleterious quantities of acids, alkalis, salts, or ' organic materials. 1 C. Reinforcement: 1. Bars: Intermediate Grade Steel conforming to ASTM A15 -66, with deformations conforming to ASTM A305 -65, except #2 bars shall be plain. 2. Welded Wire Fabric: ASTM A185 -64. 3. Bending: Conform to requirements of ACI 318 -63. ' D. Form Material: For exposed work, use PS 1 -66 "B -B Concrete Form" plywood forms, or equal. Elsewhere, forms may be plywood, metal, or 1" x 6" boards. Forms for round lighting pole bases shall be sono -tube. 1 ' BASIC ELECTRICAL MATERIALS AND METHODS 16650 -4 1 2.07 PAINTING A. Color to match existing color of similar items. ' B. Paint Type: 1st Coat: Zinc yellow -iron oxide primer. 2nd & 3rd Coat: Exterior semi -gloss alkyd enamel. All coat painted finish coats over primer with total dry film thickness not less than 2.5 mils. ' C. Material Quality 1. Provide best quality grade of coatings as regularly manufactured by ' acceptable paint materials manufacturers. Materials not displaying manufacturer's identification as a standard, best -grade product will not be acceptable. ' 2. Provide undercoat paint produced by same manufacturer as finish coats. Use only thinners approved by paint manufacturer, and use ' only within recommended limits. D. Submittals 1. Product Data: Submit manufacturer's technical information including paint label analysis and application instructions for each ' material proposed for use. 2. Samples: Submit samples for City's review of color and texture only. ' Provide a listing of material and application for each coat of finish sample. ' PART 3 - EXECUTION 3.01 GROUNDING (ADDITIONAL REQUIREMENTS) ' A. Grounding shall be executed in accordance with all applicable codes and regulations, both of the State of California and local authorities having ' jurisdiction. B. The neutral of each transformer shall be grounded by individual separate ground conductors in individual conduits as follows: ' 1. Conductor and conduit shall be grounded to building main ground bus. ' 2. Conductor and conduit shall be grounded to nearest available effectively grounded building structural steel member. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -5 I 1 F 1, I 1 • • C. The transformer neutral ground conductors for secondary side of the transformers shall be copper and shall be sized according to the following table: Secondary Total Equivalent Neutral Ground Size Copper Wire Size Copper #2 or smaller .................................................... ......... #6 -1" conduit 1 or 1/ 0 ............................................ ..........................#4 -1" conduit 2/0 or 3/0 ............................................................ #2-11/4" conduit 4/0 thru 350 MCM ......................... ...................... #1-1 1/4" conduit Over 350 MCM thru 600 MCM ............................ 2/0 -1 1 /2" conduit Over 600 MCM thru 1100 MCM ........................... 3/0-11/2" conduit Over 1100 MCM .............................. ..........................4 /0-2 conduit D. Each pull box or any other enclosure in which several ground wires are terminated shall be equipped with a ground bus secured to the interior of the enclosure. The bus shall have a separate lug for each ground conductor. No more than one conductor shall be installed per lug. E. The maximum resistance to ground shall not exceed 5 ohms. 3.02 OUTLET AND JUNCTION BOXES A. Boxes above accessible ceilings shall be attached to structural members. Where boxes are suspended, they shall be supported independently of conduit system by means of hanger rods and /or pre - formed steel channels. Boxes shall be supported independently of all piping, duct work, equipment, ceiling hanger wires and suspended ceiling grid system. B. Surface mounted outlets shall be attached to concrete or masonry walls by means of expansion shields. 3.03 CONCRETE WORK A. Form 1. Space forms properly with spreaders and securely tie together. Do not use twisted wire form ties. Keep forms wet to prevent joints from opening up before concrete is placed. Replace improper construction as directed. Do not use wood inside forms. ' 2. Build in and set all anchors, dowels, bolts, sleeves, iron frames, expansion joints and other materials required for the Electrical Work. Place all items carefully, true, straight, plumb, and even. 1 L 1 3. Carefully remove all exposed forms. Cut nails and tie wires below face of concrete and fill all holes. Rubbish will not be allowed to remain in, under, or around concrete. B. Mixing: Use batch machine mixer of approved type. After ingredients are in mixer, mix for at least 1 -1/2 minutes. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -6 C. Transit Mixing: In lieu of mixing at site, transit mixing may be used if rate of delivery, haul time, mixing time, and hopper capacity is such that concrete delivered will be placed in forms within 90 minutes from time of introduction of cement and water to mixer. ' D. Placing of Concrete: 1. Before placing concrete, remove wood, rubbish, vegetable matter and loose material from inside forms. Thoroughly wet down wood forms to close joints. 2. Clean reinforcement, remove paint, loose rust, scale and foreign material. Bars with bends not called for will be rejected. Hold securely in place to prevent displacement. Lap bar splices 24 diameters, min; lap fabric one mesh min. Tie intersections, corners, splices with 16 ga. annealed wire, or as otherwise called for. 3. Place concrete immediately after mixing. Do not use concrete that has begun to set; no tempering will be allowed. If chuting is used, avoid 1 segregation. In placing new concrete against existing concrete, use bonding agent per manufacturer's directions. 4. Give careful and thorough attention to curing of concrete. Keep ' concrete and forms wet for a minimum of 10 days, after placing concrete. E. Concrete Finish: 1. Finish of Exposed Concrete: Horizontal surfaces, steel troweled monolithic finish; vertical surfaces, smooth and free of fins, holes, projection, etc. 3.04 PAINTING ' A. Inspection: 1. Applicator must examine areas and conditions under which painting work is to be applied and notify contractor in writing of conditions detrimental to proper and timely completion of work. Do not proceed ' with work until unsatisfactory conditions have been corrected in a manner acceptable to architect. 2. Starting of painting work will be construed as Contractors acceptance ' of surfaces and conditions within any particular area. 3. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or ' conditions otherwise detrimental to formation of a durable paint film. ' BASIC ELECTRICAL MATERIALS AND METHODS 16050 -7 1 • 0 1 B. Surface Preparation: 1. General: Perform preparation and cleaning procedures in accordance 1 with paint manufacturer's instructions and as herein specified, for each particular substrate condition. 1 2. Clean surfaces to be painted before applying paint or surface treatments. Remove oil and grease prior to mechanical cleaning. Program cleaning and painting so that contaminates from cleaning process will not fall onto wet, newly - painted surfaces. 3. Ferrous Metals: Clean ferrous surfaces, which are not galvanized or 1 shop- coated, of oil, grease, dirt, loose mill scale and other foreign substances by solvent or mechanical cleaning. Touch -up shop - applied prime coats whenever damaged or bare, 1 where required by other sections of these specifications. Clean and touch -up with same type shop primer. 4. Galvanized & Aluminum: Clean free of oil and surface contaminants with non - petroleum based solvent. 1 END OF SECTION 040193/130001 I I i 1 1 1 1 1 1 1 BASIC ELECTRICAL MATERIALS AND METHODS 16050 -8 i1 • I SECTION 16111 CONDUIT AND WIRE is ' PART 1 - GENERAL 1.01 SCOPE ' A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to ' performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete as shown on the drawings and /or specified herein. Work includes, but is not necessarily limited to ' the following: 1. Examine all other sections for work related to those other sections and required to be included as work under this section. 2. General provisions and requirements for electrical work. ' 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) A. Submit product data sheets for all wire, conduit, fittings and splicing materials. B. Submit material list for all conduit and fittings. PART 2 - PRODUCTS 2.01 CONDUIT ' A. Rigid steel conduit: Hot -dip galvanized, zinc coated. Threads shall be after fabrication. galvanized B. Electrical metallic tubing: Galvanized. Couplings and connectors, seamless 1 steel construction and of the set screw or water -tight compression type with insulated throat, Thomas & Betts Co. #5123 or #5031 Series or approved ' equal. C. Flexible conduit: Galvanized steel. Connector shall be Thomas & Betts Co. #3312 and /or #3332 Series, complete with insulated throat, or approved ' equal. D. Liquid -tight flexible conduit: Seal -tite Type U.A. with Appleton Series ' "ST" connectors. E. Nonmetallic conduit: Polyvinyl chloride, Schedule 40 or type "EB" (concrete encased). CONDUIT AND WIRE 16111 -1 • • ' 2.02 WIRE AND CABLE A. All wire and cable shall be copper, 600 volt, #12 AWG minimum unless specifically noted otherwise on the drawings. Conductors #10 AWG and smaller shall be solid. Conductors #8 AWG and larger shall be stranded. ' Type of insulation as noted on drawings and as follows: 1. Type THHN /THWN insulation used for #4 AWG and smaller. �j 2. Type THW or THHN /THWN insulation used for #2 AWG and larger. ' 3. Type THW or THHN /THWN used for all panel feeders and service conductors. ' 4. The following color code for branch circuits: Neutral .... White (Tape feeder neutrals with white tape near connections) a. Normal Power I120/240 Volt 480/277 Volt Ground ..... Green Ground ..... Green Phase A .... Black Phase A .... Brown Phase B ...Red Phase B .... Orange Phase C .... Yellow 5. Feeders identified as to phase or leg in each panel board with printed identifying tape. PART 3 - EXECUTION ' 3.01 TRENCHING, FOOTINGS, SLEEVES A. Provide trenching, concrete encasement of conduits, backfilling, and compaction for the underground electrical work, in accord with applicable sections of this specification. 3.02 GROUNDING A. Grounding shall be executed in accord with all applicable codes and regulations, both of the State of California and local authorities having jurisdiction. ' B. Where nonmetallic conduit is used in the underground distribution system, the Contractor shall install the proper sized copper ground wire in ' the conduit with the feeder for use as an equipment ground. The electrical metallic raceway system shall be grounded to this ground wire. CONDUIT AND WIRE 16111 -2 i • 0 1 C. The maximum resistance to ground shall not exceed 5 ohms. D. Where an equipment bonding ground wire is installed or where nonmetallic or flexible conduit is used for feeder, sub - feeder or branch circuit wiring, a green insulated, copper ground wire, sized in accordance with the following table, shall be installed. Install ground wire in each conduit with phase conductors. ' 1. Feeder, Sub - feeders & Branch Minimum Circuit Protection Ground Wire Size ' 15 Amp #12 20 Amp #12 30 to 60 Amp #10 1 70 to 100 Amp #8 101 to 200 Amp 46 201 to 400 Amp #2 401 to 600 Amp #1 801 to 1000 Amp 2/0 1001 to 1200 Amp 3/0 1201 to 1600 Amp 4/0 1601 to 2000 Amp 250 MCM 2001 to 2500 Amp 350 MCM 2501 to 4000 Amp 500 MCM E. Ground conductors for branch circuit wiring shall be attached at each outlet to the back of the box using drilled and tapped holes and washer head screws, 6 -32 or larger. ' F. Each panel board, switchboard, pull box or any other enclosure in which several ground wires are terminated shall be equipped with a ground bus secured to the interior of the enclosure. The bus shall have a separate lug for each ground conductor. No more than one conductor shall be installed 1 per lug. 1 3.03 CONDUIT ' A. The sizes of the conduits for the various circuits shall be as indicated on the drawings and as required by code for the size and number of conductors to ' be pulled therein. Conduits to be concealed except as noted otherwise. B. Rigid steel conduit shall be used in the following areas: 'I. Embedded in concrete. 2. Embedded in brick or masonry walls. 3. Exposed on interior of buildings below nine feet. CONDUIT AND WIRE 16111 -3 I 1 I • • 4. Exposed on exterior of building. 5. Damp or wet locations. 6. Exposed on roofs. Rigid steel conduit shall not be installed in direct contact with earth or sand. C. Electrical metallic tubing up to and including 4 inch may be installed as permitted by codes referenced within specifications except where rigid steel conduit is required. Electrical metallic tubing shall not be used underground or in contact with earth. 2. Individual suspended raceways/ conduits suspended above ceiling shall be supported by means of threaded hanger rods and pipe clamps. Multiple suspended raceways/ conduits shall be supported by means of trapeze type hangers ( "C" Channels) and pipe clamps. ' CONDUIT AND WIRE 161114 D. Flexible steel conduit may be installed where concealed above ceilings or in non - masonry /concrete walls. E. Liquid -tight flexible conduit shall be installed for final connection to motors, control devices mounted on vibrating or rotating equipment, equipment indicated on drawings to have flexible conduit connections, and in all areas where exposed flexible connections are required. F. Nonmetallic conduit shall be installed for all underground runs unless specifically noted or specified otherwise. Nonmetallic conduit shall not be installed in the following locations; 1. In concrete building, brick or masonry construction. 2. In walls. ' 3. Above ceilings. 4. Exposed or in crawl spaces. G. Raceway /Conduit Installation: 1. Securely and rigidly support all raceway /conduits from building structure. Provide supports maximum of ten feet on centers and within three feet of all bends, outlets, junction boxes, cabinets, panels ' and fittings. Raceways/ Conduits shall be supported independent of all piping, duct work, equipment ceiling hanger wires, and suspended ' ceiling grid systems. Secure by means of approved pipe clamps or straps. The use of "plumbers tape" is prohibited. 2. Individual suspended raceways/ conduits suspended above ceiling shall be supported by means of threaded hanger rods and pipe clamps. Multiple suspended raceways/ conduits shall be supported by means of trapeze type hangers ( "C" Channels) and pipe clamps. ' CONDUIT AND WIRE 161114 i • 0 ' 3. Individual raceway/ conduits placed against brick, masonry or concrete walls or slabs shall be secured with pipe clamps and expansion shields. Against dry wall or plaster construction shall be secured by means of pipe clamps and screws attached to studs or other structural members. The use of toggle bolts is prohibited. Provide performed "C" channel ' supports for all multiple raceway/ conduits placed against walls or slabs. I 4. Provide expansion and deflection fittings, with bonding jumper at all building expansion or seismic joint crossings. ' CONDUIT AND WIRE 16111 -5 5. Provide two locknuts and an insulated bushing at each metallic ' conduit terminating at outlet boxes, junction boxes, terminal cabinets, switchboards and panel boards. Provide insulated bushing at each metallic conduit stub -up location. Bushings shall have ground lugs when installed on a metallic extension of PVC conduit run. 6. Provide metallic or plastic caps on all conduit during construction until installation conductors. of 7. Conduit run exposed shall be run at right angles or parallel to the walls or structures. All changes in directions, either horizontally or vertically, shall be made with conduit outlet bodies as manufactured by Crouse Hinds or equal. Conduits run on exposed beams or trellis ' work shall be painted to match surrounding surfaces. Conduits run exposed on roofs shall be installed on 2x4 redwood sleepers, maximum 5 foot on centers. Sleepers shall be set in non - hardening Imastic. 8. Rigid steel conduit or electrical metallic tubing shall not be strapped or ' fastened to equipment subject to vibration or mounted on shock absorbing bases. ' 9. Conduits, except for 15 ampere and 20 ampere 120 volt branch circuits, which are run exterior to building slab shall be concrete encased. If PVC type EB conduit is used it shall be concrete encased the full length of the conduit installation, including under building slab. 10. Concrete for encasement of nonmetallic conduits shall be 2000 PSI 28 days cure strength with a maximum of 3/4" gravel. Provide ten pounds of red oxide cement coloring uniformly mixed with each cubic yard of concrete. 11. Provide trenching, excavation, shoring and backfilling required for the proper installation of underground conduits. 12. Install underground conduit, a minimum of 30- inches below finished grade in traffic areas, including roads and parking areas. Dimensions shall be measured to the top of the conduit. ' CONDUIT AND WIRE 16111 -5 1 • I 1. Power conductor splices - 3M Scotchcast Series 82/85/90; Plymouth or equal. 2. Control and signal circuits 3M Scotchcast series 8981 thru 8986, Plymouth or equal. H. Neatly group and lace all wiring in panel boards, motor control centers and terminal cabinets with plastic ties at 3" on centers. Tag all spare conductors. ' END OF SECTION 040193/130001 I CONDUIT AND WIRE 16111 -6 3.04 WIRE AND CABLE A. Branch circuit and fixture joints for #10 AWG and smaller wire shall be ' made with UL- approved connectors listed for 600 volts, approved for use with copper and /or aluminum wire. Connector to consist of a cone - shaped, expandable coil spring insert, insulated with a nylon shell and 2 wings placed opposite each other to serve as a built -in wrench or shall be molded one -piece as manufactured by 3M- "Scotchlok ". B. Branch circuit joints of #8 AWG and larger shall be made with screw pressure connectors made of high strength structural aluminum alloy and UL- approved for use with both copper and /or aluminum wire as manufactured by Thomas & Betts. Joints shall be insulated with plastic ' splicing tape, tapered half - lapped and at least the thickness equivalent to 1.5 times the conductor insulation. Tapes shall be fresh and of quality equal to Scotch. C. Use U.L. listed pulling compound for installation of conductors in ' conduits. D. Correspond each circuit to the branch number indicated on the panel schedule shown on the drawings except where departures are approved by the City. E. All wiring, including low voltage, shall be installed in conduit. F. Control wiring to conform to the wiring diagrams shown on the mechanical drawings and the manufacturer's wiring diagrams. G. All splices in exterior pull boxes shall be cast resin encapsulated. I 1. Power conductor splices - 3M Scotchcast Series 82/85/90; Plymouth or equal. 2. Control and signal circuits 3M Scotchcast series 8981 thru 8986, Plymouth or equal. H. Neatly group and lace all wiring in panel boards, motor control centers and terminal cabinets with plastic ties at 3" on centers. Tag all spare conductors. ' END OF SECTION 040193/130001 I CONDUIT AND WIRE 16111 -6 SECTION 16160 PANELBOARDS PART 1 - GENERAL ' 1.01 SCOPE 1 A. Work Included: All labor, materials, appliances, tools, equipment necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete, as shown on the drawings and /or specified herein. Work includes, but is not necessarily limited to the following: 1 1. Examine all other specification sections and drawings for related work required to be included as work under Division Sixteen. ' 2. General provisions and requirements for electrical work. 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) A. Provide manufacturers catalog data for panelboards, cabinets and circuit breakers. B. Provide shop drawing showing panelboard circuit arrangements, size, voltage, ampacity, overcurrent protective devices, etc. C. Provide nameplate engraving schedule. ' PART 2- PRODUCTS 2.01 PANELBOARDS ' A. Panelboards shall be flush or surface mounting as indicated with circuit breakers as shown on panel schedule, hinged lockable doors, index card holders and proper bussing. B. Where indicated on the drawings, panelboards shall be furnished with subfeed breakers and /or lugs, split bussing, contactors, time switches, relays, etc., as required. ' C. All panelboards shall be keyed alike. D. All panelboards shall be finished with one coat of zinc chromate and coat of primer sealer after a thorough cleaning where exposed to public view ' (e.g., corridors, covered passages, offices, etc.) and gray in switchboard, janitor's heater and storage rooms. Prime coated panelboard shall be painted to match surroundings after installation. Panelboards shall be ' fabricated of sheet steel of the following minimum gauges: Door and trim #12; enclosure - code gauge steel. PANELBOARDS 16160 -1 11 17 • • E. Furnish all panelboards and terminal cabinets with flush locks and keys ' except where indicated otherwise herein. Fasten the trim to panelboards and terminal cabinets by means of concealed, bolted or screwed fasteners accessible only when the door is open. rF. Panelboards 120/240 volt, single phase, 3 wire, S /N. ' Panelboard types as manufactured by: 1. Westinghouse ................ ...........................Type Pow -R -Line I ' 2. General Electric .............. ...........................Type "A" Series ' 3. Square ..................................................... Type NQOD 4. I. T. E ... ............................... ...........................Type „A„ Series G. Panelboards for 480/277 volt, three phase, 3 wire, S /N. Panelboard types as manufactured by: 1. Westinghouse ................ ...........................Type Pow -R -Line 2 ' 2. General Electric .............. ...........................Type "A" Series 3. Square D .......................... ...........................Type NEHB ' 4. I. T. E ... ............................... ...........................Type „A„ Series ' H. Panelboard for bussing sizes thru 400 amp shall be 20" wide surface mounted type. Recess mounted type shall have a 20" wide (maximum) recess metal enclosure with trim plate cover extending 1" on all sides of ' enclosure. Depth shall be 5 -3/4" nominal. Height of panel as required for devices. I. Panelboard shall have a circuit index card holder removable type, with clear plastic cover. Index card shall have numbers imprinted to match circuit breaker numbers. 2.02 CIRCUIT BREAKERS ' A. Breakers shall have a minimum short circuit interrupting rating of 10,000A symmetrical for panelboard voltages thru 240 volt and 14,000A for ' panelboards thru 600 volts or as specified on the drawings. In no case shall the interrupting rating be less than the bus withstand rating unless noted otherwise on the drawings. PANELBOARDS 16160 -2 I D • • B. Circuit breakers as manufactured by the following companies only are acceptable: 1. Westinghouse Co. 2. General Electric Co. 3. Square D Co. 4. I.T.E. Co. C. Circuit breakers shall be arranged in the panels so that the breakers of the proper trip settings and numbers correspond to the numbering in the panel schedules on the drawings. Circuit numbers of breakers shall be black -on- white micarta tabs or other previously approved method. Circuit number tabs which can readily be changed from front of panel will not be accepted. Circuit number tabs shall not be attached to or be a part of the breaker. D. Where two or three pole breakers occur in the panels, they shall be common trip units. Single pole breakers with tie -bar between handles will not be accepted. E. All circuit breakers shall be padlockable in the 'off" position. Locking facilities shall be riveted or mechanically attached to the circuit breaker (submit sample for approval). Other means of attachment shall not be accepted without prior written approval of Architect. ' F. Panelboard circuit breakers shall be bolt on type. ' 2.03 BUSSING A. Bussing shall be rectangular cross section copper, or silver or tin - plated aluminum. Bussing shall be full length of the enclosure. B. Bussing shall be braced to withstand symmetrical short circuit ratings as follows or as noted on drawings. In no case shall bus short circuit bracing be less than specified circuit breakers: ' 1. 240 volt and below 10,000 amp. 2. Greater than 240V 14,000 amp. ' C. Each panelboard shall be equipped with a ground bus secured to the interior of the enclosure. The bus shall have a separate lug for each ground conductor. No more than one conductor shall be installed per lug. ' D. Provide space and all hardware and mounting attachments for future devices as indicated on the drawings. ' PANELBOARDS 16160 -3 • • PART 3 - EXECUTION 3.01 MOUNTING ' END OF SECTION 040193/130001 ' PANELBOARDS 161604 A. Surface mounted panelboards and terminal cabinets shall be secured to ' walls by means of preformed steel channels securely fastened to at least two studs or structural members. B. Panelboards shall be installed to insure the top circuit protective device (including top compartment control devices) are not more than 6 -6" above finish floor in front of the panel and the bottom device is a minimum of 12" above the floor. Manufacturer shall specifically indicate on shop drawing submittals each panel where these conditions can not be met. ' 3.02 IDENTIFICATION (ADDITIONAL REQUIREMENTS) A. Provide a red and white bakelite nameplate with 1/2" high letters in each 277/480 volt panel fastened to face of dead -front plate, to read: 'DANGER 480 (or as applicable) VOLTS KEEP OUT AUTHORIZED PERSONNEL ONLY ". ' B. Panelboard manufacturer shall stencil the panel number identification on the inside of panel door to correspond with the panel designation on the ' drawings. C. Identification plates and numbers shall be attached with screws or twist ' lock fasteners. Adhesive attachment of any kind shall not be used. ' END OF SECTION 040193/130001 ' PANELBOARDS 161604 PART 1 - GENERAL ' 1.01 SCOPE • • SECTION 16250 AUTOMATIC TRANSFER SWITCH A. Work Included: All labor, materials, appliances tools, equipment, facilities transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the ' work of this Section, complete as shown on the drawings and /or specified herein. Work includes, but is not necessarily limited to the following: 1. Examine all other sections for work related to those other sections and required to be included as work under this section. 2. General provisions and requirements for electrical work. ' 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) ' A. Submit product data sheets for all switches, relays, controllers, power supplies, cabinets, etc. B. Submit detailed shop drawings including dimensioned plans, elevations, ' details, schematic and point - to-point wiring diagrams and descriptive literature for all component parts and cabinets. ' C. Submit worst case voltage drop calculations on control circuits. PART 2 - PRODUCTS ' 2.01 Provide automatic transfer switch system with number of poles, amperage, voltage and withstand ratings as shown on the plans. The system shall be the product of one manufacturer. The system shall be U.L. listed to the latest requirements of U.L. Std. #1008 and rated for all classes of loads, 100% tungsten filament lamp loads as manufactured by ASCO, Onan, Russell or Zenith controls. 2.02 Electrical operation shall be accomplished by a momentarily energized single direct operating mechanism which receives power from the source ' to which the load is being transferred. Fuse or thermal protection of the main operation shall not be required. The total operating transfer time shall not exceed one -sixth of a second. Mechanical locking in each position ' shall be accomplished without the aid of springs, latching solenoids, gear mechanisms or motor operators. 1. Operation shall be inherently double -throw where all contacts move simultaneously and with no programmed delay in a mid position. Electrical spacings shall not be less than those listed in Table 15.1 of U.L. Std. #1008. Main contact structures not originally manufactured ' for transfer switch service are not acceptable. An overload or short circuit shall not cause the switch to go to a neutral position. ' AUTOMATIC TRANSFER SWITCH 16250 -1 1 0 2. Inspection and replacement of all main and arcing contacts (moveable ' and stationary) shall be possible from the front of the switch without disassembly of operating linkages and without disconnection of power conductors. A U.L. listed manual operating handle shall be provided ' for maintenance purposes. The handle shall permit the operator to stop the contacts at any point throughout the entire travel including points of contact make and break. ' 2.03 CONTROL PANEL 12. All time delay and sensing functions shall be readily field adjustable ' over the ranges indicated and operate without drift over minus 4 degrees F to 158 degrees F. The logic panel shall be provided with a protective cover and isolation plug in wiring harness between control ' panel and main transfer panel. ' AUTOMATIC TRANSFER SWITCH 16250 -2 A separately mounted logic panel with solid state sensing and timing ' functions, shall provide the following operational characteristics: ' 1. Time delay on momentary dips in normal source (0.5 -6.0 seconds), set at 1.0 seconds. ' 2. Time delay on transfer to emergency for controlled loading of (0 -5 minutes), set at 0 minutes. generator ' 3. Time delay on re- transfer to normal (0 -30 minutes), set at 15 minutes. 4. Toggle switch to manually bypass time delay on re- transfer. ' 5. Time delay on engine shutdown after re- transfer to normal (0 -5 minutes), set at 5 minutes. 6. Close differential voltage sensing of all normal source phases (pick -up ' 85 -100% of nominal and drop out 75-98% of pick -up), set at 85% drop out and 95% pickup. ' 7. Independent voltage (85 -100% pick -up) and frequency (90 -100 % pick- up) sensing of the emergency source to prevent premature transfer, set ' at 90 % voltage and 95% frequency. 8. Test switch (momentary type). ' 9. Gold plated 10 amp engine starting contacts (1 -N.C. & 1- N.O.). 10. Pilot lights to indicate switch position (white on normal and yellow on emergency). 11. Auxiliary contacts (1- closed on 'N" and 1- closed on "E ") rated 10 amps, 480 VAC. 12. All time delay and sensing functions shall be readily field adjustable ' over the ranges indicated and operate without drift over minus 4 degrees F to 158 degrees F. The logic panel shall be provided with a protective cover and isolation plug in wiring harness between control ' panel and main transfer panel. ' AUTOMATIC TRANSFER SWITCH 16250 -2 ' • • IJ 13. Automatic engine generator exerciser to provide adjustable 30 minute to 60 minute duration generator start -run and stop sequence, one time per week or one time every two weeks. Exercising sequence shall be field selectable with or without load connection. 2.04 The automatic transfer switch system shall be supplied in a common NEMA 1 enclosure with a barrier between the compartments. The complete system shall be factory assembled, wired and tested prior to shipment. Power interconnections shall be silver - plated copper bus bar. Incoming line and load terminations shall be provided for top, bottom and side entry. Rear access to the transfer switch assembly shall not be required. Entire assembly shall be constructed for front accessible only. 2.05 Pilot lights shall indicate availability of normal and emergency power sources and automatic transfer switch position. A prominent and detailed instruction plate shall be furnished. 2.06 Electrical and Mechanical Performance: The system must comply with U.L. Std. #1008 and NEMA Standard ICS 2 -447. In addition, the switch must meet or exceed the following requirements and if so requested, be verified by certified independent laboratory test data: 1. Temperature Rise: Measurements shall be made after the overload and endurance test. 2. Withstand: U.L. listed to withstand the magnitude of fault current available 100,000 ampere RMS symmetrical at the switch terminals when coordinated with respective line side protective devices as shown on the plans at X/R ratio of 6.6 or less. 3. Dielectric: Tested after the withstand test at 1960 VAC r.m.s. minimum. 4. Voltage Surge: Control panel voltage surge withstand test per IEEE Std. 472 -1974 and voltage impulse withstand test per ICS -1 -109. PART 3 - EXECUTION 3.01 The manufacturer shall certify that the complete unit meets or exceeds the seismic requirements of the California Administrative Code Titles 21 and 24. END OF SECTION 040193/130001 ' AUTOMATIC TRANSFER SWITCH 16250 -3 • • SECTION 16620 STANDBY POWER PART 1- GENERAL 1.01 SCOPE A. Work Included: All labor, materials, appliances, tools, equipment, ' facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete as shown on the drawings ' and /or specified herein. Work includes, but is not necessarily limited to the following: 'I. Examine all other sections for work related to those other sections and required to be included as work under this section. ' 2. General provisions and requirements for electrical work. B. Furnishing and installation of an emergency continuous standby LPG ' engine driven generator with all accessories and other appurtenant work and materials required for a complete installation. ' C. The standby power system shall include an electric generating set rated to deliver 65 KW, 81 KVA at 0.8 power factor. Engine 120 Bhp minimum, V -8 cylinders at 1800 rpm. Unit rating shall not be based on the peak output ' curve of the prime mover. Rating shall be based on the continuous standby rating at the altitude of the generator installation site. Performance engine curves shall be submitted. The voltage shall be 480 volts, 3 phase, 3 wire, 60 Hertz. The generator set shall be built, tested and shipped by the manufacturer of the unit so there is one source of supply and responsibility as manufactured by Onan, Series 65ENB. (No substitutions allowed). 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) ' A. The factory authorized Distributor supplying the equipment shall have full service and parts capability on a 24 -hour basis and shall instruct the ' involved contractors on the proper method of installing the engine set and related equipment. generator B. Make shop drawings to scale, showing overall dimensions and other ' dimensions required for proper installation of equipment. Identify clearly each item on drawings to show piece of equipment it represents. Indicate corrosion resisting treatment and finish. ' C. Shop drawings shall include complete layout of room and /or area where new equipment is being installed indicating equipment layout, conduits, junction boxes, etc., complete with dimensions and clearances for review of the City. ' STANDBY POWER 16620 -1 11 I 1] • • D. Wiring Diagrams: Submit one set of wiring diagram(s) of emergency generator and all accessories. E. Diagrams shall be schematic and point -to -point using standard symbols and with components arranged in logical sequence, so that system operation can be checked easily. Where special symbols are used or where function of components is not obvious, include suitable legend or functional guide. Number all terminals for external wiring connections on diagrams. A composite control wiring diagram shall be provided showing the integrated control and load connections of the following: 1. Engine generator and control panel. 2. Engine generator remote annunciator panel. 3. Automatic transfer switch. 4. Battery charger. G. South Coast Air Quality Management District (SCAQMD) requirements. 1. The standby power system shall conform to all requirements of SCAQMD for standby generators. 2. The contractor shall submit application, pay for, and obtain a SCAQMD permit for the standby power system. Submit application within 2 weeks after award of contract and provide all information, plans and documentation required to obtain permit. ' H. Operating Manuals: 1. Provide in acceptable form, three (3) bound copies of operating ' manuals for electrical equipment. 2. Provide catalog cuts, functional description of operation, wiring diagrams, operating and maintenance instructions, parts lists and ' other data useful and necessary for complete maintenance and operation of equipment. ' 3. Deliver operating manuals to the City. I. Manufacturer shall have printed literature and brochures on the complete ' unit describing the standard series specified. J. All openings for fuel lines, air, exhaust, conduits etc. shall be capped or ' plugged prior to shipment. ISTANDBY POWER 16620 -2 ' • • ' PART 2 - PRODUCTS ' 2.01 ENGINE A. The engine shall be spark ignited LPG fueled, four cycle, water cooled type ' with radiator cooling operating speed of 1800 RPM. Gaseous fuel carboration set up for LPG - liquid withdrawal shall be provided. Engine speed shall be governed by a Barber Colman electronic governor with electric activator. A unit mounted, 24 volt, 65 ampere battery charging alternator and solid state regulator shall be provided. Engine shall be rated for continuous standby duty and shall include the horsepower required to ' operate the engine radiator cooling fan, cooling water pump, battery charging alternator, lubricating oil pump, filters, silencers and other engine driven accessories at generator synchronous speed. ' B. The engine lubrication system shall be pressure type with engine driven lubrication oil pump and replaceable element, full flow oil filter. A ' breather pipe suitable for adding engine lubricating oil while the engine is running shall be provided. Provide lubricating oil per manufacturers recommendations. ' C. The engine throttle control system shall provide a minimum discrete engine speed adjustment of equal to or less than one - quarter (1/4) hertz, measured at the generator output. ' 2.02 ALTERNATOR ' STANDBY POWER 16620 -3 A. The alternator shall be a revolving field, broad range, 4 pole, brushless, ' designed for minimum reactance, low voltage waveform distortion and maximum efficiency. The rotor amortissuer windings shall improve the ' AC waveform, reduce field heating with single phase or unbalanced loads and act as a stabilizer for paralleling. The rotor shall be dynamically balanced, connected and aligned to the engine by a semi - flexible disc ' coupling. The three phase alternator shall be twelve lead reconnectable. The insulation shall be Class H per NEMA MG1 -1.65. Temperature rise 800 centigrade per NEMA MG1- 22.40. Insulation shall be vacuum impregnated for improved protection and cooling. B. The exciter shall be brushless, 3 phase, full wave rectified, with silicon diodes mounted on common rotor shaft and sized for maximum motor ' starting. ' C. The voltage regulator shall be solid state including silicon controlled rectifiers with phase controlled sensing circuit. The system shall feature automatic voltage reduction if the load demand exceeds the engine capacity ' to eliminate engine stalling due to an occasional engine misfire or temporary overload such as motor starting and shall prevent overheating or blowing of fuses if the load circuit due to saturation of magnetic components when the voltage remains constant at reduced frequency. The voltage reference shall be a temperature compensated zener diode. ' STANDBY POWER 16620 -3 • • ' 2.03 ENGINE CONTROLS ' A. Oil pressure gauge. B. Water temperature gauge. Battery D.C. C. voltmeter. D. Solid state, plug -in module monitor system including visible low water temperature alarm, individual fault lights, alarm terminals and engine shutdown with manual reset for overcrank, overspeed, high water temperature, low fuel, high oil temperature and low oil pressure. Low oil ' pressure, high water temperature and low fuel shall provide pre -alarm prior to engine shutdown. Overspeed shall provide positive air and fuel ' supply shut -off at approximately 110% RPM of operating. E. Solid state plug -in type cycle cranking control. After 3 cranking attempts of approximately 15 seconds each, the crank /rest cycles will be terminated, with alarm and manual reset. ' 2.04 GENERATOR CONTROLS A. Manual reset exciter circuit breaker. ' B. Voltmeter. C. Ammeter. D. Combination voltmeter- ammeter selector switch. E. Elapsed running time meter. 0 -99999 hours minimum. ' F. Frequency meter. (True relative to engine speed). G. Voltage adjusting rheostat, plus or minus 5% rated voltage and voltage regulator. H. Cranking controls. ' I. Output circuit breaker mounted in NEMA I enclosure inside the generator housing. A signal light shall be provided to indicate breaker is in the 'off" ' or tripped position. Circuit breaker shall be mounted on vibration isolators. Circuit breaker shall be provided with trip settings as follows: ' a. Instantaneous pickup. J. Three position control selector switch "Automatic- off -run" when the switch is in the 'off' position a red pilot light shall activate with a ' nameplate "Generator is not operable when light is on ". ' STANDBY POWER 16620 -4 ' 6. Overspeed: Excessive RPM of electric plant. 7. Lo Fuel: Low fuel supply. ' 8. Lo Bat Voltage: Low battery voltage. ' 9. Hi Bat Voltage: High battery voltage. B. An audible signal will sound with visual signals, 2, 3, 4, 5, 6 and 7. A switch will be incorporated to silence the audible alarm until the alarm condition is corrected. The audible alarm then sounds until the switch is moved to the "normal" position. ' 2.06 FUEL ' A. Liquid petroleum gas with flexible fuel connections, solenoid safety valve for liquid fuel (12V) and fuel strainer for liquid fuel factory installed, piped and wired. ' B. Existing fuel storage tank system and fuel line piping to generator point -of- connection by City. STANDBY POWER 16620 -5 tK. Remote stop -start connection terminals. ' L. Reset push - button to reset automatic shutdown lockout circuits. M. Exposed control wiring shall be installed in liquid tight flexible raceways. function N. All controls shall be identified as to with engraved nameplates or engraved control panel. Nameplates shall be fastened with bolts, nuts and lock washers. O. Combination engine and generator control panel shall be shock mounted over the rear end of the alternator, and include switched panel lights, ' controls shall be solid state type. ' 2.05 ENGINE GENERATOR REMOTE ALARM ANNUNCIATOR PANEL A. A remote mounted alarm annunciator panel in a NEMA 1 surface ' mounted enclosure, shall include the following with appropriate sensors installed in and fuel system. generator ' 1. Generating: Generating power ready for load. 2. Overcrank: Electric plant failed to start. ' 3. Lo Oil Press: Low lube oil pressure. 4. Hi Eng Temp: Excessive water temperature. 5. Lo Eng Temp: Low water jacket temperature. ' 6. Overspeed: Excessive RPM of electric plant. 7. Lo Fuel: Low fuel supply. ' 8. Lo Bat Voltage: Low battery voltage. ' 9. Hi Bat Voltage: High battery voltage. B. An audible signal will sound with visual signals, 2, 3, 4, 5, 6 and 7. A switch will be incorporated to silence the audible alarm until the alarm condition is corrected. The audible alarm then sounds until the switch is moved to the "normal" position. ' 2.06 FUEL ' A. Liquid petroleum gas with flexible fuel connections, solenoid safety valve for liquid fuel (12V) and fuel strainer for liquid fuel factory installed, piped and wired. ' B. Existing fuel storage tank system and fuel line piping to generator point -of- connection by City. STANDBY POWER 16620 -5 ' • • I I 1 I I 1 C. Flexible, bronze, fuel line connectors minimum 12" in length for supply fuel line connections. 2.07 COOLING A. The engine shall have an engine driven centrifugal type water circulating pump with bypass, for circulating thermostat controlled water through the engine cooling system. B. Radiator Cooling: A unit- mounted radiator and pusher type fan shall be provided for full load continuous standby operation in an ambient 24 hour temperature of 122 degrees Fahrenheit. Provide a fan shroud and protective guard. Provide radiator drain petcock and pressure relief filler cap, and 50 % permanent solution anti- freeze protection. 2.08 ACCESSORIES A. Batteries: Starting batteries shall be lead acid type. Batteries shall provide sufficient capacity to provide the equivalent of six (6) 15- second long engine cranking operations with a 15 second rest period between cranking operations at 77 degrees F. with a cold engine and final battery voltage of 1.75 volts per cell at 77 degrees F. Specific gravity of fully charged battery shall not exceed 1.220 at 77 degrees F. Batteries shall be equipped with removable cell caps utilizing catalytic conversion of hydrogen battery gases. Provide insulated stranded copper conductors to connect batteries to generator electric starting motors(s) sized to insure a full load voltage drop of not more then 5 %. B. Batteries shall be mounted within the generator enclosure with seismic restraints. C. Battery Charger: Completely solid state. DC output shall be voltage regulated and current limited so as not to require a cranking disconnect relay. The charger shall include: full wave output, silicon semiconductors, automatic boost [equalize] mode, surge suppression, individual potentiometer adjustments for boost and float voltage, DC output voltmeter and ammeter, AC & DC fuse, input and output terminals, DC output completely isolated from AC input, and shall be capable of charging batteries within a 12 hour period, which have been discharged to zero volts. Input voltage shall be 120 volt, as indicated on the drawings. NEMA 3R for outdoor locations and NEMA 1 enclosure for indoor locations. D. Engine Muffler: Residential grade exhaust silencer with companion flanges, raincap, and seamless stainless steel flexible exhaust tubing, 18" minimum length. Provide approximately 8" length of rigid schedule 40 black iron pipe between the exhaust manifold and the flexible tubing. Sweep elbows a minimum radius of three times the exhaust pipe diameter shall be used for exhaust pipe bends. Provide safety guards on exposed exhaust manifolds. STANDBY POWER 16620 -6 1 ' STANDBY POWER 16620 -7 ' E. Rubber vibration isolators between engine and base frame. ' F. The water jacket engine preheater shall provide positive water circulation, thermostatically controlled to operate within range of 100 degrees to 120 degrees F. in an ambient temperature of 20 degrees C, 120 volt A.C., single phase, equipped with power cut -off relay. Provide shut -off valves on heaters at both the inlet and outlet sides. Readily accessible, "Kim - Hotstart". ' G. The generator shall be completely housed in a fiberglass NEMA 31Z weather - protective enclosure. The generator set is to be mounted on a skid with hinged, removable doors and rear hinged control panel door. Silencer shall be side inlet type, mounted on top of housing and terminate with rain cap. Engine exhaust going through housing shall be provided with a suitable rain shield to prevent water from entering the housing. ' Provide locking hasps on all doors. The enclosure shall conform to the following. ' 1. General a. The fiberglass enclosure shall be constructed to meet or exceed ' requirements of ANSI C57.12.28 Standards for pad- mounted equipment enclosure integrity, an attachment to ANSI C 37.72. ' 2. Raw Material a. Resins - Resins shall be thermosetting, medium reactivity, rigid ' fire resistant polyester containing a maximum monomer content of 42% and a maximum of 1% Thixotropic additive. ' b. Glass Fiber - Class fiber. reinforcement shall be K filament type E Borosilicate glass having high performance chrome - complex or silane finish compatible with polyester resin. 'C. Gelcoat - Exterior surface coating shall be ultraviolet light stabilized, weather resistant, polyester base containing fade resistant color pigments, and such inert extenders as are ' appropriate to maintain total pigment volume concentration less than 20 %. d. Interior Coating - Interior laminate coating when required shall be a pigmented heat resistant high gloss polyester base surfacing ' sealer. e. Other material - Organic peroxide catalysts and promoters appropriate to the resin type shall be used as necessary to provide ' thorough cure. 1 ' STANDBY POWER 16620 -7 I n I L 0 C! • • Standards: Structural Standards - Minimum structural standards of the finished laminate shall be as follows: Tensile Strength: ASTM D -638 Flexural Properties: ASTM -13790 Tangent Modules of Elasticity Compressive Strength: ASTM D-695 Water Absorption: ASTM D570 -59aT Charpy Impact Test: ASTM D -256 Impact Resistance: ASTM D -244 Flammability Tests: ASTM D -635 Ultraviolet Protection Construction 8,180 6,040 407.3 19,350 5% 3.0 37.5 Self Extinguishing Nominal .014 "Gelcoat a. All exterior gelcoat shall be applied to produce a cured film of .014 inch plus or minus 0.005 inch in thickness. Distribution of glass reinforcement shall be uniform except that in areas of stress concentration where local reinforcement shall be required. b. All enclosures shall be molded in one piece, including base and door frames. No sectional parts may be bolted, cemented, or riveted. Female molds shall be employed to produce high sheen, smooth and uniform exterior surfaces. C. Doors shall be of identical material and construction as enclosures. Door latching provisions shall result in snug fit of door to france, with means provided on each door for padlock. All door and exterior hardware shall be constructed of 304 stainless steel and /or ABD bronze casting. d. Ventilators shall be of size, number, and locations as specified to allow proper transfer of air though the enclosure. Perforated screens of 304 stainless steel shall be backed with suitable internal baffles to resist entrance of foreign objects. e. Radiator, engine and alternator shall be mounted on a twin steel beam base. Base shall be suitable for lifting, hoisting, or skidding of the entire unit into installation position. f. Engine combustion air intake silencers to limit the air intake noise to less than the engine exhaust silencer noise level. g. Replaceable dry element heavy duty intake combustion air filters. 2.09 FINISH Engine generator set shall have a manufacturers standard finish paint color. Housing shall have manufacturers standard color gelcoat. STANDBY POWER 16620 -8 ' PART 3 - EXECUTION ' 3.01 ENGINE - GENERATOR TESTS A. Before delivery to the site, the set shall be given a preliminary operation ' and load test. The tests shall include full load test with a load bank of adequate capacity and shall assure performance of all specified function to the satisfaction of the City. Upon completion of the preliminary tests, the ' unit, complete with equipment, shall be delivered and installed at site by the Contractor. Provide four copies of complete test records. A copy shall be framed and mounted in the unit by the Contractor. All shop load tests ' must be run at unity power factor. B. Upon completion of the installation work, including the electrical ' connections, and grounding of equipment and neutral, the Contractor shall provide all necessary facilities, instruments and equipment, including full capacity load bank required for the load tests, and arrange for final test runs. ' Field tests to be run at unity power factor with Contractor provided unity power factor load bank, and fuel. 1. Generator shall start and pick up full load at normal voltage and frequency within eight seconds, from a cold start. (No pre- running within the last 12 hours prior to the test). 2. Load test at 0,1/4, 1/2, 3/4 and full load until readings are constant for 10 minutes. 3. Two hour 100% continuous full load test conducted consecutively with the above test. ' STANDBY POWER 16620 -9 C. Readings required during the two tests shall be taken on recently calibrated laboratory instruments as well as those on the equipment and shall include: ' 1. Frequency. t2. Voltage. 3. Current. ' 4. Wattage. ' 5. Ambient temperature. 6. Water jacket temperature. ' 7. Oil pressure and temperature. 8. Frequency and voltage tests shall include a record of response time ' recovery from load changes. ' STANDBY POWER 16620 -9 1 • • ' 9. All adjustments, replacement of unsatisfactory equipment, and re- testing shall be made by the Contractor at his own expense. D. Before acceptance of set, the Contractor shall instruct the City's maintenance forces in the operation and maintenance of this equipment. Four complete written instructions manuals, operating schedules, parts, lists, blueprints, wiring diagrams, maintenance and repair manuals, engine and generator specifications including actual performance curves shall be ' submitted to the City before final approval. E. Perform tests as specified and as requested by the City to prove installation ' is in accordance with contract requirements. Perform tests in presence of the Architect, and furnish all test equipment, facilities, and technical personnel required to perform tests. ' 3.02 GENERATOR INSTALLATION 1 Provide expansion type or cast in place type anchor bolts to anchor generator to equipment slab. Installation and concrete equipment slab shall comply with seismic requirements of California Code of Regulations Title 21 and Title 24. 3.03 The supplier shall provide documentation of maintaining local 24 -hour parts and factory- trained service personnel within a 200 mile radius of the project site with the shop drawing submittal. 3.04 The generator factory trained service personnel shall perform two field inspections and service maintenance visits, 4 hours each visit excluding travel time, at six and twelve calendar months after the generator testing is complete. The manufacturers standard recommended maintenance procedures shall be performed as part of the contract requirements. A letter certifying the work has been completed and shall be sent to the City after each visit. END OF SECTION 040193/130001 STANDBY POWER 16620 -10 Z jw � W;O O a N ` wiw ■ r i - 1 w W t- w Nw ��^^ oa' co W u Z 0 w �£ W � g w _ �W co Q o S w Fs 4 4- =_ -$y- _= jjTFjl e - j O co o !� �M' N :� Ytt U VJ W n% N w _ SAT ° 'A -- - It Q U _ " a ao T 21 1 I' og _ A _ as Z e�P�H a w U w Z O O �I F w 7 �{ V C Z W m W �,y a O ,U 6 V Z O Q ¢ 0 O � U O o m m > 0 cn a a w ¢ e 4i3�y8 a.7 y.y, r_- �'� Z Ax' � O z § §Q1 §'c uu to z O > . e m m w 0000 0000 00 0 0 0 11,' ey W ` z z o yl *. 'Ji• fl YI o L w I sau rr z d z ;I w a J w U w '1 m d; c =;x o^ I UNm I 3 W N - L ��¢ U ui 2.S UO 5w rn�w jOO Lio.`u O a0 �SOi ¢vOiV i oo _ ' w1 ¢ t6i_nZC ¢ wa LL v Uri r y °z Ni mw $� } 2;t J � 0 U'^ � a ww � � 'O � nFZd �i¢ mi .vu w � •. W� °W 0000 0000 00 0 0 0 11,' ey W ` z z o yl *. 'Ji• fl YI o L w I sau rr z d z ;I w a J w U w '1 N i w r� o� N w a o x N F W r a a 2 0 a ;� J 2Q iF 6 r F UU O� VW �� J 1i fL W m d; c =;x o^ I UNm N i w r� o� N w a o x N F W r a a 2 0 a ;� J 2Q iF 6 r F UU O� VW �� J 1i fL W 1 '-laf 171 8! I�' d; c o^ I I 3 W N - L ��¢ U 1 '-laf 171 8! I�' I � M a� ow N � ' Z I 0 W as x . r@ Q J W 0 O p w I ♦ ^ � � OD Gi 1 YI W W ZJ 3n ` 1�m7i z ° °� p• �F JOW VV �� p4 ' •FJ c �` o- may___ - - -.y )zm0 'W 9 w.h xl�-' �i� n � n � ��� - �l��a V FY nil � nz Ire �i zka °[ Ti ii a,y _ J � � •k �, I 'akin (31 � $R'I \ � o 1 � � ��1 FgWi x S ro "� � �I�zl 5 .�� � - 4 � - •nMi__JNT L�W - . Rj s n ' o o F ; k I F o 0 v I 50 - - I 3 � �_r I' 6 ::::::I:SCeJ11111111111'llllll ' e^ �eee131111: ©166901939a9�1A13616�5a99s'1' ��G�d' 11111111111111111 'IINNI . : !!{ 11 lii °Im1111111NI:iii11►11������ ` ; . , .8111{ '' 1I1N11 {I {I�I�I�INIIIIINIII{INIIIN 6 {I {I{ 111{ Illalll�I {I {IIIIIIIIIIIIIIII►1111N { {II111111� 9NIIIIIIIIIIIIIIIIIIII�11�1111111111111111 . 8110 {NII�IIIII {Illlllall 1{1111111 {11 {IIIIIN 0� {1111{ 1111111111111111111111111111 ►111111A aN1y1NN3NU111NN111NU111 /IIIIIINN 8 36619" 6611911111111111111111111 '11111111111 A...�1A.1!�R. :: 9NNIN�I�III w. �A11w�.�.ww ;iiiNIIIIIIIIIIhIIIiII1NN \Alw!Ipwelw���1p�i� I F o 0 v I 50 - - I 3 � �_r I' 6 ::::::I:SCeJ11111111111'llllll ' e^ �eee131111: ��G�d' 'IINNI : IN1919NNIIIIff119161111N11111 ; . 8111111111111111111IIIII1111111II { {II111111� . 8110 {NII�IIIII {Illlllall 1{1111111 {11 {IIIIIN 0� {1111{ 1111111111111111111111111111 ►111111A :: 9NNIN�I�III ;iiiNIIIIIIIIIIhIIIiII1NN {11111 . AINNINNIIflllllllllllllllllllllll ' , w�I�PpI !�wwwrA�i wwrw�A!w!N, A�..Y � �Awel�w�r! 1! 91 iiiiYY \ I F o 0 v I 50 - - I 3 � �_r 7 LL 1 's. z W 7 J W G IL J a u N C ° 4 0. o° E i'a $ s o' aid u°-° z ' qxqx � NI O O O no Fa �zY �a E 1 V W J III II I m III III III i IW� III III V33 � I I I F I I 1� Y r — 111LLL z I a 3 4 o i G ut 2 o Nd I�J Q a Ow'� u N ; d F tisw DWI w m4 23 rOO s z j Z &w O o w z o� j z d� 'i wo H �11 §z!� o k §a Ow w W W a. en w V3 O i wW O O 6@8 a s w O O o O w w O O' a( O` 7 LL 1 's. z W 7 J W G IL J a u N C ° 4 0. o° E i'a $ s o' aid u°-° z ' qxqx � NI O O O no Fa �zY �a E 1 V W J O W III II I III III III i IW� III III III I- 1 I I I I � I I I F I I 1� Y r — 111LLL z I a 3 o ------------ m ut 2 O w s hm, W o -1 ii f I�J Q a Ow'� u N ; tisw DWI w m4 23 rOO s z j &w wy' z d� 'i wo H �11 §z!� o k §a aaw cU w�rrw a44 lz Sy�y a� W OO O OO© O W �r 'I I Q it lilt rl q W L J I L L-2 IL p 9 d O F W d �1 V III 11 III III II I III III III i IW� III III III I- 1 I I I I � I I I F I I 1� Y r — 111LLL I I c I a +3� LU ------------ u - m w s hm, W o -1 ii f I�J Q a m u N cU 3 s° W -_ waa' 22 m Y i p ¢ _ J oO�O i z Oe: _ O WO _ ;o zd wu 04 Ort ¢°!u o pW'<o = o - iji °_O° JU 2¢'l•w uw o- oYOro -'ga u w -zz CIS F�3 °il M b o IJ �r 'I I Q it lilt rl q W L J I L L-2 IL p 9 d O F W d �1 V III 11 III T ~ A w D w aD -II v LU J U N w 7 J V 33 a fi�WZW v dLL�` d ��F a i I i I Ig; III II I III III III III W II IIW IW� III III III I- 1 I I I I � I I I F I I 1� Y r — 111LLL I I c +3� LU ------------ u - T ~ A w D w aD -II v LU J U N w 7 J V 33 a fi�WZW v dLL�` d ��F a i I i I Ig; r .A W LU m w s hm, W o -1 ii f I�J Q a m u N 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY ATTORNEY July 26, 1993 TO: Mayor and Members of the City Council FROM: Robin Flory, Asst. City Attorney RE: Agenda Item # 10 Award of Contract # 2923 Big Canyon Reservoir Electric Control Panel The City has received a request from Brewster Electric to waive an irregularity in the ratings requirements for the performance bond surety. City requirements provide that coverage shall be provided by as signed policy holders rating A or higher, and financial size category class 8 or larger in accordance with the latest edition of Best's Key Rating Guide for Property Casualty. The lowest responsible bidder, Brewster Electric, has submitted a performance bond through a surety who is rated A -, with a financial size category class4i, This office has concluded that the Council may waive the irregularity in the surety rating and award the contract to Brewster Electric if it makes the following findings: 1. The rating for the surety at an A -, with financial size rating of q, is a minor irregularity and substantially conforms to the specifications in the bid documents. 2. That the surety providing the performance bond substantially conforms to the City's needs and will substantially furnish the services required. Due to the size of the bid, and in the circumstances of this case, the Utilities Director has indicated that the surety rating is acceptable. 3. The waiver of the irregularity does not give Brewster Electric an unfair advantage over other bidders. 4. The bid is responsive in all other respects. RF:wb C OF =r:.�:.. ', :+ June 28th, 1993 CITY COUNCIL AGENDA )l )N 193 ITEM NO. 29 APPROVED TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR RECONSTRUCTION OF ELECTRIC CONTROLS BIG CANYON RESERVOIR ELECTRIC CONTROL PANEL (CONTRACT NO. 2923) RECOMMENDATIONS: 1. Reject all bids received at the June 16th, 1993 bid openning. 2. Approve a minor change in the project specifications allowing contractors with "C -10" specialty contractor's licenses to bid the project. 3. Authorize the City Clerk to re- advertise for bids for construction of the project. a Bids to be opened at half past 10 o'clock in the morning (10:30 a.m.) on Wednesday, July 14th, 1993, at the office of the City Clerk. DISCUSSION: The City Clerk opened and read bids for the subject project on June 16th, 1993. Three bids were received. The apparent low bid was about 8.5% above the Engineer's Estimate of $46,100. A summary of the results are listed below: Rank Contractor/ Bidder Total Bid Price low Brewster Electric $ 49,972 2 Evans Electric $ 54,440 3 Michael J. Kilbride Company $ 81,495 The project specifications required the contractor to possess a valid, Class "A", General Engineering Contractor's License issued by the State of California. Both the apparent low bidder, Brewster Electric, and the apparent second low bidder, Evans Electric failed to meet this specified requirement. Therefor, both are found to be non - responsive. The third low bid was received from the Michael J. Kilbride Company. However, their bid was the highest of the three bids and it exceeded the Engineer's Cost Estimate by (63 %) sixty-three percent. • 469, 2 BCR Electric Control Panel Project Reject Bids & Re- Advertise June 28, 1993 Sufficient funds are not available to award the contract to the high bidder. It is staffs recommendation that the project be re- advertised for bid with project specifications modified to allow a Class "C -10" Electrical Contractor's Specialty License. This project provides for the replacement of a number of obsolete, rusted and non -code conforming control and electrical components at the Operations Control Center at the Big Canyon Reservoir. The proposed project also includes the installation of a propane engine driven generator to provide emergency back -up power for the operation of the control system that sets the position of the inlet and outlet valves to the 300 million gallon Big Canyon Reservoir. The Engineer's Estimate for the project remains at $46,100. Funds for the work are included in the approved 1992 -93 water capital projects budget and will be carried -over to the 1993 -94 fiscal budget to allow an award of contract in July 1993. The project specifications have been modified to reflect the change in the contractor's license requirment. Staff recommends City Council approval. Respectfully submitted, -JEff- S1'ANEA(LT Jeff Staneart, P.E. Utilities Director JS: sdi 0 0 May 24, 1993 CITY COUNCIL AGENDA ITEM NO. Z9 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR RECONSTRUCTION BIG CANYON RESERVOIR ELECTRIC (CONTRACT NO. 2923) RECOMMENDATIONS: OF ELECTRIC CONTROLS CONTROL PANEL 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids for construction of the project. a. Bids to be opened at half past 10 o'clock in the morning (10:30 a.m.) on Wednesday, June 16th, 1993, at the office of the City Clerk. DISCUSSION: L 4 R1.3 i This project provides for the replacement of a number of obsolete, rusted and non -code conforming control and electrical components at the Operations Control Center at the Big Canyon Reservoir. The City retained the firm of Frederick Brown Associates of Newport Beach to perform electrical engineering design for the proposed replacements and to prepare plans and specifications. The proposed project also includes replacement of the incandescent control room lighting with more energy efficient halide fixtures. Another important component of this project is the installation of a propane engine driven generator to provide emergency back -up power for the operation of the valve control system that sets the position of the inlet and outlet valves to the 300 million gallon Big Canyon Reservoir. The electric components being replaced were originally installed when the facilities were constructed in the 1960's. Several important components are no longer operable and hamper the ability to monitor remote facilities at the Zone W Reservoir and numerous remote water pressure control stations. • ge 2 CR Electric Control Panel Project Authorization to Advertise Bids May 24, 1993 The Engineer's Estimate for the Project is $46,100. Funds for the work are included in the approved 1992 -93 water capital projects budget. The estimated time of completion is 60 calendar days. The project plans and specifications are complete and staff recommends City Council approval. Respectfully submitted, .- -�eFt- SnwES�ar Jeff Staneart, P.E. Utilities Director JS: sdi I Authorized to Publish Advertisements of all kinds including public notices by Decree of the Superior court of Orange County, California, Number A-6214, September 29, 1961, and A-24831 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH —COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: May 27, 1993 June 1, 1993 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on June 1 1993 at Cost esa, C lifornia Signature 0 I PUBLIC NOTICE nNG BIDS bids may be re- the office of the :. 3300 Newport lock a.m. on no, 1993, at w :h bids shall and read for N RESERV EL RECONSTRUC- , Contract No. 02923, Inaer's Estimate 00 Proved by the City cil this 24th day of 1993 1 Wanda E. Raggfo,l !City Clerk Prospective bidders may obtain one set of bid tlocu- ments at no cost at the or-! flee of the Public Works' Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, Cali- fornia 92659 -1768 For further information, call Jeff Staneart at- -644.1 3011. Published Newport ,Beach-Costa Mesa Daily Pilot May 27, June 1, 1993. ThT988 PROOF OF PUBLICATION