Loading...
HomeMy WebLinkAboutC-3368 - Buck Gully, Linda Isle, and Carnation Pump Station RehabilitationCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC December 9, 2004 Caliagua, Inc. 15148 Sierra Bonita Lane Chino, CA 91720 -8903 Subject: Buck Gully, Linda Isle, and Carnation Pump Station Rehabilitation (C -3368) To Whom It May Concern: On December 9, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on February 3, 2004. The Surety for the contract is United States Fidelity and Guaranty Company, and the bond number is SS -3981. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, Project Manager enclosure 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us EXECUTED IN (4) FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE, AND CARNATION PUMP, STATION RI HABILITATION * $100,000 @ $14.40 CONTRACT NO. 3368 $400,000 @ $8.70 $263,511 @ $6.90 BOND NO. SS 3981 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 6,738.00 . being at the rate of $ _* thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, Slate of California, by motion adopted, awarded to Caliagua, Inc., hereinafter designated as the "Principal', a contract for construction of BUCK GULLY, LINDA ISLE, AND CARNATION ? PUMP STATION REHABILITATION, Contract No. 3368 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications. and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference.: WHEREAS, Principal has executed or is about to execute Contract No. 3368 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and United States Fidelity and Guaranty Company _ duly authorized to transact business under the laws of the State bf California as Surety, (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of seven hundred sixty -three thousand, five hundred eleven and GD1100 Dollars ($763,511.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of ;Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and. administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and,, well and truly keep and perform any or all the work, covenants, conditions, and agreeme6ts in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, Its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise, this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face.: amount specified in this Performance Pond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this, Bond. Surety, for value received, stipulates and agrees that no change,` extension of timQ, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specfcationsiaccompanying the same shall in any way affect its obligations on this Barrd, and it does hereby v aive notice of any such change, extension of time, alterations or additions bf the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event .that the Principal executed this bond as an individual, it is agreed that the death of any such Pitncipal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF. this instrument has been duly executed Oy the Principal and Surety above named, on the 8th day of TuzLv___,.,...._.., 2002, Caliague, Inc. (Principal) United States Fidelity and Guaranty Name of Surety Company 333 City Boulevard West, Suite 1100 Orange, CA 92868 Address of Surety 714 - 620 -0606 Telephone ' C Auth6rded Signature/Tite Gus Bruner, President Authorize Agent Signatu Alexis H. Bryan, Attnrnev -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS Or CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California } ss. County of San Bernardino 1 On July 9, 2002 before me, Andy Bruner Notary Public , Date Name and Title of Officer (e.g., 'Jane Ooe, Notary Public') personally appeared Gus Bruner -_ ANDY PRUNER ° C.:fntT1IK.^,n it 1255541 Nc4ctty P'jbUC — Ccit:`anla Tn Sir Pity C..tr:� -r;. M 7ir„ ;,:.:r 37. ­^D04 Place Notary Seal Above N personally known to me O proved to me on the basis of satisfactory evidence to be the person(9�_ whose name(4 is /ok subscribed to the within instrument and acknowledged to me that he /sWtlwt executed the same in hisMi; authorized capacity(ie"5), and that by his /be[ /th*g signature(IB}on the instrument the person(tO, or the entity upon behalf of which the person(g} acted, executed the instrument. WITNESS my hand and official seal. ft Sig lure of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: - G Individual Tap of thumb here G Corporate Officer— Ttle(s): I CI Partner — G Limited C General G Attorney In Fact G Trustee G Guardian or Conservator Other: Signer Is Representing: ®1999 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Cnatsw rth, CA 91 313-2 4 0 2 • wa xrmlooalnotery.ory Prod No 5907 Reortle[ Call Toll -Free 1- 800- 878fi827 CALIFORNIA ALL - PURPOSE ACh . NLEDGMENT State of California County of Orange No. 5907 On c )J� V �, 2�Z before me, Rhonda C. Abel, Notary Public ATE I NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Alexis H. Bryan NAME(S) 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 acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ���c. �"ti' "` 'hC�. +D^ L. A77 SIGNATURE OF NOTARY ,% ; COMM. � 1312777 64�^n NOIA.FY ?USL!CCAUFORNIF. v] ORANGE COUNTY n CCMM. EXP. AUG. 9, 2"05 -' OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE($) ❑ PARTNER(S) 8 LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) v98 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE Ave., P.O. aox 7184 • Canoga Park, CA 91309 -7184 The =hut Power of Attorney No. POWER OF ATTORNEY Seaboard Surely Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company SL Paul Mercury Insurance Company 22775 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and ;Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company L a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collecrNely called the "Companies "), and that the Companies do hereby make, constitute and appoint James A. Schaller, Rhonda C. Abel, Jane Kepner, Nanette Mariella- Myers, Mike Parizino, Linda Enright, Jeri Apodaca, Patricia H. Brebner, Leigh McDonough and Alexis H. Bryan Costa Mesa California of the City of , State , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety to. and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other wrinet instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing, the performance of contracts and executing or guaranteeing bonds and undertakings r46ired or Removed in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrumem�to'Ge signed mdsealed'_this 4th day of October 2001 Seaboard Surety Company -t United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance`tompdriy .Z 1'. Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance',Compam:,, $' ..� ': Fidelity and Guaranty Insurance Underwriters, Inc. S[. Paul Mercury Insurance CpmEahy , � o '• ' . ' ` +.' � � q'�0� r.d 2. State of Maryland City of Baltimore 18% 2 1977 oan,tNld1' THOMAS E. HUMPLEGTSE. Assistant Secretary On this 4th day of October 2001 , before me, the undersigned officer, personally appeared John F. Phinney and Thomas E. limbregue, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.: and that the seals affixed to the foregoing instrument are the corporate seals of said Companiest and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seat. My Commission expires the 13th day of July. 2002. 86203 Rev. 7 -2000 Printed in U.S.A. m� P B<!R` s C `'tpyF e1't V� REBECCA EASLEY-ONOKALA, Notary Public r 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC February 3, 2004 Caliagua, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 -8903 Subject: Buck Gully Pump Station Rehabilitation (C -3368) To Whom It May Concern: On December 9, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on December 29, 2003, Reference No. 2003001522851. The Surety for the contract is United States Fidelity and Guaranty Company, and the bond number is SS 3981. Enclosed is the Labor & Materials Payment Bond. Sincerely, �LaVonne M. arkless, MC City Clerk cc: Public Works Department R. Gunther, Project Manager encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 0 EXECUTED IN (4) FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE. AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 BOND NO, SS 3981 Premium included in charge for the Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Caliagua, Inc., hereinafter designated as the "Principal," a contract for construction of BUCK GULLY, LINDA ISLE, AND CARNATION 'PUMP STATION REHABILITATION, Contract No. 3368 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, principal has executed or is about to execute Contract No. 3368 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent Hereinafter set forth: NOW, THEREFORE, We the undersigned :Principal, and, United States na 1; y Arid Guaranty Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound u6to the City of Newport Beach, in the sum of seven hundred sixty -three thousand, five hundred eleven and 001100 Dollars ($763,511.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the Cityof Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our. heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail ',to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with'respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable 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. 26 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 and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no Change, extension :of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder 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 eventthat any principal above named executed this Bond as an individual, it,is agreed that the death of any such principal shall not exonerate the Surety`from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety; on the 8th day of July 2002. Caliagua, Inc. (Principal) Authorized Signature/Titie Gus Bruner; President United States Fidelity and 111 Guaranty Company Tf• Name of Surety Authorized Agent Signatur 333 City Boulevard West, Suite 1100 Orange, CA 92868 Address of Surety 714- 620 -06t Telephone Alexis H. Bryan, Attorne y -in-Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California l San Bernardino }ss. County of J On July 9, 2002 , before me, Andy Bruner, Notary Public Dal Name and The of OKcer (e g.. "lane 0. Notary Public') personally appeared Gus Bruner ANDY ERUNER Crnmia;an k 1255.:1 z z R'ciray Pu;Yfc — CCilfcmin san ca.,Tty My C=rn. T, i.,;uf31.27134 Place Notary Seal Above LXpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(cl whose name(rS), is /ate subscribed to the within instrument and acknowledged to me that he /sAIl executed the same in his /hWAkte r authorized capacity(il and that by his /0slr1tlxair signature(a) -on the instrument the persol or the entity upon behalf of which the person(&j acted, executed the instrument. WITNESS my hand and official seal. Sig Nre of Nolary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited J General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Other: Signer Is Representing: Number of Pages: RIGHT THUMBPRINT OF SIGNER 0 1999 National Notary Association • 9350 Be Solo Ave., Po. Box 2402 • rhdt5W0@I, GA 913132403 • w nationalnotal, org Prod. No 5907 Reorder[ Call Tolll 1- 80P878 -8827 CALIFORNIA ALL - PURPOSE A VLEDGMENT � No. 5907 State of California County of On J� V g/ Z�2 before me, Rhonda C. Abel, Notary Public DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Alexis H. NAME(S) 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 acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. LN_12 c iy I call W-1 h' d=I 11 7: Y &I 1 H :14 :1 ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) B LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) S4067 /GEEF 2198 1993 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE WITNESS my hand and Icial seal. %;��� PHONDA C. ABE J COMM. k 1312777 NGTP.RY PUBK CAUFORNIAO SIGNATURE OF NOTARY ORANGE COUNTY 0 COMM. SKP. AUG. 9, 2005' �c--r OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. LN_12 c iy I call W-1 h' d=I 11 7: Y &I 1 H :14 :1 ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) B LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) S4067 /GEEF 2198 1993 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Officiameorrds, County of Orange Tom Daly, Clerk -Re IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE 200300152285102,28pm 12129103 213 109 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 " xern from recordin fees pursuant to Government Codelection 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Caliagua, Inc., of Chino. California, as Contractor, entered into a Contract on June 25, 22002. Said Contract set forth Certain improvements, as follows: Buck Gully, Linda Isle and Carnation Pump Station Rehabilitation (C -3368) Work on said Contract was completed on May 15, 2003, and was found to be acceptable on December 9. 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is United States Fidelity and Guaranty Company. VEF I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �a °� �-3 at Newport Beach, California. ' y Clerk • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC December 11, 2003 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completions for: Jamboree Road, Bison to University Street Rehabilitation (C- 3525); Newport Heights Alley Replacement (C- 3565); Bayside Drive Resurfacing (C- 3556); and Buck Gully, Linda Isle and Carnation Pump Station Rehabilitation (C- 3368). Please record the four enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, wr LaVonne M. Harkless, CIVIC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard 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 Caliagua, Inc., of Chino California, as Contractor, entered into a Contract on June 25 2002. Said Contract set forth certain improvements, as follows: Buck Gully. Linda Isle and Carnation Pump Station Rehabilitation (C -3368) Work on said Contract was completed on May 15 2003, and was found to be acceptable on December 9. 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is United States Fidelity and Guaranty Company. VEF I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on In City Clerk , at Newport Beach, California. CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 20 December 9, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949 - 644 -3311 rgunther@city.newport-beach.ca.us SUBJECT: BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3368 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 25, 2002, the City Council authorized the award of the Buck Gully, Linda Isle, and Carnation Pump Station Rehabilitation contract to Caliagua, Inc. The contract provided for the upgrade and renovation of the Buck Gully Wastewater Pump Station located near Little Corona Beach off Ocean Boulevard in Corona del Mar. The project involved the construction of a new pump room, installation of new pumps and controls, demolition of the existing above ground control room, and construction of a new roof structure at the same elevation as the adjacent pedestrian walkway. In addition, new drainage facilities were constructed along with new concrete walkways to the adjacent Little Corona restroom facilities. Replacement of the Buck Gully pumps included the purchase of a quieter backup generator. The Carnation and Linda Isle Pump stations were also included in the Buck Gully contract. The upgrades for these two stations included new hatches to allow better access to the stations and electrical upgrades, including emergency generator connections. A new bypass pump connection vault was also installed at each station. Since the Buck Gully project includes the same type of hatches, electrical controls, and bypass components, construction cost savings were realized by constructing these three stations as one contract. The contract has now been completed to the SUBJECT: Buck Gully, Linda ISIllod Carnation Pump Station Rehabilitation - ComplAnd Acceptance of Contract No. 3368 December 9, 2003 Page 2 satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: Actual amount of bid items constructed: Total amount of change orders: Final contract cost: $762,511.00 $762,511.00 $34,228.54 $796,739.54 The final overall construction cost including Change Orders was 4.49 percent over the original bid amount. Eight Change Orders totaling $34,228.54 were issued for the project. They were as follows. 1. Extra work for interfering utilities $2,295.64 2. Extra work to remove concrete $5,749.37 3. Stop work requested by Linda Isle HOA $2,500.00 4. Buck Gully sewer modifications $8,867.25 and upgrade to electrical service 5. Concrete removals $5,442.33 6. R/R roof, modify pipe, hatch, vault $3,168.58 7. Backflow devices, miscellaneous work $4,017.61 8. Miscellaneous extra work $2,187.76 Environmental Review: This project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Funding Availability: Funds for the project were expended from the following account: Account Description Sewer Pump Station Improvement Account Number Amount 7532- C5600100 $796,739.54 Total: $796,739.54 The original contract completion date was February 14, 2003. Due to the Change Order work the completion date was extended to May 15, 2003. Following that date, punch list items were worked on, O &M manuals were developed and obtained, equipment training was done, as -built drawings finalized, and public road usage documents processed for the portable generators. These items have now been completed or processed. Prepared by: tgknz� -(C� R. Gunther, P . Construction Engineer Submitted b tp en G. Badum Aublic Works Director F -- • CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 2:00 p.m. on the 12th day of June 2002, at which time such bids shall be opened and read for K GULLY. LINDA ISLE. AND Title of Project Contract No. 3368 $683,000 Engineer's Estimate App9vo by �phen G. Badum is Works Director TI O1;� �OQ���s \Q Prospective bidders may obtain one set of bid documents at actual cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor Class "A" License required for this project For further information, call Michael J. Sinacori, Project Manager at (949) 644 -3342 A 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIALPROVISIONS ................................................................. ...........................SP -1 z CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT fA BUCK GULLY LINDA ISLE AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to exceed 60 calendar days after the successful bidder has signed the Contract. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 0 0 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear signatures and titles of persons authorized bidder. For corporations, the signatures shall be of a corporate authorized by the corporation. For partnerships, the signatures shall For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 359728; A,B,C4,C36 & HazMat Contractor's License No. & Classification Caliagua, Inc. 11-?)K� Authorized Signature/Title Gus Bruner, President June 10, 2002 Date to sign on behalf of the officer or an individual be of a general partner. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE. AND CARNATION PUMP STATION RtHABILITATIONI CONTRACT NO. 3388 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Total Amount of the Bid in Dollars ($ 109 1, to be paid and forfeited to the CNy of Newport Beach ifithe bid proposal of the undersigned Principal for the construction of BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION, Contract Nb. 3368 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duty enter into and exedite the Contract Documents and provide the required original insurance documents for the construction of the project within thirty (30) days (not Including Saturday, Sunday, and federal' holidays) after the date of the mailing of 'Notification of Award'. otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 30th day of May , 2002. Calia ua, In Name of Contractor Principal) United States Fidelity and Guaranty Company Name of Surety 333 City Boulevard West, Suite 1100 Orange, CA 92868. Address of Surety 714- 620 -0606 Telephone �l1lt� Auth'odzed SignatureRtle Gus Bruner, President to __ Authorized Agent Signature Alexis H. Bryan, Atforney-in- PaLr,_ Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CA.- IFORNIA ALL - PURPOSE State of California County of No. 5907 On ,May 30, 2002 before me, Leigh McDonough, Notary Public DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Alexis H. Bryan NAME(S) 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 acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon LEIGH MCDO � behalf of which the person(s) acted, executed the instrument. Commiasion f 1328874 i S Notary PubliC - Caiiromia 4 Orange CourltY MyCelrrrl.F�110w "8,21)88 WITNESS my hand and official seal. SlGffATTJAE OF NOT OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) 8 LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S-00871GEEF 2/98 0 1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box L] CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of San Bernardino On 6/10/02 before me, Andy Bruner, Notary Public Data Name and Title of Officer (e.g. 'Jane Doe. Naary Public) personally appeared _ Gus Bruner Name(5) of siguens) tX personally known to me proved to me on the basis of satisfactory evidence to be the personX whose name(>o) isil subscribed to the within instrument and acknowledged to me that he /sqe /tpay executed the same in his /hen'thte(r authorized capacity(ORI), and that by his /hqr /thW signature(k on the instrument the person(k, or the entity upon behalf of which the persoW acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Sig tore of Notary Poblie OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: C Individual Top of thumb here ❑ Corporate Officer — Title(s): _ ❑ Partner — C Limited C General !. I Attorney in Fact Trustee Guardian or Conservator C Other: Signer Is Representing: 0 1999 National Notary Association • 93150 De S. Ave.. P.O. Box 24D2 • CGatswoft. CA 913134402 • mr v.natlonalnotery.v, Pox. No, 5907 Braider: call Toll Flea IBW 876 W7 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters. Inc. oil September 2. 1994, which resolutions are now in full force and effect, feuding as follows: RESOLVED. that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings. contracts and other inslrumenix rclatinY to said business may be signed. executed, and acknowledged by persons or entities appointed as Attorney(s) -iri pursuant to a Power of Al ornec issued in accordance with these resofuHINIS. Said Power(,) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman. or the President. or any Vice President, or an Assistant Vice Presidem. jointly with the Secretary or an .Assistant Secretary. under their respective designations. The signature ol'such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating (bereft) appointing mtomey(s) -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and subject to any limitations set forth therein. arty such Power of Attorney or certificate bearing such facsimile signature or facsimile seaLshall be valid and binding upon the Compact -and any such power so exe- cuted and certified by such facsimile signature and facsimile seaLshall be valid and binding upon the Company with respect to any bond or undertaking to which It is validly attached: and RESOLVED Fl. RTHFR. that Attorney(,) -in -Fact shall have the power and 'authority. and. in any case, subject to (he terms and limitations of the Power of Attorney issued them. to execute and deliver on behalf of the Company and to anach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof. ;md any such instrument executed by such Attomey(,) -in -Fact shall be as binding upon the Company as if signal by an Execallye Officer and sealed and infested ua by the Secretary o1 'the Company. 1. Thomas E. Huibregtse. Assistant Secretary of Seaboard Surely Company. St. Paul Fire and Marine Insurance Company. S(. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. United States Fidelity and Guaranty Company. Fidelity and Gumany Insurance Company. and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and Jbregoing is it true and correct copy of the Power of Attorney execawd by said Companies. which is in full fume and effect and has not been revoked. IN TESTIMONY WHEREOF, l hereunto set my hand this 30th duyof,_- May 2002 so * .St AL' t Sfi.11 1696 l ! E a 1s3 ��� �'M nn i6'd Thomas E. liuibrcgso. Assis:nn Ssnaan To verify the authenticity of flax Power of Atforney, call 1 -800- 421 -3880 and ask fur the power of Attorney clerk. Please refer to the Power of Ailorney number, the above - named individuals and the details of the bond to which the power is attached. ihe$?PdUl Prayer of Attorney No. POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 22775 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. KNOW ALL SIEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the Slate of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Gnardlan Insurance Company and St. Paul Mercury Insurance Company are corporation, duly organized under the laws of the Stale of Minnesota, and that Lnited States Fidelity and Guaranty Company k a corporation duly organized under the lows of the Stale of Maryland. and that Fidelity and Guaranty Insurance Company i, a corporation duly organized under the haws of the State of Iowa, and that Fidelity are! Guaranty Insurance Underwriters, Inc, k a corporation duh organized under the haws of the State of Wisconsin Iherem rolleccticels rolled ate °Cuino... es "i. and that the Companies do hereby make, constitute and appoint James A. Schaller, Rhonda C. Abel, Jane Kepner, Nanette Mariella- Myers, Mike Parizino, Linda Enright, Jeri Apodaca, Patricia H. Brebner, Leigh McDonough and Alexis H. Bryan Costa Mesa California of the City of _ ._ , Slade their true and lawful Attorney (o-in-Fact, each in their ceparatc capacity it more than one is named ahowe. u, sign it, nam, as'"my to, and to execwwa veal and :acknowledge any and all bonds, untleaakinge. contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing, the fidelity of penonr, guaranteeing the performance of contracts and executing or ou trantceind bonds and undertakings heyuiied or permitted in any actioac or proceedim_a allowed by law. IN W1TNF.SS WHEREOF, the Companies hawc caused this instrument to be sioied and scaled this _- 4th ...... day of _, OCtDbe _ 2001 Seaboard Surety Company' United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company SL Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. SL Paul Mercury Insurance Company wYt atRE x s o, t 0�2-2% 927 SE SEAL (r ✓r � rut t State of Mtu't land City of Baltimore 'I'J ONIAS F. 111 IBRr.G1 St. As,klant Secretary On this 4th clay of _,. OCtO_bQI _ 2�� �_ . before rte, the undersigned officer, personally appeared John F. Phinney and Thomas E. Huibre n,c. who acknowledged them ,ekes to be the Vice President antl A,,is ant Secretary. respectively, of Seaboard Surety Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurancu Compmhy, St. Paul Mcrury Inmrance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaramy Insurance Untlerrritera. Inc.: and that the veal, affixed to the foregoing instrument are the corporate seals of said Companies: and that they. a, such, being authorize,] xo ni tlo- executed the foregoing in9trwncnt for the puiposes therein contained by signing the names of the corporations by themsck¢ as duly authorized officers. In Witness Whereof, I hereunto <ct my hand and official seal. My Commission expires the 13th day of July, '_001. 86203 Rev. 7 -2000 Printed in U.S.A. CCP EAS(EY b P�0 NOTAI ?�� m PUBV / *ktt-i-A -r w ttEBECCA EASLEV- OSOKAI.A. Soma 1`01ic 9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the 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. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Name, Bid Description of Work Percent of Address, Telephone # Item Total Bid Number t4ALV Un Elm at'i k- A11 r V 3kk J.J- B07 Electrical Hw►;FM 4' C07 SGT bsgr G & F Concrete Cut A04 PO Box 10215 CO3 Demolition Santa Ana, CA 92711 B04 714 - 648 -0397 Kretschmar & Smith A02 6293 Pedley Road B06 Masonry Riverside, CA 92509 C06 909 - 361 -1405 Fontana Steel A09 12451 Arrow Route B06 Rebar Rancho Cuc., CA 917 9006 909 - 899 -9993 Caliagua, Inc. �, L% Bidder Author Signature/Title Gus Bruner, President 9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the 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. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Name, Bid Description of Work Percent of Address, Telephone # Item Total Bid Number Western Jalco A09 2403 Camino BucanerD B04 Painting & Coating San Clemente, CA926 2 C04 949 - 498 -2166 Prime Plastering B06 1338 Sixth Street C06 Plaster Norco, CA 91760 909 - 371 -1611 Pre -Fab Erectors B06 3006 E Coronado St. C06 Sht Mtl Roof Anaheim, CA 92806 714 -575 -9265 Caliagua, Inc. Bidder 0 AuthorIza Signature/Title Gus Bruner, President CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Caliagua, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number Project Description See Attached Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 7 No. 2 Project Name /Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. M No. 4 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 7 No. 6 Project Name /Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Caliagua, Inc. Ab- Bidder Authorlz6d Signature/Title Gus Bruner, President 10 Caliagua Inc. Engineering Contractors Contractor List of References & Experience Customer I Design Engineer Moulton Niguel Water District I K.I.M. Consulting Engineers �A ®C� AGC ' rx CALIFORNIA ampleted Job Description Cont. Amt Dec -90 Country Village Pump Station $ 659,000 Feb -92 JPrado Park Dechlorination Fac. 1 $ 468,981 Santa Margarita Water District Attn: Carlo Habash Feb -92 Attn: Ken Mullen $ 358,983 Ph. (949) 643 -2584 Attn: Paul Kline Ph. (949) 459-6589 Ph. (949) 855-3646 Chino Basin Municipal W.D. Brown & Caldwell Daniel Boyle Engineering Attn' Ken Peterson Construction of Well No. 4 Attn: Doug Robinson Attn: Gary Althide Ph. (909) 987-1712 Ph. (949) 660-1070 �A ®C� AGC ' rx CALIFORNIA ampleted Job Description Cont. Amt Dec -90 Country Village Pump Station $ 659,000 Feb -92 JPrado Park Dechlorination Fac. 1 $ 468,981 Santa Margarita Water District RBF Consulting Engineers Feb -92 Nichols Institute Effluent Pump Station $ 358,983 Attn: Dan Ferons Attn: Paul Kline Ph. (949) 459-6589 Ph. (949) 855-3646 Serrano Irrigation District Daniel Boyle Engineering Oct -91 Construction of Well No. 4 $ 243,373 Attn: Gary Althide Attn: Doug Biglen Ph. (714) 538 -0079 Ph. (949) 768 -2600 El Toro Water District Steven Andrews Engineering Aug -93 Construction of P -1 Pump St. $ 835,250 Attn: Dennis Caffeny Attn: Steven Andrews Ph. (949) 837 -7050 Ph. (714) 935 -9844 San Bernardino Valley M.W.D. K.I.M. Consulting Engineers Jul -92 Surge Protection Arrestor $ 123,850 Attn: Louis Fletcher Attn: Ken Mullen Ph. (909) 387-9226 Cal- American Water Co. ASL Consulting Engineers Jan -93 Las Lomas & Encanto Well $ 574,752 Attn: Scott Leadsman Attn: Jerry Elliot Ph. (818) 289 -7821 Ph. (949) 727 -7099 West Basin Municipal W.D. Don Howard Engineers Mar -93 Desalinization Project $ 453,000 Attn : Linda Palmquist Attn: Don Howard Ph. (310) 217-2411 Ph. (626) 331-3341 Replace Sewer Laterals U.S. Army /Ft. Irwin Ft. Irwin Army Base Feb -93 Replace Water Laterals $ 1,191,525 Attn: Mark Livingston Attn: Mark Livingston Upgrade HVAC at Bldg. #254 Ph. (619) 396 -3892 Ph. (619) 396 -3892 Upgrade HVAC at Bldg. #326 City of Laguna Beach City of Laguna Beach Dec -93 Bluebird Cyn. & Laguna Beach $ 170,153 Attn: Ross Cox Attn: Ross Cox Pump Station VFD's Ph. (949) 497-3311 Ph. (949) 497-3311 Eastern Municipal Water District Eastern Municipal W.D. Aug -93 Clark Street Lift Station $ 315,000 Attn: Bob Van Doren Attn: Bob Van Doren Ph. (909) 766-1831 Ph. (909) 766-1831 15148 Sierra Bonita Lane • Chino, CA 91710 • License 359728 • (909) 393 -9398 • FAX (909) 597 -5167 F:\UsoJolene \Forms \Reference UstAs 0 0 Caliagua, Inc. 15148 Sierra Bonita Lane, China, CA 91710 -8903 909393.9398, 909.597.5167, fax Contractor List of References & Experience (Page 2) Customer Design Engineer Completed Job Description Cont. Amt Santa Margarita Water District RBF & Associates Sep -93 Prima Deshecha Pump Station $ 99,964 Attn: Dan Ferons Attn: Michael W. Palzes, P.E. Ph. (949) 459 -6589 Ph. (949) 472 -3505 City of Anaheim City of Anaheim Mar -94 Well No. 49 Site Mods. $ 390,470 Attn: Isaac Pai Attn: Isaac Pai Ph. (714) 254-5176 Ph. (714) 254-5176 L.A. County Public Works L.A. County Public Works May -94 Ave. K1341h Street Booster $ 267,955 Attn: Nelson Attn: Nelson Pump Station Moulton Niguel Water District ASL Consulting Engineers Mar -94 Master Meter Vault Upgrade $ 148,119 Attn: Carlo Habash Attn: Steve Tedesco Ph. (949) 643-2584 Ph. (949) 727-7099 City of Compton City of Compton May -94 Vault Rehab. Project $ 107,136 Attn: Leonard Carter Attn: Leonard Carter Ph. (310) 605-5595 Ph. (310) 605-5595 Moulton Niguel Water District I.W.A. Engineers Apr -95 Wood Canyon Pump Station $ 1,125,012 Attn: Ray McDowell Attn: Mark Bogh Ph. (949) 425 -3527 Ph. (714) 968 -1221 Rowland Water Distict ASL Consulting Engrs. Jun -95 MacHeard Booster St. $ 372,496 Attn: Tony Poli Attn: Terry Kerger Ph. (562) 697-1726 Ph. (949) 727-7099 Turner Construction Co. L.B.L., Inc. Orange County Offices 2890 Colorado Ave. Jun -95 Kaiser Riverside, Medical Center $ 583,227 Attn: Bill McLaughlin S.M., Ca. 90404 General Conditions Misc. Site Ph. (949) 798 -8100 Ph. (310) 829 -2249 Concrete and Utilities Southern Cal. Water Co. Southern Cal. Water Co. Mar -95 Calle Linda Booster Station $ 152,166 Attn: Chet Anderson Attn: Chet Anderson Ph. (909) 592-2964 Ph. (909) 592-2964 Kaiser Construction Services Kaiser Facilities Design Dec -95 Cooling Tower Modifications $ 27,230 Attn: Mark Montgomery and Construction Ph. (909) 353 -3096 Ph. (909) 427 -5016 315000 City of Anaheim Anaheim Arena Sep -95 Storm Drain Pump Station $ 28,595 Attn: Building /Permits Attn: Mike O'Donnel Ph. (714) 254 -5176 Ph. (714) 704 -2402 FAUsNolene\F.,.s1Re ereme Wills 0 Calfagua, Inc. 15148 Sierra Bonita Lane, Chino, CA 91710 -8903 909.393.9398, 909.597.5167, fax Contractor List of References & Experience (Page 3) 0 Customer Design Engineer Completed Job Description Cont. Amt City of Chino Hills City of Chino Hills Attn: Director of Utilities May -95 Butterfield Sewage Lift Station $ 28,350 Attn: Ms. Zora Lee Terry Kimbro Ph. (909) 597-1784 Ph. (909) 597-1784 General Pump City of Santa Monica Jul -95 Santa Monica Well $ 102,184 Attn: John Hodges Attn: Bob Harvey Ph. (909) 599 -9606 Ph. (310) 826 -6712 American Water Works Svc. ASL Consulting Engineers Jan -96 Danford Booster Pump #1 $ 122,860 Attn: Linda Dossman Attn: Richard L. Bardin Ph. (619) 656-2400 Ph. (949) 727-7099 Rancho Water District Krieger & Stewart Inc. Jun -96 Cal. Oaks Sewage Lift Station $ 578,670 Attn: Craig Mapes Attn: Jon Clyde Reynolds #1 & #2 Mods 5 & 6 Ph. (909) 676 -4101 Ph. (909) 684 -6900 City of Upland John Egan & Associates Jan -96 15th Street Transfer Station $ 200,345 Attn: Jim Moody Attn: John Egan (Portable Water:CIP Structure & Ph. (909) 931 -4245 Ph. (909) 889 -0676 Booster Station) Southern Ca. Water Co. So. California Water Co. Jan -96 Install sand trap and piping for Well #4 $ 43,380 Attn: Chet Anderson, P.E. Attn: Chet Anderson, P.E. Ph. (909) 394-3648 Ph. (909) 394-3648 La Habra Heights ASL Consulting Engineers May -96 Plant #1 Surge Tank and Wet Well $ 142,750 Attn: Jim Frei Attn: Steve Ochsner Rehab. Ph. (949) 727-7099 Kaiser Health Foundation Mollenhauer, Higashi Jan -96 Corona Reginal Data Ctr. $ 43,227 Attn: Mark Hutchins Site Drainage Improvement Ph. (909) 353-3977 Big Bear Municipal Water District Montgomery Watson Dec -95 Dam Gate Rehab. $ 36,843 Attn: Jim Weber Attn: Cheuk H. Lee Ph. (909) 866-5796 Ph. (626) 796-9141 Moulton Niguel Water District ASL Consulting Engineers May -97 Crown Point Pump Station $ 280,279 Attn : Carlo Habash Attn: Steve Tedesco Conversion to Reclaimed Water Ph. (949) 643 -2584 Ph. (949) 727 -7099 Pump Station El Toro Water District Dames & Moore Jan -97 Reservoir $ 315,000 Attn : Dennis P. Cafferty Flexible Couplings & Corrosion Repairs Ph. (949) 837-7050 Ph. (714) 433-7600 F:1UsNolweVormslReference LislAs 0 Caiiagua, Inc. /5/48 Sierra Bonita Lane, Chino, CA 91710 -8903 909.393.939, 909.597.5/67, far Contractor List of References & Experience (Page 4) 0 Customer Design Engineer Completed Job Description Cont. Amt Turner Construction Flour Daniel Engineering Mar -97 Procetor & Gamble, Sundor Brands $ 274,998 Attn: Bill McLaughlin Anaheim Plant Expansion Ph. (949) 798 -8100 Ph. (949) 349 -2135 Swinerton & Walberg Jenkins /Gales & Martinez May -96 Remote Aircraft Gates LAX $ 168,216 Attn: Dan Larson Boarding Facilities: 12" Waterman Ph. (310) 606 -0882 & 8" Sewer Black & Veatch Black & Veatch Jun -96 Edwards Airforce Base $ 19,349 Attn: Sam Abi Samra Connie Leonard 20" Pipeline Testing & Maintenance Ph. (213) 312 -3300 Ph. (213) 312 -3300 Irvine Ranch Water District Irvine Ranch Water District Oct -96 Michelson Water Reclmation Plant $ 353,400 Attn: Malcolm Cortez Attn: Malcolm Cortez Concrete Modification & Repairs Ph. (949) 453 -4500 Ph. (949) 453 -4500 To spent Backwash Tank Bonadiman McCain Bonadiman McCain Aug -96 Emergency Repair @ Glen Helen $ 2,866 Attn. Carlo Bonadiman Attn. Carlo Bonadiman Regional Park Ph. (909) 885 -3435 Ph. (909) 885 -3435 2555 Devore Rd., San Bernardino Turner Construction Co. Microcenter Computer Store Oct -96 Repairs to 6" Fire Sere. & Site Work $ 8,266 Attn: Bob Brann Mike Withers Ph. (949) 798 -8100 Ph. (714) 566 -8527 Turner Construction Co. Widom Wain Cohen Jan -97 Seismic Ugrades $ 180,086 Attn: Ed. Cunningham Kaiser Regional Data Center Ph. (949) 798 -8100 Structural Concrete Turner Construction Co. The Irvine Co. Dec -97 Curtain Wall Replacement $ 54,057 Attn: Bob Brann 620 Newport Drive Ph. (949) 798 -8100 Misc. Labor Rough Carp. & Ste. Wk. BCI, Inc. Sidawi & Associaates, Inc. Jun -97 Freeman Reservoir Pump Station $ 303,972 Attn: George King Attn; Zac Sidawi 27330 Calle Escadera, Temecula Ph. (562) 630 -1707 Ph. (714) 966 -1416 Turner Construction Co. HOK Sports Facilities Mar -97 Anaheim Stadium Renovation $ 100,000 Attn : Bob Berenguner Attn: Bob Berenguner Seating & Misc. Labor Ph. (949)798 -8100 Ph: (714) 978-7576 Santa Margarita Water District Boyle Engineering Co. May -98 South Ranch Lift Station $ 315,000 Attn: Bart Lantz Attn: Kent Gingrich Project No. 50 Contract C -1656 Ph. (949) 459 -6583 Ph. (949) 476 -3310 F:1USNo1..XFormslReference Usl.As • • Cariagua, Inc. 15148 Sierra Bonita Lane, Chino, CA 91710 -8903 909.393.9398, 909.597.5167, fax Contractor List of References & Experience (Page 5) Customer Design Engineer Completed Job Description Cont. Amt Turner Construction Co. Enrich - Rominger Sep -97 Bio -Rad Laboratories $ 191,500 Attn: Brian Brown Attn: Gary Hipolite Site Concrete Ph. (949) 798 -8100 Ph. (714) 476-4000 Turner Construction Co HOK Sports Mar -98 Anaheim Stadium Renovation $ 168,000 Attn: Paul Morrissey Pat Tangen Site Utilities Ph. (949) 798 -8100 Ph. (714) 978 -7576 Turner Construction Co WD[ Tumer Mar -98 Anaheim Stadium Renovation $ 98,311 Attn: Pat Garret Attn: Steve Scarsborough Temp Ticket Bldg. Ph. (949) 798 -8100 Ph. (714) 978 -7576 Turner Construction Co HOK Sports Mar -98 Anaheim Stadium Renovation $ 217,928 Attn: Jamie Kramer Attn: Pat Tangen Ornamental Steel Fence /Gates Ph. (949) 798 -8100 Ph. (714) 978 -7576 Valley Crest Landscaping, Inc. HOK Sports/Turner Mar -98 Anaheim Stadium Renovation $ 887,192 Attn: John Vista Attn: Bob Berenguner Architectural Concrete Ph. (714) 546 -7975 Ph. (949) 798 -8100 Turner Construction Co. HOK Sports Mar -98 Anaheim Stadium Renovation $ 103,661 Attn : Don Heller Attn: Daryl Redden Pigmented Concrete Diamond/ Ph. (949) 798 -8100 Ph. (714) 978 -7576 Stadium Club So. California Water Co So California Water Co. Jun -98 Chapman Plant Modifications $ 222,800 Attn: John Tracy Lyon Attn: Joe Minneci Ph. (714) 535 -8010 Ph. (909) 394 -3648 Los Alisos Water District Boyle Engineering Jun -98 Wellhead Facilities & Site $ 230,581 Attn: Paul Cook Attn: Kent Gingrich Improvements Well #5 Ph. (949) 239 -2920 Ph. (949) 476 -3300 EL Yeager Const Co. Boyle Engineerinf Jul -98 West Street Disneyland Drive 146,320 Attn: Jacques Yeager Attn: Russ Hulse Segments 1 & 2 Ph. (909) 684 -5360 Ph. (949) 476 -3300 Storm Water Pump Station City of Whittier City of Whittier Dec -98 Installation of Booster 4 & 5 $ 308,725 Attn: David Schickling Attn: David Schickling Construction of New Booster Pump Ph. (562) 695 -5214 Ph. (562) 695 -5214 Facilities Irvine Ranch Water District Irvine Ranch Water District Nov -98 Bayview Lift Station Emergency $ 315,000 Attn: Ants Uiga, P.E. Attn: Ants Uiga, P.E Generator; New Standby Emergency Ph. (949) 453 -5586 Ph. (949) 453 -5586 Generator Facility F:\UsNo1ene \Farms \Reference list els Caliagua, Inc. 15148 Sierra Bonita Lane, Chino, CA 91710 -8903 909.393.9398, 909.597.5167, fax Contractor List of References & Experience (Page 6) Customer Design Engineer Completed Job Description TCont . Amt. Elsinore Valley Municipal Water Dst. Daniel Boyle Engineering Dec -98 Canyon Lake Treatment Plant $ 387,115 Attn: Loren Sorber Attn: Doug Biglen Intake Facility; Earthwork, Pipe Utility Ph. (909) 674 -3146 Ph. (949) 768 -2600 Concrete, and Mechanical R B & G Construction Daniel Boyle Engineering Jan -99 Well #19 Underground Concrete $ 219,188 Attn: Roger May Attn: Brian Powell Structure for Future Well Pump Ph. (562) 634 -3842 Ph. (949) 768 -2600 Facilities E.L. Yeager Construction Const. Mojave Water Agency Mar -99 Mojave River Pipeline Lenwood Project $ 100,470 Attn: Gary Baxter Attn: Gary Martin Ph. (800) 222 -5360 Ph. (760) 240 -2080 Kaiser Facilities Widom, Wein, Cohen, Olea Mar -99 CDC- Modular Building $ 200,690 Attn: Raymon F. Felton Ph. (909) 278 -0990 City of Los Angeles City of Los Angeles Jun -99 Emergency On -Call Sewer Repair $ 191,686 Attn: Ben Abdian Attn: Ben Abdian Temple Street Area Emergency Repr Ph. (213) 847 -5124 Ph. (213) 847 -5124 City of Los Angeles City of Los Angeles Jun -99 Emergency On -Call Sewer Repair $ 24,561 Attn : Lee Pitman Attn: Lee Pitman Bellagio Road Emergency Repair Ph. (310) 575 -8637 Ph. (310) 575 -8637 City of Westminister Daniel Boyle Engineering Jul -99 Equipping Bolsa Chica Park Well $ 393,836 Attn: Marwan Youssef Attn: Douglas K.Biglan Ph. (714) 898 -3311 Ph. (949) 768 -2600 EVMWD DGA Consultants Repair & Rehabilitations $ 139,178 Attn: Phillip Miller Attn: Feb -00 SL Stations Bi & B2 Ph. (909) 674 -3146 Ph. (714) 568 -0200 Moulton Niguel Water District ASL Consulting Dec -00 Regional Sewage Lift Station $ 158,172 Attn: Ray McDowell Attn: Tom Epperson Ph. (949) 425 -3532 Ph. (949) 727 -7099 A.D. Reed & Company Bechard Associates Sep -00 Cal -Poly Pomona $ 147,387 Attn: Tom Schordorf Attn: Bruce Bechard Chilled Water Central Plant Ph. (858) 565 -4131 Ph. (858) 578 -8861 City of Los Angeles City of Los Angeles Mar -00 Emergency Sewer Repair $ 315,000 Attn' Jim Corralejo Attn: Jim Corralejo Pasadena Street Ph. (213) 847-5080 Ph. (213) 847-5080 Security Paving HNTB Corporation Jul -01 Johnson Drive $ 210,859 Attn: Marty Pettee Attn: Michael Jones Railroad Grade Separation Ph. (805) 986 -7953 F:IUsNolene\Foans\Refereace bslxls y Caliagua, Inc. 15148 Sierra Bonita Lane, Chino, CA 91710 -8903 909.393.9398, 909.597.5167, jar Contractor List of References & Experience (Page 8) Customer Design Engineer Completed Job Description Cont. Amt. Moulton Niguel Water District ASL Consulting Jun -01 Little Niguel Flow Control Facility $ 138,978 Attn: Ray McDowell Attn: Tom Epperson Ph. (949) 425 -3532 Ph. (949) 727 -7099 .O. Reed & Company Bachand Associates Nov -00 Cal -Poly Pomona $ 7,677 ttn: Tom Schordorf Attn: Bruce Bachand Bldg. 98 CWS Extension Ph.(8581565 -4131 Ph. (8581578 -8861 Excel Paving Company kpff Consulting Engineers Aug -01 Pier T Marine Terminal Pump Station $ 600,717 Attn: Randy Mason Attn: Todd Graham Ph. (562) 599-5841 Ph. (562) 435-1077, ext 252 City of Corona ksi Consulting Engineers Jul -01 Well No. 13 Building $ 75,000 Attn: Eric Schoenen Attn: Ph. (909) 279 -3675 Ph. (714) 282 -8770 City of Corona ksi Consulting Engineers Nov -02 Well No. 12 Building $ 75,000 Attn: Eric Schoenen Attn: Ph. (909)279 -3675 Ph. (714) 282-8770 CAL -CITY Construction, Inc. LACDPW Sep -01 Puddingstone Diversion Dam $ 57,431 ttn: Young Lee Attn: Ricardo Gordillo Ph. (562) 630-7733 Ph. (526) 458-3142 FCI Constructors, Inc. Caltrans In Progress Detention Basin @ Wiley Court $ 82,774 ttn: Dale Nelson Aftw Ph.(909)482 -0731 Ph. NAVFAC: MCAGCC In Progress Non -Pot Supply Well $ 307,201 Attn: Ensign Qwok Attn: Ensign Qwok Ph. (760) 830 -7423 Ph. (750) 830 -7423 John Laing Homes, Inc. Hunsaker & Associates In Progress Forster Ranch Lift Station $ 780,356 Attn: Ken Hauck Attn: James Maeding Ph. (949) 369 -9983 Ph. (949) 458 -5448 City of El Segundo AKM Consulting Engineer In Progress Rehabilitation of Sanitary Sewer $ 293,857 Attn: Maryam Jonas Attn: John Logue Pump Station No. 6 Ph. (310) 524 -2361 Ph. (949) 753 -7333 City of Culver City DMR Team In Progress PS Installation & Facilities Upgrade $ 315,000 1 Attn: David Shissler Attn: Shin Furukawa Project P -521 10h.(310)253 -5600 Ph, (310) 338-3440 F.WsNc1eneToans \Reference ustais 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 NON - COLLUSION AFFIDAVIT State of California ) ) ss. Countyof San Bergardino Gus Bruner being first duly sworn, deposes and says that he or she is President of Caliaqua, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Caliaqua, Inc. Bidder N Authorized Signature/Title Gus Bruner, President Subscribed and sworn to before me this 10th Andy Bruner Notary Public My Commission Expires: Mar 31, 2004 11 day of June 2002. [SEAL] ANQ'r 5 @1JNFR � .:..�2,, Nr!-ry P;•'.v = ^—. CCtYK7tNC My C xm. EgAnss War 31.7!104 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 DESIGNATION OF SURETIES Bidders name Caliagua, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): Broker: AON Risk Services 949- 608 -6300 Ins: 1901 Main Street, Suite 300 Irvine, CA 92614 Bond: US Fidelity & Guaranty Company 333 City Boulevard West, Ste 110 Orange, CA 92868 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Caliagua, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Yearof for for for for for Record 2001 2000 1999 1998 1997 Total 2002 No. of contracts 6 13 15 21 17 19 91 Total dollar Amount of Contracts (in 1.832 1.916 3.225 3.205 5.344 5.289 20.811 Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 1 0 0 0 0 1 No. of lost workday cases involving permanent transfer to 0 0 0 0 0 0 0 another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder Caliagua, Inc. Business Address: 15148 Si a Bon; a .n China, CA 91710 Business Tel. No.: 909- 393 -9398 State Contractor's License No. and Classification: 359728; A,B,C4,C36 & HazMat Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title President Signature of bidder Jolene Sword Date 6710102 Title Secretary Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California 1 ss. County of San Bernardino J I On 6/10/02 before me, Andy Bruner, No ar�r p,h�1I - -- , Data Name and Title of Officer (e.g.. "Jane Doe. Notary Public`) personally appeared Gus Bruner & Jolene Sword ANOv FR C ^-nm!•: ,1 ^.S i C 1 i X5541 MyC,xr,r+. t'K -�•+s N�r31 r ?lJ04 Place Notary Seal Above k personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that tte /shs /they executed the same in W/bVf /their authorized capacity(ies), and that by ftlg /tier /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. o�s,- — Sigidi of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: ;r r.' Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Individual Top of thumb here t� C Corporate Officer— Title(s): ❑ Partner — C Limited C General n ❑ Attorney in Fact h F. Trustee tc ❑ Guardian or Conservator U Other: _ z r5 Signer Is Representing: 0 1999 Nat'lonal Notary Association • 9350 De Soto Ave.. P.O. Box 2402 • Cbats verat CA 913132402 •..national brr, mg Pre. No 5907 ReoNer Call Toll -Free 1.8008]6.692) 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY LINDA ISLE AND CARNATION PUMP STATION REHABILITATION Bidders name CONTRACT NO. 3368 ACKNOWLEDGEMENT OF ADDENDA Caliagua, Inc. The bidder shall signify receipt of all Addenda here, if any: Addendum No. Date Received Si nature 1 1 I Gus Bruner President 15 . • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Caliaqua, Inc. Business Address: 15148 Sierra Bonita Lane, Chino, CA 91710 -8903 Telephone and Fax Number: 909- 393 -9398, 909-597-5167 fax California State Contractor's License No. and Class: 359728; A, B, C4, C36 & HazMat (REQUIRED AT TIME OF AWARD) Original Date Issued: 5/22/1978 Expiration Date: 7/31/2002 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Gus Bruner President 21205 Aspen Way, Yorba Linda 714- 693 -1247 Jolene Sword Secretary 10542 Lemon Ave Alta Loma 909 - 483 -1499 Corporation organized under the laws of the State of Ca 1 i forn i a `[: 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Caliaqua, Inc. For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner /agency? If so, explain. No Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labo compliance (Le. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes KVo Are any claims or actions unresolved or outstanding? Yes & 17 . • • If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. Gus Bruner (Print name of Owner or President of Corporation /Company) Caliagua, Inc. Oyb Bidder Auth zed Signature/Title President Title Subscribed and sworn to before me this 6/10/02 Date day of [SEAL] 18 2002. 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT _ `.h.`.^e`.i` -` _ "\'_1 "�_ ^1 '4. ^e`,_h:.rS_`:�.^.c= _4�.7L.1 `.^[`N`.^L =^1 `.^1`N "V`^e.'Y 4 'Yi r ,� v ne �- �. �. .[ ♦ _ _ � State of California ss. County of San Bernardino On 6/10/02 before me, Andy Bruner, Notary Public Date Name and Title of Officer (e.g., "Jane Doe. Notary Public') personally appeared Gus Bruner Name(s) of Signei ANDY BRUNER rcxn r.'�n #1255547 5 -nr county My Comm. Fr.:^4s Mor 31, 2OD4 Place Notary Seal Above X personally known to me [ _ proved to me on the basis of satisfactory evidence to be the person(B) whose name()) is /aee subscribed to the within instrument and acknowledged to me that he /stre/tbey executed the same in his /ber /their authorized capacity(Loo), and that by his /her/tty it signature(#) on the instrument the person(*), or the entity upon behalf of which the person*) acted. executed the instrument. WITNESS my hand and official seal. Sign 16re of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: _ Document Date: Number of Pages Signers) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: G Individual Top of Itumbhere U Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General Attorney in Fact E Trustee L.; Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 National Notary Association• 9350 0e Solo Ave.. PO. Box 2402 • CtlalswotlR CA 913132402• w axtiouaraar,org Prod No. 590) Reoxaa Call TOIrRaa 1 BOO - 8766827 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 CONTRACT THIS AGREEMENT, entered into this _ day of , 2002, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Caliagua, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION Project Description 3368 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3368, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 20 0 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of seven hundred sixty-three thousand, five hundred eleven and 00/100 Dollars ($763,511.00). 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. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Caliagua, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 909 - 393 -9398 909 - 597 -5167 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with origina endorsements effecting coverage required by this Contract. The certificates anc endorsements for each insurance policy are to be signed by a person authorized by that 21 0 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 0 • 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 23 0 0 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: CITY CLERK .i ..! NMI 25 CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor CALIAGUA, INC. By: O�,- Aut zed Signature and Title Gus Bruner, President rl . .. _.... .. C06D,7, A S A 13 DA E(MM /DD/ YY ) 06/2 7/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY Aon Risk Services, Inc. of Southern California AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 1901 Main Street Suite 300 Irvine CA 92614 USA CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE PHONE- 949) 608 -6300 FAX -(949 ) 608 -6451 INSURED MSUKERA: Hartford Fire Insurance Co. INSURERB. National Union Fire Ins Co of Pittsburgh Caliagua Inc 15148 Sierra Bonita Lane INSURERC: State Compensation Ins Fund Chino CA 917108903 USA INSURER D: Royal Surplus Lines Insurance Company INSURER E' .- - THE 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 THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MWDD\YY 1 POLICY EXPIRATION DA TE(MMV1D YY) LIMITS D GENERAL LIABILITY KZB518220 10 /01 /01 10/01/02 EACH OCCURRENCE $1,000,000 X COMNffRC1A1. GENERAL LIABILITY GENERAL LIABILITY FIRE DAMAGE(MVOne fre) $50,000 MED EXP(Am, one Pawn) $5,000 CLAIMS MADE❑X OCCUR PERSONAL R ADV INJURY $1,000,000 X XCU Included x $2,500 Deduct Occur GENERAL AGGREGATE $2,000,000 GENT. AGGREGATE LIMIT APPLIES PER'. PRO. PRODUCTS - COMP /OP AGO $2,000,000 POLICY El JECT EJ LOC A AUTOMOBILE • LIABILITY ANY AUTO 72UUNGK8420 Auto, Prop, Equip., Employee Dis 10 /01 /01 10101102 COMBINED SINGLE LIMIT (I. x6dm0 $1,000,000 BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS (Pcr Pawn) BODILY INJURY • HIRED AUTOS • NON OWNED AUTOS (Pa idm0 PROPERTY DAMAGE (Pa .6 m) X $500 Collision Dal. X Ssm C�� rtrn GARAGE LIABILITY AUTO ONLY - EA ACCIDENT OTHERTHAN EA ACC ANY AUTO AUTO ONLY: AGO B EXCESS LIABILITY BE8719126 10/01/01 10/01/02 EACH OCCURRENCE $5,000,000 X OCCUR ❑ CLAIMS MADE UMBRELLA LIABILITY AGGREGATE $5,000,000 DEDUCTIBLE RETENTION C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 44-9919192-01 WORKERS' COMPENSATION 10/01/01 X Oc STATU- {'{u OTH- E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE-POLICY LIMIT $1,000,000 E.L. DISEASE - EAEMPLOYEE $1,000,000 OTHER 0 DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLEVEXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Buck Gully, Linda Isle and Carnation Pump Station Rehabilitation - Job #362 See endorsements attached n,n M1.r.t•'in t /:ft*. "i"iiri - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDSAVOR40 MAIL City of Newport Beach 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. Shauna Lyn Oyler Administrative Asst 86IT;AI6URE TO DO SO SHALL 11 MSG 010 OBLIGAUGNOR 69 kBr6r;* 3300 Newport Blvd Newport Beach CA 92663 USA AUTHORIZED REPRESENTATIVE \ \� r tt�� yyyyµµ �F i� 4� 5 D i.: �' .'S HdiJY 5.3PGi.:'��!���X TT 4 Y \� fF, ^•T iii'iA � r i' Yne s Certificate No: 570DO3122097 Holder Identifier: • • POLICY NUMBER: KZB518220 GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, officials, employees and volunteers Re: Buck Gully, Linda Isle and Carnation Pump Station Rehabilitation - Job 4362 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of or related to "your work" or its supervision for that insured by or for you. IF YOU ARE REQUIRED BY A WRITTEN CONTRACT TO PROVIDE PRIMARY INSURANCE, THIS POLICY SHALL BE PRIMARY AS RESPECTS YOUR NEGLIGENCE AND CONDITION. OTHER INSURANCE DOES NOT APPLY, BUT ONLY WITH RESPECT TO COVERAGE PROVIDED BY THIS POLICY. AI- Primary CG2010p(1 I -85) POLICY NUMBER: KZB518220 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. READ IT CAREFULLY. AMENDMENT - AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: CKoW Ik I�I.ZyI_ \I[ff�1�1�1.7\1f m Ill�r'�K�iil�77:C�1Dl7J SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, officials, employees and volunteers Re: Buck Gully, Linda Isle and Carnation Pump Station Rehabilitation - Job 4362 The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your projects away from premises owned by or rented to you. CG2503 (11 -85) Copyright, Insurance Services Office, Inc., 1984 0 0 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 5.% of the California workers' compensation premium otherwise due on such remuneration. Schedule City of Newport Beach, its officers, officials, employees and volunteers Re: Buck Gully, Linda Isle and Carnation Pump Station Rehabilitation - Job #362 (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: See Certificate Endorsement No.: Insured: Caliagua, Inc. WC WAIVER Policy No.: 44- 9919192 -01 Insurance Company: State Compensation Ins Fund Countersigned By: r -9 DATEIMM Du ) A4.•N.1 ►, EVIDENCE ORPROPERTY INSURANCE 06/27/02 THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY. PRODUCER PHONE (949) 608 -6300 COMPANY ,vc, No, Em Aon Risk Services, Inc. of Southern California Hartford Fire Insurance Co. 1901 Main Street Suite 300 Irvine CA 92614 USA FAX- (949) 608 -6451 CODE: SUB CODE: AGENCY CUSTOMER In 4 10220524 INSURED LOAN NUMBER POLICY NUMBER 72UUNGK8420 Caliagua Inc 15148 Sierra Bonita Lane CA 917108903 USA, EFFECTIVE DATE 10 /01 /01 EXPIRATION D 10D /01/02 D UNTIL CONTINUEINATED MATE TERChino IF CRECRE THIS REPLACES PRIOR EVIDENCE DATED PROPERTY INFORMATION .. .. . LOCATION/DESCRIPTION Buck Gully, Linda Isle and Carnation Pump Station Rehabilitation - Job #362 See endorsements attached COVERAGE INFORMATION COVERAGES/PERILSIFORMS AMOUNT OF INSURANCE DEDUCTIBLE Equipment Floater Leased /Rented Equip. $ 100,000 $ 500 REMARKS (Including Special Coalitions).. . Special Form, Actual Cash Value CANCELLATION ..... _ . _, . ; .. ...... . THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD. SHOULD THE POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW 30 DAYS WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT INTEREST, IN ACCORDANCE WITH THE POLICY PROVISIONS OR AS REQUIRED BY LAW. ADDITIONALINTEREST> .. :. .. .:.... .. NAME AND ADDRESS MORTGAGEE ADDITIONAL INSURED City of Newport Beach LOSS PAYEE Shauna Lyn Oyler Administrative Asst LOAN 4 3300 Newport Blvd Newport Beach CA 92663 USA AUTHORIZED P EYTATIVE n 11 (3103) : . o;A Rnc.11roRAioN1993 . Certificate No : 570003122083 Holder Identifier: -12 -2002 FRI 10 19 AM CAL NCE 74q- l,PLl [r_ - IN' FAX N0. 71JJ1654 CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACEL P. 01 /01 DATE RECEIVED: 3 - I DEPARTMENT /CONTACT RECEIVED FROM: DATE COMPLETED: P _` I -D�-- SENT TO: S1kQA1AQ.. BY: `j �QllC2! COMPANY/PERSON REQUIRED TO HAVE GENERAL LIABILITY: A. INSURANCE COMPANY: B. AM BEST RATING (A VII or greater): -I )('IV C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted in California? Yes— No� D. LIMITS: (Must be 51,000,000 or greater) What is limit provided ?, E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Yes No F. ADDITIONAL INSURDED WORPING TO INCLUDE: (The City its officers, agents, officials, employees and volunteers). Is it included? Yes No G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes �No H. CAUTION! ( Confirm that loss or liability of the Named insured is not limited ely by their negligence.) Does endorsement include "solely by negligence' wording? Yeas_ No L NOTIFICATION OF CANCELLATION: Although theft is a provision that requires notification of cancellation by certified matt per Lauren Farley the City will accept the endeavor wording. IL AUTOMOBILE LIABILITY: /� r A. INSURANCE COMPANY: 47 * -I A- (1 F) re� Ills . Cf7 B. AM BEST RATING (A VII or greater): A- V C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes No D. LIMITS: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits ro% ded9 E. ADDITIONAL INSURED WORDING TO INCLUDE: (The Ciry its officers ,agents, officials, employees and volunteers). Is it included? Yes Nq-�c h l o` _ F. PRIMARY AND NON CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes No_ G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley the City wit accept the endeavor wording. III. WORKERS COMPENSATION: A. INSURANCE COMPANY:_ _. na _Urrl� B. AM BEST RATING (A VII or greater) r) &f:- ty -FCSI C. LIMITS: Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? YesxNo- HAVE ALL ABOVE REQUIREMENTS BE MET? Yes No IF NO, WHICH ITEMS NEED TO BE C D? c� c1'i n F)l Company Profile • Company Profile • Page 1 of 2 Ins�rance UNITED STATES FIDELITY AND GUARANTY COMPANY LEGAL DEPT - COMPLIANCE OFFICER PO BOX 1138 BALTIMORE, MD 21203 800 - 873 -2634 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 25887 NAIC Group #: 0164 California Company ID #: 0229 -5 Date authorized in California: June 10, 1897 License Status: UNLIMITED- NORMAL Company Type: Property & Casualty State of Domicile: MARYLAND Lines of Insurance Autborized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the log ssary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS http: / /www4 .insurance.ca.gov /wu/idb_r,o _prof utl.get_co_rrof7p_EID =2754 07/15/2002 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BUCK GULLY SEWER PUMP STATION REHABILITATION CONTRACT NO. 3368 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 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. 3368 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: SCHEDULE "A" - BUCK GULLY PUMP STATION ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 1. Lump Sum Mobilization, Demobilization, Potholing and Cleanup @ S Dollars and 146 `— Cents Lump Sum 2. Lump Sum Site Work & Public Safety Protection @ `t t5, Lug Dollars and fW Cents Lump Sum PR2of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Temporary sewage Pump System S Q Dollarsw and l� 0 Cents Lump Sum 4. Lump Sum Remove and Dispose of Existing Building Enclosure and Pumping System and Site Improvements @ 7- 3S7 Dollars and IUD Cents $ -1 $ 3 S Lump Sum 5. Lump Sum Earthwork, Bracing, Shoring and Backfill T@ l S �tDollars and I� O Cents Lump Sum 6. Lump Sum Furnish and Install Piping, Valves and Ventilation System and Appurtenances @ 22� �j73 Dollars and Lump Sum Cents $2-'Z 1933 $ 22 1 Cl 7. Lump Sum Furnish and Install Sewage Pumps and Sump Pump ,e+�c �„v,.,,cu,..d - �.;,e .�.lu.� �`j .tares.✓ 9 Dollars and 1�0 Cents Lump Sum ell. .L,.....,rGudi A"?c .f" e,,.4' 'L, d a . Dollars �/ and /td Cents $Aer 15°I $ A Lump Sum 10. Lump Sum Construct Catch Basins and 12" Storm Drain System 39g Dollars and N o Cents Each 11. Lump Sum Furnish and Install Electrical, Lighting, Instrumentation, Control Devices and Appurtenances / t @ Dollars and Cents $73G $ 73, 42 Lump Sum 12. Lump Sum Furnish and Install M.C.C. Including Power Meter Transfer Switch Sections and Appurtenances at Bayside Dr. & Poppy Dr. @ 5��, i Dollars Cendts $ 6631 $ 6-k 31 Lump Sum PR3of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. Lump Sum Furnish and Install Parkway Stainless Steel Access Doors -14,' uUsa d .;,ro iw oft" ru a @ /b 9 q 4 Dollars and /� O Cents $ P'zq $ U 39 Lump Sum 9. Lump Sum Construct Dry Well & Wet Well Reinforced Concrete Structure and Masonry Retaining Wall ell. .L,.....,rGudi A"?c .f" e,,.4' 'L, d a . Dollars �/ and /td Cents $Aer 15°I $ A Lump Sum 10. Lump Sum Construct Catch Basins and 12" Storm Drain System 39g Dollars and N o Cents Each 11. Lump Sum Furnish and Install Electrical, Lighting, Instrumentation, Control Devices and Appurtenances / t @ Dollars and Cents $73G $ 73, 42 Lump Sum 12. Lump Sum Furnish and Install M.C.C. Including Power Meter Transfer Switch Sections and Appurtenances at Bayside Dr. & Poppy Dr. @ 5��, i Dollars Cendts $ 6631 $ 6-k 31 Lump Sum 0 PR4of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE SCHEDULE "A" - BUCK GULLY PUMP STATION (continued) 13. Lump Sum Furnish 85 KVA Portable Generator and Appurtena ces @ a, ���Iv Dollars �Q and Cents Lump Sum $�--2)-94 $3a,�3� SCHEDULE 'A' - TOTAL PRICE IN WRITTEN WORDS and rvo Cents A I � Total Price (Figures) 0 0 PR5of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE SCHEDULE "B" - LINDA ISLE PUMP STATION Lump Sum Mobilization, Demobilization, Potholing and Cleanup -9 ,.., r, .a.e+.i-..� .Q.�...eik -.� @ i� �5�� Dollars N O and Cents Lump Sum $ 2. Lump Sum Site Work & Public Safety Protection @ 3, )Z ollars and N Cents 3 � 3 Lump Sum $$ $ 3. Lump Sum. Remove Existing Access Doors and Replace with New Stainless Steel Doors and Appurtenances E ' .cam 'i' �...-: -o 14Sa 08`j Dollars and N 0 Cents Lump Sum $ t� 4. Lump Sum Modify Existing Force Main Bypass and Construct Bypass Valve Vault with Stainless Steel Hatch. ssu,.'Gc.v i oasa,d sw., A-.4'a 2" �•� @ Dollars and N tS Cents $A4 $ 3� Lump Sum 5. Lump Sum Furnish and Install Electrical and Control Wiring and Conduits and Appurtenances 6 ._-7( owc .x.._ d u.L @ C� L Dollars � u and Lump Sum Cents $— $ c� 7. Lump Sum Furnish and Install M.C.C. and Appurtenances and Remove Existing PR6of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE SCHEDULE "B" - LINDA ISLE PUMP STATION (continued) 6. Lump Sum. Construct MCC Site Concrete Base Cents Lump Sum Slab and Enclosure I @ Dollars 8. Lump Sum Furnish 60 KVA Portable Generator and and appurtenances. ;cm !� d Cents Cad �FS15 Dollars Lump Sum 7. Lump Sum Furnish and Install M.C.C. and Appurtenances and Remove Existing M.C.C. a p,o!�rtenances. W'w %s► rya. .Q c s .�.�e� DD Dollars and Cents Lump Sum $ 50 $ 1S0 3 8. Lump Sum Furnish 60 KVA Portable Generator and appurtenances. ;cm �y Cad �FS15 Dollars and C) Cents Lump Sum SCHEDULE 'B' - TOTAL PRICE IN WRITTEN WORDS / . r..1 /I R a . n liars and h + Cents $ /Sf, 6 m 7 Total Price (Figures) 2002 1 :IJM 08 ie Works 949-644-3318 No 2440 P. 2/3 PR7of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE SCHEDULE "C" - CARNATION PUMP STATION Lump Sum Mobilization, Demobilization, Potholing anted Clu�� @ 5 a Dollars N 6 and Lump Sum 2. Lump Sum Sit ork & Public §afety h Protection Jwo @� 33`1 Dollars and N O Cents Lump Sum $ — $ 2, 33 1 3. Lump Sum.. Remove Existing Access Door and Replace with New 316 S.S. Access Doors and Appurtenances T Twee,. - 6j:q"0"( le s @ 1 a 1 3 Dollars and Cents Lump Sum 4. Lump Sum Modify Existing Force Main Bypass and Construct Bypass Valve Vault with Stainless Steel Hatch and t ` Appurtenances @ Dollars and 110 Cents Lump Sum $-qr & q/ $� 5. Lump Sum Furnish and Install Electrical and Control Wiring and Conduits and Appurtenances "O�-tg� @ /' �� S 7 3 Dollars and ✓� Cents $ (Rf�i3 $ Lump Sum 2002 1:15PM CN8 6 is Works 949 - 644-3313 • No 240 P. 3!3 PR8of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 6. Lump Sum. Construct MCC Concrete Base Slab 2 d nclosur s � ou t a. sF o.,& Aa -....ti @ iB. I % S Dollars ,1 and Cents $1 5 $� f S Lump Sum 7. Lump Sum Furnish and Install M.C.C. Power Meter and Transfer Switch Pedestals and A purt nances� Cam✓_ SLG .1 �+„W @ Dollars and ho Cents Lump Sum $y —t $ (.68Z1 SCHEDULpE `C' - TOTAL PRICE IN WRITTEN WORDS / /� ' 4vv&a~Q G..✓t,i —h .Gtr Dollars 41 and IM6.0 - Cents $ -- 4- 241 -fTBT Total Price (Figures) TOTAL PRICE IN WRITTEN WORDS FOR BID SCHEDULES A, B AND C: and 6/11/02 Date Cents 909- 393 -9398; 909 -597 -5167 fax Bidder's Telephone and Fax Numbers 359728; A,B,C4,C36 & HazMat Bidder's License No(s). and Classification(s) Dollars $ 793 -511 Total Price (Figures) Caliagua, Inc. Bidder Bid�r's�Authorized Signature and Title Gus Bruner, President 15148 Sierra Bonita Ln., Chino, CA Bidder's Address Jug -11. 2002 1 :14PM CN8 6 i Works 949 - 644 -3318 No-2440 P. './3 Page 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. C -3368 DATE: June 11, 2002 BY ' ,/Public Works Director TO: ALL PLANHOLDERS `' The following changes, additions, deletions, or clarifications shall be made to the contract documents - all other conditions shall remain the same. NOTICE OF INVITING BIDS * * * * * *' * * " * * * * * * * * * * * * * * * * * * * * ** BID OPENING CHANGE MONDAY JUNE 17,2:00 P.M. PROPOSAL 1. Replace the last two sheets of the proposal with the following.. Bid Item No. 5 was added to Proposal. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Caliagua, Inc. Bidder's Name (Please Print) 6/11/02 Date Authbrked Signature & Title Gus Bruner, President PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION i 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 4 4 4 CONTRACT NO. 3368 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -2.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours i 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 4 4 4 PART 2 - -- CONSTRUCTION MATERIALS SECTION 207 • • 6 -9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8.8 Steel Plates 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Public Safety 6 7- 10.4.1 Safety Orders 6 7 -10.5 "No Parking" Signs 6 7 -15 CONTRACTOR LICENSES 6 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -3 PAYMENT 7 9 -3.1 General 7 PART 2 - -- CONSTRUCTION MATERIALS SECTION 207 PIPE 12 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 12 207 -9.2.3 Fittings 12 207 -9.2.4 Lining and Coating 12 207 -9.2.6 Polyethylene Encasement for External Corrosion 13 300 -1.5 Protection 13 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 13 300 -1 CLEARING AND GRUBBING 13 300 -1.3 Removal and Disposal of Materials 13 300 -1.3.1 General 13 300 -1.3.2 Requirements 13 300 -1.5 Solid Waste Diversion 13 SECTION 302 ROADWAY SURFACING 13 302 -5 ASPHALT CONCRETE PAVEMENT 13 302 -5.1 General 13 302 -5.4 Tack Coat 14 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 14 302 -6.6 Curing 14 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 14 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 14 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 14 303 -5.1 Requirements 14 303 -5.1.1 General 14 303 -5.4 Joints 14 303 -5.4.1 General 14 303 -5.5 Finishing 14 303 -5.5.1 General 14 303 -5.5.2 Curb 14 303 -5.5.4 Gutter 15 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 15 308 -1 GENERAL 15 SECTION 310 PAINTING 16 310 -5 PAINTING VARIOUS SURFACES 16 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 16 310 -5.6.7 Layout, Alignment and Spotting 16 310 -5.6.8 Application of Paint 16 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 16 312 -1 PLACEMENT 16 PART 2 -- DETAILED SPECIFICATIONS SECTION 01010 DEMOLITION 17 SECTION 02710 PRECAST CONCRETE VAULT 18 SECTION 05125 MISCELLANEOUS METAL WORK 21 SECTION 05310 ACCESS DOORS AND FRAMES 25 SECTION 06100 ROUGH CARPENTRY 27 SECTION 07145 WATER PROOFING FOR UNDERGROUND STRUCTURES 35 SECTION 07990 SEALANTS AND CAULKING 36 SECTION 09900 PAINTING AND COATING 41 SECTION 09960 REHABILITATION OF CONCRETE STRUCTURES WITH PROTECTIVE COATING 52 SECTION 11010 MECHANICAL EQUIPMENT 62 SECTION 11175 PUMPING EQUIPMENT 68 SECTION 15070 MISCELLANEOUS PIPING AND APPURTENANCES 80 SECTION 15074 HANGERS AND SUPPORTS 84 SECTION 15120 MISCELLANEOUS VALVES AND APPURTENANCES 87 SECTION 15800 VENTILATION 93 SECTION 16000 GENERAL ELECTRICAL & MOTOR CONTROL PANELS 95 SECTION 16204 60 KVA PORTABLE EMERGENCY POWER SYSTEM 121 SECTION 16205 85 KVA PORTABLE EMERGENCY POWER SYSTEM 130 APPENDIX A Buck Gully Pump Station — Geotechnical Boring Log LB -1A • SP 1 of 138 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BUCK GULLY, LINDA ISLE, AND CARNATION PUMP STATION REHABILITATION CONTRACT NO. 3368 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. S- 5190 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of: A. Buck Gully Pump Station All materials, equipment, supplies and labor for construction of piping for diverting the sewer flows for temporary pumping operation; removing the enclosure building, top reinforced concrete top slab and pumping equipment of the existing pump station; constructing the dry well and partial wet well structures cast with stainless steel access doors; furnishing and installing pumping equipment, piping, electrical, generator and control systems; site re- grading, constructing additional drainage system, and replacing A/C with concrete pavement. • • SP2of138 B. Linda Isle Pump Station All materials, equipment, supplies and labor for removing existing access door and replacing with new doors; furnishing and constructing above -grade motor control center (MCC) (including power meter and transfer switch sections) and appurtenances and enclosure; removing the existing underground motor control center; removing existing curb, gutter and sidewalk and reconstruct brick paved driveway and walkway ramps; and modifying force main bypass system and constructing a bypass vault. C. Carnation Pump Station All materials, equipment, supplies and labor for removing existing access doors and replace with new stainless steel doors and appurtenant work; furnishing and constructing above -grade power meter and transfer switch pedestals, control center and enclosure and appurtenances; motor control center; and constructing a force main by pass vault with stainless steel door and appurtenant piping." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The City will provide construction staking as required to construct the improvements. Any additional stakes or any re- staking, 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 the stakes are needed. The City's Surveyor will file a Corner Record or Record of Survey with the County Surveyor's Office prior to the start of any construction. After completion of all construction, the City's Surveyor will file a Corner Record or Record of Survey with the County Surveyor's Office for any monuments that have been replaced. All existing street and property corner monuments are to be preserved. The Contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Engineer or Licensed Surveyor shall also file the required Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 • • SP3of138 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material 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 Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5--- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing pumps, cast iron pipes or valves and any appurtenances that the City determined to salvage. Salvaged materials shall be cleaned up and delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. • SP4of138 SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: " No work shall begin until a schedule of work has been approved and a "Notice to Proceed" has been issued by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional personnel and equipment were required on the job." The term "work" as used herein shall include all removals, adjustments and replacements, construction, equipment furnishing and installation, pump and control system testing and start -up. 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section, "The Contractor shall complete all work under the Contract within 130 consecutive working days from the date of the "Notice to Proceed ". The working days include time for shop drawing preparation, review and approval, material manufacturing and delivery. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. No work shall begin prior to September 15th, 2002." 6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:30 a.m. to 4:30 p.m. Monday through Thursday and 7:30 a.m. to 3:30 on Fridays. Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m. Fridays) (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $55.00 per hour when such time periods are approved. • • SP 5 of 138 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive calendar day after the one hundred and thirty (130) consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. Revise paragraph two, sentence one, to read, "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the disruption time to the public. SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK Add to this section, "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Division. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section, "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin or the bay." • SP6of138 7 -8.8 Steel Plates. If an open trench within the street can not be backfilled and restored to finish grade, it shall be covered with steel plates. The steel plates shall be firmly secured in place. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section, "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials shall not be stored in streets, roads, or sidewalk areas." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: 'The Contractor shall also prepare a traffic control plan. The Contractor will be responsible for processing and obtaining approval of a traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: 'The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractors performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY' signs (even if streets have posted "NO PARKING' signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At • • SP 7 of 138 the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer 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" correction plans shall be verified by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposed shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: SCHEDULE A: BUCK GULLY PUMP STATION Item No. 1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this work, potholing and verification of existing utilities of potential conflict, and site clean up. Item No. 2 Site Work and Public Safety Protection: Work under this item shall include the provision of public safety protection required by the project including, but not limited to, all work necessary for the installation of barricades, K -rails and chain link fence around the construction area; and provide adequate and safe access (5 -foot wide min.) for the public to use the rest room that is northerly of and adjacent to the construction site; relocating, and reconstructing with new materials, existing utilities from the excavation area; and constructing concrete pavement and concrete curbs. Item No. 3 Furnish, install, maintain and remove temporary Sewage Pump System: Work under this item shall include, but is not limited to, furnishing and constructing a wet well, temporary submersible sewage pumps, valves, piping controls, • • SP8of138 instrumentation, telemetry connected to the City's SCADA system, and appurtenant material and work for the sewer diversion and system connection to the existing force main, complete and operable. The work shall also include maintenance of the system and full coordination with the City operation staff during the course of the temporary system operation; modifying the wet well to a permanent man hole; removal of temporary pumping piping and control systems; and reconnecting the permanent sewers, force main and appurtenances to their permanent configuration for permanent operation. The removed temporary pumping equipment, piping and appurtenances become the property of the Contractor and shall be removed from the job site at completion of construction. Item No. 4 Removal and Disposal of Existing Improvement: Work under this item shall include the removal and disposal of the existing structural enclosures, pumps, electrical and control systems piping and reinforced concrete slab and partial wall, including asbestos cement panels of the enclosures and roof; existing chain link fence; existing asphalt concrete pavement and concrete curbs and catch basin. The asbestos cement panels are considered hazardous material and shall be handled and disposed of in accordance with the federal and state's health regulations and the specifications. Item No. 5 Structural Excavation, Backfill, Bracing and Shoring: Work under this item shall include all labor, material and equipment for excavation, backfill and compaction, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code Item No. 6 Furnish and Install Piping, Valves and Ventilation Systems: Work under this item shall include ductile iron pipe and fittings, all miscellaneous piping, pipe supports, all valves and coatings; ventilation system and associated piping; and all appurtenances complete in place and operable. Item No. 7 Furnish and Install Sewage Pumps and Sump Pump: Work under this item will include furnishing and installation of two (2) vortex type pumps of 200 gpm 70 ft TDH, vertical mounted, equipped with dry well drip proof motors, anchoring; one (1) sump pump of 19 gpm at 15 ft TDH equipped with submersible motor, float switches for on, off and high water level alarm operation and all appurtenant material and work, complete in place and operable. Item No. 8 Furnish and Install 316 Stainless Steel Parkway Access Doors and Appurtenances: Work under this item includes furnishing and installation one @ 48 "x54" and one @ 36 "x48" and 316 stainless steel access doors and installation of two (2) 20" x 66" City furnished stainless steel access doors. Each door shall be equipped compression spring lifting mechanism and housing, automatic hold on open arm, drain channels, drain pipe connection coupling, anchor flange, stainless steel trim and hardware, slam lock, separate lock box with City's master keyed lock, safety chain; a stainless steel ladder equipped with anchoring on the base and wall, ladder -up safety post; and appurtenant material and work, complete in place and operable. Item No. 9 Furnish and Construct Reinforced Concrete Dry Well and Wet Well: Work under this item shall include form work, concrete, steel reinforcement and dowels, 0 • SP9of138 finishing of the dry well and wet well structures; reconditioning of the wet well; construction of 8" masonry block retaining wall, all appurtenant material and work, complete in place. The wet well reconditioning shall include roughening of existing concrete surface for grouting and concrete casting, steel dowel drilling and installation, surface preparation, cleaning and Raven 405 epoxy lining application of all interior surfaces of the wet well, and exterior waterproofing of underground exterior surface and interior epoxy coating of the dry well and all appurtenant materials and work. Item No. 10 Furnish and Construct Catch Basins: Work under this item include earthwork, form work, concrete, reinforcement, steel frames and gratings; constructing a 12" R.C.P. storm drain, all appurtenant material and work, constructed in accordance with the City standard plans and the contract plans, complete in place. Item No. 11 Furnish and Install Electrical, Instrumentation, Lighting and Appurtenant Wiring: Work under this item include furnishing and installation of intrusion alarms for all the access doors, water level sensor and transducer pump control, monitoring and alarm, additional float switches for emergency control and high water level alarm, thermostat for ventilator control, all appurtenant wiring, conduits, material and work, complete in place and operable. Item No. 12 Furnish and Install Motor Control Center (M.C.C.), Power Meter and Transfer Switch Pedestals: Work under this item includes furnishing and installation of MCC, power meter and transfer switch pedestals with anchor bolts, conduits, all appurtenant material and work, complete in place and operable. Item No. 13 Furnish an 85 KVA Portable Generator and Install Emergency Power Transfer Switch Pedestal: Work under this item include furnishing an 85 KVA emergency generator equipped with diesel engine, fuel tank, trailer and appurtenances for generator manual transfer operation. SCHEDULE B: LINDA ISLE PUMP STATION Item No. 1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this work, potholing and verification of existing utilities of potential conflict, and site clean up. Item No. 2 Site Work and Public Safety Protection: Work under this item shall include the provision of public safety protection required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, chain link fence and all other work as necessary around the construction area; cutting and removing existing A.C. pavement, constructing and replacement of concrete curb; and remove the existing curb, gutter and brick sidewalk on both northerly and southerly corners of the intersection of Linda Isle Street and Aloha Drive, reconstruct new brick driveway and walkway ramps and concrete gutters, all appurtenant materials and work, all complete in place. Item No. 3 Remove Existing Access Doors and Reinstall with H -20 load 316 Stainless Steel Doors: Work under this item include, but not limited to, removing existing a 30" x 96" and a 48" x 48" access plate and frame, partial concrete necking (with vertical • 0 SP 10 of 138 re -bars protect in place), furnishing and installation of a 30" x 96" and install one City furnished 48" x 48" H -20 load 316 stainless steel access doors and frames with its top surface completely flush with adjacent walkway; and remove any attachments connecting any equipment, stairway or piping to the door frame and re- anchor to existing dry well concrete structure. The access door shall be equipped with compression spring lifting mechanism and housing, automatic hold on open arm, drain channels, drain pipe connection coupling, anchor flange, stainless steel trim and hardware, slam lock, separate lock box with City's master keyed lock, safety chain and appurtenant material and work, complete in place and operable. Item No. 4 Modify Existing Force Main Bypass: Work under this item include removing partial two force mains' 3" bypass ductile pipe to the wet well, constructing a new 3" bypass line and a 3' x 4' bypass concrete vault for bypass connection. The bypass piping shall include 3" ductile pipe and fitting, an eccentric plug valve and a 4" quick connection coupling and appurtenances. The bypass vault shall be equipped with Type 316 stainless steel cover and frame; compression spring lifting mechanism and housing, automatic hold on open arm, stainless steel trim and hardware, slam lock. The force main modifications shall include all needed appurtenant materials and work, complete in place and operable. Item No. 5 Furnish and Install Electrical & Control Wiring and Conduits: Work under this item shall include cutting, removing and replacement of existing improvement, furnishing and installation of conduits and wiring for electrical and control system between the existing pump station and proposed M.C.C. across the street, all appurtenant materials and work. Item No. 6 Construct M.C.C. Concrete Base Slab and Enclosure: Work under this item shall include site grubbing and clearing, earthwork, construction of reinforced concrete base slab and equipment pad; reinforced masonry block enclosure, wood roofing and aluminum sheet cover, wooden gate, with pad lock keyed to the City's master key system, coating with color at the City's selection, all appurtenant materials and work; all appurtenant material and work, complete in place. Item No. 7 Furnish and Install M.C.C. and Remove Existing M.C.C.: Work under this item include furnishing and installation of, but is not limited to, a motor control center (MCC) with power meter and transfer switch sections, associated wiring, anchor bolts, appurtenant materials and work, complete in place and operable. Remove the existing M.C.C. and appurtenances. Item No. 8 Furnish an 60 KVA Portable Generator and Install Emergency Power Transfer Switch Pedestal: Work under this item include furnishing an 60 KVA emergency generator equipped with diesel engine, fuel tank, trailer and appurtenances for generator manual transfer operation. SCHEDULE C: CARNATION PUMP STATION Item No. 1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment • • SP 11 of 138 necessary to complete the work under this work, potholing and verification of existing utilities of potential conflict, and site clean up. Item No. 2 Site Work and Public Safety Protection: Work under this item shall include the provision of public safety protection required by the project including, but not limited to, preparation of traffic control plans, signs, cones, barricades, flashing arrow sign, K -rail and striping; installation of chain link fence around the construction area; and provide adequate and safe access for the public to use the rest room that is easterly adjacent to the construction site. Item No. 3 Remove Existing Access Door and Replace with 316 Stainless Steel Access Doors: Work under this item shall include, but not be limited to, removing two (2) existing access doors (including a 30" x 96" and 48" x 48 "), partial concrete necking (with vertical re -bars protect in place), local concrete pavement around the door frame, furnishing and installation of a parkway weight, type 316 stainless steel access door and frame of 30" x 96" and install one City furnished 316 stainless steel access door and frame of 48" x 48" per the plans and specifications with the top surface completely flush with adjacent walkway, reconstruction of local concrete pavement around the door . The access doors shall be equipped with compression spring lifting mechanism and housing, automatic hold on open arm, drain channels, drain pipe connection coupling, anchor flange, stainless steel trim and hardware, slam lock, separate lock box with City's master keyed lock, safety chain and appurtenant material and work, complete in place and operable. Item No. 4 Modify Existing Force Main Bypass and Construct Bypass Vault and Piping: Work under this item includes removing partial 3" force main; constructing a new 3" bypass line and a 3' x 4' bypass concrete vault for bypass connection; removing the existing bypass connection piping and appurtenances; and reconstructing the concrete pavement. The bypass piping shall include 3" ductile pipe and fitting, two eccentric plug valves, and a 4" quick connection coupling and appurtenances. The bypass vault shall be equipped with Type 316 stainless steel cover and frame; compression spring lifting mechanism and housing, automatic hold on open arm, stainless steel trim and hardware, slam lock. The force main modifications shall include all needed appurtenant materials and work, complete in place and operable. Item No. 5 Furnish and Install Electrical & Control Wiring and Conduits: Work under this item shall include cutting, removing and replacement of existing improvement, furnishing and installation of conduits and wiring for electrical and control system between the existing pump station and proposed M.C.C., power meter and transfer switch pedestals, all appurtenant materials and work. Item No. 6 Construct M.C.C. Concrete Base Slab and Enclosure: Work under this item shall include site grubbing and clearing, earthwork, construction of reinforced concrete base slab and equipment pad; reinforced masonry block enclosure, wood roofing and aluminum sheet cover, wooden gate, with pad lock keyed to the City's master key system, coating with color at the City's selection, all appurtenant material and work, complete in place. Item No. 7 Furnish and Install M.C.C. Power Meter and Transfer Switch Pedestals and Remove Existing M.C.C.: Work under this item include furnishing and installation of, but is not • • SP 12 of 138 limited to, a motor control center (MCC), power meter, and transfer switch pedestals, pumping system control and monitoring devices and cabinet, associated wiring, anchor bolts, concrete pad, appurtenant materials and work, complete in place and operable. Remove existing M.C.C. and appurtenances." PART 2 CONSTRUCTION MATERIALS SECTION 207 -- -PIPE 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 207 -9.2.3 General. Add to this section: "All ductile iron pipe and fittings shall be class 53 unless noted otherwise." 207 -9.2.3 Fittings. Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21 -10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI 816.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full -faced Buna -N, nylon impregnated rubber. " 207 -9.2.4 Lining and Coating. Revise this section to read: 'The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with a uniform thickness of cement mortar the sealed with bituminous coating in accord with AWWA C104 (ANSI A21 -4). The outside surface of ductile iron pipe fittings shall be coated with bituminous coating 3 -mils thick in accord with ANSI A 21.6 on ANSI A21.51. The internal surfaces of ductile iron pipe and fittings used for the sewer force main and sewer lift station piping shall be coated with System 11 as defined by Koppers Company, Inc., or Tnemec Company, Inc. The paint systems shall be one of the following: a) Koppers Company, Inc. Prime Coat — Koppers TOREX 820 primer, 1.2 mils DFT Finish Coat — TOREX 800 Ramuc Utility Enamel, 2 coats at 1.0 mils DFT. b) Tnemec Company, Inc. Prime Coat - #66 Color Hi -Build Epoxoline Primer, 4.0 mils DFT Finish Coat - #70 Color Endura - Shield, 2.0 mils DFT." • • SP 13 of 138 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection Revise this section to read: "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stoppers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." 300 -1.3.2 Requirements ( c ) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words 1 '/2 inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete used shall be III -C3- AR- 4000." • • SP 14 of 138 302 -5.4 Tack Coat. Add to this section: 'Prior to placing the asphalt concrete patches, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: 'The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: 'The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 - 3402." • • • SP 15 of 138 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall arrange for this work with the City's Urban Forester, Mr. John Conway at (949) 644- 3083, a minimum of five workdays prior to beginning work. Method of pruning and removing tree roots shall be determined, approved, and inspected by the City's Urban Forester as follows: 1. Root Pruning a. The City's Urban Forester shall review and approve all proposed pruning prior to the start of the work. He may inspect any and all work sites as necessary. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk of root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree." • • • SP 16 of 138 SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES. 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Add to this section: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: 'Painted traffic striping and markings shall be applied in two coats. The first coat of paint shall be dry before the second coat is applied. At least one application of paint shall be applied to all striping and markings within 24 hours after the finish course has been placed. Paint for traffic striping and pavement markings shall be white Formula Number 2572 -A9 and yellow Formula Number 2573 -A9 as manufactured by J.E. Bauer Company. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages any existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Add to this section: "The location and type of reflective fire hydrant pavement markers shall conform to City of Newport Beach STD - 902 -L. The Contractor shall clean and protect (except as indicated per striping plans) or replace within 24 hours all reflective and non - reflective pavement markers covered, damaged, or removed as a result his operations." ' A • • SP 17 of 138 DETAILED SPECIFICATIONS SECTION 01010 - -- DEMOLITION PART 1 - GENERAL 1.01 DESCRIPTION The Contractor shall remove the building enclosure, reinforced concrete top slab, pumps and piping and appurtenances of the pump station as shown on the demolition plans and where specified for modifications and for replacement with proposed facilities. 1.02 FIELD VERIFICATIONS A. Prior to removing the existing facilities, the Contractor shall coordinate with the operation staff and review the existing facilities that are to be removed. The Contractor shall list the equipment that they intend to retain for future use. PART 2 — PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 COORDINATION WITH THE CITY'S REPRESENTATIVE The Contractor shall coordinate with the 's operation staff for scheduling shutting down the pumping system and the operation of removing the existing facilities. The Contractor shall review with the operation staff for any equipment that the City intends to retain for other use. The Contractor shall have those items cleaned up and washed and delivered to the storage yard per the City representative's direction. 3.02 HANDLING HAZARDOUS MATERIALS The enclosure siding and roof panels are asbestos materials that are considered to be health hazardous materials. The Contractor shall provide safety tools, equipment and wears to his crew for removing and handling the asbestos panels. The Contractor shall have the removed asbestos panels enclosed with PVC sheets and dispose of at site acceptable to all agencies. 3.03 REMOVAL OF EXISTING IMPROVEMENTS The Contractor shall furnish all necessary equipment, tool, materials, labor and crews safety protection gears to perform the demolition of existing improvement. The existing improvements to be removed and disposed of shall include; but not limited to, the following: A. Buck Gully Pump Station • So 18 of 138 An existing building enclosure, chain link fence, pumping and mechanical equipment, piping, valves, electrical and control systems, top concrete slab and partial wet well & dry well dividing wall, existing catch basin, partial curb and A.C. pavement. B. Linda Isle Pump Station An existing 30" x 96" aluminum access doors, and associated concrete necking, 48" x 48" below grade hatch, partial brick walkway and A.C. pavement and concrete curbs and miscellaneous improvements. C. Carnation Pump Station An existing 30" x 96" and 48" x 48" aluminum access doors and associated concrete neckings, and miscellaneous existing improvements. 3.04 EXCESS MATERIALS All excess materials and debris from demolition and construction of the project shall be removed from the job site and disposed of at location acceptable to all agencies. END OF SECTION 01010 SECTION 02710 PRECAST CONCRETE VAULTS PART 1 - GENERAL 1.03 DESCRIPTION This section describes the materials, manufacture, and installation of precast concrete vaults. The CONTRACTOR shall furnish and install precast concrete vaults, including necking, frames and covers, pipe connections, warning sign, and other appurtenances where specified or shown on the drawings. 1.04 RELATED WORK SPECIFIED ELSEWHERE A. Section 300: Earthwork. B. Section 306: Underground Conduit Construction. C. Section 303: Concrete and Masonry Construction. D. Section 05125: Miscellaneous Metalwork. E. Section 07145: Waterproofing. F. Section 07990: Sealants and Caulking. E G. Section 09900: H. Section 15070: 1.05 SUBMITTALS • SP 19 of 138 Painting and Coating Miscellaneous Piping and Appurtenances B. Shop drawings shall be submitted in accordance with the Special Provisions and the following. C. Submit manufacturer's catalog data on precast concrete vaults. Show dimensions and materials of construction by ASTM reference and grade. PART 2- PRODUCTS 2.01 PRECAST CONCRETE VAULT A. Manufacturers: Precast concrete vaults and covers shall be manufactured in a plant especially designed for that purpose and shall conform to the size, shape and dimensions indicated on the plans. Vaults and covers shall be Olson Precast Company, Ameron, Best Concrete Products, Brooks Products, Inc., or approved equal. B. Design Loads: Design loads shall consist of dead load, live load, impact, and in addition, loads due to water table and any other loads which may be imposed upon the structure. Live loads shall be based on H -20 loading per AASHTO standard specifications for highway bridges. Design wheel load shall be 16 kips. The live load shall be that which produces the maximum shear and bending moments in the structure. C. Concrete: Concrete for vaults shall be in accordance with Section 03300. D. Sectional Vaults: Sectional precast concrete vaults shall be used where specified on the drawings. Precast concrete sections and rings shall be manufactured by process that will produce a dense, homogeneous concrete section of first quality. The sections shall have a minimum wall thickness of 4 inches if steel- reinforced and 6 inches if not reinforced. Cement used in manufacturing the sections shall be Type V Portland Cement as specified in ASTM C 150. Mortar for bonding joints shall consist of one part cement to 2'/z parts of sand, by volume. E. Covers: Covers shall be fabricated with supports to prevent permanent deflection. 2.02 VAULT FRAMES AND COVERS Materials: Unless noted otherwise, vault frames and covers shall be Type 316 stainless steel as specified in Section 05130 — Access Doors and Frames, unless noted otherwise. y • 0 SP 20 of 138 2.03 JOINT SEALANT COMPOUND The sealing compound and joint sealant shall be permanently adhesive flexible plastic material complying in every detail to Federal Specification S -S -00210 (GSA -FSS), or approved equal. 2.04 WARNING SIGNS At every entrance to the wet well, emergency storage tank and manhole shall be fitted with a permanently affixed, plastic warning sigh, located between the two top steps, if applicable, against the wall, with the inscription "CAUTION — VENTILATE BEFORE ENTERING' in clear, large lettering. The sign shall be attached to the concrete with 4 Type 316 stainless steel screws and anchors. PART 3 - EXECUTION 3.02 EARTHWORK A. Earthwork: 1. General: Excavation and backfill for precast concrete vaults shall be in accordance with Section 02220 and the requirements herein. Excavation limits shall be large enough to accommodate the structure and permit grouting of openings and backfilling operations. 2. Sub -base: The bottom of the structure shall be placed on 12 inches of compacted, crushed rock sub -base, graded level and to the proper elevation as shown on the plans and shall conform to the specifications. 3.02 VAULT INSTALLATION A. Vault Wall Openings: Openings of "knock -outs' in precast concrete vaults shall be located as shown on the drawings and shall be sized sufficiently to permit passage of the largest dimension of pipe and /or coupling flange. Upon completion of installation, all voids or openings in the vault walls around shall be filled with Class 1 concrete or mortar, using an epoxy for bonding concrete surfaces, as specified in Section 03300. B. Backfill: After the structure and all appurtenances are in place and approved, backfill shall be placed to the original groundline or to the limits designed on the plans. C. Watertightness: All joints between precast concrete vault sections and plans shall be made watertight. The sealing compound shall be installed according to the manufacturer's recommendations to provide a watertight joint. • • SP 21 of 138 D. Installed Elevation: Vaults shall be built up so that the cover is flush with the surrounding surface unless otherwise specified on the drawings or by the City's representative in the field. The Contractor is responsible for placing the cover at the proper elevation and slope when paving is to be installed, and shall make all necessary adjustments so that the cover meets these requirements. 3.03 VAULT COATINGS A. INTERIOR COATINGS 1. The interior concrete surfaces of all manholes (walls and floor) shall be coated in accordance with the requirements of Section 09900, unless a particular manhole is otherwise indicated. Interior coating shall comply with the requirements of the City of Newport Beach. B. EXTERIOR COATINGS 1. The exterior surfaces of all manholes shall be coated in accordance with the requirements of Section 09900. Coating shall consist of two (2) coats providing a total of 16 mils MDFT. END OF SECTION 02710 SECTION 05125 MISCELLANEOUS METALWORK PART 1- GENERAL 1.01 DESCRIPTION A. This section describes materials, fabrication, and installation of miscellaneous metalwork, wedge anchors, stainless -steel fasteners, grating, ladders, stairs, and access hatch. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 03310: Concrete. B. Section 09900: Painting and Coating. C. Standard Specifications for Public Works Construction. 1.03 DESIGN CRITERIA A. Structural Connections and Framing: AISC specifications for the design, fabrication, and erection of structural steel for buildings, latest edition. • • SP 22 of 138 B. Handrails, walkways, ladders, and personnel platforms: OSHA. 1.04 SUBMITTALS A. Submit drawings in accordance with the Special Provisions. B. Submit drawings of fabricated items. Show dimensions and reference materials of construction by ASTM designation and grade. C. Certificates that steels comply with the indicated standards. 1.05 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included with the structure to which the metal is attached. PART 2- PRODUCTS 2.01 ALUMINUM Structural shapes shall conform to ASTM B 308, Alloy 6061 -T6. Plates and sheets shall conform to ASTM B 209. Tubing shall conform to ASTM B 241. 2.02 BOLTS A. All bolts, concrete inserts, anchors, nuts and washers shall be type 316 Stainless Steel, unless noted otherwise. B. Stainless -steel bolts shall be ASTM A 193, Grade 68M, or ASTM F 593, Type 316. Nuts shall be ASTM A 194, Grade 8M, or ASTM F 594, Type 316. Use ASTM A 194 nuts with ASTM A 193 bolts; use ASTM F 594 nuts with ASTM F 593 bolts. Provide washer for each nut and bolt head. Washers shall be of the same material as the nuts. 2.03 GALVANIZING Zinc coating for plates, bolts, anchor bolts, and threaded parts shall be in accordance with ASTM A 153. Structural steel, pipe, and tubing shall be zinc coated in accordance with ASTM A 123. 2.04 STAINLESS -STEEL PLATE AND MEMBERS Except where otherwise specified, stainless steel plate and members shall be Type 316, ASTM A 167. 2.05 GRATING Grating shall be aluminum, unless noted otherwise. Main bars shall be of the thickness and depth required to support 300 pounds per square foot, but not • • SP 23 of 138 less than '/4" thick and 2" deep. Spacing of main bars shall not exceed 2" on center. Cross bar spacing shall not exceed 4" on center. All grating and frame to be installed in the dry well and wet well shall be type 316 stainless steel, unless noted otherwise on the plans. Gratings and frames for storm drain systems shall be furnished in accordance with the City Standard Plans. 2.06 FRAMES AND SUPPORTS FOR GRATING AND CHECKERED PLATES Fabricated frames and supports for grating and checkered cover plates shall be stainless steel. Corners of embedded angle frames shall be mitered and welded with the welds ground smooth. 2.07 LADDERS General: Ladders shall be fabricated as shown on the drawings and shall comply with OSHA Safety Standards. Ladders shall be of welded steel construction and galvanized after fabrications or stainless steel where indicated on the drawings. PART 3- EXECUTION 3.01 STORAGE OF MATERIALS Store structural material, either plain or fabricated, above ground on platforms, skids, or other supports. Keep materials free from dirt, grease, and other foreign matter and protect from corrosion. 3.02 FABRICATION AND ERECTION A. Fabricate miscellaneous metal items to straight lines and true curves. Drilling and punching shall not leave burrs or deformations. Continuously weld permanent connections along the entire area of contact. Exposed work shall have a smooth finish with welds ground smooth. Joints shall have a close fit with corner joints coped or mitered and shall be in true alignment. Unless specifically indicated on the drawings, there shall be no bends, twists, or open joints in any finished member nor any projecting edges or corners at intersections. Exposed ends and edges of metal shall be slightly rounded. All bolt holes shall be 1/16 inch in diameter larger than bolt size. B. Clean the surfaces of metalwork to be in contact with concrete of rust, dirt, grease, and other foreign substances before placing concrete. C. Set embedded metalwork accurately in position when concrete is placed and support it rigidly to prevent displacement. 0 3.03 BOLTING • SP 24 of 138 A. Use steel bolts to connect structural steel members except where Type 316 stainless steel bolting is shown on the drawings. B. Drive bolts accurately into the holes without damaging the thread. Protect bolt heads from damage during driving. Bolt heads and nuts shall rest squarely against the metal. Where bolts are to be used on beveled surfaces having slopes greater than 1 in 20 with a plane normal to the bolt axis, provide beveled washers to give full bearing to the head or nut. Where self - locking nuts are not furnished, bolt threads shall be upset to prevent the nuts from backing off. C. Bolts shall be of the length that will extend entirely through but not more than 1/4 inch beyond the nuts. Draw bolt heads and nuts tight against the work. Tap bolt heads with a hammer while the nut is being tightened. After final tightening, lock the nuts. 3.04 REPAIR OF GALVANIZED SURFACE Repair or replace metal with damaged galvanized surfaces at no additional cost to the City. Accomplish repair of galvanized surfaces by use of DRYGALV as manufactured by the American Solder and Flux Company; Cold Galvanizing Repair Compound as manufactured by Rust - Oleum; or equal. Apply in accordance with the manufacturer's instructions. 3.05 LADDERS Ladder rungs shall have a minimum diameter of % -inch. The distance between rungs, cleats, and steps shall not exceed 12 inches and shall be uniform throughout the length of the ladder. The minimum clear length of rungs or cleats shall be 16 inches. Ladders shall be mounted to provide clearance in back of ladder so that the distance from the centerline of rungs, cleats, or steps to the nearest permanent object in back of the ladder shall be not less than 7 inches. The anchoring systems shall be type 316 stainless steel 3.06 GRATINGS A. Measurement: Grated areas shall be field measured for proper size. B. Banding: Grating shall be completely banded. C. Grating Angles: Seat angles for grating shall be set so that the top of the vertical leg is flush with the concrete floor. Seat angles and anchors shall be stainless steel. 3.07 ALTERNATIVE TREAD STAIRS Stairs shall be installed in accordance with the manufacturer's recommendations. 3.08 CORROSION PROTECTION SP 25 of 138 A. Coat aluminum surfaces to be embedded or which are in contact with concrete or masonry, per Section 09900 before installation. Allow the paint to dry before the aluminum is placed in contact with the concrete. B. Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar metallic surfaces from direct contact by use of neoprene gaskets or washers. C. Coat non - galvanized structural steel surfaces. Paint material and color of finish coat shall be same as exterior of the piping. END OF SECTION 05125 SECTION 05130 ACCESS DOORS AND FRAMES PART 1- GENERAL 1.06 DESCRIPTION This section describes the materials, manufacture, and installation of access doors and frames and appurtenances where specified or shown on the drawings. 1.07 RELATED WORK SPECIFIED ELSEWHERE A. Section 2.5.3: Shop Drawings and Submittals B. Section 303: Concrete, Mortar and Related Materials. 1.08 SUBMITTALS A. Shop drawings shall be submitted in accordance with the Special Provisions and the following. B. Submit manufacturer's catalog data on access doors and frames. Show dimensions and materials of construction by ASTM reference and grade. C. Shop drawings and load design calculation for access door. PART 2 - PRODUCTS 2.01 ACCESS DOOR AND FRAME A. Type 316 stainless steel access door and frame shall be installed where access door hatch is required or specified. The access door and frame • • SP 26 of 138 and shall be cast smooth, clean and free from blisters, blowholes and shrinkage. The access door and frame shall be traffic weight or parkway weight as noted on the plans or specified in specifications. The door shall be seat into the frames without rocking. The door and frame shall be match marked before shipping to the shop for casting. B. The door and doorframe shall drain proof type. The doorframe shall be designed and fabricated to drain water from the door and discharge to a proper drain system. The doorframe shall be equipped with a 1 '/2 -inch (Min.) drain coupling in the bottom at location as shown on the plans for connection to a drainpipe. C. Access door shall be single -leaf (Type J) or double -leaf (Type JD) as noted on the plans and manufactured by The Bilco Company, New Haven, CT., or approved equal. The door and frame shall be designed and fabricated for withstanding a live load of 300 lb per square foot, for parkway weight of H -20 load for traffic weight, where noted, unless noted otherwise. Door leaf shall be '/4' (min.) type 316 stainless steel diamond pattern plate with shop welded beams to withstand the specified load. Channel frame shall be 1/4" (min.) type 316 stainless steel and an anchor flange around the perimeter and firmly cast in concrete. The door shall be equipped with heavy stainless steel hinges, stainless steel pins, compression spring operators for easy operation, and an automatic hold - open arm with release handle. A snap lock with removable handle and a separate lock device with hasp in a box keyed to the 's master key system shall be provided. All hardware and trim shall be type 316 stainless steel. The door and frame shall be installed in accordance with the manufacturer's instructions. Safety chains shall be provided with each door. The door and appurtenances shall be furnished with warranty against defects in material and workmanship for a period of five years minimum. PART 3 - EXECUTION 3.01 REVIEW AND REMOVAL OF EXISTING DOORS FOR REPLACEMENT For those existing access doors or hatches which are to be removed for replacement, the Contractor shall review them and verify and locate the existing components such as lock boxes, drain connections and appurtenances attached to the door frame and shall provide that data to the access door manufacturer to have the needed connections or components incorporated with new access doors. The Contractor shall also review any existing equipment, stairway or piping support system connected to the door frame and shall provide and install equivalent support and anchor systems to firmly support the equipment, stairway and /or piping on the dry well concrete structure prior to removing the door and frame. The Contractor shall prepare and provide shop drawings of the proposed equivalent support system to the Engineers for review. • • SP 27 of 138 3.02 DESIGN AND FABRICATION The access door shall be designed and fabricated that the side(s) with hinges to be perpendicular to the side for access. The lock and lifting mechanism shall be located at or near the access side. Drain coupling shall be located as shown on the plans. 3.03 CITY PRE - PURCHASED ACCESS DOORS Where the City's furnished access doors are to be used, the Contractor shall coordinate with the City's representative and transport the products from the City's storage to construction site and install per the manufacturer's instruction and as specified herein below. 3.04 INSTALLATION The access door shall be installed to accommodate the surrounding improvement. The surface shall be completely flush with the finish surface of concrete that is to cast with the door and frame. END OF SECTION 05130 SECTION 06100 ROUGH CARPENTRY PART 1 - GENERAL 1.01 DESCRIPTION This Section describes the requirements for furnishing and installing rough carpentry, including wood framing, timber for posts and beams, rooftop equipment bases and support curbs, wood grounds, nailers, blocking, and wall and roof sheathing as indicated. 1.02 RELATED SECTIONS Section 09900 - Painting and Coating 1.03 SUBMITTALS A. Material Certificates: 1. Where dimensional lumber is to comply with minimum allowable unit stresses, furnish listing of species and grade selected for use and evidence of compliance with specified requirements. • • SP 28 of 138 2. Compliance may be a signed copy of lumber producer's grading rules showing design values for selected species and grade. 3. Design values, where applicable, shall be as approved by Board of Review of American Lumber Standards Committee. B. Wood Treatment Data: Treatment manufacturer's instructions for handling, storing, installing and finishing of treated material. 1. Pressure Treatment: Include certification by treating plant stating chemicals and process used, net amount of preservative retained and conformance with applicable standards. 2. For water -borne preservatives, include statement that moisture content of treated materials was reduced to specified levels prior to shipment. 1.04 QUALITY ASSURANCE A. Rough carpentry work shall comply with UBC Chapter 23. 1.05 PRODUCT HANDLING A. Keep materials under cover and dry. Protect against exposure to weather and contact with wet or damp surfaces. B. Stack lumber, plywood and other panels; provide for air circulation within and around stacks and under temporary coverings. C. For lumber and plywood pressure treated with waterborne chemicals, sticker between each course to provide air circulation. PART2- PRODUCTS 2.01 LUMBER A. Manufacture lumber to comply with PS 20 and with applicable grading rules of inspection agencies certified by ALSC Board of Review. B. Factory-mark each piece of lumber identifying grading agency, grade, species, moisture content at time of surfacing, and mill. C. Nominal sizes are indicated, except as indicated by detail dimensions. Provide actual sizes as required by PS 20, for moisture content specified for each use. 1. Provide dressed lumber, S4S, unless otherwise indicated. 2. Provide seasoned lumber with 19% maximum moisture content at time of dressing and shipment for sizes 2 inches or less in nominal thickness. • 0 SP 29 of 138 2.02 DIMENSIONAL LUMBER A. Light Framing: "Stud" or "Standard" grade lumber for stud framing, "Standard" grade for other light framing, any species. B. Structural and Structural Light Framing: Douglas Fir -Larch (Coast Region) graded and marked in accordance with the Standard Grading Rules No. 16 of the West Coast Lumber Inspection Bureau. Refer to Structural Drawings for grade. 2.03 TIMBERS A. Timber (5- inches and thicker): No. 1 Grade Douglas Fir. Provide appearance grade where exposed. 2.04 MISCELLANEOUS LUMBER A. Provide wood for support or attachment of other work, including, rooftop equipment curbs and support bases, bucks, nailers, blocking, grounds, and similar members. 1. Moisture Content: 19- percent maximum for lumber items not specified to receive wood preservative treatment. 2. Grade: "Standard" grade light framing size lumber of any species or board size lumber as required; "No. 3 Common" or "Standard" grade boards in accordance with WCLIB or WWPA rules. 2.05 NON - COMBUSTIBLE SHEATHING A. Walls: Georgia Pacific "Dens -Glass Gold Firestop Type X," or approved equal, 5/8 -inch thick. Sheathing shall be one hour rated when tested in accordance with ASTM E119. B. Roofs: Georgia Pacific "Dens -Deck Firestop Type X," or approved equal, 518 -inch thick. Sheathing shall be UL Classified Type X when tested in accordance with ASTM E119. 2.06 MISCELLANEOUS MATERIALS A. Fasteners and Anchors: 1. Provide size, type, material and finish indicated and recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. 2. Provide timber connectors of the size and type indicated, including nails, bolts, and other fasteners. Timber connectors shall comply with UBC Section 2311 and Chapter 23, Division III. • SP 30 of 138 3. Provide hot -dip galvanized or stainless steel fasteners and anchors. Fasteners galvanized by other than the hot -dip process will not be permitted. B. Sill Sealer Gaskets: Glass fiber resilient insulation in strip form, 1 -inch thick compressible to 1/32 -inch thick, width to suit sill member. 2.07 WOOD TREATMENT A. Preservative Treatment: Comply with applicable requirements of AWPA Standards C2 Lumber and C9 Plywood. Mark each treated item with the Quality Mark Requirements of an inspection agency approved by ALSC's Board of Review. 1. Pressure treat above ground items with water -borne preservatives to a minimum retention of 0.25 -pcf. After treatment, kiln -dry lumber to a maximum moisture content of 19- percent, plywood to 15- percent. a. Treat wood nailers, curbs, equipment support bases, blocking, and similar members connected with roofing, flashing, and waterproofing. b. Treat wood sills, blocking, furring, and similar concealed members in contact with masonry or concrete or use Foundation redwood. 2. Complete fabrication of treated items prior to treatment. If cut after treatment, coat cut surfaces with heavy brush coat of same chemical used for treatment. Inspect each piece of lumber and plywood after drying and discard damaged or defective pieces. B. Fire - Retardant Treatment: Pressure impregnate lumber and plywood with fire- retardant chemicals to comply with AWPA C20 and C27 respectively. Identify "fire- retardant - treated wood" with appropriate classification marking of UL or other testing and inspecting agency acceptable to authorities having jurisdiction. C. Inspect each piece of treated lumber and plywood after drying and discard damaged or defective pieces. PART 3 -EXECUTION 3.01 INSTALLATION, GENERAL A. Discard units of material with defects which might impair quality of work, and units which are too small to use in fabricating work with minimum joints or optimum joint arrangement. • • SP 31 of 138 C. Set carpentry work accurately to required levels and lines, with members plumb and true and accurately cut and fitted. D Securely attach carpentry work to substrate by anchoring and fastening as indicated and required. Countersink nail heads on exposed carpentry work and fill holes. The number and size of nails connecting wood members shall be as indicated or specified in UBC Table 25 -Q. E Use common wire nails, except as otherwise indicated. Make tight connections between members. Install fasteners without splitting wood; pre -drill as required. F Nailing Requirements: Comply with UBC Section 2325.1 and as indicated on the Structural Drawings. 3.02 WOOD GROUNDS, NAILERS, AND BLOCKING A. Provide where indicated and required for screening or attachment of other work. Form to shapes indicated and cut as required for true line and level of work to be attached. Coordinate location with other work involved. B. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. C. Provide permanent grounds of dressed, preservative treated, key - beveled lumber not less than 1 -1/2- inches wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. 3.03 WOOD FURRING A. Install plumb and level with closure strips at edges and openings. Shim wood as required for tolerance of finished work. B. Firestop furred spaces on walls at each floor level, with wood blocking or incombustible materials, accurately fitted to close furred spaces. C. Furring to Receive Gypsum Wallboard: 1 -inch x 2 -inch furring at 16- inches on center vertically. 3.04 WOOD FRAMING, GENERAL A. Comply with UBC Section 2326.11. B. Provide framing members of size and on spacing indicated, and frame openings as indicated. Do not splice structural members between supports. • • SP 32 of 138 C. Anchor and nail as indicated. D. Install fireblocking and draftstopping as specified in UBC Section 708. 3.05 STUD FRAMING A. General: Use wood studs spaced 16- inches on center with long dimension perpendicular to direction of wall or partition of wall or partition unless otherwise indicated. Provide single bottom plate and double top plates 2- inches thick by width of studs; single top plate may be used for non -load bearing partitions. Nail or anchor to supporting construction. B. Construct corners and intersections with not less than 3- studs. C. Provide miscellaneous blocking and framing for support of facing materials, fixtures, specialty items and trim. D. Provide continuous horizontal blocking row at mid - height of single story partitions over 8 -feet high and at midpoint of multi -story partitions, using 2- inch thick members of same width as wall or partitions. E. Frame openings with multiple studs and headers. Provide header members of thickness equal to width of studs. 1. For non - bearing partitions, frame openings as indicated on structural drawings. 2. For load- bearing partitions, provide multiple jamb studs and headers as indicated. 3.06 JOIST FRAMING A. Comply with UBC Section 2326.8. B. Install with crown edge up and support on each member with not less than 1 -1/2- inches of bearing on wood. C. Attach to wood bearing members by toe nailing or metal connectors; frame to wood supporting members with wood ledgers or metal connectors. D. Frame openings with headers and trimmers supported by metal joist hangers; double headers and trimmers where span of header exceeds 48- inches. E. Do not notch in middle third of joists; limit notches to 1/6 depth of joist, 1/3 at ends. • • SP 33 of 138 F. Do not bore holes larger than 1/3 depth of joist or locate closer than 2- inches from top or bottom. G. Provide solid blocking at ends of joists unless nailed to header or bearing member. H. Lap members framing from opposite sides of beams, girders or partitions not less than 4- inches or securely tie opposing members together. Provide solid blocking over supports. Provide bridging between joists where nominal depth to thickness ratio exceeds 6, at intervals of 8 feet. Use bevel cut 1 -inch x 4 -inch or 2 -inch x 3 -inch wood bracing, double- crossed and nailed both ends of joists, or use solid wood bridging 2 inches thick by depth of joist, end nailed to joist. 3.07 RAFTER AND CEILING JOIST FRAMING A. Comply with UBC Section 2326.12. B. Ceiling Joists: Provide member size and spacing indicated and as specified for joist framing. Face nail to ends of parallel rafters. C. Rafters: Notch to fit exterior wall plates and toe nail or use special metal framing anchors. 1. Double rafters to form headers and trimmers at openings in roof framing, and support with metal hangers. 2. Where rafters abut ridge, place directly opposite each other and nail to ridge member or use ridge hangers. 3.08 TIMBER FRAMING A. Comply with UBC Chapter 23, Division III. B. Provide wood beams and girders of the size and spacing indicated. Install with crown edge up and provide not less than 4 -inch bearing on supports. Provide continuous members unless shown; tie together over supports if not continuous. C. Provide wood posts of sizes shown. Provide metal anchoring and attachment devices. 3.09 INSTALLATION OF CONSTRUCTION PANELS A. General: 1. Floor Sheathing: Comply with UBC Section 2322.1. 0 • SP 34 of 138 2. Wall Sheathing: Comply with UBC Section 2314. 3. Roof Sheathing: Comply with UBC Section 2322.2. B. Comply with applicable recommendations of APA Form No. E30F. C. Fastening Methods: Fasten panels as specified. 1. Combination Subflooring - Underlayment: Glue -nail to framing. 2. Subflooring: Glue -nail to framing. 3. Sheathing: Nail to framing. 4. Underlayment: Nail or staple to subflooring. Fill and sand edge joints of underlayment to receive resilient flooring. 5. Plywood Backing Panels: Nail to supports. 6. Allow 1/16 -inch gap between plywood sub - flooring panels. 3.10 NON - COMBUSTIBLE SHEATHING A. Walls: Use maximum size boards to minimize joints. Locate edge joints parallel to and with vertical orientations on framing. Stagger intermediate end joints of adjacent lengths. Attach with fasteners spaced in accordance with manufacturer's recommendations. Drive fasteners to bear tight against and flush with surface of sheathing. B. Roofs: Install with FM approved fasteners installed flush with the sheathing surface. Space fasteners in pattern required for FM Class 1 -60 wind uplift resistance. Lay sheathing parallel to metal deck ribs and stagger end joints. When installed over roof insulation, install with fasteners passing through sheathing and roof insulation. 3.11 SOUND CONTROL WORK A. Specified requirements apply to framing for interior partitions indicated as sound partitions. B. Isolate sill plates from direct contact with structure by installing over either continuous isolation strips or two continuous '/ -inch beads of acoustical sealant applied at quarter points of plate width. END OF SECTION 06100 • • SP 35 of 138 SECTION 07145 WATERPROOFING FOR UNDERGROUND STRUCTURES PART 1- GENERAL 1.01 DESCRIPTION This section covers furnishing and applying coating to the exterior surface of underground of concrete and masonry wall and concrete top slab. 1.02 PROTECTION OF MATERIALS All material shall be delivered to the job site in their original unopened containers bearing the manufacturers name, brand and batch number. 1.03 SUBMITTALS Prior to construction, the Contractor shall submit the product data to the City for review and approval in accordance with Section 1 of these Specifications. 1.04 SUBSTITUTIONS Request for material substitution shall be made in writing, and will be approved by the City and /or the City in writing. PART 2 - MATERIALS A. The material shall be Sika -proof Membrane, Select Shield 300A, Koppers Bitumastic Super Service Black, Koppers Bituplastic No. 28, or approved equal in conformance with these specifications. B. The material shall be an approved waterproofing /damp proofing composition for use on exterior concrete and masonry structures. C. Approved materials shall conform to the following physical properties: a. Percent solids: 50 minimum. b. Tack force time: 30 minutes approximate (initial set). c. Tensile stress: 150 psi minimum 21 days (ASTM D412). d. Ultimate elongation: 1500% minimum 21 day (ASTM D412). e. Moisture vapor transmission: 0.03 perms 21 day (ASTM E96). f. Ultraviolet resistance : No degradation (ASTM D822). g. Adhesion in peel (ASTM D903) : 20 lbs. Peel strength with 0 % adhesion loss PART 3 - CONSTRUCTION 3.01 AREAS OF APPLICATION • • SP 36 of 138 The areas to be applied with the specified coating including the below grade exterior surface of the concrete structures, pre -cast concrete vault and masonry wall. 3.02 SURFACE PREPARATION A. The concrete and masonry surfaces shall be thoroughly cleaned up and free of grease, curing compound or other deleterious material. B. The concrete and masonry surfaces shall be prepared in accordance with the coating material manufacturer's recommendations. 3.03 APPLICATION A. Two coats of Seka -proof Membrane, Select Shield 300A, Kopper Bitumastic Super Service Black, Koppers Bituplastic No. 28 or an approved equal, shall be applied by brush, spray or roller or as recommended per the manufacturer to completely cover the area at a maximum coverage of 80 square feet per gallon per coat, or if thicker coating, as the manufacturers recommended usage rate. B. Each coat shall be free of runs, skips or "holidays ". C. All work shall be done in accordance with the manufacturers recommendations, except for the above usage rate of the coating material. D. The application of the coating shall commence only after the concrete or masonry is cleaned and dry.. E. Backfill against the waterproofing applied structures shall be done at least 24 hours after the completion of waterproofing. END OF SECTION 07145 SECTION 07990 SEALANTS AND CAULKING PART1- GENERAL 1.01 DESCRIPTION This section includes materials and installation of sealants and caulkings. This specification is intended to be general in scope as to locations of caulking and sealants. CONTRACTOR shall examine all Drawings and Details thoroughly and familiarize himself with the extent of the caulking and sealing involved. Only a complete and absolutely watertight and weather tight job will be accepted. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 303: Concrete, Mortar and Related Materials. • • SP 37 of 138 1.03 SUBMITTALS Prior to purchase or delivery of materials, submit the following in accordance with the Special Provisions. A. Samples and Technical Data 1. Submit technical data by all manufacturers of proposed materials. 2. Submit material manufacturers' printed preparation and application instructions. B. Shop Drawings and Mock -Ups. When requested, submit the following in accordance with these Specifications: 1. Full -size details indicating all the necessary components for each type of joint to be sealed. 2. Observed field conditions and measurements. Mock -up units or test sections shall be also scheduled after receiving written approval of shop drawings by the CITY. 1.04 WARRANTY CONTRACTOR shall fully guarantee all materials and workmanship under this Section for a period of one (1) year from the date of final acceptance of the structure against all defects in both workmanship and materials and he shall promptly correct and /or replace such faulty work if so notified, at no additional cost to the CITY. 1.05 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. PART2- PRODUCTS 2.01 SEALANT COMPOUNDS Materials shall conform to Fed. Spec. TT- S- 00227E(3) for multi- component sealant, or to Fed. Spec. TT- S- 00230C(2) for single- component sealant. Properties and adhesion of 1 -part sealants shall be equal to 2 -part materials. Sealants shall be Type I or Type II, as applicable. Sealants shall be limited to acceptable compounds and compositions, which are polysulfide, polyurethane, and silicone. For metal buildings, use Class "A" sealants, and for other locations, use Class "B" sealants each conforming to above referenced Federal • • SP 38 of 138 Specifications or with ASTM C -920 like characteristics. Above -grade sealants shall be resistant to ultra - violet deterioration. A. For joints in water bearing surfaces, use only polyurethane sealants certified and approved by manufacturer for continuous or intermittent submergence in water or sewage. B. Silicone type sealant shall be used only on above grade joints that are not subject to vehicular or pedestrian traffic. C. Acceptable polyurethane materials are "Sikaflex/2c Polyurethane Elastomeric Sealant," as manufactured by Sika Chemical Corp., and "Select Seal, U -227 Reservoir Grade," as manufactured by SPC, or approved equal. 2.02 COLORS As selected to match adjoining surfaces. Special colors may be required. 2.03 PRIMER Where required, shall be used as recommended in writing by the sealant manufacturer. Primer shall have been tested for non - staining characteristics and durability on samples of actual surfaces to be sealed. 2.04 BACK -UP MATERIALS AND PREFORMED JOINT FILLERS Use non - staining material, compatible with sealant and primer, and of a resilient nature, such as closed cell polyethylene rod, or elastomeric tubing or rod (neoprene, butyl, or EDPM). Materials impregnated with oil, bitumen, or similar shall not be used. Size and shape shall be as indicated by joint details in Drawings and shall be as recommended by sealant manufacturer in writing. Sealant shall not adhere to back -up material. 2.05 BOND BREAKERS Where required, shall be polyethylene tape, aluminum foil or other material as recommended by sealant manufacturer in writing. PART 3 - EXECUTION 3.01 GENERAL A. Perform work of this Section by material manufacturer's approved applicator in strict conformance with manufacturer's printed instructions, or perform such operations under direct supervision of qualified representative of material manufacturer. • • SP 39 of 138 B. Applicator shall examine all surfaces and report to the General CONTRACTOR all conditions not acceptable. 3.02 PREPARATION A. Thoroughly clean all joints, removing all foreign matter such as dust, oil, grease, water, surface dirt, frost and old caulking materials. Sealant must be applied to the base surface. Previously applied paint or primer must be entirely removed. B. Porous materials such as concrete masonry or stone should be cleaned where necessary be grinding, blast - cleaning, mechanical abrading, acid washing or combination of these methods to provide a clean, sound base surface for sealant adhesion. 1. Laitance shall be removed by acid washing, grinding, or mechanical abrading. 2. Form oils shall be removed by blast - cleaning. 3. Loose particles present or resulting from grinding, abrading or blast - cleaning shall be removed by blowing out joints with oil -free compressed air (or vacuuming) prior to application of primer or sealant. C. Non - porous surfaces, such as metal and glass, shall be cleaned either mechanically or chemically. Protective coatings such as methacrylite lacquer on metallic surfaces shall be removed by a solvent that leaves no residue. Solvent shall be used with clean cloths or lintless paper towels. Do not allow solvent to air dry without wiping. Wipe dry with clean, dry cloth, or lintless paper towels. D. Joint areas to be protected with masking tape or strippable films shall be cleaned before application of tape or film. E. All joints to receive sealant shall be as indicated on shop or Project Drawings. Do not seal joints until they are in compliance with drawings or are acceptable to the Engineer. 1. Joints to receive sealant shall be a minimum of 3/8 in. wide by 112 in. deep, unless otherwise approved. 2. For joints in concrete or masonry: depth of the sealant may be equal to the width of joints up to Y2 inch wide. For joints' /z inch to 1 inch wide: depth shall be 1/2 inch. For expansion and other joints, 1 to 2 inches wide: depth shall be no greater than '/2 the applied sealant width. For joints exceeding 2 in. (5 cm) in width: depth shall be as directed by sealant manufacturer. • • SP 40 of 138 F. Joints to receive sealant, back -up material or pre- formed joint filler shall be cleaned out, raked to full width and depth as required by Applicator. 3.03 APPLICATION A. Install back -up material or joint filler, of type and size specified, at proper depth to provide sealant dimensions as detailed. Back -up material shall be of suitable size and shape; and compressed 25% to 50% to fit joints as required. Sealant shall not be applied without back -up material and /or bond breaker strip. When using back -up tube avoid length -wise stretching. Tube or rod shall not be twisted or braided. B. Apply masking tape, where required, with primer as recommended by sealant manufacturer. C. Prime surfaces, where required, with primer as recommended by sealant manufacturer. D. Follow sealant manufacturer's instruction regarding mixing (if required), surface preparation, priming, and application procedure. E. Apply sealant under pressure with hand or power actuated gun or other appropriate means. Gun shall have nozzle of proper size and provide sufficient pressure to completely fill joints as designed. All joint surfaces shall be tooled to provide the contour as indicated on Drawings. When tooling joints, use tooling solution recommended by manufacturer. Remove masking tape immediately after joints have been tooled. 1. For sealant application when air temperature is below 40 °F (4 °C), consult sealant manufacturer for recommendations. 3.04 CLEAN -UP AND PROTECTION Clean adjacent surfaces of sealant as work progresses. Use solvent or cleaning agent as recommended by sealant manufacturer. All finished work shall be left in a neat, clean condition. 3.05 QUALITY CONTROL The sealant joints shall be uniformly smooth, free of wrinkles, flush with adjacent surfaces and absolutely water tight. Adjacent surfaces that have been soiled by the application of the sealing compound shall be wiped clean and be left neat. The work will be adjusted defective due to the sealant's hardening, cracking crumbling, melting, shrinking, leaking, or running. END OF SECTION 07990 • • SP 41 of 138 SECTION 09900 PAINTING AND COATING PART1- GENERAL 1.01 DESCRIPTION This section includes materials and application of painting and coating systems for the following surfaces unless noted on the plans or elsewhere in the specifications. A. Exposed Metal. B. Buried Metal. C. Submerged Metal. D. Surfaces in Contact with Concrete. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 11175: Pumping Equipment. B. Section 05125: Miscellaneous Metal Work. C. Section 15070: Miscellaneous Piping and Appurtenances. D. Section 15120: Miscellaneous Valves and Appurtenances. 1.03 SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the work of this Section: 1. References herein to "SSPC Specifications" or "SSPC' shall mean the published standards of the Steel Structures Painting Council, 4400 Fifth Avenue, Pittsburgh, PA 15213. 2. References to "NACE" shall mean the published standards of the National Association of Corrosion Engineers, P.O. Box 986, Katy, TX 77450. 1.04 SUBMITTALS A. Submit shop drawings and samples in accordance with the Special Provisions. B. Submit manufacturer's data sheets showing the following information: • • SP 42 of 138 1. Percent solids by volume. 2. Minimum recommended dry-film thickness per coat for prime, intermediate, and finish coats. 3. Recommended surface preparation. 4. Recommended thinners. 5. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. 6. Application instructions including recommended equipment and temperature limitations. C. Submit two (2) color charts for City's selection. D. Qualifications of Painting Subcontractor: 1. Copy of a valid State of California license as required for the application of coatings. 2. Five references which show that the painting subcontractor has previous successful experience with the indicated coating systems. Provide the name, address, and telephone number of the City of each installation. The Contractor shall obtain the references form the subcontractor and submit them to the City. 1.05 CITY'S MANUAL The Contractor shall submit all such certificates to the City within 7 days of completion of each paint system. 1.06 QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be used to monitor all phases of surface preparation, application, and inspection throughout the duration of the project. Procedures and practices not specifically defined herein may be used provided they meet recognized and acceptable professional standards and are approved by the Engineer. B. All materials furnished and all work accomplished under the Contract shall be subject to inspection by the Engineer. The Contractor shall be held strictly to the true intent of the specifications in regard to quality of materials, workmanship, and diligent execution of the Contract. • • SP 43 of 138 The Engineer reserves the right to inspect any and all work procedures employed by the Contractor to ensure that said procedures are in absolute compliance with the governing specification, industry accepted inspection criteria, and coating manufacturers published information. The Contractor is responsible for provide safe accessibility and adequate lighting to inspection personnel upon request of the Engineer. The Contractor is responsible for having on -site at all times recently calibrated inspection equipment available for use by the Engineer. C. Work accomplished in the absence of prescribed inspection may be required to be removed and replaced under the proper inspection, and the entire cost of removal and replacement, including the cost of all materials borne by the Contractor. In the event that a pre - identified schedule is put in place and approved by the City, some work may proceed without full inspection presence. Any rejection of said work at the time of inspection will require all unsatisfactory conditions to be repaired at the Contractor's expense. D. Application: No coating or paint shall be applied when the surrounding air temperature or the temperature of the surface to be coated or painted is outside the published material manufacturer's recommendations to wet or damp surfaces or in rain, snow, fog or mist; when the temperature is less than 5 °F above the dew point; when it is expected the air temperature will drop below manufacturer's recommendations, or less than 5 °F above the dew point within eight hours after application of coating or paint. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric or equivalents. If above conditions are prevalent, coating or paint application shall be delayed or postponed until conditions are favorable. The days coating or paint application shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. 1.07 INSPECTION AND TESTING A. General: The Contractor shall give the City a minimum of 3 days' advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 days; advance notice of the start of any shop surface preparation work. B. All such work shall be performed only in the presence of the City unless the City has granted prior approval to perform such work in its absence. C. Inspection by the City or the waiver of inspection of any particular portion of the work shall not relieve the Contractor of its responsibility to perform the work in accordance with this Specification. • • SP 44 of 138 D. Inspection Devices: The Contractor shall furnish, until final acceptance of such coatings, inspection devices in good working condition for the detection of holidays and measurement of dry-film thickness of protective coatings. Dry-film thickness gauges shall be made available for the City's use at all times while coating is being done, until final acceptance of such coating. The Contractor shall furnish the services of a trained operator of the holiday detection devices until the final acceptance of such coatings. Holiday detection devices shall be operated only in the presence of the City. E. Film Thickness Testing: On ferrous metals, the dry film coating thickness shall be measured in accordance with the SSPC "Paint Application Specification No. 2" using a magnetic -type dry film thickness gauge such AS Mikrotest Model FM, Elcometer Model 111/1EZ, or equal. Each coat shall be tested for the correct thickness. On non - ferrous metals and other substrates, the coating thickness shall be measured at the time of application using a wet film gauge. E. Evaluation of Surface Preparation: Evaluation of blast cleaned surface preparation work will be based upon comparison of the blasted surfaces with the standard samples available from the NACE, using NACE standard TM- 01 -70. 1.08 SAFETY AND HEALTH REQUIREMENTS A. General: Ventilation, electrical grounding, and care in handling coatings, paints, solvents and equipment are important safety precautions during coating and painting projects. Contractor shall conform with safety requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals. The Contractor shall provide and require use of personal protective life saving equipment for persons working in or above the project site. B. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion - proof, or industrial design and shall be approved by the Engineer. Household -type venting equipment will not be acceptable. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist by ducting air, vapors, etc. from the confined space. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. Forced air duction during last cleaning and coating application operations is mandatory. If dehumidification equipment is used, equipment must be operated on a continuing basis during all blasting, coating and curing operations, including shifts during which no work is being conducted. 1.09 WARRANTY INSPECTION A warranty inspection may be conducted during the eleventh month following completion of all coating and painting work. The City shall establish the date • • SP 45 of 138 for the inspection and shall notify the Contractor at least 30 days in advance. The Contractor and a representative of the coating material manufacturer shall attend this inspection. All defective work shall be repaired in accordance with these specifications and to the satisfaction of the City. The City may, by written notice to the Contractor, reschedule the warranty inspection to another date within the one -year correction period, or may cancel the warranty inspection altogether. If a warranty inspection is not held, the Contractor is not relieved of its responsibilities under the Contract Documents. 1.10 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. 1.11 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the unit price or lump sum bid amount for the item to be painted or coated as stated in the proposal. PART 2- PRODUCTS 2.01 GENERAL A. Definitions: The terms "paint," "coatings," and "finishes" are used herein, shall mean surface treatments, emulsions, enamels, paints, epoxy resins, and all other protective coatings, except galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or finish coat. The "DFT" means minimum dry-film thickness. B. The Contractor shall use coating materials suitable for the intended use and recommended by the manufacturer for the intended service. C. In any coating system only compatible materials from a single manufacturer shall be used in the work. Particular attention shall be directed to the compatibility of primers and finish coats. If necessary, subject to the approval of the City, a barrier coat shall be applied between existing prime coat and subsequent field coats to ensure compatibility. D. All colors and shades of colors of all coats of paint shall b as selected or specified by the City. Each coat shall be of a slightly different shade, to facilitate inspection of surface coverage of each coat. Finish colors shall be as selected from the manufacturer's standard color samples by the City. E. Products shall be standard products produced by recognized manufacturers who are regularly engaged n production of such materials for essentially identical service conditions. Paint shall be abrasion, sulfide and mildew resistant. • • SP 46 of 138 F. System No. 6 - Buried Metal: Type: Coal tar or coal -tar epoxy having a minimum volume solids of 68% (ASTM D 2697). Service Conditions: Buried metal, such as valves, flanges, bolts, nuts, structural steel, and fittings. Surface Preparation: SSPC SP -6 - Commercial blast. Prime Coat: ICI /Devoe Devtar 5A, 15 mils; Tnemec 46 -450, 15 mils; Ameron 78 HB, 16 mils; or approved equal. Topcoat: ICI /Devoe Devtar 5A; Tnemec 46 -450, 15 mils; Ameron 78 HB, 16 mils; or approved equal. G. System No. 7 —Aluminum and Concrete Insulation Type: Bituminous paint having a minimum volume solids of 68% coat -tar pitch based. Service Conditions: Shall be used to coat areas of aluminum grating, gates, stairs, or structural members in contact with concrete, unless otherwise noted on the plans or in the specifications. Surface Preparation: SSPC SP -1. Prime Coat: Apply synthetic resin wash primer (phosphoric acid or vinyl butyral acid) to surface as prime coat. Products: ICI /Devoe Devtar 5A; Tnemec 32 -1210; International — no primer required; or approved equal. Finish Coat: Two coats of 12 mil dry-film thickness each coat: ICI /Devoe Devtar 5A; Tnemec 46 -450; International Intertuf 100; or approved equal. H. System No. 8 — Exposed PVC Pipe Type: High solids epoxy coating having a minimum volume solids of 80 %. Service Conditions: Shall be used to coat exposed PVC piping in pump stations. Surface Preparation: Surfaces shall be cleaned and dried prior to application of coating. Finish Coat: Apply to dry-film thickness of 5 mils: ICI /Devoe BarRust 233H; Tnemec Series 69 Hi -build Expoxoline Il; International Interseal 670 HS;or approved equal. • • SP 47 of 138 System No. 9 — Interior Surface of Ferrous -Metal Valves Type: Thermsetting powdered epoxy coating. Service Conditions: Shall be used to coat interior surfaces of ferrous metal valves, excluding seating areas and bronze and stainless steel pieces. Surface Preparation: SSPC SP -5. Protuberances, which may produce pinholes in the coating, shall be removed. Sharp edges shall be rounded. Surface contaminants, which may prevent bonding of the coating, shall be removed. Coating: Apply to a dry-film thickness of 12 mils in accordance with manufacturer's recommendation: 3M Scotchkote 134; or approved equal. J. System No. 10 — Exposed Concrete, Indoors and Outdoors Type: Water based acrylic latex having a minimum volume solids content of 35 %. Service Conditions: Shall be used to coat interior and exterior surfaces of exposed concrete. Surface Preparation: Surface preparation shall not begin until at least 30 days after concrete has been placed. All oil, grease and form release and curing compounds shall be removed by detergent cleaning per SSPC -SP1 before abrasive blast cleaning. Surfaces shall be clean and dry, and as recommended by the coating manufacturer before coating is started. Prime Coat: ICI Dulux 2000; Tnemec 54 -561; or approved equal. Finish Coat: Two or more coats, 7 -10 mil dry-film thickness: ICI Dulux Professional 2200 Acrylic; Tnemec 6 -465; or approved equal. K. System No. 11 — PVC Tape Service Conditions: Shall be used on all buried small steel and non- ferrous pipe. Surface Preparation: Prior to wrapping the pipe with PVC tape, the pipe and fittings first shall be primed using a primer recommended by the PVC tape manufacturer. Application: After being primed, the pipe shall be wrapped with a 20 -mil adhesive PVC tape, half - lapped, to a total thickness of 40 mils. L. System 12 - Masonry (Exterior Surface of Building) • • SP 48 of 138 Surface Preparation - Dirt, dust and loose particles shall be removed. Surfaces shall be thoroughly dry. Coating - Surface shall be coated with a water - repellant material that will not affect the color of the concrete, Amercoat No. 1955, Hunt Process MD7C, or equal. Application shall be in two (2) coats with low- pressure spray equipment, using a minimum of one gallon per 200 square feet of surface. Color shall be as required by the City. M. System 13 - Architectural Metalwork (Interior and Exterior Doors, Door Frames, and Window Sash: Interior Exposed Machinery, Equipment and Piping), except aluminum. Surface Preparation - Surfaces shall be hand tool cleaned in accordance with SSPC -SP -2 (Hand Tool Cleaning). Coating (Devoe Alternate) Prime Coat (as required): ICI /Devoe Devflex 4020 or approved equal. Finish Coat: Two (2) finish coats of ICI /Devoe Devflex 4206 or approved equal. Coating (National Lead Alternate Prime Coat: National Lead 052 Primer or approved equal. Finish Coat: Two (2) finish coats of NALCO 57 W11 Series or approved equal. NOTE: Interior exposed galvanized metalwork, electric conduit, copper tubing, and brass piping hall receive a finish coating in a color and material consistent with the room color scheme as approved by the Engineer. N. System 14 - Architectural Woodwork (Interior and Exterior) Surface Preparation - Wood surfaces to be painted shall be cleaned of dirt, oil or other foreign substances with mineral spirits, scrapers, sandpaper or wire brushes. Finish surfaces exposed to view shall, if necessary, be made smooth by planning or sandpapering. Mil work shall be sandpapered where necessary and given a coat of the specified primer on all sides before installation. Small dry seasoned knots shall be surface scraped, sandpapered and thoroughly cleaned, and shall be given a thin coat of WP -578 Western Pine Association Knot Sealer before application of the priming coat. Large open, unseasoned knots and all beds or streaks of pitch shall be scraped off, or if the pitch is still soft, it shall be removed with mineral spirits or turpentine, and the resinous area shall be thinly coated with Knot Sealer. After priming, all holes and imperfections shall be filled with putty or plastic wood (colored to match the finish coat), allowed to dry and sandpapered smooth. Painting of interior wood surfaces shall proceed insofar as practicable, only after masonry work has • • SP 49 of 138 dried. Existing wood shall be cleaned of all loose or flaking paint and sandpapered as required. Finish color for all woodwork shall be furnished in accordance with the City and /or Homeowner's Association requirements. Coating (Devoe Alternate) Interior Prime Coat shall be ICI Sinco Prime 975N or approved equal. Exterior Prime Coat shall be ICI Sash and Trim Wood Primer 248N or approved equal. Interior Finish Coat: Two (2) finish coats shall be ICI SG45 NXX Sinco -Speed Semi -Gloss Enamel or approved equal. Exterior Finish Coat shall be ICI Sash and Trim GX22 Gloss Alkyd Enamel or approved equal. Coating (National Lead Alternate) Interior Prime Coat: National Lead 30P15, brush - applied or approved equal. Exterior Prime Coat: National Lead 010, brush - applied or approved equal. Finish Coat: Two (2) finish coats shall be National Lead 1200 Series, brush - applied or approved equal. 2.03 FINISH A. All buried ductile iron pipe and fittings, shall be coated with approximately 1 mil petroleum asphaltic coating. The coating shall be applied to the outside of all fittings in complete accordance with AWWA C 100, latest edition. All pipe shall be shop coated. After coating, buried pipe and fittings shall be encased in a 8 mil polyethylene tube in complete accordance with AWWA C 105, latest edition. B. Interior walls of wet well and manholes shall be coated as specified in Section 09950. C. All stainless steel bolt and screw surfaces in contact with aluminum shall be coated with Never -Seez by Never Seez Compound Corp., WLR No. 111 by Oil Research Inc., or equal. 2.04 AIR QUALITY REQUIREMENTS Materials shall comply with South Coast Air Quality Management District's Rule 1107 for shop coating and Rule 1113 for field coating. PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Do not sandblast or prepare more surface area than can be coated in one day. Remove all sharp edges, burrs, and weld spatter. • • SP 50 of 138 B. Surface preparation shall conform with the SSPC specifications as follows: Solvent Cleaning SP -1 Hand Tool Cleaning SP -2 Power Tool Cleaning SP -3 White Metal Blast Cleaning SP -5 Commercial Blast Cleaning SP -6 Brush -Off Blast Cleaning SP -7 Pickling SP -8 Near -White Blast Cleaning SP -10 C. Wherever the words "solvent cleaning" "hand tool cleaning" "wire brushing" or "blast cleaning" or similar words are used in these specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structure Painting Council, Surface Preparation Specifications, ANSI A159.1) Specifications listed above. D. Sandblasting: The Contractor shall provide suitable enclosure, exhaust system, and bad house for sandblasting operations to prevent violations of applicable air quality requirements. 3.02 PAINTING SYSTEMS A. All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, dryers, and other additives shall be as recommended by the paint manufacturer for the particular coating system. B. Deliver paints to the job site in the original, unopened containers. 3.03 PAINT MIXING Prepare multiple- component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple- component coatings that have been mixed beyond their pot life. Provide small quantity kits for touchup painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. 3.04 SURFACES NOT TO BE COATED Do not paint the following surfaces. Protect during the painting of adjacent areas: A. Stainless steel. • • SP 51 of 138 B. Brass and copper tubing, submerged. C. Buried pipe, unless specifically required in the piping specifications. D. Equipment Name Plates and grease fittings. E. Aluminum grating. 3.05 PROTECTION OF SURFACES NOT TO BE PAINTED Remove, mask, or otherwise protect hardware and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. 3.06 SURFACES TO BE COATED Coat surfaces as described below: A. Coat above ground and exposed piping or piping as described in the various piping specifications. B. Coat valves as described in the various valve specifications. Above ground valves, or valves in vaults and structures, shall match the color of the connecting piping. C. Coat buried flanges, nuts and bolts, valves, flexible pipe couplings, exposed rebar in thrust blocks, and valve boxes as specified in the particular specifications for the above items. D. Coat above ground structural steel as described in the structural steel and miscellaneous metalwork specifications. E. Pipe supports in vaults and pump station shall match the color of the adjacent piping. F. Exposed indoor galvanized electrical conduits shall be coated per Section 2.02. Color of finish coat shall be OSHA Safety Orange. G. Mechanical equipment, such as pumps, shall be coated in accordance with Section 2.02. H. Concrete surfaces, floors, walls and ceilings, inside the dry well, control room and generator room. 3.07 FIELD TOUCH -UP OF SHOP - APPLIED PRIME COATS Surfaces that are shop primed shall receive a field touch -up of the same primer used in the original prime coat. • • SP 52 of 138 3.08 DRY -FILM THICKNESS TESTING A. If required by the City, measure coating thickness specified for metal surfaces with a magnetic -type dry-film thickness gauge. Test the finish coat (except zinc primer and galvanizing) for holidays and discontinuities with an electrical holiday detector, low- voltage, wet - sponge type. Measuring equipment shall be provided by the Contractor and subject to calibration testing by authorized inspector. Provide detector as manufactured by Tinker and Paser of K -D Bird Dog. Provide dry-film thickness gauge as manufactured by Mikrotest or Elcometer. Check each coat for the correct dry-film thickness. Do not measure within eight hours after application of the coating. B. If the item has an improper finish color or insufficient film thickness, the surface shall be cleaned and topcoated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power- sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections. 3.09 WORKMANSHIP A. Skilled craftsmen and experience supervision shall be used on all work. B. Clean drop clothes shall be used. All damage to surfaces resulting from the work hereunder shall be cleaned, repaired, and refinished to their original condition. C. All coatings shall be applied under dry and dust -free conditions. Coating shall be done in a workmanship manner so as to produce an even film of uniform thickness. Edges, corners, crevices, and joints shall receive special attention to insure that they have been thoroughly cleaned and that they receive an adequate thickness of coating material. The finished surfaces shall be free form runs, drops, ridges, waves, laps, brush marks, and variations in color, texture, and finish. The hiding shall be so complete that the addition of another coat would not increase the hiding. Special attention shall be given to insure that edges, corners, crevices, welds and similar areas receive a film thickness equivalent to adjacent areas. END OF SECTION 09900 SECTION 09960 REHABILITATION OF CONCRETE STRUCTURES WITH A PROTECTIVE COATING PART 1 — GENERAL 1.01 SECTION INCLUDES 0 0 SP 53 of 138 A. Requirements for surface preparation, and protective coating application on the interior surface of the wet well to be performed by the Contractor. 1.02 RELATED SECTIONS A. Section 7 -10: Public Convenience and Safety 1.03 REFERENCES A. ASTM D638 - Tensile Properties of Plastics. B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. ASTM D4541 - Pull -off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584 - Volatile Matter Content. F. ASTM D2240 - Durometer Hardness, Type D. G. ASTM D543 - Resistance of Plastics to Chemical Reagents. H. ASTM C109 - Compressive Strength Hydraulic Cement Mortars. ASTM C396 - Compressive Strength of Cement Mortars. J. ACI 506.2 -77 - Specifications for Materials, Proportioning, and Application of Shotcrete. K. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. L. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. M. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. N. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. 1.04 SUBMITTALS A. The following items shall be submitted: • • SP 54 of 138 1. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. 2. Material Safety Data Sheets (MSDS) for each product used. 3. Project specific guidelines and recommendations. 4. Applicator Qualifications: a. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of the products to be used. b. Certification by the protective coating manufacturer that the equipment to be used for applying the products has been approved and Applicator personnel have been trained and certified for proper use of the equipment. C. Five (5) recent references of Applicator (projects of similar size and scope) indicating successful application of a high - build solvent -free epoxy coating by spray application. d. Proof of any necessary federal, state or local permits or licenses necessary for the project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. 1.05 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the protective coating manufacturer's recommendations. B. The protective coating for the wet well shall be performed by an Applicator that has performed this same type of work for at least five (5) years. The concrete surface, existing and new, shall be well cleaned and prepared to ensure the coating is firmly secured in place. The surface preparation including, but not limited to sandblasting, roughening, cleaning, patching and /or precoating with suitable materials, shall be performed by the same coating applicator. D. The City will have a NACE Certified Coating Inspector inspect the application of wet well coating application. The Inspector will observe daily operations, procedures and final product to ensure adherence to the specifications by Applicator. • • SP 55 of 138 1.06 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. Protective coating materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. C. Protective coating materials are to be handled according to their material safety data sheets. 1.07 SITE CONDITIONS A. Applicator shall conform to all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. B. Method statements and design procedures are to be provided by City when confined space entry, flow diversion, debris removal or bypass is necessary in order for Applicator to perform the specified work. 1.08 WARRANTY A. Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the City. PART 2- PRODUCTS 2.01 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement) must be well cured prior to application of the protective coating. Generally, 28 days is adequate cure time for standard Portland. If earlier application is desired, compressive or tensile strength of the concrete can be tested to determine if acceptable cure has occurred. (Note: Bond strength of the coating to the concrete surface is generally limited to the tensile strength of the concrete itself.) With the City's prior approval, quick setting cement may be used for the surface repair. B. Cementitious patching and repair materials should not be used unless their manufacturer provides information as to its suitability for topcoating with an epoxy coating. Project specific submittals and procedures should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. • • SP 56 of 138 C. Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 2.02 MANUFACTURER AND APPLICATOR A. Raven Lining Systems, Inc., Tulsa, Oklahoma 800 - 324 -2810 or 918 -584- 2810 or FAX 918 - 582 -4311. The City approved applicator is Ken Thompson Company. Telephone (714) 995 -1371. 2.03 REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and /or rebuild surfaces, etc. as determined necessary by the engineer and protective coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. B. As an example, the following products may be accepted and approved by the protective coating manufacturer and could be used within the specifications: 1. 100% solids, solvent -free epoxy grout that can be troweled or sprayed and specifically formulated for optimum epoxy top coating compatibility. The epoxy grout manufacturer shall provide instructions for epoxy top coating procedures. 2. Factory blended, rapid setting, high early strength, fiber reinforced, non - shrink repair mortar that can be troweled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy top coating. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for top coating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. 3. Shotcrete shall conform to all requirements of ACI- 506.2 -77 as published by the American Concrete Institute, Detroit, MI except as modified by these specifications. Shotcrete composed of Portland Cement, aggregate and water so proportioned as to produce a concrete suitable for pneumatic application. Shotcrete ingredients shall be selected, proportioned in such a manner as will produce sound concrete that is strong, dense and suitable for polymer top coating. Cured shotcrete shall have a minimum surface tensile strength of 300 psi. No coatings shall be applied prior to a full 28 day cure unless test patches of coatings exhibit acceptable • • SP 57 of 138 bonding characteristics and no outgassing as prescribed herein or the repair mortar manufacturer certifies acceptable topcoating parameters. 2.04 PROTECTIVE COATING MATERIAL A. Raven Lining Systems' 405 epoxy coating system - a 100% solids, solvent -free two- component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications (up to {depends on product} mils in a single coat). Product type Amine cured epoxy Color {see product data sheet} Solids Content (vol %) 100 Mix Ratio 1:1 {Aquatapoxy} 3:1 {Raven} Compressive Strength {see product data sheet} Tensile Strength, psi {see product data sheet} Tensile Elongation, % {see product data sheet) Flexural Modulus, psi {see product data sheet} Hardness, Type D {see product data sheet) Bond Strength - Concrete > Tensile Strength of Concrete Chemical Resistance to: {Examples} Sulfuric Acid, 10% Immersion Service Sodium Hydroxide, 20% Immersion Service MEK Incidental Contact (include reagents relevant to the project) 2.05 PROTECTIVE COATING APPLICATION EQUIPMENT A. Manufacturer heated plural component spray equipment shall be used in the application of the specified protective coating. 2.06 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT (if spray applied) A. Spray applied repair mortars shall be applied with manufacturer approved equipment. PART 3 - EXECUTION 3.01 ACCEPTABLE APPLICATORS A. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. B. Protective coating must be applied by a Certified Applicator of the protective coating manufacturer and according to manufacturer specifications. 0 3.02 EXAMINATION • SP 58 of 138 A. All structures to be coated shall be readily accessible to Applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained telow the surfaces to be coated. D. Installation of the protective coating shall not commence until the concrete substrate has properly cured and been prepared in accordance with these specifications. E. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Where varying surface temperatures do exist, care should be taken to apply the coating when the surface temperature is falling versus rising (i.e. late afternoon into evening ... as opposed to ... morning into afternoon). 3.03 SURFACE PREPARATION The surface to be coated with the specified product will be exposed to raw sewage, including a major portion of existing concrete exposed to raw sewage (e.g. existing wet well), a portion of existing dry well and a new top concrete slab. A. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify City of any noticeable disparity in the surfaces that may interfere with the proper preparation or application of the repair mortar and protective coating. B. All contaminants including: oils, grease, unsound or incompatible existing coatings, waxes, form release, curing co npounds, efflorescence, sealers, salts, or other contaminants shall be removed. C. All concrete that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. D. Surface preparation method(s) should be based upon the conditions of the substrate and the requirements of the epoxy protective coating to be applied. E. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Generally, this can be achieved with a low- pressure water cleaning using • • SP 59 of 138 equipment capable of 5,000 psi at 4 gprn. Other methods such as high - pressure water jetting (refer to NACE Standard No. 5 /SSPC- SP12), abrasive blasting, shot blasting, grinding, scarifying or acid etching may also be used. Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever method(s) are useed, they shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. F. Infiltration shall be stopped by using a material which is compatible with the specified repair mortar and is suitable for top coating with the specified epoxy protective coating. G. Test prepared surfaces after cleaning bu-' prior to application of the epoxy coating to determine if a specific pH or moisture content of the concrete is required according to manufacturer's recommendations. H. All surfaces should be inspected during surface prep and before the repair mortar is applied. 3.04 APPLICATION OF REPAIR MATERIALS A. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Project Engineer's recommendations. B. Repair materials shall meet the specifications contained herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Project Engineer according to the City's requirements and the manufacturer's recommendations. C. Cementitious repair materials shall be troweled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No bug holes or honeycomb surfaces should remain after the final trowel procedure of the repair mortar. D. The repair materials shall be permitted to cure according to manufacturer recommendations. E. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating manufacturer's representative or certified applicator to ensure proper finishing for suitability to receive the specified coating. F. After abrasive blast and leak repairs have been performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shot blast or other approved ' ' • • SP 60 of 138 method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair mortar and prior to application of the epoxy coating. G. All surfaces should be inspected during and after preparation and before the protective coating is applied. 3.05 APPLICATION OF PROTECTIVE COATING A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, and environmental controls during application, safety, and spray equipment. B. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. C. The protective coating material must tie spray applied by a Certified Applicator of the protective coating manui acturer. D. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent -free, 100% solids, epoxy protective coating as further described herein. Spray application shall be to a minimum dry film thickness of 120 mils for the concrete surface in the existing wet well and at least 80 mils for the concrete surface of the existing dry well and the new top concrete slab. E. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. Air assisted spray application equipment may be a:ceptable, especially for thinner coats ( <10 mils), only if the air source is filtered to completely remove all oil and water. F. If necessary, subsequent top coating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, ideally within 12 hours but no later than the recoat window for the specified product. Additional surface preparation procedures will be required if this recoat window is exceeded. G. Fiberglass woven - roving fabric shall be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength where desired, such as the crown of pipes. Sloped surfaces of the floor may be made non -skid by broadcasting aluminum oxide or silica sand into the surface prior to gelation. • • SP 61 of 138 3.06 TESTING AND INSPECTION A. During application a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used to ensure a monolithic coating and uniform thickness during application. B. After the protective coating has set hard to the touch it shall be inspected with high - voltage holiday detection equipment. Surfaces shall first be dried, an induced holiday shall then be made on to the coated concrete surface and shall serve to determine the minimum /maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO188 -99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating material can be hand applied to the repair area. All touch -up /repair procedures shall follow the protective coating manufacturer's recommendations. C. Measurement of bond strength of the protective coating to the substrate can be made at regular intervals and along different sections of the structure (i.e.. crown of pipe, wall, invert -- every 200 ft). Bond strength can be measured in accordance with ASTM D4541. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Applicator in strict accordance with manufacturer's recommendations. D. A final visual inspection shall be made by the Inspector and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Applicator. E. The municipal sewer system may be put back into non - severe operational service as soon as the final inspection has taken place. However, for severe corrosion duty such as high concentrations of acids, bases or solvents, 3 to 7 days and /or force cure by heat induction to the coated surfaces may be necessary prior to returning to service. Consult coating manufacturer for further details. END OF SECTION 09960 0 SECTION 11010 MECHANICAL EQUIPMENT PART 1- GENERAL 1.01 DESCRIPTION • SP 62 of 138 This Section contains general information required to install mechanical equipment as shown on the Drawings and specified in the various individual Specifications. Included shall be all supervision, labor, materials, tools, equipment and services as required for installation and test operation of equipment, including the services of Manufacturer service engineers, receiving, unloading, storage, protection, installation and complete erection of all mechanical equipment required in these Specifications. Installation shall include, but not be limited to, placing, shimming, anchoring, grouting, cleaning, painting, lubricating, assembling, testing and adjusting of all mechanical equipment. Installation shall also include providing all required miscellaneous parts. 1.02 COORDINATION OF WORK The Contractor shall coordinate his work with other disciplines to provide a complete, operational installation. 1.03 RESPONSIBILITY FOR EQUIPMENT The Contractor shall be liable for all damage to the equipment which is to be furnished and installed under this Contract, as well as for any damage to structures or other property, real or personal, resulting from the movement of equipment or installation work. This liability shall continue until the installed equipment is accepted by the City's Representative. 1.04 QUALITY OF EQUIPMENT AND WORKMANSHIP A. Materials of Construction. Equipment and appurtenances shall be designed in conformity with the specified standards as listed herein. Equipment shall be constructed of materials for the conditions of exposure and of such strength to withstand all stresses that may occur during testing, installation, and all conditions of normal operation. B. Conformance to Shop Drawings. Machinery parts shall conform exactly to the dimensions shown on the Shop Drawings. The corresponding parts of the identical machines shall be made interchangeable. Clearance shall be provided for repairs, inspection and adjustment. C. Appearance of Exposed Surfaces. Exposed surfaces shall be finished in appearance. All exposed welds shall be ground smooth and the corners of structural shapes shall be rounded or chamfered for personnel protection. • SP 63 of 138 D. Equipment Safety Devices. All machinery and equipment shall comply in all respects with the provisions of Federal, State and local laws and regulations regarding occupational safety. E. Seismic Design of Equipment and Their Anchorage. Equipment, together with their appurtenances, shall be designed to withstand seismic loadings according to the Uniform Building Code (latest edition). Equipment design shall consider various conditions of content levels, including both full and empty. Equipment design shall then be based on the most severe condition. Equipment manufacturers shall also be responsible for seismic design of the recommended anchorage system for their equipment. The Contractor shall install equipment using the manufacturer's recommended anchorage system or using the anchorage system otherwise shown or specified by these contract documents; implementing whichever system is most conservative, at no additional cost to the CITY. Shop drawings shall include seismic design calculations that shall be sealed by a registered Professional Engineer. The signing professional engineer shall be licensed in the State of California unless other registration is accepted by CITY. 1.05 EQUIPMENT GUARANTEES Contractor shall guarantee all equipment provided under this Contract in accordance with the Contract Documents. PART 2- PRODUCTS 2.01 ANCHORS AND SUPPORTS The Contractor shall furnish, install, and protect all guides, bearing plates, anchor and attachment bolts, and all other appurtenances required for the installation. Anchors and supports shall be as shown on the drawings or specified elsewhere. If not shown or otherwise specified, anchors and supports shall be of ample size and strength (refer to Section 1.3.5 herein for seismic design requirements) for the purpose intended and shall be approved by the City's Representative. Cast -in -place anchor bolts shall be furnished where required. Reference the contract drawings for sizes, locations, and materials of such cast -in -place anchors. The Contractor does not have the option of using expansion anchors in lieu of indicated or specified cast -in -place anchors, without Engineer's prior approval. The Contractor shall obtain and use shop drawings or suitable templates when required for proper placement of equipment anchors. 0 2.02 LUBRICATION • SP 64 of 138 A. General. The Contractor shall thoroughly lubricate all equipment in accordance with the equipment manufacturer's instructions. Lubricating oils and greases shall be of the type and viscosity recommended by the equipment manufacturer. A one year supply of all necessary lubricants shall be provided by the Contractor for each piece of equipment. B. Flushing Oil. All lubricants shall be furnished with flushing oils as recommended by the Manufacturer. This includes, but is not limited to, all gearing and bearings, regardless of whether they have been shipped with or without oil soluble protective coatings. C. Equipment "Run -In." Following flushing, oil lubricating systems shall be filled with "run -in" oil as recommended by the equipment manufacturer. The equipment shall be "run -in" at the no -load condition for a minimum of two (2) hours. Following "run -in" and inspection, the equipment is to be drained and flushed again with flushing -oil and refilled with lubricant as recommended by the Manufacturer. The schedule for the above procedures is to be submitted for review by the CITY's Representative, at least two (2) weeks prior to the selected procedure starting date. D. Grease Fittings. The grease fittings on all mechanical equipment shall be such that they can be serviced with a single type of grease gun. Grease fittings shall be a standard button -head type. Where locally mounted grease fittings would be difficult to service, the fittings shall be extended by adequately sized tubing to a point that shall provide accessibility for normal maintenance. Such points shall be located and installed as per the City's directive. 2.03 PROTECTIVE COATINGS AND PAINTING A. General. All equipment and materials shall be painted per the requirements of these contract documents. B. Machined Surfaces. All machined surfaces and shafting shall be cleaned and protected from corrosion by the proper type and amount of coating necessary to assure a minimum protection for two (2) years after shipment. C. Lubricated Components. Oil lubricated gearing, bearings, and other lubricated components, shall be shipped with an oil soluble protective coating as recommended by the Manufacturer. The coating shall be selected to provide protection for two (2) years. • • SP 65 of 138 D. Field Touch -Up of Factory- Painted Equipment. Provide two (2) quarts of paint compatible with the finish coat on factory- painted equipment for field touch -up. 2.04 TOOLS AND ACCESSORIES The Contractor shall furnish, with each type, make or size of equipment, any special tools, wrenches and appliances which may be needed to adjust, operate, maintain or repair the equipment. Such tools and appliances shall be high - grade, properly labeled, and delivered to the CITY with the equipment. Tools shall be furnished with the equipment. PART 3- EXECUTION 3.01 SHOP DRAWING INFORMATION TO BE SUBMITTED BY CONTRACTOR A. General. Contractor shall submit shop drawings, schematics, technical data and all other information as necessary for CITY to evacuate compliance of proposed equipment with the specifications per the requirements of the Supplementary General Conditions, the General Requirements (Section 01001), and individual equipment specifications. Additionally, Contractor shall submit the information listed below as appropriate. B. Tabulation of Additional Equipment or Parts That Are Required For a Complete Installation. The Contractor shall provide a tabulation and detailed description (including cost) of any auxiliary equipment or spare parts required for proper operation and maintenance (by CITY) which are not included in the Bid. C. Tabulation of Special Tools. The Contractor shall provide a list of all special tools to be provided in accordance with Paragraph 2.4. D. Instruction of City's Personnel. Recommended number of days for instruction and training of City's operating personnel, if different than the time specified, and per diem charges for such instruction if such costs are not included in the Bid. 3.02 NOISE REQUIREMENTS All equipment that is specified to meet a certain noise generation limit shall be tested by the Contractor for noise generation after installation, at no additional cost to the CITY. When tested, equipment shall include the complete driver and driven equipment. Eight (8) certified copies of the test shall be submitted to the CITY for approval prior to final acceptance. If the tested equipment exceeds the specified noise limit, the Contractor shall provide corrective measures at no additional cost to CITY, as required to achieve compliance. Such measures may include (but shall not be limited to): • • SP 66 of 138 • Furnishing and installing a stainless steel silencer on the equipment system. • Providing a noise reducing enclosure around the equipment. These or other measures shall be implemented by the Contractor as required to achieve the specified maximum noise level. Subsequent to construction of such noise control measures, the Contractor shall retest the modified equipment system. Testing and equipment revision will continue at no additional cost to CITY until compliance with the specified noise limit is achieved. In all instances, copies of certified noise level test methods will be provided to CITY demonstrating the noise characteristics of the equipment system when each test is made. Field measurements shall be taken by competent, trained workmen who have prior experience testing and interpreting the field data obtained for similar installations. 3.03 SHOP TESTING AND SHOP INSPECTION A. Shop Testing By Manufacturer. Manufacturer's standard test procedures shall be required. The Manufacturer shall demonstrate that equipment meets all the requirements of this Specification. The Contractor shall notify the City's Representative in writing, at least five (5) working days prior to commencement of shop tests, of the time and place of all shop tests. B. Shop Inspection By City. The City shall be granted reasonable access to the production and shop test areas of the equipment manufacturer's facility during manufacturing and testing. However, Inspection by the City's Representative will not relieve the Contractor of his responsibility for workmanship, materials and specification requirements. 3.04 SHIPPING AND IDENTIFICATION A. Tagging of Equipment Shipments. The equipment covered in these Specifications shall be fabricated in the minimum number of sub- assemblies necessary for transportation. Small components or assemblies shall be adequately boxed or crated to prevent damage during shipment. Each assembly or package shall be identified with a durable shipping tag securely attached and plainly marked with the Contractor's order number, Manufacturer's purchase order number and equipment number. All shipments shall be "tagged" by the Contractor with a "wired -on" metal or plastic tag clearly stenciled or lettered with paint or waterproof ink. The information on the tags and cartons should include Contractor's order number, purchase order number, manufacturer's number and the equipment number. Any expense incurred by CITY due to the • • SP 67 of 138 Contractor's failure to do so will be back charged or deducted from his Contract. B. Equipment Nameplates. Each piece of equipment shall be provided with a substantial stainless steel nameplate, securely fastened in a conspicuous location and clearly inscribed with the Manufacturer's name, year of manufacture, serial number, principal rating data and equipment item number. C. Equipment Openings. All openings shall be covered with plywood, plastic or wood plugs or shields to prevent debris from entering the assemblies. D. Lifting. Each assembly or sub - assembly shall have lifting lugs to facilitate erection. 3.05 OPERATING AND MAINTENANCE MANUALS Operation and Maintenance Manuals shall be furnished in accordance with the Supplementary General Conditions, the General Requirements (Section 01001), and individual equipment specifications. 3.06 INSTALLATION OF EQUIPMENT A. General. The Contractor's work procedure shall conform to the Manufacturer's installation instructions and shall be consistent with manufacturer's performance warranties unless expressly directed otherwise by the City's Representative. B. Leveling of Equipment. Equipment shall be erected level and plumb on the foundations and supports at the locations and elevations shown on the Drawings, unless otherwise directed by the City's Representative during installation. The equipment shall be brought to proper level with wedges, shims, or backing nuts. Precision gauges and levels shall be used in setting all equipment. After the machine has been leveled and aligned, the nuts on the anchor bolts shall be tightened to anchor the machine firmly into place against the shims and backing nuts. Wedges shall be removed after shimming. Grout placed beneath equipment bases shall be as specified in these contract documents, and shall be installed in accordance with the manufacturer's instructions. C. Access For Maintenance and Operation. All equipment shall be installed in such a manner as to provide access for routine maintenance and lubrication. D. Portable Equipment. Equipment of a portable nature that requires no installation shall be delivered to a location designated by the City's Representative. • • SP 68 of 138 3.07 MECHANICAL START -UP Once the equipment has been installed, complete with all auxiliary and support systems, and is ready for operation, the Contractor shall mechanically check out the equipment to verify that the equipment functions correctly under "non - process" conditions. The equipment shall be fine- tuned, adjusted, water tested, where applicable, and completely checked out before the equipment and support systems are considered ready for process start-up. The Contractor will be responsible for coordinating this effort and providing all support services and facilities necessary for work effort. The equipment will not be considered ready for process start-up until the City's Representative is satisfied that the equipment has been satisfactorily checked - out and successfully passed a "non- process" test run. END OF SECTION 11010 SECTION 11175 PUMPING EQUIPMENT PART 1- GENERAL 1.01 WORK INCLUDED The Contractor shall furnish and install all pumping equipment as shown on the Plans and as specified herein. The Contractor is responsible to provide all necessary appurtenances as required for a complete and operable system. The pumping equipment specified herein, include the following pumps: One (1) Sump Pump Two (2) Vortex Sewage Pumps 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 2.5.3: Shop Drawing Submittals. B. Section 303: Concrete, Grout and Related Materials. C. Section 09900: Painting and Coating. D. Section 16000: General Electrical and Motor Control Panel. 1.03 CODES AND STANDARDS A. The work of this Section shall comply with the current editions of the following codes: 1. Uniform Mechanical Code 2. Uniform Plumbing Code 3. Uniform Fire Code 4. National Electrical Code 5. Uniform Building Code • • SP 69 of 138 B. Qualification of Manufacturer The manufacturer of each type of pump shall have a minimum of five years experience in the design and manufacture of that type of pump. The manufacturer shall have references available when required by the Engineer. C. Standards of the Hydraulic Institute 1.04 SUBMITTALS In addition to the requirements of the Special Provisions, the following shall also be supplied to the Engineer: A. Manufacturer's catalog data showing descriptions and illustration. B. Manufacturer's specifications and engineering data for: 1. Material 2. Parts 3. Devices 4. Accessories 5. Performance data including operating head, capa, efficiency, NPSH and horsepower of operable range. C. Shop Drawings: 1. Details and dimensions of factory-built equipment, and appurtenant components. 2. Details, design criteria couplings and standards used for fabrication of pumps, connections, supporting members and anchor devices. 3. Details and dimensions of associated items such as piping, concrete structures, and appurtenances to incorporate the manufacturers supplied items. 4. Deviations from the proposed arrangement and specifications based on the factory-built equipment and any prefabricated items. 5. Location of supply limit and type of connection provided on the prefabricated units and to be continued by other. 6. Wiring diagrams for electrical and instrumentation. 7. Manufacturer's reports on hydrostatic tests, performance tests and analyses, which complies with Hydraulic Institute Standards specifications. CJ • SP 70 of 138 8. Manufacturer's sample form for reporting the performance test results. Submit at least two weeks before the tests. The test form shall contain the data presented in the sample form in Hydraulic Institute, Section 6 of the ASME Performance Test Code PTC 8.2. 9. Manufacturer's design and calculations for intermediate shafting. Show shaft lengths, location of intermediate bearing support, and shaft critical speed. D. Test reports for pumps, motors, instruments components, and package system tested in the factory as required. Test reports to be submitted for review and are approved at least two weeks prior to shipping the units from the factory. E. Manufacturer's proposed warranty. F. Parts list. G. Spare parts list. Above items, A through G shall be submitted prior to equipment fabrication. H. Instructions for installations including assembly, wiring, alignment, adjustment and checking. I. Operation and Maintenance Manuals: 1. General - Equipment function - Normal operation characteristics - Limiting conditions - Certified pump curves 2. Operation Instructions - Start-up - Routing and normal operation - Regulation and control - Shut -down - Emergency 3. Maintenance Instruction Maintenance instructions and schedule Parts identification and assembly illustrations Parts list and predicted life of parts subject to wear J. Manufacturer's guarantee certificates. 0 1.05 FACTORY TESTING AND SHIPMENT • SP 71 of 138 A. The following procedures shall be included in the factory test prior to shipment. 1. Verification of the pump characteristic curves by testing at' /4,' /z, %, and full flow and recording the measured head and motor current for each flow. 2. Verification of cavitation -free service and absence of motor overheating during conditions after installation. B. The following procedures shall be included as part of the factory shipment: 1. All parts shall be properly lubricated and protected so that no damage or deterioration will occur even during a prolonged delay from the time of shipment until installation is completed and the pumps are read for operation. 2. Finished ferrous surfaces not painted shall be properly protected to prevent rust corrosion. 3. The finished surfaces of all exposed flanges shall be protected with wooden blind flanges. 4. Each pump shall be properly crated to protect the units against damage during shipment. 1.06 PRODUCT HANDLING A. Delivery and Storage Each pump shall have a permanent tag engraved with equipment name and number furnished by the manufacturer firmly attached to the pump. B. Replacements and Repairs It is the Contractor's responsibility to protect the equipment from damage during shipment, storage and construction. Prior to acceptance of the complete work by the CITY, any damaged equipment or work shall be replaced or repaired by the Contractor at his expense and such replacement or repair shall be reviewed by the Engineer. 1.07 GUARANTEE The equipment and appurtenance supplied shall be fit for the proposed application and guaranteed, in writing, against any and all defects in materials, workmanship and design for at least 5 years or 10,000 operating hours from the 0 • SP 72 of 138 date of final acceptance. This guarantee is in addition to and not a substitution for any warranty that the City may have. 1.08 SUBSTITUTIONS Substitutions will not be allowed for equipment specified in this section. Contractor shall provide pump supplied by the specified manufacturer. Additional compensation will not be made to the Contractor for providing the requested equipment. 1.09 SPARE PARTS A. The sewage pumps shall be furnished with the following spare parts: 1. One (1) assembled power frame with shaft, shaft sleeve, bearings, seal box, mechanical seal, wear plate, impeller, impeller washer, and impeller bolt. 2. One (1) mechanical seal assembly for each pump. 3. One (1) wear plate for each pump. 4. Three (3) sets of "O" rings and gaskets for each pump. 5. One (1) shaft sleeve for each pump. 6. One (1) set of bearings for each pump. B. All spare parts shall be packed in containers that are clearly identified with indelible markings on the containers. 1.10 SERVICES OF MANUFACTURER A. An authorized service representative of the manufacturer shall visit the site and witness the following: 1. Installation of the equipment. 2. Inspection, checking, and adjusting the equipment. 3. Startup and field- testing for proper equipment. 4. Performing field adjustments to ensure that the equipment installation and operation comply with the Specifications. B. An authorized service representative of the manufacturer shall instruct the City's personnel in the operation and maintenance of the equipment, including step -by -step troubleshooting with necessary test equipment. Training shall be specific to the models of equipment provided. PART 2- PRODUCTS 2.01 GENERAL A. All pumps shall be new and current manufacture. The Contractor shall complete all piping, electrical and all miscellaneous connections to each pump in accordance with the plans and these specifications for a complete and operable system. 2.02 • • SP 73 of 138 B. Each pump shall be tested at the manufacturer's plant over a range from shut off to 150% of design capa unless noted otherwise. Each fully assembled pumping unit rated 10 -HP or more shall be tested in accordance with the Test Code for Centrifugal Pumps of the Standards of the Hydraulic Institutes, Inc. The test shall provide the results of TDH., horse power requirements, efficiency and NPSHR vs. pump capa City. C. All pumps shall be painted in accordance with Section 09900 SUMP PUMPS A. The Contractor shall furnish and install at the location indicated on the Plans, a sump pump, including submersible electric motor drive and appurtenances. The pump shall be started and stopped with an encapsulated mercury switch that senses sump liquid level. B. The pump shall be equipped with a one -piece electric power cable or suitable length for connection as shown. A lifting ring shall be provided for removal of the pump for maintenance. C. The motor shall include thermal overload protection and mechanical seal in a separate oil filled cavity to prevent water from entering the motor housing. The pump shall also include a seal failure sensor for connection to a seal failure alarm. The pump shall be so constructed that dismantling and repairing may be accomplished without difficulty. D. The plugs shall be explosion proof and shall be provided to match the receptacles per the electrical plans. E. Service Conditions Each pump shall be provided meeting the following requirements: 1. Pump Number of Pump Location Type of Liquid Flow and Head Discharge Size (Min.) Pump Speed (Max.) Horsepower (Nameplate) Motor Type Power Supply F. Qualifications and Warranty Submersible 1 Sump Sewage, wash down 19 gpm @ 15' TDH 1 1/2-inch 1550 RPM 1/2. HP Submersible 115 VAC, 1 Phase, 60 Hertz 1. Pump Warranty. The pump manufacturer shall warrant the units being supplied to the City against defects in workmanship and material for a period of one (1) year or as specified under the Municipal Wastewater- Permanent Installation Warranty Policy, 0 • SP 74 of 138 whichever is greater. The warranty shall be in printed form and apply to all similar units. 2. The sump pump shall be designed and manufactured for raw sewage handling and shall be Zoeller Pump Company, Model M53- D, no substitution. 2.03 SEWAGE PUMPS A. General The Contractor shall furnish and install two (2) sewage pumps and appurtenances of UL Listed for explosion proof Class I, Division 1, Group C and D hazardous location. Each unit shall be furnished with a pump and driver. The pumping equipment arrangements shown on the Plans is based upon the best information available to the Engineer at the time of design and is not intended to show exact dimensions peculiar to any specific equipment. Therefore, it may be anticipated that the structural supports, foundations, connected piping and valves shown, may have to be changed in order to accommodate the pumping equipment furnished. No additional payment will be made for such changes. All necessary calculations and drawings for any related redesign shall be submitted to the Engineer for his approval prior to beginning the WORK. Each pumping unit shall consist of a custom engineered heavy -duty, vortex type pump equipped with a hand hole and cover. Equipment for the pumps, including motors, bearing frame, stand, and section elbow, shall be provided as a complete unit by the pump supplier. The pumps shall be ESSCO Model 4x12 VDPM, no substitution. B. Conditions of Operation Each dual in- series pumping unit shall be capable of meeting the following performance criteria: Design Capacity T.D.H. at Design Capacity Efficiency % Maximum Speed Motor Horsepower (Min.) Minimum Shutoff Head Maximum Shutoff Minimum Solid Size Power Required Liquid 200 GPM 70 ft. 25% 1,750 RPM 15 HP 70 Feet 80 Feet 4 Inches 240V/3 phase /60 Hz. Raw Sewage 0 C. Impeller • SP 75 of 138 The pump impeller shall be type 316 stainless steel 100% recessed type with seven -vane design that incorporates repelling vanes to reduce shaft seal pressure and balance axial hydraulic thrust. Impeller designs incorporate a lip on the back shroud to direct flow back toward the suction, and the lip has a flywheel effect which helps increase the overall efficiency of the pump. D. Volute /Casing The casing shall be cast iron heavy -duty back pull out design. The casing shall be epoxy coated. The suction elbow shall be furnished with a clean - out port.. A vent port with a isolation valve shall be furnished at the seal box on the casing for vent line connection. E. Wear Plate The pump shall be equipped with an epoxy coated cast iron wear plate. The wear plate shall be field replaceable. F. Pump Shaft The pump shaft shall be heavy -duty type 316 stainless steel. The pump shall be equipped type 416 stainless steel shaft sleeve The suction elbow shall be 4 "x4" furnished with a clean -out port. G. Bearings Each pump shall be fitted with a set of shaft bearings conservatively designed to withstand all stresses of the service specified herein. Bearings shall be of the anti- friction grease - lubricated type. All bearings shall be rated in accordance with AFBMA L -10 for a continuous duty life of not less than 40,000 hours at the most severe loads imposed. Calculations substantiating the bearing selections shall be submitted to the Engineer with the pump submittal. H. Mechanical Seals Single mechanical seals shall be manufactured by AES, or approved equal. They shall be single seals with silicon carbide sealing faces. All metal parts shall be Type 316L stainless steel. Mechanical seals shall be equipped with a deadhead filtering system. All ferrous surfaces and passages of pumps, and suction elbow, in contact with the process fluid, shall be epoxy coated in accordance with Section 09900, or with the pump manufacturer's equivalent coating. • • SP 76 of 138 J. The heavy -duty pump stand shall be fabricated from type 316 stainless steel. 2.04 MOTOR A. Each dry-pit solids - handling pump shall be driven by a premium efficiency, electric squirrel cage 4 pole induction motor of 15 horsepower, 1.15 service factor, 1750 RPM, normal thrust, C -face, vertical solid shaft, 254 TC frame, 230 volts, 3 phase, 60 Hz power, TEFC explosion proof. The motor nameplate horsepower rating shall not be exceeded by the brake horsepower requirements of the specified head and capa conditions. Torque and slip characteristics shall be as recommended by the manufacturer of the driven equipment. B. The motor shall be Class I, Division 1, Group C and D explosion -proof for hazardous locations. The motor enclosure shall be TEFC explosion proof. C. The stator winding and lead shall be insulated with moisture - resistant Class F insulation for continuous duty in 80 °C rise. The motor shall be designed for continuous duty capable of minimum of ten (10) starts per hour. D. Bearings: Provide bearings that are designed to give 3 years B -10 life for the conditions specified in continuous operation, proportions, mountings, and adjustments consistent with best modern practices for all applied radial and thrust loads at specified speeds. Sleeve Bearings are not acceptable. E. Balance 1. All motors shall be dynamically balanced. The use of solder or similar deposits is not acceptable. Any parent metal removed to achieve dynamic or static balance shall be removed in a manner that will maintain the structural integrity of the rotor. F. Accessories 1. All motors shall be provided with space heaters to prevent condensation in motor during periods of idleness. These space heaters shall conform to the following requirements: a. Maximum surface temperature of the heaters shall not exceed 200 °C. b. The heater shall be suitable for operation on the purchaser's 120 volt, 60 hertz, single phase, supply system. c. The heater shall not exceed 145 watts. G. Coating The pump power frame and motor shall be shop coated with primer paint, and field coated with a finish coat per Section 09900. • • SP 77 of 138 H. Quality Assurance Pumps are to be engineered and manufactured under a written Quality Assurance program. The Quality Assurance program is to be in effect for at least five (5) years, to include a written record of periodic internal and external audits to confirm compliance with UL Quality Assurance specifications. 2.05 Temporary Pumping System The contractor shall furnish and construct a temporary pumping system at location as shown on the plans with equipment as specified herein. The equipment, work and appurtenances shall include, but not be limited to the following: A. Remove the existing man hole near the wet well and reconstruct a 60" diameter concrete wet well with concrete base, top slab and steel plate hatch of 36" x 48" (Min.). B. Two (2) submersible pumps with capacity 200 gpm at 70 ft. TDH with motor 15 HP (120/240V, 3 phase 60 hertz) each. C. All piping, fittings, supports, anchoring, anchor bolts, brackets, and appurtenances. The pipe and fitting shall be PVC SDR 35 with gasket joints for underground gravity sewers; 4" D.I.P. with flange joints for exposed or non - buried discharge lines; ductile iron pipe and fittings with restrained or flange joint for underground discharge line, 1" copper, connect with threaded joints for taping connection, and 1" PC schedule 40 for air circulation /return and air release lines. D. All valves and appurtenances. The valve shall include, but not be limited to, 4" eccentric plug type isolation valve, a 4" swing check valve and a 1" piping & tee with three (3) ball valves taping to the pump discharge manifold for each pump. E. All bypass piping for diverting all sewers and force main to connect to the temporary pumping system. The temporary bypass piping shall also include constructing temporary bypass sewers for removing the existing man hole to construct the temporary wet well at the start of the project construction and temporary bypass sewers around the temporary wet well for modifying the temporary wet well to a permanent man hole prior to completion of the construction. The existing sewers to be bypassed include three 8" and two 6" sewers and a 6" force main. Each tie -in shall include a wye and spools, and two transition couplings as required. Couplings for the gravity sewer connections may be constructed with rubber mechanical couplings per the City standard plan Std.- 405 -L. No tee shall be used for the sewer or force main systems. • SP 78 of 138 F. Instrumentation for pump operation and monitoring. The instrumentation shall include, but not be limited to, a water level transducer with analog output signal and a back up float switch. G. Electrical and control wiring and conduits. H. Telemetry and programmable logic controller (PLC) and appurtenances. The PLC shall have multiple contacts with adjustable settings and shall be connected to and operable with the City's SCADA system for receiving and transmitting signals to control the temporary pumps and perform monitoring. The control and monitoring functions shall include, but not be limited to: • HWL 1 lead pump on • HWL 2 lag pump on • LWL1 lead pump off • LWL L2 lag pump off • HHWL alarm • Lead pump run display • Lag pump run display • Lead pump fail display • Lag pump fail display • Wet well water level • Automatic pump alternating • Hand - off - automatic (HOA) switch for each pump Remove all temporary equipment, piping and appurtenances at the completion of the competition and the permanent pumping system. The temporary tie -ins shall be removed and replaced with pipe spools of same materials with transition couplings. The transition couplings shall be ductile iron with epoxy coating and equipped with type 316 bolts and nuts. J. Coordination with City operation staff for interruptions of the sewer system during tie -ins and operation. K. Maintenance of the temporary pumping system during construction of the project. L. Modify the temporary wet well to a permanent sewer manhole prior to completion of the project construction. The man hole modification including cleaning, washing, filling concrete to the original sewer flow path and constructing the base and replacing the top cover with man hole cover in accordance with the City standard plans Std.-401 -L and Std. -409- L. M. The City will bypass (pump) the sewage flow during construction of the temporary wet well at the existing manhole and during the modification of the temporary wet well to a permanent sewer manhole. The durations shall be limited to four (4) days for each construction of the temporary wet • SP 79 of 138 well and modification of the temporary wet well to a manhole respectively, unless otherwise scheduled with the City. N. City will provide power supply or generator and perform operation of the temporary pump system. PART 3 - EXECUTION 3.01 GENERAL The Contractor shall include with his bid, the service of the pumping equipment, a manufacturer's experienced, competent service representative for at least two trips, each as long as necessary to inspect and supervise on installation and start-up of each pumping system, to make any adjustment, if necessary, to demonstrate operation and to instruct operation personnel in maintenance and operation. 3.02 INSTALLATION The Contractor shall follow instructions of the manufacturer of all items covered in this section to perform installation, alignment and lubrication. The manufacturer's representative shall visit the work site during the installation and at completion of the work. A written report covering the manufacturers' representative's findings, or approval of the installation shall be submitted in triplicate to the Engineer covering all inspection and outlining in detail any deficiencies noted. The Contractor shall perform all necessary adjustments and maintenance in accordance with the instruction of the manufacturer's representative. The equipment shall be maintained clean prior to City's acceptance. 3.03 START -UP The manufacturer's representative shall inspect, check and adjust, if necessary, before his approval of the installation. The representative shall be present when the equipment is placed in operation and thereafter as often as necessary until the equipment installation and operation is satisfactory to the Engineer. Demonstration and instruction of operation shall be provided to the plant operating personnel (a minimum of 4 hours). The representative shall furnish to the City, through the Engineer, a written report certifying that (1) the equipment has been properly installed, aligned, lubricated, and (2) the equipment operates satisfactorily at full load condition. 3.04 TESTING A. Shop Test The pump manufacturer shall perform shop hydraulic test for the sewage pumps with the range and the needed data specified above. The test report shall be submitted to and the Engineer for review. The pumps may be delivered when the test results are acceptable. • • SP 80 of 138 D. General The Contractor shall provide labor, time, materials, equipment, water, coordination, and documentation for the pump testing procedures. The Contractor shall provide at least one man continuously during the testing period. Testing schedules shall be approved by the Engineer. If equipment fails during the testing period, the Contractor shall stop testing, repair the failure, and re -start testing. Failed tests shall be performed again from the start at no cost to the City. END OF SECTION 11175 SECTION 15070 MISCELLANEOUS PIPING AND APPURTENANCES PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials, installation and testing of miscellaneous piping, fittings and appurtenances not covered in other sections. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 09900: Painting and Coating. 1.03 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit manufacturer's catalog data and descriptive literature showing dimensions and materials of construction. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be based on the unit price per linear foot or shall be included as part of the assembly in which the work is included, all in accordance with the bid amount stated in the Proposal. PART 2- PRODUCTS 2.01 POLYVINYL CHLORIDE PIPE (PVC) AND FITTINGS A. General: All plastic drainpipe and fittings shall be unplasticized polyvinyl chloride (PVC) Type I, Grade 1 Normal Impact PVC conforming to ASTM D1784. All pipes shall meet the applicable requirements and specifications of the National Sanitation Foundation Testing Laboratories, Inc. 0 • SP 81 of 138 B. PVC pipe shall be made from all new rigid unplasticized polyvinyl chloride and shall be normal impact (Type 1) Schedule 80 unless otherwise shown. Elbows and tees shall be of the same material as the pipe. Unless otherwise shown, joints shall be solvent - welded in accordance with the manufacturer's instructions. Expansion joints or pipe bends shall be provided to absorb pipe expansion over a temperature range of 100° F. 2.02 STAINLESS STEEL PIPE (2 -INCH AND SMALLER) Stainless steel pipe shall be Schedule 40S seamless, conforming to the requirements of ASTM A312. Joints shall be screwed. Fittings shall be screwed, stainless steel, 150 pound, rated 1,000 -pound CWP, with forgings conforming to ASTM A 276, Type 316. Dimensions shall conform to ANSI B 16.3. Branch connections shall be screwed tees as specified above, or shall be 3,000 -pound WOG forged stainless steel, ASTM A182, Grade 316L commercial welding branch fittings with threaded outlet. Welding branch fittings shall be as manufactured by the Bonney Forge Division of Gulf and Western Industrial Division (Allentown, PA), Allied Piping Products Co., Inc. (Norristown, PA), or approved equal. Thread lubricant shall be Teflon tape. Contractor shall provide a dielectric barrier between contacting surfaces wherever stainless steel pipe is supported by metallic brackets, hangers, or other devices. The dielectric barrier material shall be as approved by Engineer. 2.03 SMALL STEEL PIPE Unless otherwise shown, galvanized steel pipe and black steel pipe in sizes 6- inch in diameter and smaller, shall conform to the requirements of the "Specifications for Black and Hot - Dipped Zinc - Coated (Galvanized) Welded and Seamless Steel Pipe for Ordinary Uses" (ASTM A 120), and shall be standard weight unless otherwise shown. Fittings shall be of galvanized malleable iron, unless otherwise shown. All buried pipe and fittings shall be surface cleaned prior to wrapping the pipe with PVC tape. Pipe shall be primed using a primer recommended by the PVC tape manufacturer. After being primed, the pipe shall be wrapped with a 20 -mil adhesive PVC tape, half lapped, to a total of 40 mils. Application shall be in accordance with the tape manufacturer's instructions. 2.04 RED BRASS PIPE Brass pipe shall be Grade "A" seamless red brass pipe and conform to the requirements of the "Specifications for Seamless Red Brass Pipe, Standard Sizes" (ASTM B 43). Fittings shall be of bronze conforming to the requirements • • SP 82 of 138 of the "Specifications for Composition Bronze or Ounce Metal Castings" (ASTM B 62). 2.05 COPPER TUBING AND SOLDERS Copper tubing shall conform to the requirements of the "Specifications for Seamless Copper Water Tube" (ASTM B 88), and shall be Type K (soft) as manufactured by Anaconda, Phelps- Dodge, or Revere. Fittings shall be silver soldered or sweated on and shall be of cast bronze or forged brass containing 85 percent copper. Silver solder shall be composed of not less than 15% silver (AS), not less than 80% copper (CO) and not more than 5% phosphorus (P). Solders containing filler elements, other than those specified, such as lead (Pb), zinc (Zn), cadmium (Cd), nickel (Ni) or Tin (Sn) will not be permitted. 2.06 GROOVED END COUPLING Grooved end couplings shall be designed for a water working pressure equal to the design pressure for the pipe on which they are to be installed, and shall be equipped with Grade H rubber gaskets. Unless noted otherwise, couplings shall be Victaulic Style 77, or approved equal. 2.07 FLANGES, GASKETS, AND BOLTS Flanges shall conform to dimensions and drilling of ANSI 816.1, Class 125, or as called for on the Drawings. Flange gaskets shall be ring type, Johns - Mansville Style 60S, Cranite, or equal. Thickness shall be 1/16 -inch for pipe 18- inches and smaller, and 1/8 -inch for larger pipe. Flange assembly bolts shall be standard hexagon head carbon steel machine bolts with heavy hot pressed hexagon nuts. Threads shall conform to ANSI 131.1, coarse thread series, Class 2 fit. Bolt length shall be such that after the joints are made up, the bolts shall protrude through the nut, but not more than 1/2 -inch. Flanges on steel pipe shall be welded to the pipe in accordance with AWWA C207. All bolts and nuts for buried flanges and flanges located outdoors above ground shall be Type 316 stainless steel conforming to ASTM A 193, Grade 138M for bolts and ASTM A 194, Grade 8M for nuts. 2.08 SLEEVE -TYPE COUPLINGS Sleeve -type couplings shall be furnished where shown, and shall be Rockwell Style 411 standard length or long sleeve; Dresser Style 38 standard length or Style 40 long sleeve; or approved equals, as required. Couplings shall be of steel, without pipe stop, and shall be of sizes to fit the pipe and fittings shown. The middle ring shall not be less than 1/4- inch in thickness, and shall be either 5 or 7 inches long for standard couplings. Buried sleeve -type couplings shall be epoxy- coated and provided with steel bolts and nuts coated with E/M lubricants system No. 1201. All sleeve -type couplings outside the pump building shall be insulating type, Rockwell Catalog No. 416, or approved equal. • • SP 83 of 138 2.09 REPAIR CLAMP COUPLINGS Repair -type clamp couplings shall be furnished where shown, and shall be Rockwell Series 200, Style 227 or 228, depending on the diameter of the pipe. the minimum band width shall be 15 inches. All bolts and nuts shall be stainless steel. 2.10 GASKETS Except as otherwise provided, gaskets for flanged joints shall be 1/16 -inch thick laminated asbestos fiber, Cranite, or approved equal. Wherever blind flanges are shown, the gaskets shall consist of 1/16 -inch thick reinforced rubber, which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. 2.11 INSULATING BUSHINGS OR UNIONS Where shown, pipe or fittings made of non - ferrous metals shall be isolated from ferrous metals by PVC insulating pipe bushings or unions as manufactured by Smith - Blair, Corrosion Control Products Company, or approved equal. 2.12 BLACK IRON PIPE Black iron pipe shall be carbon steel, seamless or electric resistance welded, Grade A, Schedule 40 conforming to ASTM A120. Joints two inches (2 ") and smaller shall be screwed. Joints larger than two inches (2 ") shall be screwed or flanged as indicated on the drawings. Fittings (including branch connections) two inches (2 ") and smaller shall be screwed, 150 pound malleable iron, conforming to Federal Specification WW -P- 521. Thread lubricant shall be Teflon tape or approved joint compound that is insoluble in water. For buried installations, the black iron pipe and fittings (including end caps) shall be coated with not less than two spirally applied wrappings of polyethylene or PVC tape to a minimum system thickness of not less than 40 mils. Exposed surfaces of black iron pipe shall be painted per Section 09900. 2.13 TRANSITION COUPLINGS Transition couplings between dissimilar pipe materials having unequal outside diameters shall be installed wherever shown on the drawings, and shall be of a gasketed, sleeve -type with a diameter as required to properly fit the pipe. Each unit shall consist of a carbon steel middle ring of manufacturer's standard length, ductile iron followers, gaskets, and bolts. Coupling shall be designed for • • SP 84 of 138 a minimum working pressure of 450 psi. Transition coupling shall accommodate pipe offset up to 7/16 inch, axial pipe movement up to 3/16 inch, and pipe deflection up to three (3) degrees. Materials of construction and coatings shall be manufacturer's standard with the following exceptions: • Interior wetted ferrous surfaces shall be coated with System 2 per Section 09900, or approved equal. • Exterior surfaces of buried couplings shall be coated with System 6 per Section 09900, or approved equal. • Bolts and nuts shall be Type 316 or 316L stainless steel. • Gaskets shall be as recommended by the manufacturer for this application. Coupling shall be Style 162 as manufactured by Dresser Industries, Inc., (Bradford, PA), Style 413 as manufactured by Smith - Blair, Inc., (Texarkana, TX), or approved equal. PART 3 - EXECUTION 3.01 GENERAL The CONTRACTOR shall install pipe closure sections, fittings, valves, and appurtenances shown, including pipe supports, bolts, nuts, gaskets, and jointing materials. All exposed piping shall be adequately supported with devices of appropriate design. Where details are shown, the supports shall conform thereto and shall be placed as indicated; provided that the support for all piping shall be complete and adequate as herein specified, regardless of whether said supporting devices are specifically called for. 3.02 ALL OTHER PIPING All other piping and appurtenances shall be installed utilizing installation procedures standard with the manufacturer of the pipe. Care shall be taken to prevent damage or injury to all piping and appurtenances during handling and installation. END OF SECTION 15070 SECTION 15074 HANGERS AND SUPPORTS PART 1- GENERAL 1.01 DESCRIPTION 0 • SP 85 of 138 The work of this section consists of providing necessary materials and installation to properly support all pipe, electrical conduit, ductwork and miscellaneous hardware. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 207 -9: Iron Pipe and Fittings. B. Section 303: Concrete, Mortar and Related Materials. C. Section 09900: Painting and Coating. D. Section 11175: Pumping Equipment. E. Section 16000: General Electrical. 1.03 QUALITY ASSURANCE Standards, codes, rules and regulations as established by Section 11010. 1.04 SUBMITTALS A. Shop Drawings: Submit certified drawings showing all details of pipe, electrical conduit, ductwork and miscellaneous support devices. Shop drawings shall include all details of construction, anchor size, hanger rod sizes, bar sizes, weld sizes, mounting dimensions and overall space requirements. B. Manufacturer's Literature: Submit manufacturer's literature for all channels, Clevis hooks, straps, hanger rod, anchors, fasteners, and related material used in their utility support systems. PART 2- PRODUCTS 2.01 FRAMING SUPPORT SYSTEMS A. As called out on the drawings and as required to provide adequate support, use framing systems as manufactured by Unistrut Corporation of Wayne; MI 48184, Caine - Strut, 1400 Watsoncenter Road, Wilmington, CA 90744, or equal. B. All fasteners shall be stainless steel conforming to Sections 05120 - Structural Steel and Miscellaneous Metalwork. C. All materials shall be hot - dipped galvanized steel. D. Continuous insert embedment channel shall be Unistrut P -3300 Series, Cain Strut No. C- 3450/70, or equal. 2.02 CABLE TRAYS Shall be Unistrut tray system 31-2, in widths as shown on the Drawings and with 18 -inch rung spacing. Tray shall be supported on five -foot maximum • • SP 86 of 138 centers and designed to support a safe uniform allowable load of 200 pounds per lineal foot. Side rails shall be 4 inches high, 14 -gauge galvanized steel. 2.03 STRUCTURAL MISCELLANEOUS METALS As specified in Section 05120. All structural miscellaneous metals used for hangers and supports shall be hot -dip galvanized in accordance with ASTM A -123. Vent holes shall be provided in closed tube type members in an unobtrusive location as required to prevent any danger of explosion during the galvanizing process. 2.04 FLANGED BASE BENDS AND TEES Flanged base fillings shall conform to ANSI /AWWA C110 and shall be furnished with base finished and drilled. 2.05 SEISMIC BRACING The discharge header shall be seismically braced laterally every 5 feet, and braced longitudinally and laterally every 10 feet and at 900 bends. The seismic bracing shall consist of 3/8 -inch steel plate welded to pipe hanger, '/2 -inch diameter all threaded rod, '/z -inch diameter flexible connector and eye rod inserted in the ceiling. PART 3 - EXECUTION 3.01 PIPE SUPPORT Pipes shall be supported as shown on the Drawings, otherwise use appropriate type of support. Supports shall be used to meet all criteria herein, regardless of whether or not indicated on the drawings. No pipe shall be left unsupported whenever a change in direction of line or flow takes place. At least one support shall be provided between every two couplings. Supports shall be provided for all valves and other metallic appurtenances. In no case shall the distance between supports exceed the following unless specifically indicated otherwise on the drawings or specified otherwise in other sections. Pipe Size Maximum Span Between Inches Supports (Feet) 1/2-3/4 5 1 6 1 -1/4 -2 8 3 10 4 12 • • SP 87 of 138 3.02 ELECTRICAL CONDUIT SUPPORT - See Section 16000 3.03 DUCTWORK SUPPORT A. The support type detail used will be as shown on the drawing. The spacing and frequency of support details will be as required by the latest SMACNA guide. 3.04 MISCELLANEOUS HARDWARE Support as shown. When not shown, support as required to form a solid, rigid, strong installation satisfactory to the Engineer. 3.05 COLD GALVANIZED All field cut bare metal not designated to be painted. END OF SECTION 15074 SECTION 15120 MISCELLANEOUS VALVES AND APPURTENANCES PART 1- GENERAL 1.01 DESCRIPTION This section includes materials and installation of miscellaneous valves, including plug valves, air release valves, flap valves, check valves, solenoid valves, ball valves, small gate valves and backflow preventors. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 09900: Painting and Coating. 1.03 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit manufacturer's catalog data and detail construction sheets showing all valve parts and describing by material of construction and specifications (such as AISI, ASTM, SAE, or CDA). C. Show valve dimensions including laying lengths. Show dimensions and orientation of valve operators, as installed on the valves. D. Show valve linings and coatings. • • SP 88 of 138 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the bid amount stated in the Proposal for the assembly in which the valves are included. PART 2- PRODUCTS 2.01 GENERAL Valves shall have the name of the manufacturer and the size of the valve cast or molded onto the valve body or bonnet or shown on a permanently attached plate. All valves shall be of new and current manufacture. 2.02 PLUG VALVE Plug valves shall be of the non - lubricated, eccentric type with resilient faced plugs and flanged as shown on the plans. Flanged valves shall be faced and drilled to the ANSI 125/150 lb. standard. The port area shall be at least 80% of full pipe area. Valve Bodies shall be of ASTM A126 Class B cast iron. Bodies shall be furnished with a 1/8" welded overlay seat of not less than 90% pure nickel. Seat area shall be raised, with raised surface completely covered with weld to insure that the plug face contacts only nickel. Screwed -in seats shall not be acceptable. Plugs shall be of ASTM A126 Class B cast iron. The plug shall have a cylindrical seating surface eccentrically offset from the center of the plug shaft. The interference between the plug face and body seat, with the plug in the closed position, shall be externally adjustable in the field with the valve in the line under pressure. Plug shall be resilient faced with neoprene or hycar, suitable for use with sewage. Valves shall have sleeve type metal bearings and shall be of sintered oil impregnated permanently lubricated type 316 ASTM A743 Grade CF -8M or AISI Type 317L stainless steel. Non - metallic bearings shall not be acceptable. Valve shaft seals shall be of the multiple V -ring type and shall be externally adjustable and re- packable without removing the bonnet or actuator from the valve under pressure. Valves utilizing O -ring seals or non - adjustable packing shall not be acceptable. Valve pressure ratings shall be 175 PSI. Each valve shall be given a hydrostatic and seat test with test results being certified. C� • SP 89 of 138 Valves shall be installed so that in the closed position, the pressure in the pipeline shall apply a seating head on the valves. Valves inside the lift station shall be provided with a 2 -inch square actuating nut and a removable handle. All gearing shall be enclosed in a semi -steel housing and be suitable for running in a lubricant with seals provided on all shafts to prevent entry of dirt and water into the actuator. The actuator shaft and the quadrant shall be supported on permanently lubricated bronze bearings. The valve shall be equipped with position indicator to clearly indicate valve position and an adjustable stop shall be provided to set closing torque and to provide seat adjustment to compensate for change in pressure differential or flow direction change. All exposed nuts, bolts and washers shall be zinc plated. Buried plug valves shall be provided with valve boxes, operating nuts and tee - wrench handles and installed per the Construction Plans. One operating handle of approved length shall be provided for each under ground valve. Valves and gear actuators for buried or submerged service shall have seals on all shaft and gaskets on the valve and actuator covers to prevent the entry of water. Actuator mounting brackets for buried or submerged service shall be totally enclosed and shall have gasket seals. All exposed nuts, bolts, springs and washers shall be stainless steel. All valves shall be Model 100 as manufactured by De Zurik or approved equal, prior to bid opening. 2.03 CHECK VALVE A. Check Valve for Pump Discharge Piping Check valves shall be designed for operation in either horizontal or vertical position, and shall conform to AWWA C 508. The Check Valve shall be convertible swing check type with lever and spring and constructed of heavy cast iron body with a bronze seat ring. The seat ring shall be locked in place with stainless steel lock screws and be field replaceable without use of special tools. The shaft shall be one (1) piece Hi- Strength stainless steel and be fully extended from the body to allow future retrofitting with external closing devices. The shaft shall have an O -ring seal at each end, and be externally replaceable. The valve disc shall be ductile iron suspended from the shaft by means of a double clevice for minimal tilt when open. The convertible swing check valve shall prevent the backflow of the wastewater on pump shutoff or power failure and be tight seating. The disc seat shall be resilient Buna -N material for drip tight shut -off and shall be easily replaced in the field without the use of special tools. 91 • • SP 90 of 138 All internals shall be replaceable in the field without removing the main valve from the pipeline. Valve exterior to be painted with Red Oxide Phenolic Primer Paint. All materials of construction shall be certified in writing to conform to ASTM specifications as follows: Body, cover Disc, Disc arm Seat Disc seat Pivot shaft Cast iron Bronze Bronze or Stainless Steel Buna -N or metal Stainless steel ASTM A126, GR. B ASTM B62 Rubber faced ASTM B62 Type 316 Mfr's specs Type 17 -4PH or Type 316 The valve shall be Model #106 as manufactured by Kennedy Valve Company or approved equal. Check Valves, 3 Inches and Less Check valves 3 inches (3") and smaller shall be of bronze construction. The bronze shall conform to the requirements of ASTM Specification B61. Valves shall have tapped American Standard Pipe Threads. Long, wide -faced hexagon ends shall be provided a good wrench grip. The valves shall be of the horizontal swing type, suitable for regrinding without removing the body from the line. Unless otherwise specified the valves shall have a working pressure of 150 PSI WOG. Check valves shall be Crane, Walworth or equal. 2.04 BALL VALVES A. General Ball valves shall be provided in the locations shown, and shall be of the type indicated, on the drawings, or, if type is not shown, shall be as suitable for the indicated application per these specifications. A line size ball valve and union shall be installed upstream of each solenoid valve, in -line flow switch, or other in -line electrical device for isolation during maintenance. B. PVC Ball Valves The PVC ball valves shall be constructed of the following materials: • Body, ball, stem and connector - PVC • Handle - ABS • Ball Seat - Teflon • Stem O -ring - Viton • SP 91 of 138 End connections shall be as appropriate for the indicated installation. The valve shall be of true union design to allow easy removal without disassembly of upstream or downstream piping. It shall also be of double block (or full block) designed to prevent seal carrier blow -out. The valve shall be pressure rated to 150 PSI at 70 °F and shall have 900 ON /OFF actuation. Valve shall be a true union ball valve as manufactured by Colonial Engineering Company (Kalamazoo, Michigan; Sizes 1/2 inch to 4 inches) M &T Plastic Inc. (East Syracuse, NY; Sizes 1/2 inch to 6 inches); The Harrington Corporation (Lynchburg, Virginia; Sizes 1/2 inch to 4 inches); Ryan Herco Products Corporation (Burbank, California; Sizes 1/2 inch to 4 inches); or approved equal. C. Bronze Ball Valves Bronze valves two inches (2 ") and smaller, for general water and air service, shall be all- bronze, top entry type, with screwed ends, full bore ports, Teflon seats, and hand lever operators, and shall have a minimum pressure rating of 250 psi. Valves shall be 70 -103 Series ball valves as manufactured by Apollo Ball Valve Division, Conbraco Industries (Pageland, South Carolina). D. Stainless Steel Ball Valves Stainless steel ball valves two inches (2 ") and smaller, for general water and air service, shall be of top entry type, with screwed ends, full - bore ports, Teflon seats, and hand lever operators, and shall have a minimum pressure rating of 1,000 PSI WOG, cold, non - shock. Valves shall be 85 -100 Series ball valves as manufactured by Apollo Ball Valve Division, Conbraco Industries (Pageland, South Carolina). 2.05 BACKFLOW PREVENTORS Backflow preventer shall be a one -inch (unless otherwise noted on the plans) reduced pressure principal type. The backflow preventer shall consist of a bronze body and cover, and resilient seated ball valves. It shall be rated for a working pressure of 175 psi and have a maximum head loss of 5 psi at a flow rate of 20 GPM. The backflow preventer shall be a Febco 805Y, Cla -Val D- 2,or approved equal. 2.06 SMALL DIAMETER ISOLATION VALVES All small diameter valves and cocks for isolating pressure gages, switches, piezometer lines, air valves and other miscellaneous uses shall be bronze ball valves and plug cocks, unless otherwise indicated or specified, and shall be pressure rated equal to, or greater than, the adjacent piping. CONTRACTOR 0 • SP 92 of 138 shall provide such valves as required for complete installation of equipment and accessories, at no additional cost to CITY. PART 3 - EXECUTION 3.01 INSTALLATION A. Clean flanges by wire brushing before installing flanged valves. Clean flange bolts and nuts by wire brushing, lubricate threads with oil and graphite, and tighten nuts uniformly and progressively. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reseat or replace the gasket, reinstall or retighten the bolts and nuts, and retest the joints. Joints shall be watertight. B. Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing threaded valves. Joints shall be watertight. 3.02 PAINTING AND COATING A. Coat metal valves located above ground or in vaults and structures in accordance with Section 09900. Apply the specific prime coat at the place of manufacture. Apply finish coat in field. Finish coat shall match the color of the adjacent piping. Coat hand wheels the same as the valves. B. Coat buried metal valves at the place of manufacture per Section 09900. C. Coat metal valves 4 inches and larger on the interior metal parts, excluding seating areas and bronze and stainless steel pieces. Sandblast surfaces in accordance with SSPC SP -5. Apply two coats of epoxy resin (Keysite 740, Scotchkote 302, or equal) to a minimum dry- film thickness of 10 mils total. Follow the paint manufacturer's application recommendations, including minimum and maximum drying time between the required two coats. Remove any contaminants adjacent to the seats in order to obtain a bond. 3.03 VALVE PRESSURE TESTING Test valves at the same time that the connecting pipelines are pressure tested. See testing requirements of the Standard Specifications. Protect or isolate any parts of valves, operators, or control and instrumentation systems whose pressure rating is less than the test pressure. END OF SECTION 15120 0 SECTION 15800 VENTILATION PART 1- GENERAL 1.01 DESCRIPTION OF WORK • SP 93 of 138 The work covered by this section consists of furnishing all labor, materials, equipment, and performing all operations required for a complete and operable ventilation system as indicated on the plans and as specified herein. Equipment, material, and installation shall conform to requirements of the Uniform and County Building Codes and National Fire Protection Association 820. In addition, the noise from the ventilation equipment shall be less than 85 dBA measured within three (3) feet of the equipment. The pump room ventilation system shall maintain a water differential pressure no greater than' /<- inch of the outside ambient pressure. The control room ventilation system shall maintain a 0.1 -inch of water differential pressure above the outside ambient pressure. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 16000: General Electrical and Motor Control Panel 1.03 SUBMITTALS A. Shop Drawings Submit shop drawings and manufacturer's data for the following items in accordance with the Special Provisions. 1. Duct and perforated risers. 2. Ventilator B. Operating Instructions and Maintenance Data Submit printed operating instruction and maintenance data for the following items: 1. Fiberglass wall ventilator 2. Duct axial fan 3. Duct fan 4. Power roof ventilator PART 2- PRODUCTS 2.01 FANS A. GENERAL All fans shall be certified and licensed to bear the seal of the Air Movement and Control Association, Inc. (AMCA). • • SP 94 of 138 B. DRY WELL VENTILATOR The fan shall be a spun aluminum, duct mounted, direct driven, tubular centrifugal inline. The ventilator shall be capable of delivering 254 CFM with 1/4" static pressure and speed no greater than 1550 RPM. Fan shall be U.L listed (UL 705) and shall bear AMCA certified rating seal for sound and air performance. The fan shall be bolted and welded construction utilizing corrosion resistant fasteners. The spun aluminum housing shall be constructed of minimum 11 gauge marine alloy aluminum with inlet and outlet flanges. Straightening vanes shall be utilized for uniform air flow. The adjustable mounting brackets shall be constructed of minimum 8 gauge aluminum with extruded rubber isolation between bracket and housing. The unit shall bear an engraved aluminum nameplate and shall be shipped in ISTA certified transit tested packaging. The wheel shall be a non - overloading design utilizing airfoil blades for maximum efficiency. The aluminum airfoil blades shall be welded to a spun aluminum dome. The dome shall be bolted to an aluminum hub assembly. The hub shall be keyed and locked to the fan shaft utilizing setscrews. Wheel shall be balanced in accordance with AMCA standard 204 -96, balance quality and vibration levels for fans. The motor shall be heavy -duty type with permanently lubricated sealed bearings and furnished at the specified voltage, phase and enclosure. The plugs shall be explosion proof and shall be provided to match the receptacles per the electrical plans. The ventilator shall be model CVD as manufactured by Loren Cook Company of Springfield, Missouri or approved equal. C. DUCT AND RISERS The duct pipe shall be PVC schedule 40. The exposed perforated riser shall be Goodrich gray. Painting on the risers is not acceptable. PART 3 - EXECUTION 3.01 INSTALLATION The ventilator shall be installed in accordance with the manufacturer's instructions. The PVC duct pipe shall be joined with cement and shall be air tight. 0 • SP 95 of 138 The ventilator and duct shall be firmly anchored on the concrete wall with stainless steel concrete inserts and bolts and appurtenant brackets and bands. 3.02 OPERATION The fans shall be tied to a thermostat switch as shown on the plans. The fans will start automatically when the temperature inside the particular room exceeds the thermostat setting. Manual on -off switches shall also be included with each fan. 3.03 START -UP AND TESTING Testing and start-up shall be performed Section 11010 — Mechanical Equipment. END OF SECTION 15800 SECTION 16000 GENERAL ELECTRICAL & MOTOR CONTROL PANEL PART 1 - GENERAL PROVISIONS 1.1 DESCRIPTION A. It is the intent of this section of the specifications that the Contractor furnish all labor, supervision, tools, equipment, and materials necessary for erecting complete and ready for continuous use, a tested and working electrical system, substantially as indicated on the plans and hereinafter specified. B. These specifications are intended to provide a broad outline of the work and equipment required, but are not intended to include all the details of design and construction. C. The electrical plans are diagrammatic, approximately to scale. However, they shall not be used for exact locations. The Contractor shall verify all dimensions from the detailed drawings and approved shop drawings and shall coordinate these dimensions with actual field conditions. Actual distances, locations, and elevations will be governed by actual field conditions. D. Allowance has been made in the design for the number of conduits, cables and conductors, which the Engineer considers adequate for feeding various drives and equipment. These circuits and diagrams are based on available data pertaining to a particular design of equipment and portray the systems, which the Engineer has chosen to effect the required operation and level of control. Equipment provided by the Contractor (even though of the make and model specified) may differ in detail, • • SP 96 of 138 arrangement, connections or form from that shown. If the Contractor uses equipment which differs from the equipment shown in major aspects and requires modifications to power, control or other electrical systems (including, but not limited to, size and quantity changes to wires, raceways, starters, circuit breakers, control devices, etc.), the Engineer's acceptance of the equipment will be based upon the Contractor providing the modification required, and they shall be of the same quality as shown and shall be provided at no additional cost to the Agency. E. The plans do not, and are not intended to, show all equipment, such as pull boxes, junction boxes, etc. required nor to indicate all mechanical or structural difficulties that may be encountered which would necessitate routing alteration, offsets, or fittings. Items not specifically mentioned in these specifications or noted on the plans or approved shop drawings, but which are obviously necessary to make a complete working installation, shall be deemed to be included herein. F. Discrepancies shown on different plans, between plans and actual field conditions, or between plans and specifications shall be promptly brought to the attention of the Engineer for a decision. G. The alignment of equipment and conduit shall be varied due to architectural changes, or to avoid work of other trades, without extra expense to the Agency. H. All electrical equipment shall be capable of operating successfully at full - rated load, without failure, when the ambient temperature of the air is 40 degrees C except where specified otherwise. I. Electrical conductors including cable, bus bars, etc. shall be copper, except where specified otherwise. 1.2 SCOPE OF WORK A. The Contractor shall provide all the materials and equipment, and perform all the work necessary for the complete execution of the electrical work as shown on the electrical plans and specified herein, including electrical work indicated on other plans which is specifically included in the electrical work. The Contractor shall provide all labor and materials not specifically shown on the plans or specified herein, yet required to ensure proper and complete operation of any system(s) or design intent inherent in the project except as specifically excluded. B. In general, the electrical work as referred to herein shall consist of, but not be limited to, the items listed as follows: 1. Lighting panels 2. Lighting systems 3. All conduit wiring and connections for work specified in Section 16 and 17 of these specifications + • • SP 97 of 138 1.3 CODES AND STANDARDS A. All the equipment and materials shall conform to the latest revision of the following standards: American National Standards Institute (ANSI) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Manufacturers Association (NEMA) Underwriters' Laboratories (UL) Insulated Power Cable Engineers Association (IPCEA) American Society for Testing and Materials (ASTM) National Electrical Code (NEC) B. Responsibility for complying with all applicable government regulations shall be as required in the Special Conditions. C. All electrical equipment and materials, and the design, construction, and installation thereof, shall comply with all applicable provisions of the Federal Occupational Safety and Health Act (OSHA), State Building Standards, and applicable local codes and regulations. D. Where the plans or these specifications call for equipment and workmanship to be of better quality of higher standard than required by the above codes, standards, rules, and regulation, then said plans and specifications shall prevail. Nothing on the plans or in these specifications shall be construed to permit work in violation of the above codes, standards, rules, and regulations and the Contractor shall be held responsible for any work that is not acceptable. E. In case of differences between the building codes, specifications, state law, local ordinances, industry standards, utility company regulations, fire insurance carrier's requirements, and the contract documents, the most stringent shall govern. The Contractor shall promptly notify the Engineer in writing of such differences. 1.4 COORDINATION OF WORK AND TRADES A. Electrical work shall conform to the construction schedule and progress of other trades. The electrical construction shall be performed in cooperation with all other trades so that a neat and orderly arrangement of the work as a whole shall be obtained. B. Electrical apparatus on all equipment shall be handled, set in place, connected, checked out, serviced, and placed in readiness for proper operation to the satisfaction of the Agency and Engineer all within the scope of work intended under this section. D. Before any work is started, the Contractor shall verify with the equipment manufacturers that equipment dimensions and arrangements will allow for ` • • SP 98 of 138 equipment installation in the spaces provided for on the plans for switchgear, switchboards, panelboards, motor control centers, terminal cabinets, transformers, and other major items of electrical equipment or apparatus and that the installation indicated will provide for all required ventilation, clearances, access, and work spare. D. Before installing any equipment, materials, or raceways, the Contractor shall examine the complete set of plans and specifications and approved shop drawings and verify all dimensions and space requirements. 1.5 COORDINATION OF THE ELECTRICAL SYSTEM A. The Contractor shall verify all actual equipment and motor full -load and locked rotor current ratings. The necessary minimum equipment, wire, and conduit sizes are shown on the plans. If the Contractor furnishes equipment of different ratings, the Contractor shall coordinate the actual current rating of equipment furnished with the branch circuit conductor size, the controller size, the motor starter, and the branch circuit over - current protection. The branch circuit conductors shall have a carrying capacity of not less than 125% of the actual full -load current rating. the size of the branch circuit conductors shall be such that the voltage drop from the over current protection devices up to the equipment shall not be greater than 2% when the equipment is running at full load and rated voltage. B. The motor running over current protection devices shall be rated or selected to trip at no more than 125% of the motor full -load current rating for motors marked to have a temperature rise not over 40 degrees C or motors marked with a service factor not less than 1.15, and at no more than 115% for all other types of motors. C. The motor branch circuit over current protection device shall trip open in 30 seconds or less on locked -rotor current of the motor. This device shall also protect the motor branch circuit conductors and the motor control apparatus against over current due to short- circuits or grounds. The motor control circuits shall have over current protection of the type indicated on the plans. 1.6 UTILITY COMPANY REQUIREMENTS A. All work for electrical power shall be performed in accordance with the requirements of the respective serving utility companies. B. Immediately after the award of the contract, the Contractor shall notify the serving utilities that the project is under construction and provide them with all pertinent information, including the dates on which the services will be required. • • SP 99 of 138 C. The Contractor shall coordinate details and timing of and arrange for service entrance installation with the utility, provide all required temporary service, and include all utility connection fees for temporary service in his proposal. The Agency will pay for all permanent electrical services. 1.7 PERMITS AND INSPECTIONS The Contractor shall obtain all permits and inspections and he shall pay all fees. At the conclusion of the work on the project, the Contractor shall furnish to the Agency, properly executed, all required certificates of final inspection and approval before the work will be accepted as complete. 1.8 EQUIPMENT, MATERIALS AND WORKMANSHIP A. It is the intent of these specifications and of the plans, to secure high quality in all equipment and materials, and to require first -class workmanship, in order to facilitate trouble -free operation and minimum maintenance of the electrical system. B. All equipment and materials shall be new, listed by UL, and bear the UL label, unless exception to this requirement is inherent to an individual item specified herein, or exception is otherwise granted by the Engineer. C. Equipment and materials shall be the products of reputable, experienced manufacturers. Similar items in the project all shall be the products of the same manufacturer. All equipment and materials shall be of industrial grade and standard of construction, shall be of sturdy design and manufacture, and shall be capable of long, reliable, trouble -free service. D. All work, including installation, connection, calibration, testing and adjustment, shall be done by qualified, experiences personnel who are technically skilled in their trades, are thoroughly instructed, and are competently supervised. The resulting complete installation shall reflect professional quality work, employing industrial standards and methods. Any and all defective material or inferior workmanship shall be corrected immediately to the satisfaction of the Engineer at no additional cost to the Agency. 1.9 AREA DESIGNATIONS A. General: For purposes of defining electrical enclosure and electrical installation requirements of this project, certain areas have been classified on the plans and in these specifications as defined below. Electrical equipment and installations within these areas shall conform to the code requirements for the areas involved. B. General Purpose Locations: Electrical work installed in areas which are not specifically classified shall be "General Purpose." Workmanship, • • SP 100 of 138 materials, and enclosures in these locations shall comply with the general requirements of this specification. C. All locations exposed to weather are classified as wet locations. In this area classification, raceway shall be PVC coated rigid steel conduit; entrances shall be threaded; fittings shall have gasketed covers located at a low point to drain the fitting or conduit system. Threaded hardware shall be stainless steel. Mounting brackets shall be galvanized after fabrication. Instruments and control cabinets, panels, switchboards, and motor control centers located outdoors shall be "weatherproof." Enclosures shall be mounted with a 1/4 inch air space from walls unless otherwise noted on the plans. 1.10 CONTRACTOR SUBMITTALS A. Material and Equipment Schedules: Deliver to the Engineer a complete list of all materials, equipment, apparatus, and fixtures which the Contractor proposes to use. The list shall include sizes, names of manufacturers, catalog numbers, and such other information required to identify the items. B. Shop Drawings: 1. The Contractor shall submit to the Engineer detailed dimensioned shop drawings of all designated equipment for favorable review before fabrication. Drawings submitted for review shall include front views, sections, and anchoring details. Separate drawings shall be submitted for elementary control and wiring diagrams. Wiring diagrams shall be complete for all electrical equipment furnished except lighting. Should an error be found in a shop drawing during installation of equipment, the correction, including any Feld changes found necessary, shall be noted on the drawings shall be checked by the Contractor before submittal for review by the Engineer and the Contractor shall certify that the submittals are in accordance with the plans and specifications. 2. Catalog cuts, bulletins, brochures or the like shall be submitted for items of materials for which shop drawings are not designated to be submitted. These data shall be submitted together with a clear indication of the specific item or items, or class of items proposed, in order to establish written record of the Contractor's intent. A list of items indicating "as specified" will not suffice. A manufacturer's name alone will not suffice. Each sheet of descriptive literature submitted shall be marked by the electrical contractor in black ink to identify the material or equipment as follow: a. Lamp fixture descriptive sheets shall show the fixture schedule for which the sheet applies. • • SP 101 of 138 b. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. C. Sheets or drawings showing more that the particular item under consideration shall have crossed out all but the pertinent description of the item for which review is requested. d. Equipment and materials descriptive literature not readily cross - referenced with the plans or specifications shall be identified by a suitable notation. e. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will NOT be accepted, unless it is clearly marked to show the intended connections. f. Shop drawings shall be submitted for the following items; 1) Switchgear, switchboards, panelboards, motor control centers, terminal cabinets, transformers and other major equipment or apparatus. 2) Control panels and other specially- fabricated or custom -made equipment. 3) For other items as may be specifically called for hereinafter. C. Record Drawings: 1. Prior to completion of the contract, the Contractor shall furnish the Engineer with (3) sets of electrical plans marked with any changes, deviations or additions to any part of the electrical work. One set to remain at the job site until as -built drawings are received by the Agency. 2. The Contractor shall clearly indicate on as -built plans the following information: a. All conduit runs as actually installed. b. Location of all underground conduits and stub outs accurately dimensioned. C. Forming, cabling, and identification of all power and control circuits within pull boxes and terminal boxes. d. All changes, deviations, in locations, routing, or dimensions or additions to any part of the electrical work. e. Interior views of each pull box identifying each conduit entrance by conduit number. • • SP 102 of 138 D. Operation, Maintenance and Repair Manuals: 1. The manuals shall include all systems drawings, block diagrams, schematics, shop drawings, and other pertinent data required to completely describe the operation and maintenance of the installed electrical system. 2. These manuals shall be submitted prior to final acceptance of the system and shall reflect all as -built conditions. 3. The electrical system information in the O & M manuals shall contain: a. System operating instructions written for the benefit of the Agency's operating personnel for normal operational condition and utilizing names of controls as they appear on nameplates. b. Calibration and maintenance instructions. C. Troubleshooting instructions. d. Instructions for ordering replacement parts. e. Parts list. f. List of fuses, lamps, seals, and other expendable equipment and devices. g. List of all vendors, addresses and phone numbers. h. All as -built control diagrams. E. Miscellaneous Reports: The Contractor shall submit all other reports as called for in these specifications at the times specified. These miscellaneous reports include, but are not limited to, test procedures, records of electrical test results and certificates of inspection and acceptance. 1.11 GROUNDING A grounding system shall be installed in accordance with the National Electrical Code and all state and local codes and regulations. The grounding system shall bond together and effectively ground all exposed non - energized metal surfaces containing energized parts, devices or conductors, all building steel, all metallic electrical raceways and the neutrals of all transformers. An equipment grounding conductor shall be installed in all conduit. 1.12 WARNING SIGNS A. Permanent warning signs shall be mounted at all mechanical equipment which may be started automatically or from remote locations. Signs shall be made in accordance with Porcelain Enamel Institute Specification S- 103 and shall be suitable for exterior use. Mounting details shall be in • • SP 103 of 138 accordance with manufacturer's recommendation. Signs shall be located as approved by Engineer. B. Warning signs shall be 7- inches high by 10- inches wide, colored yellow and black, on not less than 18 -gauge vitreous enameling stock. Sign shall read: CAUTION THIS EQUIPMENT STARTS AUTOMATICALLY BY REMOTE CONTROL C. Permanent and conspicuous warning signs shall be mounted on all equipment and doorways to equipment rooms where the voltage exceeds 600 volts. Signs shall be made in accordance with Porcelain Enamel Institute Specification S -103 and shall be suitable for external use. Mounting details shall be in accordance with manufacturer's recommendations. Signs shall be located as approved by the Engineer. D. Warning signs shall be 7 inches high by 10 inches wide, colored red and white, on not less than 18 gauge vitreous enameling stock. Sign shall read: WARNING HIGH VOLTAGE KEEP OUT 1.13 QUALITY ASSURANCE A. The plans indicate diagrammatically the desired location and arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be determined in the field based on the physical size and arrangement of equipment, finished elevations, and obstructions. Locations indicated on the plans, however, shall be adhered to as closely as possible. B. All conduit and equipment shall be installed in such a manner as to avoid all obstructions, preserving headroom, and keeping openings and passageways clear. Lighting fixtures, switches, convenience outlets, and similar items shall be located within finished rooms as indicated on the plans. Where these plans do not indicate exact locations, such locations shall be approved by the Engineer. Where equipment is installed without approval and must be moved, it shall be moved without additional cost to the Agency. C. All materials and equipment shall be installed in accordance with printed recommendations of the manufacturer which have been approved by the Engineer. The installation shall be accomplished by workmen skilled in this type of work and installation shall be coordinated in the Feld with other trades so that interferences are avoided. • • So 104 of 138 D. The Contractor shall provide adequate means for and shall fully protect all finished parts of the materials and equipment against damage from any cause during the progress of the work and until accepted by the Engineer. E. All materials and equipment, both in storage and during construction, shall be covered in such a manner that no finished surfaces will be damaged, marred, or splattered with water, foam, plaster, or paint, and all moving parts shall be kept clean and dry. F. The Contractor shall replace or have refinished by the manufacturer, all damaged materials or equipment, including face plates of panels and switchboard sections, at no expense to the Agency. G. The Contractor shall perform the tests described hereinafter and any other tests that may be required by the Engineer or other authorities having jurisdiction. The entire electrical installation shall be tested, adjustments made, and defects corrected as an obligation under the work of this section. The Contractor shall furnish all necessary replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. The following testing, as a minimum, shall be accomplished: 1. Insulation resistance tests 2. Continuity test of all wiring 3. Test for proper grounding 4. Test for short circuits in system 5. Test for all fixture connections 6. Complete operational test on all equipment 7. Participate in plant start-up H. After each electrical installation is complete, it shall be tested thoroughly to demonstrate that the entire system is in proper working order and in accordance with the plans and specifications. In no case shall the tests be less than those outlined hereinafter. I. All tests shall conform to General Operation and General Provisions. Test procedures shall be submitted to the Engineer for all tests to be performed. All tests shall be conducted in the presence of the Engineer and shall be subject to this approval. The Engineer shall be notified in writing 14 calendar days prior to the date upon which the test is to take place, and no testing shall be started without the written approval of the Engineer. Six (6) certified copies of all test data shall be submitted to the Engineer for his review. J. The project will be subject to continued inspection during construction. The Contractor shall cooperate with the Engineer and shall provide assistance at all times for the inspection of the electrical work. He shall remove covers, operate machinery, or perform any reasonable work which, in the opinion of the Engineer, will be necessary to determine the • • SP 105 of 138 quality and adequacy of the work. The 'Record Drawings" shall be subject to inspection at any time and shall be updated as the work progresses. 1.14 CLEANUP A. All parts of the electrical materials and equipment shall be left in a clean condition. Exposed parts shall be clean of cement, plaster and other materials, and all oil and grease spots shall be removed with a non- flammable cleaning solvent. Such surfaces shall be carefully wiped and all cracks and corners scraped out. B. During the progress of the work, the Contractor shall clean up after his men and shall leave the premises and all portions of the site in which he is working free from debris and surplus materials. C. At the completion of the work, all lighting fixture reflectors, globes, lenses and diffusers that appear noticeably dirty shall be cleaned and all burned out lamps shall be replaced. 1.15 GUARANTEE A. The Contractor shall guarantee his work against any defects in material and workmanship for a period of one year from the date of final inspection. This guarantee shall be in written form and delivered before final acceptance and payment is made. Any latent defects in Contractor - furnished material or workmanship which are discovered during the time of this guaranty shall be repaired or replaced at no cost to the Agency. The Contractor shall respond in a professional manner to a notification of defect or failure and perform work immediately. PART 2- PRODUCTS 2.1 GENERAL A. Except as may be specifically indicated otherwise, materials furnished under this section shall be new and in accordance with the standards as herein before specified. Equipment used for the same purpose shall be of the same make. Outdoor equipment, fixtures and wiring devices shall be of approved weatherproof construction or shall be in weatherproof enclosure. 1. Standard Products: Materials and equipment submitted for approval shall be the cataloged products of companies regularly engaged in the manufacture of such items, shall be the latest standard design that conforms to the specification requirements and shall essentially duplicate material and equipment that has been in satisfactory use for at least two years. Replacement parts 2.2 0 • SP 106 of 138 shall be stocked locally within a radius of two hundred (200) miles from job site. 2. Approved Manufacturers: Wherever on the plans or in the specifications, materials or equipment are identified by the names of one or more manufacturers, it is intended only to indicate an acceptable standard for quality. Equal materials or equipment of other manufacturers may be submitted for consideration to the Engineer ten days prior to bid. CONDUIT A. Rigid metal conduit shall be in accordance with ANSI C80.1 and shall be hot dipped galvanized. B. Electric metallic tubing shall be steel, zinc coated. C. Flexible metal conduit shall be constructed of interlocking steel strips with continuous zinc coating. D. Liquid tight flexible metal conduits shall be constructed of galvanized interlocking steel strips with a smooth moisture and oil- proof, abrasive - resistant neoprene jacket. E. Non - metallic conduit shall be Type II, Schedule 40, polyvinyl chloride rated for 90 degrees C. F. Jacketed steel conduits shall conform to Federal Specification WW -0581- d, ANSI rigid steel conduit Specification C80.1 and to UL Specification UL- 6. The zinc surface inside and outside shall remain intact. A 40 mil thickness PVC coating shall be bonded to the inside and outside of the conduit. A PVC coated coupling shall be furnished with each length of conduit. A PVC sleeve equal to the OD of the conduit shall extend 1 -1/2 inches from each end of the coupling. G. All conduits shall be identified with a tag number. The tag shall be stainless steel attached with a stainless steel tie wire. Contractor is required to label all conduits with tag numbers on the shop drawings which corresponds with the labeled conduits in the facility. 2.3 CONDUIT FITTINGS, OUTLET AND PULL BOXES A. Conduit fittings shall be cast or malleable of a nonferrous metal. B. Jacketed fitting shall have a 40 mil thickness PVC coating bonded to the inside and outside body of the fitting. A PVC sleeve equal to the trade diameter of the conduit opening shall extend 1 -1/2 inches beyond each threaded opening. • • SP 107 of 138 C. Expansion joints shall be OZ type "AX" Crouse -Hinds type "XT' or equal and shall be complete with bonding jumper. D. Outlet boxes shall be galvanized or sheadized, one piece pressed steel, knock -out type. E. Weatherproof outlet boxes shall be case of non - ferrous metal with threaded conduit entry and gasketed covers. F. Hazardous Areas - Use only UL approved devices per N.E.C. Para. 500 as manufactured by Crouse - Hinds. Furnish and install all seals and sealing compounds after wiring is inspected and tested. G. Insulated bushings shall be molded plastic or malleable iron with insulating ring. H. Grounding bushings shall be malleable iron with insulating bushing and ground lug. Conduit hubs shall be Appleton Type HUB, Myers "Scrutite," or equal. J. Pull boxes shall be code gauge steel with removable covers secured with machine screws. The pull box shall be painted with two (2) coats of primer and one (1) finished coat of light gray enamel, ANSI No. 61. Pull boxes shall meet all code requirements as to size for number and size of conduits terminating. K. Weatherproof pull boxes shall be hot dip galvanized with two (2) coats of primer paint and one (1) coat of enamel, ANSI No. 61 gray. Covers shall be gasketed and made completely weather tight. 2.4 UNDERGROUND PULL BOXES AND MANHOLES A. Pull boxes and manholes shall be precast type designed and manufactured for heavy traffic loading with heavy duty, cast iron, traffic type covers. Covers for manholes shall have a minimum diameter of 26 inches. Manholes shall be complete with necking and other appurtenances required for proper installation. B. All pull boxes shall have bolt -down covers complete with fiber gaskets for a weather tight fit. C. All joints between precast sections shall be sealed. D. Box and manhole covers shall be permanently identified as follows: 1. Telephone service - "T" 2. Electrical Systems 600 volts and less - "E" 3. Electrical Systems above 600 volts - "High Voltage" • • SP 108 of 138 2.5 WIRING DEVICES AND PLATES A. Lighting switches shall be specification grade, quiet, tumble type, rated 20 amperes at 125/277 volts. Color shall be brown except where indicated or noted otherwise. B. Convenience outlets shall be duplex, 3 -wire grounding type, specification grade, rated 20 amperes, 120/277 volt. Color shall be brown except where indicated or noted otherwise. C. Stainless steel cover plates for switches and receptacles shall be 0.040 inch thick with satin finish and shall be engraved with the panel and circuit designation (EX. PNL C, CIR #3). D. Weatherproof cover plates shall be cast and gasketed. Weatherproof cover plates shall be of the type where plug and cord are weatherproof with cover plate closed. Provide nameplate engraved with the panel and circuit designation. E. Nameplates shall be laminated black on white with characters cut through black lamination. Letters shall be a minimum 3/16 inch high, block type. 2.6 WIRE AND CABLE A. All conductors shall be soft -drawn copper, 97% conductivity minimum. B. All conductors No. 6 and smaller shall have type "THW ", "THHN ", "MTW" and oil resistant 600 volt insulation. C. Power wiring shall be No. 12 minimum. D. Control wiring shall be No. 16 AWG stranded with type "THHN ", 'THW ", "MTW' and oil resistant 600 volt insulation. E. All conductors within fluorescent fixtures shall have type AVA or RHH 600 volt insulation except fixtures with approved wire ways for 75 degree C wire. F. Instrumentation cable shall be single or multiconductor shielded pairs as indicated. Conductors shall be No. 18 AWG coated copper per ASTM B 33, Class B strand. 1. Insulation shall be 20 mils, cross - linked, polyethylene rated, 300 volts. Each conductor shall be color coded, and each pair shall be number coded. 2. The assembled pairs shall have an aluminum /mylar tape shield with a tinned copper drain wire over it. • • SP 109 of 138 3. The assembly shall be covered with a polyethylene jacket, 60 mils in thickness. 4. The instrumentation cable shall be as manufactured by Okonite, Beldon, or approved equal. G. All cables and all conductors shall be identified at each termination including wire nuts. All circuits and all multi- conductor cables shall be identified in each manhole and pull box. Individual conductors that make up a circuit shall be bundled and laced together with imprinted heat shrink tubing or imprinted plastic coated cloth. Circuit and multi- conductor cable identification shall be make with imprinted stainless steel bands or tags. A list of conductor tags shall be submitted for review prior to installation of conductors. All control and power wiring shall be color -coded and color continuity maintained throughout the system. 2.7 LIGHTING FIXTURES AND LAMPS A. Fluorescent lighting fixtures shall be equipped with high power factor Class "P ", ETL and CBM approved, sound -rated ballast. Voltage shall be as indicated. B. High intensity discharge fixtures shall be equipped with high power factor, constant wattage ballast and shall be fused. Voltage shall be as indicated. C. Fluorescent lamps shall be standard cool white except as noted. Incandescent lamps shall be extended service type, rated for 125 volts. High intensity discharge lamps shall be color corrected. 2.8 PANEL BOARDS A. Lighting and power panel boards shall be mounted as indicated on the plans with quantity and size of thermal magnetic molded case circuit breakers inducted in panel schedules. Panels shall be 20 inches wide minimum with 4 -inch minimum side gutters and 6 -inch minimum top and bottom gutters. Breakers shall be bolt -on Type "E" frame minimum. Outdoor load circuits shall be protected by UL- approved ground fault circuit interrupters. All circuit breakers shall be UL listed having at least 10,000- ampere interrupting capacity. All busses shall be copper. Panels shall be provided with directories which shall be typewritten and shall describe the load served. 2.9 RELAYS AND TIME SWITCHES A. Relays: Magnetically held relays shall have convertible contacts, and all relays shall be provided with one spare contract. Control relays shall • • SP 110 of 138 have contacts rated 10- ampere inductive load, 250 volts, with coil voltage, number of poles, and pole arrangement as indicated on the plans. B. Time Switches: For control of night lighting through relays or contactors, use 120 -volt, 6 -cycle astronomical dial, single -pole, double -throw contacts in conjunction with ASCO Bulletin 1255 -166 relays, Sangamo LA -12 or approved equal. C. Time Delay Relays: On -delay timers shall be solid state with coil voltage indicated. Off -delay timers shall be pneumatic type with coil voltage indicated. Slave relays shall be used where required to obtain additional contacts. All relays shall have contacts rated 5 amperes at 125 volts, AC, with tube type 8 pin base. 2.10 CONTROL SWITCHES AND INDICATING LIGHTS A. Control Switches: All control switches for mounting in motor control centers or motor starter enclosures shall be round, oil tight type, complete with legend plates and quantity of contact blocks required of the control function. All control switchers for mounting in control panels shall be square, push to actuate type. Switches shall be equipped with illuminated function buttons. Each function button shall be engraved to indicate function. B. Indicating Light: Indicating lights for mounting in motor control centers or motor starter enclosures shall be round, oiltight type, complete with color of lens indicated and legend plate. Lights for mounting in control panels shall be square with single or multi- function indication as indicated. All lights shall be 24 -volt AC, and complete with 120 -24 -volt transformer. All indicating lights shall be push -to -test or dimglow type (but not mixed). Provide 12 spare lamps per lamp type. C. Field- Mounted Control Stations: Field- mounted control stations shall be Crouse -Hinds EFS type or equal and shall be equipped with 'lockout stop" pushbutton or selector switch with lockout stop feature. D. Limit Switches: Limit switches shall be waterproof double pole, double throw. Contacts shall be rated 5 amperes, 120 -volt inductive load. Limit switch shall be mounted on all equipment indicated or specified and shall be equipped with proper mounting hardware and actuator to accomplish the function. 2.11 MOTOR STARTERS Type S magnetic starters shall be furnished in all combination starter units. Starter Sizes 1 through 5 shall employ the use of a bell -crank lever design to transform vertical action of the armature into horizontal action of contact carrier and thus minimize contact bounce and produce extra long contact life. Thermal overload relays on starters shall be ambient temperature compensated bimetallic • • SP 111 of 138 type with selector for either auto or manual reset. Overload heater units shall be provided in each starter unit. Magnetic motor starters shall be NEMA ICS 2- 321.2 combination circuit- breaker type for full voltage across - the -line starting or reduced voltage starting as noted. Starters shall be equipped with three thermal overload devices, one in each ungrounded leg. Starters shall be suitable for operation on a 480 -volt, 3- phase, 3 -wire system, unless otherwise indicated, and equipped with control transformers. Coil voltage shall be 120 volts. Motor starter contacts shall be NEMA rated (no I.E.C. ratings) with a maximum contact temperature rise of 50 degrees centigrade measured on the contact body. The current density shall be greater than 0.0023 square inches per AMP rating per contact shall be manufactured by Square "D" or Allen Bradley. 2.12 MOTOR CONTROL PANEL (MCP) This control panel specification is intended to set minimum requirements for a sewer lift station control panel. It is not intended to be an exhaustive bill of material but only to provide the panel builder with a list of quality components required by the City of Newport Beach. All components listed shall match existing items already in use by the City in order to keep replacement parts inventory to a minimum. The control panel builder shall provide the City (or contractor) with a complete submittal within 1 week of receiving a notice to proceed, which shall include a detailed wiring schematic, component layout drawing, dimensional drawing and a cut sheet on each supplied component and enclosure. All submitted material shall be bound with no loose sheets. The contractor shall provide one NEMA 12/3R freestanding, door in door, 316 SS outer enclosure duplex control panel. The control panel shall include the following items: The outer enclosure shall be a UL listed freestanding NEMA 12/3R 316 SS with gasketed double doors. The enclosure shall be a rainproof unit with filtered louvers and splashguards. The enclosure shall be of bolted construction and include a 3 -point pad - lockable handle. A separate 12" 316 SS square door with a pad - lockable handle shall be mounted over the power meter section of the control panel. The control panel shall include a set of double inner doors with dead front switches. The door switches shall interrupt the control power in the event that either one of the inner doors is opened. The inner doors shall be 316 SS. One inner door shall allow access to the high voltage section shall be interlocked with lockable circuit breaker handles. The high voltage door shall be constructed so that it cannot be opened unless the all circuit breakers are in the reset position. A safety door switch shall be provided to disconnect the control (120V) power when the inner door(s) is opened. The second inner door shall provide access to the Edison meter power section. Included in this area will be a 100A double throw transfer switch, a distribution panel and combination meter socket and main disconnect switch. • • SP 112 of 138 The safety door switch(s) shall be spring loaded with a latching device that can be manually locked in so that power will be available for control adjustments. The manual lock -in device shall be automatically disengaged once the door is closed. Panel enclosure shall be ventilated by means of a 6" (238 CFM) single speed exhaust fan with an attic type thermostat. One set of louvered vents shall be provided. The louvers shall be covered by standard trade type, multi - layer, washable expanded aluminum filters to filter the incoming air. The fan shall be located in a manner that causes a flow of fresh outside air to flow through the enclosure. A control transformer shall be provided with a 120V secondary and be adequately sized to handle the connected load. The control transformer shall be fused on the primary and secondary sides with a minimum of 10A fuses. A sheet showing the calculations for the control transformer loads shall be submitted to insure proper sizing of the control transformer. The control panel shall be finished in a neat professional manner with gutters and wire ties. Marked terminal strip(s) shall be provided. A wiring diagram and a heater chart shall be enclosed in the panel. All lights, switches, and buttons shall be identified by printed metal or engraved phenolic nameplates. A red "High Voltage Inside" phenolic nameplate shall be fastened to door covering the high voltage compartment. All wiring shall be tagged on each end with GRAFOPLAST wire markers. All interior control components shall be labeled. COMPONENTS 1- Free standing enclosure NEMA 3R gasketed with inner dead front doors, the entire enclosure shall be 316 STAINLESS STEEL including fasteners 1- Meter socket, Utility wire pull section and main fused pull -out 1- Manual 100 amp 240- volt 3- position transfer switch cutler- hammer (to maintain compatibility) (TMC). 3- Motor circuit breakers (2 pumps and 1 transformer) GE TMC Only 2- Solid state starters FIRING CIRCUITS "WATT- STOP" (no exception (TMC) to be used on 10HP and above motors. 2- Magnetic by -pass starters with three leg over load relay (G.E. no exception(TMC) 2- H -O -A (hand- off - automatic) selector switches 2- Amber "Pump Required" indicating lights 2- Green "Pump On" indicating lights 1 - 115V transformer 1 KVA GE TMC Only 1 - Power transformer 3 KVA GE TMC Only 2- Red "Motor Seal Failure" indicating lights 2- SYMCOM Model 777 motor saver 1 — SYMCOM Model 350 phase failure monitor relay 1 - Red "High Level Alarm " pilot light This light shall remain activated until manually reset 1 - Red "Emergency High Level Alarm" pilot light This light shall remain activated until manually reset 2- Induction type relays for motor moisture sensing probes • • SP 113 of 138 1 - "Push to Test" button for seal failure relays 1 - "Push to Test" button for indicating lights 1 - Green "Power on" indicating light 1- 20A duplex convenience receptacle with ground fault protection 2- Running time meters (Pumps No. 1 and No. 2) Engler 710 -0002 (no exception) 1 - Circuit breaker panel for convenience receptacle, ventilating fan, lights, etc. 2- Fluorescent light (4 foot 40 watt) with lighted on -off switch 1- Intrinsic relay WARRICK 27A1 DO (no exception) 1- Generator Receptacle- Crouse Hinds AR1042 -S22; No Exceptions Power relays shall be G. E. MCRA type Control and Isolation relays shall be IDEC RR Series Time Delay relays shall be ATC 405A series All Pilot Lights, Push Buttons and Selector Switches shall be G. E. CR104P Series Liquid Level Settings Level L1 - Sonic controller pump(s) off Settings: L2 - RTU controller pump(s) off L3 - RTU Lead pump on L4 - RTU Lag pump on L5 - RTU High level alarm L6 - Sonic Lead pump on L7 - Sonic Lag pump on L8 - FLOAT SWITCH Emergency high level alarm and both pumps run The control panel shall provide automatic liquid level control for a duplex pump station. Lead pump shall start when liquid rises to level L3 or L6, and stop when liquid recedes to level L2 or L1. When liquid rises to level L4 or L7, the lag pump shall start, and stop at L2 or L1. Levels L5 or L8 activates the high -level alarm circuit. The emergency float circuit shall energize at L9 and activate the high level alarm and start both pumps with a timed control self - latching circuit. The float switch circuit shall be intrinsically safe. The emergency high -level alarm pilot light(s) shall be manually (reset) to alert the operator that a malfunction did occur. RTU- TELEMETRY The control panel builder shall install the CITY PROVIDED BRISTOL 3305 RTU or Bristol Control Wave LP, UPS Power Backup, BATTERY'S, RADIO TRANSMITTER, INTERFACE KEY PAD and MULTIRANGER PLUS SONIC CONTROLLER with isolated 4 -20mA Analog Out in the Control Enclosure. The City shall inspect the panel before the power is applied to the Bristol Controller. The BRISTOL 3305 RTU or Control Wave LP Shall be programmed by the CITY. • SP 114 of 138 Field programming of the MULTIRANGER PLUS CONTROLLER and assistance in determining the best location of the SONIC TRANSMITTER shall be provided by the panel builder. The 3/16" 316 STAINLESS STEEL Support cable and hardware for the SONIC TRANSMITTER shall be supplied by the panel builder. All digital I /Os shall have interface relays and all analog I /Os shall be interfaced with 4 -20 mA isolators. RTU, CONTROL WAVE Al and DI -DO CONNECTIONS BRISTOL 3305 RTU or CONTROL WAVE INPUT - OUTPUT ASSIGNMENT DUPLEX PUMP STATION ANALOG IN 1) 4 -20 mA FROM THE SONIC CONTROLLER 2) NOT USED 3) NOT USED 4) NOT USED ANALOG OUT 5) NOT USED (Used for VFD's only) 6) NOT USED (Used for VFD's only) DIGITAL 1 -6 ARE SELECTABLE DI/DO 1) NOT USED 2) NOT USED 3) DI DRY PIT FLOOD (FLOAT SWITCH) 4) NOT USED 5) DI EMERGENCY HIGH LEVEL (R1 -1 CONTACTS) 6) DI INTRUSION ALARM (LIMIT SWITCHES IN SERIES TO INTERFACE RELAY) DIGITAL 7 -14 NON - SELECTABLE DI 7) DI INTRUSION BY PASS (KEY PAD) 8) DI POWER -PHASE FAIL (POWER SAVER MODEL 350, RELAY TO INTERFACE RELAY) 9) DI PUMP #1 RUNNING (CONTACTS ON GE LINE VOLTAGE RELAY) 10) DI PUMP #1 AUTO (CONTACTS ON HOA AND INTERFACE RELAY) 11) DI PUMP #2 RUNNING (CONTACTS ON GE LINE VOLTAGE RELAY) 12) DI PUMP #2 AUTO (CONTACTS ON HOA AND INTERFACE RELAY) 13) DI PUMP #1 CURRENT FAILURE (POWER SAVER MODEL 777, CONTACTS FROM SLAVE RELAY) 14) DI PUMP #2 CURRENT FAILURE (POWER SAVER MODEL 777, CONTACTS FROM SLAVE RELAY) DIGITAL 7 -8 NON - SELECTABLE DO 1) DO PUMP #1 CALL • • SP 115 of 138 2) DO PUMP #2 CALL The Motor Control Panel shall be furnished by Essco Pumps and Controls, no "or equal ". Contact person is Larry Sturgeon 1- 323 - 261 -2181. 2.13 FLOAT SWITCH /FLOOD SWITCH The level of detecting device shall be 5 -1/2" diameter type 316 stainless steel float switch with a mercury switch inside and flexibility supported by a PVC jacketed, heavy -duty cable. The float shall be mounted on a stainless steel cable as shown on the plans or otherwise directed by the Engineer. It shall be installed in accordance with the manufacturer's recommendation. The float switch shall have a 20 Amp rating at 115 va and 10 Amps at 230 vac. The float shall be type SO with three #14 AWG fine- stranded copper conductors. The float shall be mounted on the 1 -inch pipe using type 316 stainless steel hardware. The Model 9G Float Switch shall be furnished in quantities and with such accessories as are required to perform the specified control and alarm functions for the application. The float switch shall be as manufactured by Consolidated Electric Models CBM, 9G -CC, B400 -IS4. It shall have a 3 -year warranty. PART 3 - EXECUTION 3.1 CONDUIT A. Conduit shall be as indicated on the plans. Wiring, except as other wise noted, shall be in conduit. Conduits shall not be installed in water - restraining walls, except where specifically authorized. Exposed conduit shall be installed either horizontally or vertically and parallel to the planes of the walls of vertically and parallel to the planes of the walls of floor. All wiring runs in earth shall be in conduit and encased in concrete with a minimum of 3 inches of cover. B. Conduit runs shown entering the structures and within the structures are schematic only. The exact locations of such conduit runs shall be determined by the Contractor with the approval of the Engineer to suit the structural details. Conduit shall be the sizes noted on the plans. The smallest conduit allowed shall be 3/4 -inch trade size, except where 1/2- inch conduit is specifically called for. Where conduit sizes are not shown, they shall be one size larger than the size required by code. C. All spare conduits shall be stubbed up to a flush coupling and plugged. Conduit shall run continuously between outlets and shall be provided with • • SP 116 of 138 conduit junction boxes where connections are made, except in special pull boxes where indicated on plans. D. Liquidtight, flexible steel conduit may be used in runs from adjacent junction boxes to motors, benches, and in certain locations where, for structural or other reasons, it is impractical to use rigid conduit and where specific permission to do so has been granted by the Engineer. Flexible conduit shall be used with "JAKE" conduit fittings and bushings. All conduit stub -ups shall be PVC jacketed steel. E. Conduit runs in concrete slabs, concrete walls, and masonry walls shall be rigid galvanized steel. Conduit runs in attic spaces or non - masonry walls may be EMT. F. Conduit shall be concealed, unless otherwise indicated. All conduit runs exposed to view, except those under buildings, shall be installed parallel or at right angles to structural members, walls, or lines of the building. G. Conduit shall be kept at least 6 inches from the covering on hot water pipes, 18 inches from the covering on flues and breechings, and 3/4 inch from all water - bearing walls, unless shown otherwise on the plans. The open ends of all conduit seals during the construction of the building. Use approved conduit unions where union joints are necessary. Running threads will not be permitted. H. Exposed conduit, stubbing up through floor slab into bottom of exposed panels, cabinets, or equipment, shall be lined up, properly spaced, and shall be straight and plumb. Conduits shall be installed at sufficient depth below slab to eliminate any part of the bend above top of slab. Conduit placed against concrete or masonry above ground shall be fastened to the concrete with pipe straps or one -hole conduit clamps attached to the concrete by means of expansions anchors and bolts. J. Factory-made pipe straps shall be one -hole malleable iron or two -hold galvanized clamps for rigid steel conduits. Straps shall be PVC - coated for PVC - coated rigid conduits. K. Provide secure mounting facilities for all conduit. Conduit shall be supported at intervals as required by codes and not exceeding 10 feet and in all cases with a support not more than 3 feet from the outlet and at any point where it changes in direction. Wire, perforated strap, or plumber's tape shall not be used in the support of conduit. Conduit shall not be secured to suspended ceiling hanger wires or to the suspended ceiling structure. L. Pipe hangers for individual conduits shall be factory made, consisting of a pipe ring and threaded suspension rod. The pipe ring shall be malleable iron, split and hinged, or shall be springable wrought steel. Rings shall be • • SP 117 of 138 bolted to or interlocked with the suspension rod socket. Rods shall be 3/8 inch for 2 -inch conduit hangers and smaller and shall be 1/2 inch for 2 -1/2 inch conduit hangers and larger. M. Hanger straps, rods, or pipe supports under concrete shall be attached to inserts set at the time the concrete is poured. Under wood use bolts, lag bolts or lag screws; under steel joints or trusses, use beam clamps. N. Where conduit passes from one type of construction to another or where there is a possibility of dissimilar movements, a suitable flexible or expansion device shall be installed. Expansion couplings shall be provided wherever conduits cross expansion joints or for continuous runs in excess of 100 feet, except when embedded in concrete. Expansion fitting shall have bonding jumper. O. Junction or pull boxes shall be provided for pulling conductors due to excessive number of bends or length of conduit runs. P. A nylon pull cord of 200 -pound strength shall be installed in all empty conduits. Q. All exposed conduit shall be PVC coated rigid galvanized steel. All underground sweeps and risers shall be PVC coated rigid galvanized steel. 3.2 CONDUIT FITTINGS AND OUTLET BOXES A. Cast, non - ferrous fittings and outlet boxes shall be installed for all exposed conduits including fittings and outlet boxes for switches and receptacles. Exposed fittings and outlet boxes shall have a PVC coating bonded to the surface and a PVC sleeve extended from all hubs. Stainless -steel screws shall be used to attach cover to conduit fitting. B. All outlet boxes that finish to an exposed concrete block surfaces shall have 1 -1/2 inch deep tile rings and shall be set to allow concrete block facing over the ring to frame the opening. Tile rings shall not be grouted into exposed concrete block walls. Center outlet in course of concrete block. Standard plaster rings will not be accepted. C. Unless otherwise specified or noted on the plans, boxes for the various outlets shall be as follows: 1. For light outlet boxes, use a minimum of 4 inches square, 1 -1/2 inches deep, equipped with plaster ring and fixture- supporting device as required by the unit installed. 2. For wall switch outlets use 4 -inch boxes with single or two -gang boxes with gang plaster rings for more than two switches, unless noted otherwise on the plans. 3. For convenience outlets, use 4 -inch boxes with single -gang plaster rings. All conduit fittings, sealing devices, junction boxes, and • • SP 118 of 138 devices used in Hazardous areas shall be UL approved and as manufactured by Crouse -Hinds or Appleton. 3.4 CONDUCTORS A. Conductors No. 2 AWG and smaller shall be hand pulled. Larger conductors may be machine pulled with tension monitored. Wire lubricants shall be UL approved. B. Color Code: 1. Wire and cable shall be factory color coded by integral pigmentation with a separate color fir each phase and neutral. On conductors larger than No. 8 AWG color tape or colored plastic bands will be permitted. 2. Each system shall be color -coded and shall have it maintained throughout. Phase 120/208 volts 277/480 volts A Black Brown B Red Orange C Blue Yellow Neutral White White Ground Green Green Note: All low "DC and "AC (below 100v) voltages and signals shall be grounded separately form above power grounds. 600 volt conductors, No. 8 AWG and larger, shall be terminated spliced with compression type connectors and insulated with three layers of UL approved vinyl insulating tape. 600 volt conductors, No. 10 AWG and smaller shall be spliced with pre - insulated coil spring type connectors. Terminations and splices in all motor connection boxes shall be made with compression type connectors with bolt on lugs. 3. Termination splices shall be insulated with two varnished cambric tape with three -layer overlap of a high temperature, UL approved, tape. 4. Control conductors shall be spliced with pre - insulation crimp type connectors and terminated with split tongue pre - insulated, crimp type connectors. 5. Splices and terminations of instrument cable shall be with pre - insulated crimp type connectors. Shields shall be electrically continuous at spliced joints with two layers of UL approved electrical insulating tape over splices. Connectors for terminations shall be split tongue or ring type. Shields shall be grounded at the receiving end of cables. • • SP 119 of 138 6. Splices in manholes and underground pull boxes for 600 volt conductors and below shall be water - proofed using encapsulating epoxy resin splice kits. 3.5 LIGHTING FIXTURES All lighting fixtures shall be cleaned and any damaged parts including lens, burned out lamps or noisy ballasts shall be replaced prior to final acceptance. All fixtures shall be properly mounted and securely supported. Pendant or suspended fixtures shall be mounted and secured in an approved manner to withstand earthquake damage. Lighting fixtures shall be effectively grounded. 3.6 GROUNDING A. The grounding system shall be continuous throughout the facility. All metallic, non - current conducting parts of the electrical system shall be grounded. B. Metallic raceways shall be terminated with double lock nuts and bushings. Conduits terminating in switch boards and motor control centers shall be equipped with grounding bushing and connected to equipment ground bus. C. Non - metallic conduits shall contain a green insulated copper grounding conductor. Ground conductor shall be securely connected to equipment and associated enclosures. D. Grounding continuity for underground duct banks may be maintained by the installation of a bare copper conductor installed in the concrete envelope. Ground continuity shall be maintained through all manholes and pull boxes. All metal parts in manholes shall be connected to the grounding system. E. Ground rods shall be 3/4 -inch copper -clad steel. Locations shall be as shown on the plans; length of rods shall be as required to obtain a maximum ground resistance of 5 ohms. Top of ground rod shall be fitted with a coupling and steel driving stud. F. Connection to ground conductors shall be exothermic welded where concealed and shall be bolted pressure type where exposed. Connectors shall be of copper alloy. Grounding cable shall be copper and sized in accordance with Code requirements, when not sized on the plans. 3.7 EQUIPMENT PADS AND ANCHORING A. All floor standing equipment shall be mounted on raised concrete pads. Pad size and height shall be as indicated on the plans. Pads not indicated shall extend out 3 inches beyond enclosure and shall be 3 inches above finished grade. • • SP 120 of 138 B. All equipment shall be securely anchored to pads. Anchorage shall be in accordance with OSHA and other applicable standards for earthquake protection. 3.8 EQUIPMENT AND SYSTEM IDENTIFICATION A. All control and indicating devices for equipment shall be identified with laminated plastic nameplates. Nameplates shall identify equipment and /or function. Nameplates shall be provided for all panel boards, control panels, special outlets, pull boxes, disconnects, motors, fans and chart recorders. Three phase outlets shall be identified with circuit origin and phase identification. B. All control devices locate within control panels shall be identified with permanent tags. Embossed, stick -on, plastic tags shall not be used. Terminal strips shall be identified by imprinted markers in center or under terminal strip. C. All cables and all conductors shall be identified at each termination. All circuits and all multi- conductor cables shall be identified in each manhole and pull box. Individual conductors that make up a circuit shall be bundled and laced together with imprinted heat shrink tubing or imprinted plastic coated cloth. Circuit and multi- conductor cable identification shall be made with imprinted metal bands or tags. D. All control wiring shall be color coded and color continuity maintained throughout the system. Provide minimum of (6) different colors for field wiring. Control circuit color- coding is as follows: Color Service Red Hot lead (usually to stop P.B.) Yellow Common return Brown Main coil (usually to start P.B.) Blue Reset coil Orange Trip coil E. All conductors shall be marked at both ends with shrink fit markers which clearly display a computer generated circuit number at each end of the conductor. 3.9 EARTHWORK Excavation and backfill necessary for proper installation of the electrical work shall conform to the provisions of the Section of earthwork in these specifications. 3.10 CUTTING AND REPAIRING Where it becomes necessary to cut into existing work for the purpose of making electrical installations, core drills shall be used for making circular holes. Other demolition methods for other cutting or removing shall be approved by the • SP 121 of 138 Engineer prior to starting the work. The Contractor shall repair all damage caused thereby to the satisfaction of the Engineer. 3.11 DISSIMILAR METALS Wherever dissimilar metals come in contact, the Contractor shall isolate these metals as required with neoprene washers or gaskets. Where fastening aluminum items, stainless -steel bolts shall be used. Wherever steel and aluminum join, isolation bushings shall be used to separate these dissimilar metals and grounding jumpers shall be provided across these joints. PART 4 - FIXTURES 4.1 GENERAL The Contractor shall furnish, install and connect all fixtures in accordance with the fixture schedule, the drawings and as hereinafter specified. All fixtures shall be installed complete with lamps, all fittings and accessories, wiring and connections necessary for their complete installation and correct operation and control. All labels shall be removed from sight when viewed from below. 4.2 BALLASTS All fluorescent fixtures shall be equipped with energy saving advance Mark III Kool Koil, high - power- factor ballasts. All ballasts shall be equipped with nonresetting thermal cutouts. After installation is completed, any ballasts which are judged to be excessively noisy by the Agency shall be removed and replaced at no extra charge. 4.3 LAMPS All lamps shall be General Electric, Westinghouse or Sylvania. Type of lamp and wattage as shown on fixture schedule, on drawings or as required by the specified fixture. Incandescent lamps shall be 130 volt. END OF SECTION 16000 SECTION 16204 60 KVA PORTABLE EMERGENCY POWER SYSTEM (Trailer Mounted 60 kVA Diesel Generator) PART 1 - GENERAL This specification outlines the requirements for providing a complete, operable and tested mobile diesel engine generator as provided by Multiquip. The portable generator shall be sound attenuated with a self- contained fuel system and voltage changeable distribution. Equipment and materials shall be of current design and ready for delivery, connection and operation. 0 • SP 122 of 138 The engine shall be equipped with the necessary devices to meet current EPA regulations for the operation of a portable diesel generator. In addition, the engine generator shall have been factory tested to ensure reliable operation at rated power. The generator supplier shall have available factory test results and factory published Operators Manual for the engine - generator set. The engine shall be filled with crankcase lube oil and radiator coolant as recommended by the engine manufacturer and /or as specified herein. The engine generator set shall have posted operating instructions near the control panel and operating devices. Warning placards shall be visible at locations of customer access, to live voltage parts and other electrical connection points. APPLICABLE DOCUMENTS The following documents shall apply to the specified equipment. NEMA MG1 EGSA 100 JIS JES SAE PART 2 - EQUIPMENT Motors and Generators Performance Standard for Engine Generators Performance Standard for Engine Generators Electrical Performance Standards Society of Automotive Engineers 2.1 MANUFACTURING STANDARD Subject to compliance with requirements, provide a portable, sound attenuated, diesel engine generator with certifications and tests, as manufactured by Multiquip or Generac, no "or equal'. The generator supplier shall be capable of providing equipment as specified, maintaining service parts inventory and service. The contact person for Multiquip is Jim Rose, (310) 537 -3700 X301. 2.2 RATINGS The portable sound attenuated generator set shall be Multiquip Model DCA -60, rated for prime power operation at 53 KW, 66 KVA, 0.80 P.F., 3 phase 4 wire, 60 Hz. The following manually selectable voltages shall be available: • 277 /480V,3- phase,4 -wire • 139/240V, 3-phase, 4-wire • 120/208V, 3- phase, 4 -wire • 120/240V, 1- phase, 3 -wire In addition, the following performance ratings shall apply: • • SP 123 of 138 • Frequency regulation shall be isochronous under varying loads from no load to full load. • Frequency variation shall not exceed + 0.25% from no load to full load. • Voltage regulation shall not exceed + 1.5% from no load to full load. • Voltage variation shall not exceed + 0.5% from no load to full load. • Telephone influence factor shall be less than 50 The generator set shall be capable of picking up 100% load in one step in accordance with NFPA 110. The sound level shall not exceed 66 dB(A) @ 23 feet at full load operation. 2.3 ENGINE AND EQUIPMENT The engine shall be a 4- cycle, direct connected to the generator by a semi - flexible coupling and both shall be mounted on a common sub -base. The engine shall have sufficient power to produce the specified rating when operating at generator synchronous speed with all accessories required for normal operation including exhaust, fuel, cooling, and battery charging systems. The engine, with attached cooling system and the generator shall be mounted on the sub -base with heavy duty, resilient mounts that provide vibration isolation. The engine shall be EPA certified for portable use. Maximum engine speed shall be 1800 RPM. The complete diesel engine generator set shall be free of critical speed, either a major or minor order, and torsional vibrations from 10% below idling to 10% above synchronous speed. Engine shall be equipped with protective controls and sensors for shutdown for low oil pressure, high temperature and over speed. The engine shall be equipped with a fuel system suitable for operation on No. 2 diesel fuel oil meeting the requirements of ASTM -975. The fuel system shall include an engine driven transfer pump and replaceable filters. The engine driven fuel pump shall be positive displacement and capable of providing 110% of the prime power rating with all filtering equipment in operation. The engine shall be equipped with a positive displacement, full pressure, lubrication oil pump with full flow replaceable spin -on canister oil filters and a dipstick. Provide replaceable dry element air cleaner with restriction indicator. Provide engine- mounted battery charging alternator, 35 ampere minimum and solid -state voltage regulator. Provide electronic isochronous governor, consisting of magnetic pickup speed sensor, adjustable electronic control, and an actuator - mounted integral with the fuel pump. Frequency regulation shall be isochronous under varying loads from no load to full load. Frequency variation for constant loads shall not exceed ± 0.25 percent of rated speed. The cooling system shall include a belt- driven pusher fan and water pump, and a • • SP 124 of 138 thermostat for temperature control. The cooling system shall be rated for full rated load operation in 95° F ambient conditions. Guard rotating parts against accidental contact. Cooling system shall be filled with minimum 50% mixture of coolant/anti- freeze. Include coolant overflow tank level for monitoring coolant level. Provide a direct immersion type, jacket water heater for quick engine starting. Heater AC input shall be connected to a NEMA 5 -20P flush mounted male input plug located on the generator receptacle panel. 2.4 ENGINE STARTING SYSTEM Provide a solenoid operated positive engagement gear driven electric starter for operation on 24 volts D.C. Provide automatic cranking controls with three crank attempts with rest periods in between. Failure to start, after three cranking attempts, shall shut down and lockout the engine control. Provide 24 VDC lead acid battery system with sufficient capacity to provide 100 seconds cranking. Insulated stranded copper conductors shall connect the battery to the generator starter. Battery shall be mounted in a corrosion resistant tray with hold -downs to secure the battery. Provide a UL Listed battery float charger with a minimum ampere rating of 3A, 12VDC output, 120VAC input. Charger shall be automatic voltage regulated within 1% of the correct temperature compensated value from no load to full load. Boost charging shall be automatic. Include AC and DC fuses protection and a DC charge ammeter. The charger shall be mounted inside the generator enclosure and the AC input shall be connected to a NEMA 5 -20P flush mounted male input plug located on the housing exterior. 2.5 GENERATOR The generator shall be three phase, 60 hertz, single bearing, four pole revolving field, drip - proof, and air - cooled. The rotor shall have amortissuer windings and be dynamically balanced. Generator windings shall be re- connectable with a manual selector switch providing the following voltages: • 277/480V, 3- phase, 4 -wire • 139/240V, 3- phase, 4 -wire • 120/208V, 3- phase, 4 -wire • 120/240V, 1- phase, 3 -wire The insulation system shall vacuum impregnated with a second finish of epoxy varnish that is fungus resistant. The temperature rise for rotor and stator at full load shall not exceed the allowable temperature use for Class F insulation. THD shall not exceed 5% of rated voltage at full load and no single harmonic shall exceed 3% of rated voltage at full load. • • SP 125 of 138 The excitation system shall be brushless utilizing full wave silicon diodes with surge and excitation overload protection. The excitation system shall be powered by a three phase, open delta design for maximum motor starting capability and isolation from non - linear loads. Provide permanent magnets in the construction for rapid voltage build up and sustained 300% short circuit current. Electronic current boost methods or CT boost methods are not acceptable. The voltage regulator shall be of solid -state construction and temperature compensated. Voltage regulation from no load to full load shall not exceed + 1.5 %. Regulator shall utilize pulse width modulation and be capable of performing in the presence of non - linear loads. The regulator shall be volts /hertz with frequency compensation to allow frequency to decline in an adjustable manner before correcting the output voltage in a linear manner. 2.6 ENGINE GENERATOR CONTROL PANEL The engine generator control panel shall be an integral part of the generator housing to completely isolate it from engine vibration. The panel shall be recessed into the housing with sealed construction and a gasketed door with viewing window for splash proof operation. All switches, lights, and other devices shall be clearly labeled on the panel face. Provide a three position panel mounted switch (STOP- MANUAL -AUTO) to stop the engine in the STOP position, start and run the engine in the MANUAL position, and allow the engine to start and run by closing a remote contact and stop by opening the remote contact in the AUTO position. Provide the following panel mounted accessories: • 2 -wire control for Auto Start-Stop operation • Panel lighting with ON /OFF switch. • Running time meter in hours and tenths of hours • Voltage adjustment rheostat ± 15% • Engine idle switch • Engine pre -heat switch Provide flush mounted analog meters (2 %) for the following: • AC ammeter • Phase Selector switch shows phase amperage • AC voltmeter • Phase Selector switch shows phase voltage • Frequency meter Provide engine indicating meters and devices: • Water temperature gauge • Oil pressure gauge • DC charge meter Controls shall shut down and lock out the engine upon: • Failure to start after specified time (Overcrank) • • SP 126 of 138 • Overspeed • Low oil pressure • High engine temperature Provide DC powered engine monitor with the following lights on the control panel: • Engine Running • Low oil pressure • High engine temp • Overcrank • Overspeed Green LED (indicated) Red LED shutdown Red LED shutdown Red LED shutdown Red LED shutdown Provide thermal magnetic circuit breaker located in control panel dead front behind removable cover. Circuit breaker shall be sized to operate at the highest rated amperage and shall be cable connected to a rotary tap switch. 2.7 POWER OUTPUT CONNECTIONS A dedicated, inverse time delay over - current relay shall be provided to monitor and protect alternator output, regardless of the generator voltage connection. In the event of an overload or short circuit, the over current relay shall activate the output circuit shunt trip and open the circuit breaker. The over current relay shall be factory set and tested prior to shipment. Provide a rotary tap switch for manual voltage selection. The tap switch shall be mounted inside the generator housing with a barrier assembly including a screw cover access. The tap switch handle shall clearly indicate the voltage positions and shall be lockable. Provide a customer entry panel as part of the generator housing. The customer panel shall be an integral part of the generator housing to completely isolate it from engine vibration. The panel shall be recessed into the housing with seamless construction with a hinged cover to shield interior from falling water. The bottom of the customer panel area shall be sloped downward for cable entry and to eliminate water accumulation. Provide 25 feet of #2 AWG copper — 4 conductor 'SO' cord. Connect cord to generator with tin plated copper compression type eyelets. Provide Crouse Hinds #APJ10487 plug terminated to "SO" cord. Plug shall mate to receptacle specified in 16000 — 2.12. Regardless of voltage selected, generator output shall be limited to 100A by means of a UL listed 100 amp circuit breaker. The panel shall contain three, 50 amp, 240 volt female receptacles and two, 120 volt single -phase NEMA 20R GFCI receptacles. The 50 amp receptacles shall be activated in the 120/240 single -phase position only. The GFCI convenience receptacles shall be energized regardless of the voltage connection. All receptacles shall be flush mounted and shall be individually protected with UL listed circuit breakers flush mounted within the panel area and clearly labeled which breaker feeds which receptacle. In addition, the panel shall contain the flush mounted male plugs for the AC input power to the water jacket heater and battery charger, and include the automatic Start-Stop terminal connection block. • SP 127 of 138 Provide power output terminal area above the receptacle panel with flexible rubber shields to separate the terminal area from the customer entrance panel. The terminal area shall be behind a separate door interlocked with the main access door for locking provisions. Cable entrance to power terminals shall be through the customer entrance panel. Mechanical lugs shall be provided for each phase, neutral and ground. The terminal lugs shall be shielded from accidental contact by a clear, Plexi -glass cover secured with cap screws. Connection diagrams for the various voltage selections and safety placards shall be clearly displayed. 2.8 HOUSING The engine generator set and all components shall be enclosed in a factory fit sound attenuated housing with access doors on each side and a door over the control panel. The housing shall be designed so the exhaust system is contained within the enclosure and both the radiator and exhaust discharge vertically in the same duct. The doors shall be arranged so all filters, battery, water jacket heater and other maintenance items can be easily accessed. The control panel door shall have a Plexiglas window for unobstructed viewing of the engine control panel. All doors shall be gasketed and the handles shall be recessed latching type with provisions for locking. The enclosure shall be equipped with a single point lifting bail on the top. The exterior shall be treated with a zinc phosphate process prior to a multi -coat, electro- deposition paint process for priming and the finish coatings. The interior of the housing and all intake and discharge ducts shall be lined with sound absorbing, high temperature foam, per UL94 standards. The housing and exhaust system shall be designed to limit the noise level to 66 dB(A) at 23 feet when operating at full rated load. 2.9 EXHAUST SYSTEM The exhaust system shall be designed so that the muffler is mounted inside the housing, completely concealing all components. Exhaust components mounted on the outside the housing is not acceptable. Provide critical silencer as recommended by the generator set manufacturer to meet overall specified sound level and size to assure full load operation without exceeding the engine manufacturer's recommended back pressure. Provide steel flexible connection between the engine and exhaust line as required for pipe expansion and contraction. 2.10 FUEL STORAGE SYSTEM Provide 53- gallon trailer mounted fuel tank. Tank shall be steel and all penetrations shall be on top of the tank only. Tank construction shall include interior baffles to contain fuel oscillations when in transit. Provide properly sized flexible fuel lines for supply and return and a drop tube for fuel pick -up. Galvanized or copper components shall not be allowed. 0 2.11 TRAILER Trailer shall be low center of gravity, coupler, and screw jack. The trailer specifications: • SP 128 of 138 low bed type with double axle, towing shall meet or exceed the following • Axle Capacity Sized by the trailer manufacturer to meet full GVWR requirements • Number of Axles Two • Suspension Torsion or Leaf Spring Type • Brakes Surge Hydraulic (all axles) • Jackstand 5,000 lbs. Trailer shall be equipped with highway legal fenders and a front adjustable leveling stand with footpad. Unit shall be wired, 12 -volt, to comply with Federal highway laws. Tire and wheel size shall be OEM type; sized per the trailer manufacturer to meet the full load GVWR requirements of the trailer with generator, fuel tank, fuel and all loaded accessories. Coupler shall be the Lunette eye type; 3 -inch diameter. Provide safety chain and breakaway chain, two (2) each, 1/4 in. steel alloy. Safety chain shall be anchored to the trailer by use of a loop of cold - rolled steel, or equivalent solid connection. It shall be lap- welded, not butt- welded, to the trailer. Connection of the chain to the loop shall be a double - clevis connecting link for use on trailer safety chains and shall have a strength at least equal to the chain. Connection of the chain to the tow vehicle shall be a 1/4 inch latching clevis -type hook for use on trailer safety chains with a strength equal to the chain. All bolts shall minimum SAE Grade 5 and shall be easily identifiable. All nuts used for load bearing structural applications, unless otherwise specified shall be SAE stover (top lock) grade "B" lock nuts. Only flat washers shall be used with lock nuts. Lock Tile shall be used on any bolts that are torqued into a blind hole. All fasteners shall allow accessibility using standard mechanics tool. Trailer connector shall be female, suitable for use with surge hydraulic brakes. All low tension primary cable shall be color coded in accordance with SAE J- 1128 as follows: • White Ground connections • Black Clearance, marker, running and tail lights • Red Stop lights • Yellow Left turn indicator lights • Green Right turn indicator lights • Brown B+ lead and supplemental use CJ • SP 129 of 138 All terminal and connectors shall conform to SAE standards. Harness Covering: If used, harness covering shall be convoluted tubing, preferred, or spiral wrap and shall be non - metallic per SAE J -562. The wiring shall be securely attached to substantial supports along its entire route. The use of adhesive backed wire anchors is not acceptable. At no time shall the route come near to or be a part of any heat source, exhaust system or exhaust support. Where installed wiring is required to pass through any body panel or partition, the wiring shall be protected with an insulating grommet at the point of passage. The lighting shall conform to the latest edition of the Federal Motor Vehicle Safety Standard (FMVSS) No. 108. Provide individual stop and directional tail lamps, each with running lights. Provide license plate holder and light. Trailer shall be painted black and comply or conform to federal requirements. Prime coat trailer and any areas susceptible to corrosion. Prime coat must be compatible with finish topcoat and applied as per manufacturers recommendations. PART 3 - EXECUTION 3.1 DELIVERY AND HANDLING Deliver equipment properly packaged and mounted to facilitate handling. Deliver with recommended oil and coolant installed. ATS and manual safety switch shall properly packed for handling and storage. Handle equipment carefully to prevent physical damage. Do not install damaged equipment; remove from site and replace damaged equipment with new. 3.2 GROUNDING Provide equipment grounding connections and material for the diesel generator in accordance with NFPA 70 for a separately derived system. Tighten connections to comply with tightening torques specified in UL 486A to assure permanent and effective grounding. 3.3 PRODUCTION TESTS Provide certified factory production tests on the equipment performed at rated load and 0.8 PF. Tests shall include: Steady -state voltage and frequency analysis Rated load at rated PF Maximum power analysis • • SP 130 of 138 3.4 PARTS AND OPERATIONS MANUALS Provide three (3) sets of O &M manuals at time of generator shipment. Manuals shall be shipped in suitable 3 -ring binders with manufacturers name, address, phone number and points of contact included. Include sales, parts department, service department and emergency (off hours) phone number. 3.5 WARRANTY The entire engine - generator assembly shall be covered by a manufacturer's express written warranty, not less than one (1) year from the date of final installation by end -user. The written warranty shall be included with the O & M manuals. END OF SECTION 16204 SECTION 16205 85 KVA PORTABLE EMERGENCY POWER SYSTEM (Trailer Mounted 85kVA Diesel Generator) PART 1- GENERAL This specification outlines the requirements for providing a complete, operable and tested mobile diesel engine generator as provided by Multiquip. The portable generator shall be sound attenuated with a self- contained fuel system and voltage changeable distribution. Equipment and materials shall be of current design and ready for delivery, connection and operation. The engine shall be equipped with the necessary devices to meet current EPA regulations for the operation of a portable diesel generator. In addition, the engine generator shall have been factory tested to ensure reliable operation at rated power. The generator supplier shall have available factory test results and factory published Operators Manual for the engine - generator set. The engine shall be filled with crankcase lube oil and radiator coolant as recommended by the engine manufacturer and /or as specified herein. The engine generator set shall have posted operating instructions near the control panel and operating devices. Warning placards shall be visible at locations of customer access, to live voltage parts and other electrical connection points. APPLICABLE DOCUMENTS The following documents shall apply to the specified equipment. NEMA MG1 Motors and Generators EGSA 100 Performance Standard for Engine Generators JIS Performance Standard for Engine Generators JES Electrical Performance Standards SAE Society of Automotive Engineers PART 2 - EQUIPMENT 2.1 MANUFACTURING STANDARD • SP 131 of 138 Subject to compliance with requirements, provide a portable, sound attenuated, diesel engine generator with certifications and tests, as manufactured by Multiquip or Generac, no "or equal'. The contact person for Multiquip is Jim Rose, (310) 537 -3700 X301. The generator supplier shall be capable of providing equipment as specified, maintaining service parts inventory and service. 2.2 RATINGS The portable sound attenuated generator set shall be Multiquip Model DCA -85, rated for prime power operation at 70 KW, 88 KVA, 0.80 P.F., 3 phase 4 wire, 60 Hz. The following manually selectable voltages shall be available: • 277/480V, 3- phase, 4 -wire • 139/240V, 3- phase, 4 -wire • 120/208V, 3- phase, 4 -wire • 120/240V, 1- phase, 3 -wire In addition, the following performance ratings shall apply: • Frequency regulation shall be isochronous under varying loads from no load to full load. • Frequency variation shall not exceed ± 0.25% from no load to full load. • Voltage regulation shall not exceed + 1.5% from no load to full load. • Voltage variation shall not exceed ± 0.5% from no load to full load. • Telephone influence factor shall be less than 50 The generator set shall be capable of picking up 100% load in one step in accordance with NFPA 110. The sound level shall not exceed 67dB(A) @ 23 feet at full load operation. 2.3 ENGINE AND EQUIPMENT The engine shall be a 4- cycle, direct connected to the generator by a semi - flexible coupling and both shall be mounted on a common sub -base. The engine shall have sufficient power to produce the specified rating when operating at generator synchronous speed with all accessories required for normal operation including exhaust, fuel, cooling, and battery charging systems. The engine, with attached cooling system and the generator shall be mounted on the sub -base with heavy duty, resilient mounts that provide vibration isolation. The engine shall be EPA certified for portable use. • • • SP 132 of 138 Maximum engine speed shall be 1800 RPM. The complete diesel engine generator set shall be free of critical speed, either a major or minor order, and torsional vibrations from 10% below idling to 10% above synchronous speed. Engine shall be equipped with protective controls and sensors for shutdown for low oil pressure, high temperature and overspeed. The engine shall be equipped with a fuel system suitable for operation on No. 2 diesel fuel oil meeting the requirements of ASTM -975. The fuel system shall include an engine driven transfer pump and replaceable filters. The engine driven fuel pump shall be positive displacement and capable of providing 110% of the prime power rating with all filtering equipment in operation. The engine shall be equipped with a positive displacement, full pressure, lubrication oil pump with full flow replaceable spin -on canister oil filters and a dipstick. Provide replaceable dry element air cleaner with restriction indicator. Provide engine- mounted battery charging alternator, 35 ampere minimum and solid -state voltage regulator. Provide electronic isochronous governor, consisting of magnetic pickup speed sensor, adjustable electronic control, and an actuator - mounted integral with the fuel pump. Frequency regulation shall be isochronous under varying loads from no load to full load. Frequency variation for constant loads shall not exceed + 0.25 percent of rated speed. The cooling system shall include a belt- driven pusher fan and water pump, and a thermostat for temperature control. The cooling system shall be rated for full rated load operation in 95° F ambient conditions. Guard rotating parts against accidental contact. Cooling system shall be filled with minimum 50% mixture of coolant/anti- freeze. Include coolant overflow tank level for monitoring coolant level. Provide a direct immersion type, jacket water heater for quick engine starting. Heater AC input shall be connected to a NEMA 5 -20P flush mounted male input plug located on the generator receptacle panel. 2.4 ENGINE STARTING SYSTEM Provide a solenoid operated positive engagement gear driven electric starter for operation on 12 volts D.C. Provide automatic cranking controls with three crank attempts with rest periods in between. Failure to start, after three cranking attempts, shall shut down and lockout the engine control. Provide 12 VDC lead acid battery system with sufficient capacity to provide 100 seconds cranking. Insulated stranded copper conductors shall connect the battery to the generator starter. Battery shall be mounted in a corrosion resistant tray with hold -downs to secure the battery. Provide a UL Listed battery float charger with a minimum ampere rating of 3A, 12VDC output, 120VAC input. Charger shall be automatic voltage regulated • • SP 133 of 138 within 1% of the correct temperature compensated value from no load to full load. Boost charging shall be automatic. Include AC and DC fuses protection and a DC charge ammeter. The charger shall be mounted inside the generator enclosure and the AC input shall be connected to a NEMA 5 -20P flush mounted male input plug located on the housing exterior. 2.5 GENERATOR The generator shall be three phase, 60 hertz, single bearing, four pole - revolving field, drip - proof, and air - cooled. The rotor shall have amortissuer windings and be dynamically balanced. Generator windings shall be re- connectable with a manual selector switch providing the following voltages: • 277/480V, 3- phase, 4 -wire • 139/240V, 3- phase, 4 -wire • 120/208V, 3- phase, 4 -wire • 120/240V, 1- phase, 3 -wire The insulation system shall vacuum impregnated with a second finish of epoxy varnish that is fungus resistant. The temperature rise for rotor and stator at full load shall not exceed the allowable temperature use for Class F insulation. THD shall not exceed 5% of rated voltage at full load and no single harmonic shall exceed 3% of rated voltage at full load. The excitation system shall be brushless utilizing full wave silicon diodes with surge and excitation overload protection. The excitation system shall be powered by a three phase, open delta design for maximum motor starting capability and isolation from non - linear loads. Provide permanent magnets in the construction for rapid voltage build up and sustained 300% short circuit current. Electronic current boost methods or CT boost methods are not acceptable. The voltage regulator shall be of solid -state construction and temperature compensated. Voltage regulation from no load to full load shall not exceed ± 1.5 %. Regulator shall utilize pulse width modulation and be capable of performing in the presence of non - linear loads. The regulator shall be volts /hertz with frequency compensation to allow frequency to decline in an adjustable manner before correcting the output voltage in a linear manner. 2.6 ENGINE GENERATOR CONTROL PANEL The engine generator control panel shall be an integral part of the generator housing to completely isolate it from engine vibration. The panel shall be recessed into the housing with sealed construction and a gasketed door with viewing window for splash proof operation. All switches, lights, and other devices shall be clearly labeled on the panel face. Provide a three position panel mounted switch (STOP- MANUAL -AUTO) to stop the engine in the STOP position, start and run the engine in the MANUAL position, and allow the engine to start and run by closing a remote contact and stop by opening the remote contact in the AUTO position. Provide the following panel mounted accessories: • 2 -wire control for Auto Start-Stop operation • Panel lighting with ON /OFF switch. • Running time meter in hours and tenths of hours • Voltage adjustment rheostat ± 15% • Engine idle switch • Engine pre -heat switch Provide flush mounted analog meters (2 %) for the following: • AC ammeter • Phase Selector switch shows phase amperage • AC voltmeter • Phase Selector switch shows phase voltage • Frequency meter Provide engine indicating meters and devices: • Water temperature gauge • Oil pressure gauge • DC charge meter Controls shall shut down and lock out the engine upon: • Failure to start after specified time (Overcrank) • Overspeed • Low oil pressure • High engine temperature SP 134 of 138 Provide DC powered engine monitor with the following lights on the control panel: • Engine Running Green LED (indicated) • Low oil pressure Red LED shutdown • High engine temp Red LED shutdown • Overcrank Red LED shutdown • Overspeed Red LED shutdown Provide thermal magnetic circuit breaker located in control panel dead front behind removable cover. Circuit breaker shall be sized to operate at the highest rated amperage and shall be cable connected to a rotary tap switch. 2.7 POWER OUTPUT CONNECTIONS A dedicated, inverse time delay over - current relay shall be provided to monitor and protect alternator output, regardless of the generator voltage connection. In the event of an overload or short circuit, the over current relay shall activate the output circuit shunt trip and open the circuit breaker. The over current relay shall be factory set and tested prior to shipment. Provide a rotary tap switch for manual voltage selection. The tap switch shall be mounted inside the generator housing with a barrier assembly including a screw cover access. The tap switch handle shall clearly indicate the voltage positions and shall be lockable. • SP 135 of 138 Provide a customer entry panel as part of the generator housing. The customer panel shall be an integral part of the generator housing to completely isolate it from engine vibration. The panel shall be recessed into the housing with seamless construction with a hinged cover to shield interior from falling water. The bottom of the customer panel area shall be sloped downward for cable entry and to eliminate water accumulation. Provide 25 feet of #2 AWG copper — 4 conductor 'SO' cord. Connect cord to generator with tin plated compression type eyelets. Provide Crouse Hinds #APJ10487 plug terminated to "SO" cord. Plug shall mate to receptacle specified in 16000 2.12. Regardless of voltage, selected generator output shall be limited to 100A by means of a UL listed 100 amp circuit breaker. The panel shall contain three, 50 amp, 240 volt female receptacles and two, 120 volt single -phase NEMA 20R GFCI receptacles. The 50 amp receptacles shall be activated in the 120/240 single -phase position only. The GFCI convenience receptacles shall be energized regardless of the voltage connection. All receptacles shall be flush mounted and shall be individually protected with UL listed circuit breakers flush mounted within the panel area and clearly labeled which breaker feeds which receptacle. In addition, the panel shall contain the flush mounted male plugs for the AC input power to the water jacket heater and battery charger, and include the automatic Start-Stop terminal connection block. Provide power output terminal area above the receptacle panel with flexible rubber shields to separate the terminal area from the customer entrance panel. The terminal area shall be behind a separate door interlocked with the main access door for locking provisions. Cable entrance to power terminals shall be through the customer entrance panel. Mechanical lugs shall be provided for each phase, neutral and ground. The terminal lugs shall be shielded from accidental contact by a clear, Plexi -glass cover secured with cap screws. Connection diagrams for the various voltage selections and safety placards shall be clearly displayed. 2.8 PROVIDE HOUSING The engine generator set and all components shall be enclosed in a factory fit sound attenuated housing with access doors on each side and a door over the control panel. The housing shall be designed so the exhaust system is contained within the enclosure and both the radiator and exhaust discharge vertically in the same duct. The doors shall be arranged so all filters, battery, water jacket heater and other maintenance items can be easily accessed. The control panel door shall have a Plexiglas window for unobstructed viewing of the engine control panel. All doors shall be gasketed and the handles shall be recessed latching type with provisions for locking. The enclosure shall be equipped with a single point lifting bail on the top. The exterior shall be treated with a zinc phosphate process prior to a multi -coat, electro- deposition paint process for priming and the finish coatings. The interior SP 136 of 138 of the housing and all intake and discharge ducts shall be lined with sound absorbing, high temperature foam, per UL94 standards. The housing and exhaust system shall be designed to limit the noise level to 67 dB(A) at 23 feet when operating at full rated load. 2.9 EXHAUST SYSTEM The exhaust system shall be designed so that the muffler is mounted inside the housing, completely concealing all components. Exhaust components mounted on the outside the housing is not acceptable. Provide critical silencer as recommended by the generator set manufacturer to meet overall specified sound level and size to assure full load operation without exceeding the engine manufacturer's recommended back pressure. Provide steel flexible connection between the engine and exhaust line as required for pipe expansion and contraction. 2.10 FUEL STORAGE SYSTEM Provide 53- gallon trailer mounted fuel tank. Tank shall be steel and all penetrations shall be on top of the tank only. Tank construction shall include interior baffles to contain fuel oscillations when in transit. Provide properly sized flexible fuel lines for supply and return and a drop tube for fuel pick -up. Galvanized or copper components shall not be allowed. 2.11 TRAILER Trailer shall be low center of gravity, low bed type with double axle, towing coupler, and screw jack. The trailer shall meet or exceed the following specifications: Axle Capacity Sized by the trailer manufacturer to meet full GVWR requirements • Number of Axles Two • Suspension Torsion or Leaf Spring Type • Brakes Surge Hydraulic (all axles) • Jackstand 5,000 lbs. Trailer shall be equipped with highway legal fenders and a front adjustable leveling stand with footpad. Unit shall be wired, 12 -volt, to comply with Federal highway laws. Tire and wheel size shall be OEM type; sized per the trailer manufacturer to meet the full load GVWR requirements of the trailer with generator, fuel tank, fuel and all loaded accessories. Coupler shall be the Lunette eye type; 3 -inch diameter. Provide safety chain and breakaway chain, two (2) each, 1/4 in. steel alloy. Safety chain shall be anchored to the trailer by use of a loop of cold - rolled steel, or equivalent solid connection. It shall be lap- welded, not butt- welded, to the trailer. Connection of the chain to the loop shall be a double - clevis connecting link for use on trailer safety chains and shall have a strength of at least equal to • SP 137 of 138 the chain. Connection of the chain to the tow vehicle shall be a 1/4 inch latching clevis -type hook for use on trailer safety chains with a strength equal to the chain. All bolts shall minimum SAE Grade 5 and shall be easily identifiable. All nuts used for load bearing structural applications, unless otherwise specified shall be SAE stover (top lock) grade "B" lock nuts. Only flat washers shall be used with lock nuts. Lock Tite shall be used on any bolts that are torqued into a blind hole. All fasteners shall allow accessibility using standard mechanics tool. Trailer connector shall be female, suitable for use with surge hydraulic brakes. All low- tension primary cable shall be color coded in accordance with SAE J- 1128 as follows: • White Ground connections • Black Clearance, marker, running and tail lights • Red Stop lights • Yellow Left turn indicator lights • Green Right turn indicator lights • Brown B+ lead and supplemental use All terminal and connectors shall conform to SAE standards. Harness Covering: If used, harness covering shall be convoluted tubing, preferred, or spiral wrap and shall be non - metallic per SAE J -562. The wiring shall be securely attached to substantial supports along its entire route. The use of adhesive backed wire anchors is not acceptable. At no time shall the route come near to or be a part of any heat source, exhaust system or exhaust support. Where installed wiring is required to pass through any body panel or partition, the wiring shall be protected with an insulating grommet at the point of passage. The lighting shall conform to the latest edition of the Federal Motor Vehicle Safety Standard (FMVSS) No. 108. Provide individual stop and directional tail lamps, each with running lights. Provide license plate holder and light. Trailer shall be painted black and comply or conform to federal requirements. Prime coat trailer and any areas susceptible to corrosion. Prime coat must be compatible with finish topcoat and applied per manufacturers recommendations. PART 3 - EXECUTION 3.1 DELIVERY AND HANDLING Deliver equipment properly packaged and mounted to facilitate handling. Deliver with recommended oil and coolant installed. ATS and manual safety switch shall properly packed for handling and storage. Handle equipment carefully to prevent physical damage. Do not install damaged equipment; remove from site and replace damaged equipment with new. 0 SP 138 of 138 3.2 GROUNDING Provide equipment grounding connections and material for the diesel generator in accordance with NFPA 70 for a separately derived system. Tighten connections to comply with tightening torques specified in UL 486A to assure permanent and effective grounding. 3.3 PRODUCTION TESTS Provide certified factory production tests on the equipment performed at rated load and 0.8 PF. Tests shall include: Steady -state voltage and frequency analysis Rated load at rated PF Maximum power analysis 3.4 PARTS AND OPERATIONS MANUALS Provide three (3) sets of O & M manuals at time of generator shipment. Manuals shall be shipped in suitable 3 -ring binders with manufacturers name, address, phone number and points of contact included. Include sales, parts department, service department and emergency (off hours) phone number. 3.5 WARRANTY The entire engine - generator assembly shall be covered by a manufacturer's express written warranty, not less than one (1) year from the date of final installation by end -user. The written warranty shall be included with the O & M manuals. END OF SECTION 16205 APPENDIX A BUCK GULLY PUMP STATION GEOTECHNICAL BORING LOG GEOTECHNICAL BORING LOG LB -1A Date 12 -7 -01 Sheet 1 of 1 Project Newport Beach /Ocean Front. Project No. 010584 -001 Drilling Co. A &R Drilling. Type of Rig Limited Access Hole Diameter 8" Drive Weight 140 IDS. Drop 30 "_ Elevation Top of Hole 38' Location see boring location map. LEIGHTON AND ASSOCIATES, INC. DESCRIPTION d O v lay L m ad r d v NO ) 3 n N ew fA m F LL 1Vo a ou C UV _ui o w 7 o g o� Logged By RPK c. � Sampled By RPK I 0 QO': Asphalt: 2" and No base. Ii 351 R -1 49 75.6 22.5 ML @2.5': Sandy SILT, reddish brown, stiff, fine to medium grained sand, medium to large sized gravel and fragmented rock, some clay. 1...'. I. .' Bag 1 5—: S -1 34 ML @5': Sandy SILT, reddish brown, hard, fine to medium grained sand, J' medium to large sized gravel and fragmented rock, some clay. 301 ••�• • R 2 24 5016" 84.4 26.4 Bedrock @ 7.5' Sandy SILT, reddish brown, hard, fine to medium grained sand• medium to large sized gravel and fragmented rock, some clay. 10 I S -2 x 5015" ML @10': Sandy SILT, reddish brown, hard, fine to medium grained sand, medium to large sized gravel and fragmented rock, some clay. 25 I 15 f • ' I R -3 50/6" J2.7 21.5 ML '; Sandy SILT, reddish brown, hard, fine to medium grained sand, I mediu t i ravel and fra e r somo day 1 Total depth of the hole: 15.5 feet. No ground water is encountered, 20i Encountered bedrock @ depth of 7.5 feet Backfilled with cuttings and surface is finished with cold asphalt patch. 20--1 i i I I I 15 � i 25 10 ' i 30 �-- SAMPLE TYPES: TYPE OF TESTS: _` 5 SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS ` 8 BULK SAMPLE CN CONSOLIDATION EI EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R-VALUE LEIGHTON AND ASSOCIATES, INC. ®37.84AC 37.84CONC 37.88TC ®37.21 FL 35.7INV ©6" PIPE CE JUN 2 5 2002 TO: Mayor and Members of the City Council FROM: Public Works Department • June 25, 2002 CITY COUNCIL AGENDA ITEM NO. 15 SUBJECT: BUCK GULLY SEWER PUMP STATION REHABILITATION - AWARD OF CONTRACT NO. 3368 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3368 to Caliagua, Inc. for the Total Bid Price of $762,511 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $75,000 to cover the cost of unforeseen work. 4. Authorize a Budget Amendment appropriating $157,511 from the unappropriated Wastewater Fund Reserve Balance to Account No. 7532- C5600100. DISCUSSION: At 2:00 p.m. on June 17, 2002, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Caliagua, Inc. $763,511.00 2 GCI Construction $947,100.00 Corrected Bid Amount is $762,511.00 The low total bid amount is 11 percent above the Engineers Estimate of $683,000. The low bidder, Caliagua, Inc., possesses a General Class "A" contractor's license as required by the project specifications. Caliagua has satisfactorily completed similar projects for the other municipalities. PROJECT DESCRIPTION: The Buck Gully Wastewater Pump Station is located near Little Corona Beach off Ocean Boulevard in Corona del Mar. See attached Exhibit "A" for the location of all of the City's pump stations. This pump station was constructed in the 1940's when the community was less developed and its sewer load was considerably less than today's. The 50 -year old station has operated beyond its design life. The pumps are worn and obsolete. Many of the components of the station need to be upgraded to meet current State mandated codes and standards. %k L SUBJECT: BUCK GULLOWER PUMP STATION REHABILITATION -AOD OF CONTRACT NO. 3368 June 25, 2002 Page: 2 The Regional Water Quality Control Board has become more stringent in requiring agencies to maintain a "spill free" wastewater system. The Buck Gully Pump Station is directly adjacent to the Buck Gully and right above the Little Corona swimming beach. If the station fails, Staff has approximately one hour to respond and hook up a by -pass pumping unit. Replacement of the Buck Gully pumps will also include the purchase of a quieter backup generator. The project involves the construction of a new pump room, installation of new pumps and controls, demolition of the existing above ground control room, construction of a new roof structure at the same elevation as the adjacent pedestrian walkway. In addition, new drainage facilities will be constructed along with new concrete walkways to the adjacent Little Corona restroom facilities. In an effort to save time and construction costs, the Carnation and Linda Isle Pump stations were included in the Buck Gully contract. The upgrades planned for these two stations include new hatches to allow better access to the stations and electrical upgrades, including emergency generator connections. A new bypass pump connection vault is also planned at each station. Since the Buck Gully project includes the same type of hatches, electrical controls, and bypass components, construction cost savings was realized by bidding these three stations as one contract. Individually constructed these two stations would have cost 20 to 30 percent more to upgrade. PROJECT SCHEDULE AND FUNDING The project is to be completed in 130 working days (6 months). However, construction will not begin until September 15th to avoid impacts with the public during the summer. There is $680,000 of funding available in the Master Plan Sewer Pump Station Improvement Capital Improvement Account No. 7532- C5600100. The remaining $157,511 will need to be appropriated from the unappropriated reserves of the Wastewater Fund to Account No. 7532- C5600100. The three projects were estimated at $1,044,000 in the 1996 Master Plan of Sewers. The total cost for the three projects combined is $837,511, which includes $75,000 for unforeseen work. Res ectfully�,� os�J. PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director / J. SinacQf,P.E. I Civil Engineer In Attachment: Bid Summary City Wastewater Pump Station Location Map as °� EA P1 W O Q O O >4 H Ha H (A U D a N E° c J o o n N � W W _ 2 ui U p N U O N D s 9 v � c U _ n zuip 0 Y < U U W O = J U p m 6 m m z O H H J m a 2 W Q J J 6i Lu 7 U a pC m0wa H cc W W LL P Z J Z 0 0 � 0 z a[ H U W d • ! >` U > Z U U O ui a Q O u) > 0 O Z c o y 0 0 J O tl a 0 O O ci O p pmO > Np = . a, OU N m < N E E tV 0c F a i °owa¢pUw m n¢mwUi ¢mL [ t i i w i W F n n n n l0 O O d U m O J a a d °S O O 0 000000 O 00 O O 8S888S 8 o O � O 0 Z o o0 0 000 ° 0 ° ° 0 00000 - 00 0 00 0 00000 8 - �n ° 82gS80 0 00 O OOOOO c c 0 000000 O O t7 N N M O N N O N ( O O N N V V O O V V O O N N C C) c cti C Cj C Cj O O N N a � �q m m U p U � po U 0 5 0 5 0 g O 5 O O O O 8 S S O O 8 8 8 8 p p S S S S O O O O O O O S p p 8 p p 8 �= Z 8 0 52�5 0 52O � 5 52V � 5 80000000 0 °°°°°°°°°°° g 000000 O Oo O O M O MONO S O p Z 0 0 h O 8 O M M N N ( (V o of o o'i O O C CV C Ci ( (V C Ci a ai N N 0 0 0 0 S g g o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g o 0 0 0 o o c c o o o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 0 0 0 0 0 0 Z N N to O O M t M m O O N O I I� ( (J V V f f > > N N 6 6 aD 6 6,6 V V m m V V R V V V V P POO N N O O R O J a a ° °vi i in i i» n n S S S ° ° S S S S S ° ° S S S S 8 8 8 8 S S 8 8 ° ° 0000000 U O O O O O O O O O O O O O O O S O 0 0 0 N N N r M I n n n > Q Q n n N r M P c Iqn ^ ^ n m O > J 1 1� C C) ( (V Q Q u u7 ( (VO O OO e eD C CJ u ui ( (V V vi n ,O c c0 P cV V V ( (V ( (V P PO o ofO J J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O o o p p m z z ° °o ° °o ° °o ° °o ° °o ° °o ° °0 ° °o ° °O ° °0 ° °o ° °0 ° °O ° °o ° °O m m ° °0 ° °o S S S S e e ° °0 m m ° °0 ° °0 ° °0 ° °0 ° °O ° °o ° °O ° °o 0 0 o o o O O V V O O� O O O O 6 m 0 0 O O V O A A O O O O M M N N N N E O O � � O O O O O O Q Q N N O O O O 6 C6 O O O O O O O V O O m m o o o o v vi r r c co v vi m m v 6 C of c co u ui c co N N m m m m n n 666 c co � �i a ai m m r r c co m m (15 N C C _ _ m _�- 0 0000 ° °00000000 ° °°0 ° °0 ° °00 ° ° ° °0 ° °0 ° °0 °6,4_0°0°0 a °0 a �z 0 0� o o 0 0°0 a a m m 0 00 L Ln L Lq o o 0 0 ° aZm O OO°Q O O�°o ° a� w w Wp r rino0,ri c cS C Ci m mm o omw v vS C C6 - -w 6 6mn<00 C C6 r r. N Ni n nco O c c6 c c6 O O O O p p U J O c c6 N N 0 0 0 0 O O O O D D U U U U5 U U U U U U U U c co U U U U U U U U U U U U J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J F- a d 0 m m m m 6 0 0 6 6 ti r r d d ( ((n c ci j j Z Z 2 2 c co ma O C C y y Z Z _ _ � � ~ ~ _ _ � � N N m C @ @ N N N N O C J J F F J J N N Fz ; ; t tiL � �2 n. H v d n- z t to o o n H o o v v v d o o 0 0 o o n O a a'L . . < Q a a c cLi a a s s C C W W j j d d C C W W c cLi C C < Q D o otl o o0 3 c d d ' ''�{ a a c c d d o of . .3 e e _ D N . .- O 3 c t0 7 7 J ry ( (n G G CL a a y O N N U O t J ! !Op N N N N W W J J r U} N N U U N N N U O O Y Y N N N N W N ( (n . .. m m U U N N > > N N ( (!J C CO 0 0 w J J U � W N m U a a U m Q Q w U J Ja E Er d p p p � d E E o o E E m m > > Z o O ZE ° ° > > n o c A A o O o c ~ n n n n n l0 O O d U m O J a a d Wify of Newport Beacio BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: NO. BA- 349 AMOUNT: F $157,511.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations related to the Buck Gully Sewer Pump Station Rehabilitation Project, C -3368. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 530 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description General Fund Fund Balance Description Signed: Financial Approval: Signed: Administrative ADDi Signed: Services Director Manager City Council Approval: City Clerk Amount Debit Credit $157,511.00 ' $157,511.00 � -�/V-dam Date D e Date Description Division Number 7532 Sewer Pump Station Improvement Program Account Number C5600100 Sewer Pump Station Master Plan Improvement Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Financial Approval: Signed: Administrative ADDi Signed: Services Director Manager City Council Approval: City Clerk Amount Debit Credit $157,511.00 ' $157,511.00 � -�/V-dam Date D e Date 37N 3E4G469� � u e 38� § §44 "s'� N 3i_o� E a .t E c fi d �' yro ■ .Q G u° 'a - i�F #7 Et i�iFRg's+i6 . yex � 9�Sfye�m e°•'q a 9�'°-. xf "JJd� 1N 31�6�a0 JN vtYF ]C9i E? I :� "'• V - O 3 \' Q O V LL a h Ei J 4 ^ti l O � <Z ij cz o= 32:1 v U i. I � I Q O V LL a h Ei Qry of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 049 AMOUNT: $157,51.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: JUN 2 K 2002 To increase expenditure appropriations related to the Buck Gully Sewer Pump Station Rehabilitation Project, C -3368. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 530 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description General Fund Fund Balance Description Signed: Fina cial Approval: Signed: Administrative Appi Signed: — / /�Y�t c /// -I V4 City Council Approval: City Clerk Services Director Amount Debit Credit $157,511.00 $157,511.00 Date G :oz �/X /Oa Date Description Division Number 7532 Sewer Pump Station Improvement Program Account Number C5600100 Sewer Pump Station Master Plan Improvement Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Fina cial Approval: Signed: Administrative Appi Signed: — / /�Y�t c /// -I V4 City Council Approval: City Clerk Services Director Amount Debit Credit $157,511.00 $157,511.00 Date G :oz �/X /Oa Date BUCK GULLY PUMP STATION REHABILITATION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH THE KEITH COMPANIES THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this,5�25 day of September 2001, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and The Keith Companies whose address is 2955 Red Hill Avenue, Costa Mesa, California, 92626, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS: A. On May 8, 2001, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT', for Design of the Buck Gully Wastewater Pump Station Rehabilitation, hereinafter referred to as 'PROJECT', was entered into by and between CITY and CONSULTANT. B. CITY desires to enter into this AMENDMENT NO. 1 to reflect additional services not included in the AGREEMENT and to extend the term of the AGREEMENT to December 31. 2002. C. CITY desires to compensate CONSULTANT for additional professional services needed for PROJECT. D. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1, as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 1. CONSULTANT shall be compensated for services performed pursuant to this AMENDMENT NO. 1 according to "Exhibit A" dated August 27, 2001, attached hereto. 0 0 2. Total additional compensation to CONSULTANT for services performed pursuant to this AMENDMENT NO. 1 shall not exceed thirty -nine thousand two hundred and twenty and no /100 dollars ($39,220). 3. CONSULTANT's not -to- exceed compensation to be paid under AGREEMENT is hearby increased from $86,065 to $125,285. 2002. 4. The term of the AGREEMENT shall be extended to December 31, 5. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 1 on the date first above written. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney ATTEST: LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By:t —� moo! Garold B. Adams, Mayor City of Newport Beach CONSULTANT By /G / o/ Robert S. Reid, P.E., Vice President The Keith Companies, Inc. F: \Users \PBW \Shared\Agreements \Fy 01- 02 \TKC Buck Gully -Amend 1.doc 10 Exhibit A ��The Keith Companies 1 �0%ritt ir— � -�r1 _-7 August 27, 2001 AU6 3 0 M I Mike Sinacori City of Newport Beach Public Works Department 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92658 -8915 Subject: Additional Engineering Services for the Buck Gully Sewer Pump Station Project and at the Carnation and Linda Isle Sewer Pump Station Sites Dear Mike, During our August 17, 2001 meeting and field trip, you stated that the City wants to modify the existing pump station at the Buck Gully site to include a new underground pump structure to house the new pumps and motors and to revise the proposed roof slab to incorporate the new pump enclosure. In addition, you stated that the City wants to remove the existing below ground pump controls and electrical equipment at the Carnation Pump Station and Linda Isle Pump Station sites and replace this equipment with new above ground state of the art pump controls, electrical equipment and cabinets. TKC proposes that our scope of services be increased to include the following tasks: Buck Gully Sewer Pump Station Design a new underground pump enclosure, approximately 10 foot square, (either precast vault or cast -in -place vault) to house the new pumps and motors. The new underground structure will be located between the existing pump structure and restroom. The selected pumps and motors will be positioned within the new underground structure to maximize accessibility and operations. Convert the existing dry well into an expanded wet well. Pump connections into the existing dry well area and to the existing valve vault will be incorporated into the design. Completed project construction plans will be revised to reflect new design concepts. Project technical specifications, special provisions, and control bid documents will incorporate these additional improvements. 2. Design a new roof slab to include the new pump structure as part of the slab structure. Investigate incorporating the retaining /sluff wall into the roof structure design. \ \KEITH0103 \K \13]]9.00 \doc\28059998 proposal Icttecdoc Costa Mesa Division P.O. Box 25127 Santa Ana California 92799 -5127 2955 Red Hill Avenue Costa Mesa California 92626 -5976 T: 714.540.0800 F:714.668.7026 www.keithco.com Mike Sinacori • • City of Newport Beach August 27, 2001 Page 2 Carnation Sewer Pump Station 1. Conduct a field investigation of existing pump and electrical controls located underground at the site. TKC will meet with the City's operational and utilities staff to discuss the improvements to be implemented at the Carnation station. Part of the field investigation will be to select a location for the new electrical cabinets as to not obstruct existing views or impact the aesthetics of the area. 2. Design new above ground state of the art pump and electrical controls, motor control center cabinets, Myers box facilities and emergency generator transfer switch. Plans will be prepared in AmoCAD Release 14 or newer, and shall be plotted on City standard Mylar sheets. Once completed, the original mylars of all approved drawings shall be submitted to the City together with all other bid documents. Project technical specification, special provisions, and control bid documents shall be prepared in accordance with the requirements of the City's design criteria. TKC shall provide a copy, in Microsoft Word compatible format, of the special provisions and contract bid documents. 3. Provide a hatch design and specifications to replace existing access hatch. Linda Isle Sewer Pump Station Conduct a field investigation of existing pump and electrical controls located underground at the site. TKC will meet with the City's operational and utilities staff to discuss the improvements to be implemented at the Linda Isle station. Part of the field investigation will be to select a location for the new electrical cabinets as to not obstruct existing views or impact the aesthetics of the area. 2. Design new above ground state of the art pump and electrical controls, motor control center cabinets, Myers box facilities and emergency generator transfer switch. Plans will be prepared in AutoCAD Release 14 or newer, and shall be plotted on City standard Mylar sheets. Once completed, the original mylars of all approved drawings shall be submitted to the City together with all other bid documents. Project technical specification, special provisions, and control bid documents shall be prepared in accordance with the requirements of the City's design criteria. TKC shall provide a copy, in Microsoft Word compatible format, of the special provisions and contract bid documents. \\KEITH0)0YX \I3779.00AMc 29059998 proposal Imn.da TKC Mike Sinacori • • City of Newport Beach August 27, 2001 Page 3 3. Provide design and civil construction plan for island improvements in vicinity of sewer pump station to rebuild island curb and gutter to City Standards. 4. Provide a hatch design and specifications to replace existing access hatch. To provide these engineering services, we respectfully request that the upper limit of our contract with the City be increased by $39,300. A breakdown of the requested fee is as follows: Buck Gully Sewer Pump Station $9,275 Carnation Sewer Pump Station $14,775 Linda Isle Sewer Pump Station 1$ 5.250 Total all three components $39,300 The preparation of the plans can be completed within four weeks of the notice to proceed for the additional work. This additional work will be incorporated into the bid document package being developed for the Buck Gully project. If there are any questions regarding this request, please do not hesitate to e -mail or call me at (714) 641 -4266. Sincerely, THE KEITH COMPANIES, INC. 4 — Robert F. Seeman, P.E. Sr. Project Manager cc: Robert Reid, TKC K9 779.Wdoc 28059998 proposal krnc d. 1K_L__ Thomas Braun, P.E. President – Costa Mesa Division ITKO Mike Sinacori • • City of Newport Beach August 27, 2001 Page 3 3. Provide design and civil construction plan for island improvements in vicinity of sewer pump station to rebuild island curb and gutter to City Standards. 4. Provide a hatch design and specifications to replace existing access hatch. To provide these engineering services, we respectfully request that the upper limit of our contract with the City be increased by $39,220. A breakdown of the requested fee is as follows: Buck Gully Sewer Pump Station $9,242 Carnation Sewer Pump Station $14,749 Linda Isle Sewer Pump Station $15,229 Total all three components $39,220 The preparation of the plans can be completed within four weeks of the notice to proceed for the additional work. This additional work will be incorporated into the bid document package being developed for the Buck Gully project. If there are any questions regarding this request, please do not hesitate to e -mail or call me at (714) 641 -4266. Sincerely, THE KEITH COMPANIES, INC. Robert F. Seeman, P.E. Sr. Project Manager cc: Robert Reid, TKC %1UITH0103 \KIUT/9001doc \20059990 proposal Icaudw qE�' Thomas Braun, P.E. President — Costa Mesa Division ITKC En _ x W 2 U W m cr O CL w Z LL O T 0 t d o: C O CL E a 10 ?N } _T Y V 7 CD Q7 a CO U Q1 O rL 0 • 00i L x W MO N O to O O> 0 C O N CO 0) O QO O V N O QMP N O N N CO N r N (� r N N O �-Nr to ^ r `T L6 H 'r f9 N t9 Ni to M IR Vi 44) t9 Vf 6-i di t9 Hi t9 N O O O O O O N to O O b O ppO pOp W O In W .- a- N ' N N tp' LL (/J 4" r I N N 64 Eq N 4" fA 6A N O M 00 N 0t0 O M 0) O t00 NCO W O •.. O R co t0 V O tD O Q a t0 01 l0 W N N O t0 O to N N N N r N �d r fV r M N J r tR 69NN 6q N N?N Vi 64 Nbe, N6AN 6q N N 0 M N O N N N OD (` M p r v 3 UU U Z 0 N N r r Q N r M N M r Q U U. N 4f N co O O (p O O O N N Q U O J C U OI O1 n c O O O O mew P m 00 v Go N CD CN N 0IT mN a _ W O yag N M N '- M N OI d a`a ti ti O O O O 2 m OYC ai Y P a a u s >� O at 3 . -> mr 4 O _0 °>t fi Q 2) .0 `DO O W v Z a, n w 0 y a$ c E H a c E E O c 0) O'z W p s .2 a L Q y `a: c7i ro O D W a3i y P w G a a c N 0 f- C N C tai S Y H CO Nry 0q� J A) �O�OCD O v �UOtlU Q W d 0 (A L) cc 7 Y C3 U J 00i L x W 6 c• -2ACH September 11, 2001 CITY COUNCIL AGENDA ITEM NO. 5 APPROVEa COUNCIL AGENDA TO: Mayor and Members of the City Council f.0 B FROM: Public Works Department gf25/01 SUBJECT: BUCK GULLY PUMP STATION REHABILITATION, CONTRACT NO. 3368 — AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH THE KEITH COMPANIES RECOMMENDATIONS: Approve Amendment No. 1 to The Keith Companies for additional design services for Buck Gully Pump Station Rehabilitation and upgrades to the Carnation and Linda Isle pump stations and authorize the Mayor and City Clerk to execute the amendment for a fee of $39,220. DISCUSSION: On May 8, 2001, the City Council approved a professional services agreement with The Keith Companies to develop plans and specifications for the refurbishment of the Buck Gully Wastewater Pump Station located near Little Corona Beach off Ocean Boulevard in Corona del Mar. See attached Exhibit "A" for the location of all of the City's pump stations. This pump station was constructed in the 1940's when the community was not as developed and its sewer load was considerably less. The 50 -year old station has operated beyond its design life and the pumps are worn and obsolete. Many of the components of the station need to be upgraded to meet current State mandated codes and standards. The fee for the contracted services is $86,065. THE REQUESTED AMENDMENT: During the design process for the Buck Gully Pump Station, a concern was raised about maintaining the existing pump station's operation during the refurbishment. It is suggested that a new pump room adjacent to the existing station be added to house the new pumps, motors, and electrical controls. After testing and acceptance, the old pumps will be removed and the flow will be allowed into the new pump structure. Staff believes there would be significant savings relating to the bypassing during construction. The new pump room will also provide better clearance between the pumps and motors and allow a safer environment for the operations staff. SUBJECT: PACIFIC COAST Hid AY WIDENING FROM MORNING CANYON Ri TO CAMEO SHORES ROAD — APPROVAL OF PROFESSIONAL SERVICES AGREEMENT, CONTRACT NO. 35 September 11, 2001 Page 2 In addition, staff is suggesting adding two other upgrades to this contract in an effort to save time and construction costs The Carnation and Linda Isle Pump stations were planned for upgrades later this year in a separate contract. The upgrades planned for these two stations include new hatches to allow better access to the stations and electrical upgrades, including emergency generator connections. A new bypass pump connection vault is also planned at Linda Isle. Since the Buck Gully project includes the same type of hatches, electrical controls, and bypass components, construction cost savings could be realized if all three stations were bid as one contract. Staff requested and negotiated a design cost to include the new pump room at Buck Gully and to include the design efforts for the Carnation and Linda Isle pump stations. The attached Amendment No. 1 is for these additional design upgrades and is for an additional fee of $39,202. Staff believes this is a fair amount for the design efforts and recommends approval. There are sufficient funds available in the Sewer Pump Station Capital Improvement Account No. 7532- C5600100, Sewer Pump Station Improvement. Respectfully su"tted, NORKS DEPARTMENT G. Badum, Director By ". ✓ v Mic el J. Sinacor, P.E. Utilities Engineer Attachments: City Pump Station Location Map Amendment No. 1 to the Professional Services Agreement with The Keith Companies Co tm CD U. LL 0 "I. S` 14 IAM Nm�� lk 114iq 6 �.l 0 a , w S IN sma WE I mr , yam .. Vol No 0 6 Fw • -, M �� YI ` �'i �� %•rig "1 6wJ !�. �i :;7■1-'�`� 11 it • 1 � � �� 11 11 Fr �I �I ' � • 'I' eli'm ;�� 11 11 t 140,111 Io ■1111 — — r11 �5��llll,, io1w,I" : ��� 1 T �fr�Clln • \\ i i, 0 0 BUCK GULLY PUMP STATION REHABILITATION AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH THE KEITH COMPANIES THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this _ day of September 2001, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and The Keith Companies whose address is 2955 Red Hill Avenue, Costa Mesa, California, 92626, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS: A. On May 8, 2001, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT', for Design of the Buck Gully Wastewater Pump Station Rehabilitation, hereinafter referred to as 'PROJECT', was entered into by and between CITY and CONSULTANT. B. CITY desires to enter into this AMENDMENT NO. 1 to reflect additional services not included in the AGREEMENT and to extend the term of the AGREEMENT to December 31, 2002. C. CITY desires to compensate CONSULTANT for additional professional services needed for PROJECT. D. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1, as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 1. CONSULTANT shall be compensated for services performed pursuant to this AMENDMENT NO. 1 according to "Exhibit A" dated August 27, 2001, attached hereto. 0 0 2. Total additional compensation to CONSULTANT for services performed pursuant to this AMENDMENT NO. 1 shall not exceed thirty -nine thousand two hundred and twenty and no /100 dollars ($39,220). 3. CONSULTANT's not -to-exceed compensation to be paid under AGREEMENT is hearby increased from $86,065 to $125,285. 2002. 4. The term of the AGREEMENT shall be extended to December 31, 5. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 1 on the date first above written. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney ATTEST: By: LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: Garold B. Adams, Mayor City of Newport Beach CONSULTANT By: Robert S. Reid, P.E., Vice President The Keith Companies, Inc. F: \Users\PBW\Shared\Agreements \Fy 01- 02 \TKC Buck Gully -Amend 1.doc . • EXHIBIT A The Keith Companies inliCc August 27, 2001 Mike Sinaoori City of Newport Beach Public Works Department 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92658 -8915 13779.00.000 Subject: Additional Engineering Services for the Buck Gully Sewer Pump Station Project and at the Carnation and Linda Isle Sewer Pump Station Sites Dear Mike, During our August 17, 2001 meeting and field trip, you stated that the City wants to modify the existing pump station at the Buck Gully site to include a new underground pump structure to house the new pumps and motors and to revise the proposed roof slab to incorporate the new pump enclosure. In addition, you stated that the City wants to remove the existing below ground pump controls and electrical equipment at the Carnation Pump Station and Linda Isle Pump Station sites and replace this equipment with new above ground state of the an pump controls, electrical equipment and cabinets. TKC proposes that our scope of services be increased to include the following tasks: Buck Gully Sewer Pump Station Design a new underground pump enclosure, approximately 10 foot square, (either precast vault or cast -in -place vault) to house the new pumps and motors. The new underground structure will be located between the existing pump structure and restroom. The selected pumps and motors will be positioned within the new underground structure to maximize accessibility and operations. Convert the existing dry well into an expanded wet well. Pump connections into the existing dry well area and to the existing valve vault will be incorporated into the design. Completed project construction plans will be revised to reflect new design concepts. Project technical specifications, special provisions, and control bid documents will incorporate these additional improvements. 2. Design a new roof slab to include the new pump structure as part of the slab structure. Investigate incorporating the retaining/sluff wall into the roof structure design. �KSISH0103�IC��3 'ri9.OJdaVe6f5996 po t4 dm Costs Mesa Dtvfslon P.O. Box 25127 Santa Ana Caldomia 92799 -5127 2955 Red Hill Avemie Costa Mass California 92626 -5976 T. 774.540.0600 F:714.668.7026 wwWA MCO.CMn 1] Mike Sinacori City of Newport Beach August 27, 2001 Page 2 Carnation Sewer Pt= Station Conduct a field investigation of existing; pump and electrical controls located underground at the site. TKC will meet with the City's operational and utilities staff to discuss the improvements to be implemented at the Carnation station. Part of the field investigation will be to select a location for the new electrical cabinets as to not obstruct existing views or impact the aesthetics of the area. 2, Design new above ground state of the art pump and electrical controls, motor control center cabinets, Myers box facilities and emergency generator transfer switch. Plans will be prepared in AutoCAD Release 14 or newer, and shall be plotted on City standard Mylar sheets. Once completed, the original mylars of all approved drawings shall be submitted to the City together with all other bid documents. Project technical specification, special provisions, and control bid documents shall be prepared in accordance with the requirements of the City's design criteria. TKC shall provide a copy, in Microsoft Word compatible format, of the special provisions and contract bid documents. Provide a batch design and specifications to replace existing access hatch. Linda Isle Sewer Pump Station Conduct a field investigation of existing; pump and electrical controls located underground at the site. TKC will meet with the City's operational and utilities staff to discuss the improvements to be implemented at the Linda Isle station. Part of the field investigation will be to select a location for the new electrical cabinets as to not obstruct existing views or impact the aesthetics of the area. 2. Design new above ground state of the art pump and electrical controls, motor control center cabinets, Myers box facilities and emergency generator transfer switch. Plans will be prepared in AutoCAD Release 14 or newer, and shall be plotted on City standard Mylar sheets. Once completed, the original mylars of all approved drawings shall be submitted to the City together with all other bid documents. Project technical specification, special provisions, and control bid documents shall be prepared in accordance with the requirements of the City's design criteria. TKC shall provide a copy, in Microsoft Word compatible format, of the special provisions and contract bid documents. ITKC s Mike Sinacori City of Newport Beach August 27, 2001 Page 3 • 3. Provide design and civil construction plan for island improvements in vicinity of sewer pump station to rebuild island curb and gutter to City Standards. 4. Provide a hatch design and specifications to replace existing access hatch. To provide these engineering services, we respectfully request that the upper limit of our contract with the City be increased by $39,300. A breakdown of the requested fee is as follows: Buck Gully Sewer Pump Station $9,275 Carnation Sewer Pump Station $14,775 Linda Isle Sewer Pump Station $15.250 Total all three components 539,300 The preparation of the plans can be completed within four weeks of the notice to proceed for the additional work. This additional work wilt be incorporated into the bid document package being developed for the Buck Gully project. If there are any questions regarding this request, please do not hesitate to e-mail or call me at (714) 641 -4266. Sincerely, THE KEITH COMPANIES, INC. W, Robert F. Seeman, P.E. Sr. Project Manager cc: Robert Reid, TKC �VCEI 'fH01o3V.1�)Pq.OpWcLeo9999B popo Isi A. Thomas Braun, P.E. President — Costa Mesa Division ITKC r. E3 X w U W m O c. LU z LL O +. c 0 w s R s d C 0 R cn Q E 7 a d R 3 w N R T C7 Y V 3 m N m U 0 Q. rI L7 r 0 Cl) CO N O O O M O O (O O to co 0) O O V' M O It to O O V R (O (O O) (O (O N N (a N r 0 0 0 N N N N , (o n N 1 l I,- N N N 0 0 r Nr of V c T 0 .N-_1-7 Vi Vi V) V) E9 Vi V) Vi to 69 V) Vi V) V) V) e% V) (q N to O O O w n N o O (00 W (V (\j (V tV (D LL !n N Vi V! V3 Vi 69 Vi 63 V! O CO N O(O OM O O (00(000 O O o V Mco d' ONO) V V co (o 0) (O t0 N N O OOOON Nr- V) N r� N N n N r N b r N r M N J� V) Vi Vi V! 69 Vi V) Vi Vi t9 Vi Vi Vi Vi Vi 69 to r M M ^ N OD 10 N N 00 r M H CO co r � 3 Z� UU O O O O U z co O N r r V N r (M N r M 0 r a) r Q U a LL < N 00 O O O O O N N 00 U) Q 00 N 14, O J c U rn o) } c O O O O m a) p W ( W V N N N c0 V N � O V Cl) N a =aw Y O `O p) �- N M N r M N r M 0) .O CL a O O O > j : Q y co t7 Co O � Y O 2 O E E Y K _ O a) c L O LL O 0 (M -) v> U E U v im . 7 o_(u �L m z a 0�0N M N o CL 0 `O mw� O z mw 0- a W ¢ �(o 06 gqy O `at) d� z p Z m a N O` - d U C E j5 C E E O O-0 0) CLO Q: a) a b N a F- H 3 a p O N O v O m p p3.Nn.w ¢d3 a) as 3 U— c p p o x d W �= a) 'N 2 +c. d w c( a ¢ F c c d a c L N y c c .2)10 �W ai 'O m 0" J N> 0 J m a) N 0 Z c n N Q o a) N N C 0 "o N 0 O Q) a) U p F U O d p a y U U a p he FZ L) r N Q r N M Z r N M [f m U J PROFESSIONAL SERVICES AGREEMENT FOR DESIGN OF BUCK GULLY WASTEWATER PUMP STATION REHABILITATION THIS AGREEMENT, entered into this '.?i day of May, 2001, by and between the City of Newport Beach, a Municipal Corporation (hereinafter referred to as "City'), and The Keith Companies whose address is 2955 Red Hill Avenue, Costa Mesa, California, 92626, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to refurbish the Buck Gully Pump Station ( "Project'). C. City desires to engage Consultant to prepare plans and specifications for the Project, upon the terms and conditions contained in this Agreement. D. The principal members of Consultant are for purpose of Project are Robert Reid, Vice President and Bob Seeman, Project Manager. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to contract with Consultant under the terms and conditions provided in this Agreement. me 0 NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 8th day of May, 2001, and shall terminate on the 31 st day of June 2002, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of eighty-six thousand, sixty-five and 00/100 Dollars ($86.065.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty days of receipt of invoice subject to the approval of City. -2- E • 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses, which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of ten percent (10 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical MCI personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. Qualified and experienced personnel who are not employed by City shall perform all services nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor'), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractors schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, LFI 0 0 Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Bob Seeman to be its Project Manager. -5- 0 0 Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement, and Consultant in accordance with the attached Exhibit "C" shall perform the services. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. 53 0 0 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. d! 0 13. INSURANCE r� Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, it's elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. IM E 0 C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that, "overage shall not be canceled by either party," except after thirty days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation, which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of U 0 0 law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. -10- 0 0 Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. D. City will prepare and provide to Consultant street base digital file in AutoCAD (DWG) compatible format. -11- .. • • 18. ADMINISTRATION The Public Works Department will administer this Agreement. Michael J. Sinacori, P.E. shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts -12- found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. -13- 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach, Attention Michael J. Sinacori, P.E. 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Robert S. Reid, P.E. The Keith Companies, Inc. 2955 Red Hill Avenue Costa Mesa, CA 92626 (714) 540 -0800 Fax (714) 668 -7071 51151 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different -15- character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify -16- 0 0 Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Aobin�-Clauson Assistant City Attorney AT m LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: x. o.� Garold B. Adams,(&Oyor City of Newport Beach CONSULTANT By: Robert S. Reid, P.E., Vice President The Keith Companies, Inc. F: \Users \PBW\SharedWgreements \Fy 00- 01 \TKC - Buck Gully Pump Station Rehab.doc -17- • EXHIBIT "A" • PROPOSED SCOPE OF WORK 11{C The Keith Companies (TKC) has developed a scope of services that is based upon the City of Newport Beach's description of the engineering design services that are required to complete the Buck Gully Wastewater Pump Station Rehabilitation and the Cameo Shores Pump Station engineering study. TKC will work as a unified, well- coordinated, and highly motivated project unit with strong technical leadership provided by Mr. Bob Seeman. TKC proposes to complete design services and construction engineering assistance relative to the Buck Gully Wastewater Pump Station Rehabilitation project. For the City proposed consultant task presented below, the expanded services to be provided by TKC are shown. BUCK GULLY WASTEWATER PUMP STATION REHABILITATION I. ANALYSIS AND REVIEW A. Meet with City staff to discuss improvements and gain an understanding of the City's philosophy regarding the operation of the proposed project. ■ TKC will meet with the City's operational and utilities staff to discuss the design of the improvements to be implemented at the modified Buck Gully station. The outcome of this meeting will be design criteria under which the final design will be performed. B. Prepare a project design memorandum outlining the major design issues pertinent to the rehabilitation of BGWPS as agreed upon by consultant and the City staff. ■ TKC will prepare a brief project design memorandum (maximum of three pages) outlining the design issues and criteria formalized during the initial City/TKC project meeting. ■ Design issues to be discussed will include removal of the existing top wet well slab, demolition of the mechanical and electrical equipment, bypassing of the wet well during construction, and placement of lining in the wet well. II. RESEARCH AND DATA COLLECTION A. Consultant shall gather and review all available information and materials pertaining to the proposed pump station, including but not limited to: • Geotechnical investigation reports • As -built construction plans BUCK GULLY WASTEWATER 1 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 12 PROPOSED SCOPE WORK • • The recently completed feasibility design report TKC • Other pertinent information that will expedite the completion of this project • TKC has already received and reviewed several of the available information and materials for the project. TKC will coordinate with the City staff to determine what additional information and materials are available and assist the City in researching its library to obtain this information. Any additional materials will be reviewed by the TKC project team. B. The City will provide topography and survey control points for the proposed BGWPS site. Consultant shall perform any additional survey work necessary for the completion of the project. ■ TKC's surveyors will perform the additional survey work necessary to complete the project. This will include locations of the building corners, corners of the top slab, the toe /top of the slopes, the corners of the valve vault, the location of the existing electrical conduit, surface piping, the fence corners, etc. III. MEETINGS AND COORDINATION Meet periodically with City staff during the design process to review and discuss progress and coordinate courses of action. TKC will make recommendations on site layouts, piping configurations, pump types and sizes, valves, electrical, and mechanical equipment, etc. It is anticipated that a maximum of five (5) design meetings will be required. This does not include the initial project meeting, project submittal review meetings, the pre -bid meeting, or the preconstruction meeting. ■ To allow for thorough communication, TKC has budgeted for the recommended five (5) design meetings during the progress of the project. • In addition to the initial project meeting, TKC plans to attend and conduct project submittal review meetings after each of the three (3) project submittals. Also, TKC will attend the pre -bid and the pre- construction meetings. IV. CONSTRUCTION DOCUMENTS A. Prepare complete detailed construction plans, specifications, details, sections, and cost estimates for the rehabilitation of the BGWPS. Plans shall include the building demolition, piping, pumps, site work, and all work BUCK GULLY WASTEWATER 2 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue '7 v Costa Mesa, CA 92626 PROPOSED SCOPE WORK • TKC necessary for installation. All plans and details will be drawn at an appropriate scale to produce clear, accurate, easy to read drawings. Construction plans will be complete and fully detailed as required by City staff and field personnel. All specifications and construction plans will be subject to final review and acceptance by the City's Utilities Manager and Public Work's Director. B. The consultant shall prepare the construction plans in AutoCAD Release 14 or newer, and shall plot them on City standard mylar sheets. Once completed, the original mylars of all approved drawings will be submitted to the City together with all other bid documents. Project technical specification, special provisions, and control bid documents will be prepared in accordance with the requirements of the City's design criteria. The consultant shall provide a copy, in Microsoft Word compatible format, of the special provisions and contract bid documents. ■ The TKC project team will perform any required structural, civil, mechanical and electrical designs and will prepare the necessary construction drawings and technical specifications required for the construction of the Buck Gully Wastewater Lift Station. TKC currently has the capability of preparing the construction plans in either AutoCAD Release 14 or AutoCAD 2000. The construction plans for the Buck Gully project will be prepared in AutoCAD Release 14 to match previously submitted drawings. The proposed construction plans will contain the following sheets: Title Sheet Index Map, Location Map, Abbreviations, Notes Site Plan Demolition Plan for existing pump station (1 sheet) Mechanical Plans & Details (3 sheets) Structural Plans for retaining wall, roof slab (5 sheets) Electrical and Controls (5 sheets) • Plan and details sheets will be prepared at a scale appropriate with the sheet being prepared. Typically, plans sheets will be prepared at a scale of 1" = 10'. ■ Technical specifications will be prepared for the various disciplines covered by the engineering designs. BUCK GULLY WASTEWATER 3 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 (/--A • PROPOSED SCOPEOF WORK • MCC V. CONSTRUCTION PLANS AND SPECIFICATIONS REVIEW A. The City will require a number of submittals prior to approval and signature of the plans and specifications. Consultant's proposal fee shall include all meetings and submittals necessary for review and coordination of the project. The following list identifies key submittals and required design information for each: 1. 50 percent Design Review: Consultant shall — as a minimum - submit preliminary title sheet, second sheet (including vicinity map, location map, general notes and construction notes), preliminary civil, structural, mechanical, electrical, piping & instrumentation diagrams (P & ID's) and detail sheets as well as a preliminary cost estimate for the BGW PS. 2. 80 percent Design Review: Consultant shall submit complete plans, a refined cost estimate, and preliminary special provisions, as well as addressing the 50 percent design review comments. 3. 95 percent Design Review: Consultant shall — as a minimum - submit the final plans reflecting 80 percent design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate backup detail); complete (and bound) special provisions, contract documents, and any appendices necessary for final approval. 4. Final Approval Review: Consultant shall submit final plans reflecting 95 percent design review corrections; complete (and bound) special provisions, contract documents, and any appendices for final approval and plan signature by the Utilities Manager and Public Works Director. Consultant shall submit mylar originals with consultant stamp and signature with original specifications. The Keith Companies will prepare a number of submittals prior to approval and signature of the plans and specifications. Our proposal fee includes all meetings and submittals necessary for review and coordination of the project. The above list identifies the key submittals and the design information that will be submitted and included for each review: ■ TKC will address all plan comments furnished by the City at each of the formal submittals and information coordination throughout the plan BUCK GULLY WASTEWATER 4 The Keith Companies PUMP STATION REHABILITATION 2955 Red HIII Avenue Costa Mesa, CA 92626 kb PROPOSED SCOPE`F WORK . TKC preparation process. TKC anticipates that the City will require a eriod of two (2) weeks of plan review for each submittal. A review meeting will be held after each City review period is completed. VI. CONSTRUCTION SERVICES A. Consultant shall attend pre -bid and preconstruction meetings and shall be available during the bid process to respond to questions and resolve any discrepancies. ■ The BGWPS rehabilitation project will be publicly bid by the City. To achieve fair and accurate bids, it is important that all contractors receive their information from the same source. The City's Project Manager will be the primary contractor contact. When requested by the City, TKC will respond to bidder's questions during the bid advertisement periods and provide information and clarification of bid documents to prospective bidders, including the preparation of complete addenda documentation as required for City issuance and distribution. Our project manager will also attend the pre -bid meeting. B. Consultant shall provide not -to- exceed fee based on time and material to review shop drawings submittals related to the design of this project. • Our senior engineers will review the drawings and the other submittals prepared by the Contractor. All correspondence will be through the City. C. Consultant shall prepare final construction drawings, including revision of the plans and project specifications, and any bid addendum. • TKC will update the construction plans and technical specifications to incorporate any revisions and/or modifications generated during the bidding process or through addendums. Revised construction plans and specifications will be furnished to the City. D. Consultant shall provide guidance and recommendations to the City with respect to the Contractor's general conformance to the plans and specifications. This does not mean Consultant will be responsible for project construction inspection, but will instead be expected to provide some monitoring — and where appropriate — make field recommendations. • TKC will attend a limited number of field meetings with City staff and /or the contractor to clarify design - related items. TKC will provide clarification of "Requests for Information" (RFI's) from either the Project Manager or the contractor, including any new detailed drawings. TKC will make field recommendations where appropriate. BUCK GULLY WASTEWATER 5 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue ,7 / Costa Mesa, CA 92626 C� ' PROPOSED SCOPE WORK . Imcc E. Consultant shall include in his proposal a fee to prepare record drawings once project construction has been completed, based on Contractor furnished "Redline" construction plans. ■ Upon completion of construction, The Keith Companies will prepare record drawings. Since the City will carry out the inspection of the project, modifications to the original drawings will be based upon information supplied by the City and its contractor. The record drawings will incorporate any changes between the engineering design and the actual construction. CAMEO SHORES PUMP STATION AND FORCE MAIN TKC proposes to complete design services relative to the Cameo Shores Pump Station and Force Main project. I. ANALYSIS AND REVIEW A. TKC will meet with the City's operational and utilities staff to discuss the evaluation study of the operational problems occurring at the Cameo Shores Pump Station and in the Cameo Shores Force Main. The outcome of this meeting will be criteria under which the evaluation study and force main design will be performed. B. Prepare a project design memorandum outlining the major design issues pertinent to the evaluation study and analysis of the Cameo Shores Pump Station. ■ TKC will prepare a brief project design memorandum outlining the evaluation study issues, criteria formalized during the initial City/TKC project meeting, findings, and recommendations generated by the evaluation study. ■ Issues to be evaluated and analyzed will include operating criteria of the existing pumps, causes for the current cavitation problems, replacement pumps, hydraulics of the existing force main, and condition of the existing discharge manhole. II. DATA COLLECTION /UTILITY RESEARCH A thorough and complete utility search is an important element of a successful pipeline design project. Including accurate utility data on the construction plans BUCK GULLY WASTEWATER 6 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 ki PROPOSED SCOPE WORK 0 �C will reduce the likelihood of encountering unanticipated conditions during construction. Locations of the existing utilities will have a significant bearing on the proposed force main alignment. TKC will review reports, record drawings, and other information affecting the project. The first source will be the as- builts for the recently installed force main. Other sources will include the City's record drawings, street improvement plans, water improvement plans, any available City construction plans and /or specifications, utility information, legal descriptions, or other pertinent information prepared by the City, or others which are related to the project. TKC will research and obtain record data from the utility companies, and any other agencies having existing or proposed facilities or jurisdiction in the project area. Besides the City's facilities, additional utilities that we will contact include, but are not limited to, natural gas, petroleum, storm drains, telephone, electrical, traffic control facilities, cable television companies, manholes and other structures. TKC will coordinate with these agencies to obtain facility information and to verify the horizontal and vertical locations of the existing and any proposed facilities that will parallel or intersect the project area. We will accurately indicate on the construction plans, the locations and elevations of all existing and proposed utilities, improvements, and related facilities. Information pertaining to utilities such as material, size, depth, and horizontal location will also be identified on the construction drawings. III. FIELD SURVEY The Keith Companies will be responsible for all field surveying required to properly design the project. Cross sections will be taken at 50 -foot intervals. The design survey will include all items within the street right -of -way including curbs, gutters, driveways, and edges of sidewalk. The survey control shall be established using the County's GPS coordinate system. The survey control will conform to N.A.D. 83 California Coordinate System values horizontally and or 88 vertical datum. The basis of bearing and benchmark will be indicated on the construction plans. Lastly, our surveyors will gather information on topographic features and culture features such as manhole covers, water valve caps, electrical pull boxes, and curbs. We will obtain the rim and invert elevations of sewer and storm drain manholes that are along the alignment. BUCK GULLY WASTEWATER PUMP STATION REHABILITATION 7 The Keith Companies 2955 Red Hill Avenue Costa Mesa, CA 92626 PROPOSED SCOPE WORK IV V MEETINGS AND COORDINATION • I The Keith Companies Project Manger will meet and coordinate work with the City. The Project Manager will also be responsible for coordinating all design efforts and staffing to ensure a successfully completed project on time and on budget. The Project Manager will meet with the City once a month to complete the work within the schedule limits. For budgeting purposes, we are assuming attendance at three meeting during the design phase of the project. This does not include the initial project meeting, project submittal review meetings, the pre - bid meeting, or the preconstruction meeting. In addition to the initial project meeting, TKC plans to attend and conduct project submittal review meetings after each of the three (3) project submittals. Also, TKC will attend the pre -bid and the pre- construction meetings. Construction Documents A. All drawings and design specifications shall be prepared in accordance with requirements of the City of Newport Beach Design Criteria, Special Provisions and Standard Drawings for Public Works Construction" 1994 edition, which incorporates the "green book" specifications entitled, "Standards Specifications for Public Works Construction," latest edition. All specifications and drawings will be subject to final review an acceptance by the City of Newport Beach, Public Works Department. The Keith Companies will use AutoCAD Release 14 to prepare the construction plans. The construction drawings will be plotted at 1" = 40' horizontal scale for the plan and 1" = 4' vertical scale for the profile. All plans will be drawn on 24" x 36" size sheets and will include the City of Newport Beach's standard title block format. For maximum time and labor efficiencies, and to ensure that the City's input is incorporated into the final design, TKC will submit plans and specifications to the District for review at the fifty percent (50 %), one hundred percent (100 %), and final design milestones. The title sheet of the contract drawings will contain the project title, space for approval signatures, and the date. The index sheet will contain the vicinity map, location map, utility and agency index, list of standard symbols, list of abbreviations, general notes, sheet index, benchmark and basis of bearings. The Final Approval Review package will include final plans reflecting 100% design review corrections, complete (and bound) special provisions, contract documents and any appendices, for final approval and plan signature by the Public Works BUCK GULLY WASTEWATER 8 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue ,C Costa Mesa, CA 92626 PROPOSED SCOPE WORK Department. In addition, final drawings in digital format in AutoCAD Version 14 and one (1) set of original drawings inked on Mylar measuring 24 -inch by 36 -inch will also be provided for the final submittal. The proposed construction plans will contain the following sheets: Title Sheet Index Map, Location Map, Abbreviations, Notes 40 Scale Plan and Profile Sheets (2 sheets) Details (1 sheet) B. TKC will prepare contract documents for bidding and construction purposes including bid proposals, specifications, special provisions, and construction plans. Items such as the bid proposals, specifications, and special provisions will be prepared in most current version of Microsoft Word. The special provisions will carefully describe the contractor's sequence of work for the parallel force main. The contractor will be instructed of specific requirements and procedures to connect to the existing force main and manhole, and requirements for demolishing and abandoning portions of the existing force main, if necessary. C. TKC will prepare an engineer's estimate of probable construction cost for the project, including all other associated appurtenant construction costs. Senior design staff with considerable office design and construction experience will prepare the engineer's estimate. Our experience has shown that these professionals have a better understanding of the construction efforts required. Therefore, the accuracy of the construction cost estimate will be increased. An electronic copy of the construction cost estimate will be submitted to the City in a Microsoft Excel '97 format. VI. CONSTRUCTION PLANS AND SPECIFICATIONS REVIEW The City will require a number of submittals prior to approval and signature of the plans and specifications. Consultant's proposal fee shall include all meetings and submittals necessary for review and coordination of the project. The following list identifies key submittals and required design information for each: 1. 50 percent Design Review: Consultant shall — as a minimum - submit preliminary title sheet, second sheet (including vicinity map, location map, general notes and construction notes), and preliminary plan and profile sheets as well as a preliminary cost estimate for the Cameo Shores Force Main. A preliminary cost estimate will be prepared. Eight (8) copies of the work in progress will be furnished for the submittal reviews. BUCK GULLY WASTEWATER 9 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 PROPOSED SCOPE WORK • IMCC 2. 100 percent Design Review: Consultant shall — as a minimum - submit the final plans reflecting 50 percent design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate backup detail); complete (and bound) special provisions, contract documents, and any appendices necessary for final approval. Eight (8) copies of the work in progress will be furnished for the submittal reviews. 3. Final Approval Review: Consultant shall submit final plans reflecting 100 percent design review corrections; complete (and bound) special provisions, contract documents, and any appendices for final approval and plan signature by the Utilities Manager and Public Works Director. Consultant shall submit mylar originals with consultant stamp and signature with original specifications. TKC will address all plan comments furnished by the City at each of the formal submittals and information coordination throughout the plan preparation process. TKC anticipates that the City will require a period of two (2) weeks of plan review for each submittal. A review meeting will be held after each City review period is completed. VII. CONSTRUCTION SERVICES A. TKC will attend pre -bid and preconstruction meetings and shall be available during the bid process to respond to questions and resolve any discrepancies. To achieve fair and accurate bids, it is important that all contractors receive their information from the same source. The City's Project Manager will be the primary contractor contact. When requested by the City, TKC will respond to bidder's questions during the bid advertisement periods and provide information and clarification of bid documents to prospective bidders, including the preparation of complete addenda documentation as required for City issuance and distribution. Our project manager will also attend the pre -bid meeting. B. TKC will review shop drawings submittals related to the design of this project. Our senior engineers will review the drawings and the other submittals prepared by the Contractor. All correspondence will be through the City. C. TKC will prepare final construction drawings, including revision of the plans and project specifications, and any bid addendum. TKC will update the construction plans and technical specifications to incorporate any revisions and /or modifications generated during the bidding process or through addendums. Revised construction plans and specifications will be furnished to the City. BUCK GULLY WASTEWATER 10 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue "z Costa Mesa, CA 92626 `� PROPOSED SCOPE & WORK MCC D. TKC will provide guidance and recommendations to the City with respect to the Contractor's general conformance to the plans and specifications. TKC will not be responsible for project construction inspection, but will instead be expected to provide some monitoring — and where appropriate — make field recommendations. TKC will attend a limited number of field meetings with City staff and /or the contractor to clarify design - related items. TKC will provide clarification of "Requests for Information" (RFI's) from either the Project Manager or the contractor, including any new detailed drawings. TKC will make field recommendations where appropriate. E. TKC will prepare record drawings once project construction has been completed, based on Contractor furnished "Redline" construction plans. Since the City will carry out the inspection of the project, modifications to the original drawings will be based upon information supplied by the City and its contractor. The record drawings will incorporate any changes between the engineering design and the actual construction. BUCK GULLY WASTEWATER 11 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue -2. Costa Mesa, CA 92626 ° PRI t m X W LU W a w Z LL O U C O (0 L d c Y CD Q a Y A d N N T 7 Y V 7 m m U 0 0 0 ITKC co O V OO N (O CO " 0 N N N co f� N O CO N CO to (0 N 0 0 w M o w m (D fl- r CO M O LO 0 M V 1- m mU� pO O p0 (h (h CM Oi M (O 4) M N N r Cl CO fp (D H U fA M E m (A EA LO ( 9 (fi (A 6H EA (H N W M 69 D) rn O O 669 O LU .O Cl 4 O LU LL (A r 69 W 00 O V co N (O co N O N N N cO n H O N N a0 U') (0 w o o m M o N 0) (D p � r M M 0 U 0) Cl) V 0) aO tO aO O a M M MLf) M (O (n CO N N r O M (0 N tM N Ui 04 (A 6R e} U.) e9. (A 0 r, N3 HB J Vd r. .O+ OO N f� r V r m CO (0 G O O N N 0) co 0 CO N N N Cl) (O 7 M N r N M N n aT 3 U� m 2 m oo m co to U (» Z U CO O (O M (D V N N N V V T V r a Q � U y� m� C)mv m my N U Q M 1 Q J C O Q) } N m O W N M m m 0(D W V) O r (0 co co N M d) N O O c co r O a n 04 N = lL M O c0 V � N O r N V 7 (.rj N JP m (O N 00 M N N n N J J 3 3 O O Z > 5 O w m x � Q N C V co C O C O N 0 N a p U p U a a d0 N d O 2 N a O O C (n _(D H O N C (n U Y LU U C N x6 ) Q C N N x6 w - �> a�E m y> � E p m 0 U C Z wwOUOal) (0 O U C Z IL Uoaln acmu'm000 (~ncm�000 co N i W N J aL C C C O C Q1 C C C O N w -� C N 0 0 0 0 m f(Dq = C N N N O O O Q d' U UU (n QXLL rL UUU U Y W rF.Z _ _ m U a ITKC �' • EXHIBIT `B" • THE KEITH COMPANIES, INC. FEE SCHEDULE - CITY OF NEWPORT BEACH IMCC Compensation of The Keith Companies for work performed on time and materials basis will be computed as follows: ............................... .........................125.00 FieldCoordinator .................................................................... ............................... .........................105.00 Hourly Rate CIVIL ENGINEERING SERVICES, WATER RESOURCES and MAPPING TwoPerson Crew .................................................................. ............................... .........................170.00 President, Vice President ...................................................... ............................... ........................$145.00 ............................... .........................140.00 Director.................................................................................. ............................... .........................140.00 Sr. Project Manager ............................................................... ............................... .........................130.00 ProjectManager ..................................................................... ............................... .........................125.00 Sr. Project Engineer, Sr. Project Surveyor, Sr. Project Designer ......................... .........................115.00 Project Engineer, Project Surveyor, Project Designer . .......... ............................... .........................110.00 Sr. Design Engineer, Sr. Designer, Sr. Survey Analyst ......... ............................... .........................100.00 Design Engineer, Designer, Survey Analyst ........................... ............................... ..........................90.00 Design Technician, Research Coordinator ............................. ............................... ..........................90.00 Sr. CADD Technician .............................................................. ............................... ..........................85.00 SurveyTechnician ............................................................................................. ............................... 80.00 CADD Technician, Jr. Engineer .............................................. ............................... ..........................75.00 Jr. CADD Technician, Jr. Survey Analyst ................................ ............................... ..........................70.00 Office Work, Engineering Aide ................................................ ............................... ..........................48.00 FIELD SURVEY Directorof Survey ......................................................................................... ............................... $130.00 FieldSupervisor ..................................................................... ............................... .........................125.00 FieldCoordinator .................................................................... ............................... .........................105.00 ThreePerson Crew ................................................................ ............................... .........................205.00 TwoPerson Crew .................................................................. ............................... .........................170.00 OnePerson Crew .................................................................. ............................... .........................140.00 MISCELLANEOUS FEES The following services are billed at our cost plus 10 %: Subcontracted services. Fees advanced by us. Commercial delivery services, including Federal Express, Express Mail, and Messenger Services. Blueprint services and printing. \ \KE1TH0101 \p \p7121001\doc \1688 fee.doc r7 /' J yl . > a< � r m �m N............ ............... .......- .- ...... _ ,. ---- . ---- . .- .- ._._._ _ - ............ f h an I L V m N m N i W a` u e; s � E E m m W C w O a` a`+ E V m 0 N O — S' E co m Z v ____ ................ .. ____. ____ _... O LL,ca 6- o w U (D a pm ^ ^^p of s^ of .n y d U m O = E ....... ...v ....- ..... ............ -. -_ w > > a > •• m - m (n m m m m CLQ O C W CO cL0 a� X W - N ... ............_ ___.. ....... ... .. . .. ... . ...- . -... -. ___...... ...- .- . -. -.. WIL�W O N E o 0 0 0 0 0 0 0 0 N 0 0 0 � 0 0 0 0 0 0 0 m m ✓� E ? 3 N N N 0 f0 f0 o (O a 1� > 2-8 0 0 0 0 0 ^ - 0 a 0 0 0 0 0 0 0 a 0 r 0 0 0 0 0 N N CI (a N !O N N m CI N N N COj m i- 3 3 3 F F F > F LL F a LL LL O F F 11 LL LL T m a T m a T m o T m a N m a m a N m a T m o N o N o T m a T m a m m a m a m a . m a m a m a m a m a � N O O O N O O O O O O O N O O O+ O O N O O O w n a E a' .`s u m m � D � ❑ rn� ❑ m E ❑ m f a N � c �ti m E a m `° m n ❑ d °m ❑ m m ❑ u ii °-� E 7a a° � m o r i0 m `m n rn m $ m `m m w `m ❑ m a .L y u .. � ACCRDM CERTIFICA-0 OF LIABILITY INSURWCE � 5/29/01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dealey, Renton & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. 0. BOX 10550 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Santa Ana, CA 92711 -0550 714 427-6810 INSURERS AFFORDING COVERAGE NSURED NSURERA Hartford Fire Ins. Co. The Keith Companies, Inc. -- ._._._... .. _.__.._— __.__....... WSURERBt Travelers Indemnity Co. of Illino' dba Keith Engineering, Inc. - - - Zurich Insurance ......... P.O. Box 25127 INSURER C: American Zu .Company Santa Ana, 12 92799 INSURER-D: Security Ins_ Co. of Hartford INSURER -E. COVERAGES THE 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 THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ....... ..___._.._._— _.___............. ... ............ INSR: TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE :POLICY EX PI RATI LTR' GATE MM/DD/YY DATE E /DD/YY ...... . LIMITS A GENERAL LIABILITY 57CESOA1443 08/15 /0008 /15/01 EACH OCCURRENCE $1 000,000 • COMMERCIAL GENERAL LIABILITY i • FIRE DAMAGE (Any cnefini) 5300, 000 CLAIMSMADE X,OCCUR INDP. CONTRACTORS MED EXP(Any one perscn) $10,000_..., _•-' CONTRACTUAL .IS INCLUDED IPERSONAL BADVINJURY $1,000,0.0.0, X,BFPD, XCU... _ OCP GENERAL AGGREGATE 152,.000, 000 DEAL AGGREGATE LIMITAPPLIES PER PRODUCTS - COMP /OP ADD '$2 0 O O 0 0 0 r t_ POLICY PRO- LOC JECT — _.._.__....... .. . .._._._.._.., B AUTOMOBILE LIABILITY P810502D168A00 ;08/15/00'08/15 /01 COMBINED SINGLE LIMIT $1, OOO, 000 'X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Per person) L.— ..___.— _. —... _ ........... ... X, HIRED AUTOS ' BODILY INJURY S X NON -OWNED AUTOS (Per accident) ;PROPERTY DAMAGE S (Per accident) GARAGE LIABILITY.,,, ;AUTO ONLY EA ACCIDENT ' $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: qGG ;$ EXCESS LIABILITY _ EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE S S DEDUCTIBLE '', • $ RETENTION $ S C WORKERS COMPENSATION AND ' i CA - WC204402100 12 /31 /OO ?12 /31/01 X -;7 WC STATU. LOTH. EMPLOYERS'LIABILITY WC204402200 E, L. EACH ACCIDENT $1, 000, 000 E.L. DISEASE- EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000 000 D! OTHER Prof essional 7PL700885 12/13/00,12/13/01:$2,000,000 Per Claim Liability $2,000,000 Annual Aggr DESCRIPTION OF OPERATIONS /LOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS RE: Buck Gully Wastewater Pump Sttion Rehabilitation City of Newport Beach, a Municipal Corporation, its elected officials, officers, agents, representatives, employees and volunteers are Additional Insured as respects to General and Auto Liability. Primary and Non (See Attached Descriptions) City of Newport Beach Public Works Department Attn: Shauna Oyler 3300 Newport Blvd. Newport Beach, CA 92658 -8915 ACORD25- S(7/97)1 of 2 ilM43555 SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL yMNXXX9VAI1- 3.0 DAYS WRITTEN NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT,$¢jJQgCq[y[XM-.$Q3QC66CX © ACORD CORPORATION 198E DESOIPTIONS (Continued from Pe! 1) Contributing coverage applies to GL and AU. Waiver of Subrogation for Work Comp is included. (AI /AI- AU /PR /PR -AU /SUB /X) AMS 25.9(07/97) 2 of 2 #M43555 0 0 POLICY NUMBER: 57CESOA1443 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES or CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach Public Works Department Attn: Shauna Oyler 3300 Newport Blvd. Newport Beach, CA 92658 -8915 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Schedule Continued: a Municipal Corporation, its elected officials, officers, agents, representatives, employees and volunteers PRIMARY INSURANCE: IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS INSURANCE. CG 20 10 11 85 NAMED INSURED: THE KEIT MPANIES, INC. • DBA: KEITH ENGINEERING, IN POLICY NUMBER: P810502D168A00 POLICY DATES: 08/15/00 TO 08/15/01 CAT3010187 ADDITIONAL INSURED THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Paragraph c, of the WHO IS AN INSURED provision Includes the person or organization indicated below, but only for his, her or Its liability because of acts or omissions of an "insured' under paragraphs a. or b. of that provision, subject to the following additional provisions: 1. No liability is assumed by that person or organization for the payment of any premiums stated in the policy or earned under the policy. 2_ In the event of cancellation of the policy, written notice of cancellation will be mailed by us to that person or organization. Person OF Organization CITY OF NEWPORT BEACH, A MUNICIPAL CORPORATION, ITS ELECTED OFFICIALS, OFFICERS AGENTS, REPRESENTATIVES, EMPLOYEES AND VOLUNTEERS PRIMARY INSURANCE: IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS INSURANCE. WORKERS COMPENSATIO9 AND EMPLOYERS LIABIY INSURANCE POLICY WC 04 03 06 (Ed. 4 -84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT • CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you per- form work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 0 % of the California workers' compensation premium other wise due on such remuneration. Schedule Person or Organisation Job Description PER SCHEDULE ON FILE WITH INSURED PER SCHEDULE ON FILE WITH INSURED This endorsement changes the policy to which it is attached and is effective on the date Issued unless otherwise stated. (The irdormttion below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 12/31/00 Policy No. 2044021 Endorsement No. 2044022 Premium $ Insurance Company AMERICAN ZURICH INSURANCE CoCountersigned By � WC oe 03 06 (Ed- "04) Copyright 1993 National Council on Compensation Insurance. May 8, 2001 CITY COUNCIL AGENDA ITEM NO. 12 TO: Mayor and Members of the City Council MAY FROM: Public Works Department A€'PU" O SUBJECT: BUCK GULLY PUMP STATION REHABILITATION - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH THE KEITH COMPANIES, CONTRACT NO. 3368 e) N - L) 9 to RECOMMENDATIONS: 1. Approve a Professional Services Agreement with The Keith Companies (TKC) of Costa Mesa, California, for a contract price of $86,065 and authorize the Mayor and the City Clerk to execute the agreement. 2. Authorize a budget amendment transferring $52,259 from the unappropriated Wastewater Fund Balance to Account No. 7532- C5600100. PROJECT DESCRIPTION: The Buck Gully Wastewater Pump Station is located near Little Corona Beach off Ocean Boulevard in Corona del Mar. See attached Exhibit "A" for the location of all of the City's pump stations. This pump station was constructed in the 1940's when the community was less developed and its sewer load was considerably less than today's. The 50 -year old station has operated beyond its design life. The pumps are worn and obsolete. Many of the components of the station need to be upgraded to meet current State mandated codes and standards. The Regional Water Quality Control Board has become more stringent in requiring agencies to maintain a "spill free' wastewater system. The Buck Gully Pump Station is directly adjacent to the Buck Gully and right above the Little Corona swimming beach. If the station fails, Staff has approximately one hour to respond and hook up a bypass pumping unit. Replacement of the Buck Gully pumps will also include the purchase of a quieter backup generator. A design consultant, Metropointe Engineers, was retained to prepare a preliminary study of various refurbishment or replacement options for the pump station. The study was completed in December and is available for review in the Public Works Department. The report identified a cost - effective solution for utilizing the existing structure and replacing the pumps and electrical controls. SUBJECT: BUCK GULLY WASTE ER PUMP STATION REHABILITATION - APPR� OF PROFESSIONAL SERVICES AGREEMENT WITH T EITH COMPANIES, CONTRACT NO. 3368 May 8, 2001 Page 2 THE SELECTION PROCESS: Three firms submitted a written proposal for design services for the project: Metropointe Engineers The Keith Companies PBS &J The Utilities Manager, the Utilities Engineer, and the Wastewater Superintendent reviewed the proposals to evaluate each firm's qualifications, past experience on similar projects, and availability before ranking The Keith Companies (TKC) the highest. TKC has extensive experience in designing pump stations and has successfully completed several related projects for the City. A fee of $86,065 was negotiated with TKC to complete the design. SCOPE OF SERVICES: TKC will prepare the project plans and specifications for the refurbishment of the existing Buck Gully Wastewater Pump Station. Project design will include construction drawings detailing all mechanical, pipeline appurtenances and electrical controls as well as the preparation of detailed written special provisions, bid documents, quantity estimates, and an overall cost estimate. Funds are available for this design contract in the Wastewater Enterprise Fund in the following accounts: Description Sewer Pump Station Improvements Wastewater Fund Balance Account Number Amount 7532- C5600100 $33,806 $52,259 Total $86,065 Staff recommends approval of the professional services agreement with TKC to prepare the plans and specifications for the project and the approval of a budget amendment to appropriate $52,259 from the Wastewater Fund Balance. Respectful) _ubmitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: Mich el J. 34iQsadori, P.E. Utilities Engineer Attachments: City Pump Station Location Map Professional Services Agreement with The Keith Companies 2 C O N CL N L �a 7 Y V 7 m i0 L x w u g.. E •8 � a f�{ m �.qos �EU'� g m4maa ° "sc "V' k$�m kmm °3e'n° k a.N�. YmU _ oN,a. om g H ea vyo163m` S ma 5m'�iu�nm lk ma`:fm'ux °u °z° s m -�- sac °o °i � •: °um� IN m m t - im i� LL •� � U U U LJ U U ti7 u r Ja pgt zw gyp./ • /'a jjaa,p� I' Y ll d_ 0. � I m B� 1 Vol, U O Tz. Ot m U - m E m N Q Q JLI O� V 3i a a: C O N CL N L �a 7 Y V 7 m i0 L x w • DRAFT PROFESSIONAL SERVICES AGREEMENT WITH THE KEITH COMPANIES FOR DESIGN OF BUCK GULLY WASTEWATER PUMP STATION REHABILITATION THIS AGREEMENT, entered into this 8th day of May, 2001, by and between the City of Newport Beach, a Municipal Corporation (hereinafter referred to as "City "), and The Keith Companies whose address is 2955 Red Hill Avenue, Costa Mesa, California, 92626, (hereinafter referred to as "Consultant"), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to refurbish the Buck Gully Pump Station ( "Project "). C. City desires to engage Consultant to prepare plans and specifications for the Project, upon the terms and conditions contained in this Agreement. D. The principal members of Consultant are for purpose of Project are Robert Reid, Vice President and Bob Seeman, Project Manager. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to contract with Consultant under the terms and conditions provided in this Agreement. so 5 • • NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 8th day of May, 2001, and shall terminate on the 31 st day of June 2002, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit 'B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of eighty-six thousand, sixty-five and 00/100 Dollars ($86.065.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. -:2- ■ 9 0 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of ten percent (10 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical -3- 1 personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor"), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractor's schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, me 9 0 Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Bob Seeman to be its Project Manager. -5- 61 9 0 Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the attached Exhibit "C ". The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City . Notwithstanding the foregoing, Consultant shall not be responsible for delays which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. IIn • • 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE -7- C' PA Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and /Z 0 0 rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of one million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent M 0 0 of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. -1' 0- �4 0 0 Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. D. City will prepare and provide to Consultant street base digital file in AutoCAD (DWG) compatible format. SEE J J • • 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Michael J. Sinacori, P.E. shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of -12- • i any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. -13- /3 i • 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach, Attention Michael J. Sinacori, P.E. 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Robert S. Reid, P.E. The Keith Companies, Inc. 2955 Red Hill Avenue Costa Mesa, CA 92626 (714) 540 -0800 Fax (714) 668 -7071 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof ME11 8 • 0 at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. -15- lq- 0 • 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD -16- 10 data. 0 0 All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney ATTEST: CITY OF NEWPORT BEACH A Municipal Corporation Bv: Mayor City of Newport Beach CONSULTANT By: By: LaVonne Harkless Robert S. Reid, P.E., Vice President City Clerk The Keith Companies, Inc. F: \Users\PBW\Shared\Agreements \Fy 00- 01\TKC - Buck Gully Pump Station Rehab.doc -17- 2-1 • EXHIBIT "A" • PROPOSED SCOPE OF WORK ITKC The Keith Companies (TKC) has developed a scope of services that is based upon the City of Newport Beach's description of the engineering design services that are required to complete the Buck Gully Wastewater Pump Station Rehabilitation and the Cameo Shores Pump Station engineering study. TKC will work as a unified, well- coordinated, and highly motivated project unit with strong technical leadership provided by Mr. Bob Seeman. TKC proposes to complete design services and construction engineering assistance relative to the Buck Gully Wastewater Pump Station Rehabilitation project. For the City proposed consultant task presented below, the expanded services to be provided by TKC are shown. BUCK GULLY WASTEWATER PUMP STATION REHABILITATION I. ANALYSIS AND REVIEW A. Meet with City staff to discuss improvements and gain an understanding of the City's philosophy regarding the operation of the proposed project. • TKC will meet with the City's operational and utilities staff to discuss the design of the improvements to be implemented at the modified Buck Gully station. The outcome of this meeting will be design criteria under which the final design will be performed. B. Prepare a project design memorandum outlining the major design issues pertinent to the rehabilitation of BGWPS as agreed upon by consultant and the City staff. ■ TKC will prepare a brief project design memorandum (maximum of three pages) outlining the design issues and criteria formalized during the initial City/TKC project meeting. ■ Design issues to be discussed will include removal of the existing top wet well slab, demolition of the mechanical and electrical equipment, bypassing of the wet well during construction, and placement of lining in the wet well. II. RESEARCH AND DATA COLLECTION A. Consultant shall gather and review all available information and materials pertaining to the proposed pump station, including but not limited to: • Geotechnical investigation reports • As -built construction plans BUCK GULLY WASTEWATER 1 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 fir) PROPOSED SCOPE i WORK • • The recently completed feasibility design report MCC • Other pertinent information that will expedite the completion of this project ■ TKC has already received and reviewed several of the available information and materials for the project. TKC will coordinate with the City staff to determine what additional information and materials are available and assist the City in researching its library to obtain this information. Any additional materials will be reviewed by the TKC project team. B. The City will provide topography and survey control points for the proposed BGWPS site. Consultant shall perform any additional survey work necessary for the completion of the project. ■ TKC's surveyors will perform the additional survey work necessary to complete the project. This will include locations of the building corners, corners of the top slab, the toe /top of the slopes, the corners of the valve vault, the location of the existing electrical conduit, surface piping, the fence corners, etc. III. MEETINGS AND COORDINATION Meet periodically with City staff during the design process to review and discuss progress and coordinate courses of action. TKC will make recommendations on site layouts, piping configurations, pump types and sizes, valves, electrical, and mechanical equipment, etc. It is anticipated that a maximum of five (5) design meetings will be required. This does not include the initial project meeting, project submittal review meetings, the pre -bid meeting, or the preconstruction meeting. • To allow for thorough communication, TKC has budgeted for the recommended five (5) design meetings during the progress of the project. ■ In addition to the initial project meeting, TKC plans to attend and conduct project submittal review meetings after each of the three (3) project submittals. Also, TKC will attend the pre -bid and the pre- construction meetings. IV. CONSTRUCTION DOCUMENTS A. Prepare complete detailed construction plans, specifications, details, sections, and cost estimates for the rehabilitation of the BGWPS. Plans shall include the building demolition, piping, pumps, site work, and all work BUCK GULLY WASTEWATER 2 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 " PROPOSED SCOPOF WORK • TKC necessary for installation. All plans and details will be drawn at an appropriate scale to produce clear, accurate, easy to read drawings. Construction plans will be complete and fully detailed as required by City staff and field personnel. All specifications and construction plans will be subject to final review and acceptance by the City's Utilities Manager and Public Work's Director. B. The consultant shall prepare the construction plans in AutoCAD Release 14 or newer, and shall plot them on City standard mylar sheets. Once completed, the original mylars of all approved drawings will be submitted to the City together with all other bid documents. Project technical specification, special provisions, and control bid documents will be prepared in accordance with the requirements of the City's design criteria. The consultant shall provide a copy, in Microsoft Word compatible format, of the special provisions and contract bid documents. • The TKC project team will perform any required structural, civil, mechanical and electrical designs and will prepare the necessary construction drawings and technical specifications required for the construction of the Buck Gully Wastewater Lift Station. TKC currently has the capability of preparing the construction plans in either AutoCAD Release 14 or AutoCAD 2000. The construction plans for the Buck Gully project will be prepared in AutoCAD Release 14 to match previously submitted drawings. The proposed construction plans will contain the following sheets: Title Sheet Index Map, Location Map, Abbreviations, Notes Site Plan Demolition Plan for existing pump station (1 sheet) Mechanical Plans & Details (3 sheets) Structural Plans for retaining wall, roof slab (5 sheets) Electrical and Controls (5 sheets) • Plan and details sheets will be prepared at a scale appropriate with the sheet being prepared. Typically, plans sheets will be prepared at a scale of 1" = 10'. ■ Technical specifications will be prepared for the various disciplines covered by the engineering designs. BUCK GULLY WASTEWATER 3 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 IZ . PROPOSED SCOPE' WORK • MCC V. CONSTRUCTION PLANS AND SPECIFICATIONS REVIEW A. The City will require a number of submittals prior to approval and signature of the plans and specifications. Consultant's proposal fee shall include all meetings and submittals necessary for review and coordination of the project. The following list identifies key submittals and required design information for each: 1. 50 percent Design Review: Consultant shall — as a minimum - submit preliminary title sheet, second sheet (including vicinity map, location map, general notes and construction notes), preliminary civil, structural, mechanical, electrical, piping & instrumentation diagrams (P & ID's) and detail sheets as well as a preliminary cost estimate for the BGW PS. 2. 80 percent Design Review: Consultant shall submit complete plans, a refined cost estimate, and preliminary special provisions, as well as addressing the 50 percent design review comments. 3. 95 percent Design Review: Consultant shall— as a minimum - submit the final plans reflecting 80 percent design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate backup detail); complete (and bound) special provisions, contract documents, and any appendices necessary for final approval. 4. Final Approval Review: Consultant shall submit final plans reflecting 95 percent design review corrections; complete (and bound) special provisions, contract documents, and any appendices for final approval and plan signature by the Utilities Manager and Public Works Director. Consultant shall submit mylar originals with consultant stamp and signature with original specifications. ■ The Keith Companies will prepare a number of submittals prior to approval and signature of the plans and specifications. Our proposal fee includes all meetings and submittals necessary for review and coordination of the project. The above list identifies the key submittals and the design information that will be submitted and included for each review: • TKC will address all plan comments furnished by the City at each of the formal submittals and information coordination throughout the plan BUCK GULLY WASTEWATER 4 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 .T..J PROPOSED SCOPIVF WORK • TKC preparation process. TKC anticipates that the City will require a eriod of two (2) weeks of plan review for each submittal. A review meeting will be held after each City review period is completed. VI. CONSTRUCTION SERVICES A. Consultant shall attend pre -bid and preconstruction meetings and shall be available during the bid process to respond to questions and resolve any discrepancies. ■ The BGWPS rehabilitation project will be publicly bid by the City. To achieve fair and accurate bids, it is important that all contractors receive their information from the same source. The City's Project Manager will be the primary contractor contact. When requested by the City, TKC will respond to bidder's questions during the bid advertisement periods and provide information and clarification of bid documents to prospective bidders, including the preparation of complete addenda documentation as required for City issuance and distribution. Our project rrlanager will also attend the pre -bid meeting. B. Consultant shall provide not -to- exceed fee based on time and material to review shop drawings submittals related to the design of this project. • Our senior engineers will review the drawings and the other submittals prepared by the Contractor. All correspondence will be through the City. C. Consultant shall prepare final construction drawings, including revision of the plans and project specifications, and any bid addendum. ■ TKC will update the construction plans and technical specifications to incorporate any revisions and /or modifications generated during the bidding process or through addendums. Revised construction plans and specifications will be furnished to the City. D. Consultant shall provide guidance and recommendations to the City with respect to the Contractor's general conformance to the plans and specifications. This does not mean Consultant will be responsible for project construction inspection, but will instead be expected to provide some monitoring — and where appropriate — make field recommendations. • TKC will attend a limited number of field meetings with City staff and /or the contractor to clarify design - related items. TKC will provide clarification of "Requests for Information" (RFI's) from either the Project Manager or the contractor, including any new detailed drawings. TKC will make field recommendations where appropriate. BUCK GULLY WASTEWATER 5 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 zb PROPOSED SCOPE WORK • �C E. Consultant shall include in his proposal a fee to prepare record drawings once project construction has been completed, based on Contractor furnished "Redline" construction plans. ■ Upon completion of construction, The Keith Companies will prepare record drawings. Since the City will carry out the inspection of the project, modifications to the original drawings will be based upon information supplied by the City and its contractor. The record drawings will incorporate any changes between the engineering design and the actual construction. CAMEO SHORES PUMP STATION AND FORCE MAIN TKC proposes to complete design services relative to the Cameo Shores Pump Station and Force Main project. I. ANALYSIS AND REVIEW A. TKC will meet with the City's operational and utilities staff to discuss the evaluation study of the operational problems occurring at the Cameo Shores Pump Station and in the Cameo Shores Force Main. The outcome of this meeting will be criteria under which the evaluation study and force main design will be performed. B. Prepare a project design memorandum outlining the major design issues pertinent to the evaluation study and analysis of the Cameo Shores Pump Station. • TKC will prepare a brief project design memorandum outlining the evaluation study issues, criteria formalized during the initial City/TKC project meeting, findings, and recommendations generated by the evaluation study. • Issues to be evaluated and analyzed will include operating criteria of the existing pumps, causes for the current cavitation problems, replacement pumps, hydraulics of the existing force main, and condition of the existing discharge manhole. II. DATA COLLECTIONlUTILITY RESEARCH A thorough and complete utility search is an important element of a successful pipeline design project. Including accurate utility data on the construction plans BUCK GULLY WASTEWATER 6 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 PROPOSED SCOPEOF WORK 0 TKC will reduce the likelihood of encountering unanticipated conditions during construction. Locations of the existing utilities will have a significant bearing on the proposed force main alignment. TKC will review reports, record drawings, and other information affecting the project. The first source will be the as- builts for the recently installed force main. Other sources will include the City's record drawings, street improvement plans, water improvement plans, any available City construction plans and /or specifications, utility information, legal descriptions, or other pertinent information prepared by the City, or others which are related to the project. TKC will research and obtain record data from the utility companies, and any other agencies having existing or proposed facilities or jurisdiction in the project area. Besides the City's facilities, additional utilities that we will contact include, but are not limited to, natural gas, petroleum, storm drains, telephone, electrical, traffic control facilities, cable television companies, manholes and other structures. TKC will coordinate with these agencies to obtain facility information and to verify the horizontal and vertical locations of the existing and any proposed facilities that will parallel or intersect the project area. We will accurately indicate on the construction plans, the locations and elevations of all existing and proposed utilities, improvements, and related facilities. Information pertaining to utilities such as material, size, depth, and horizontal location will also be identified on the construction drawings. III. FIELD SURVEY The Keith Companies will be responsible for all field surveying required to properly design the project. Cross sections will be taken at 50 -foot intervals. The design survey will include all items within the street right -of -way including curbs, gutters, driveways, and edges of sidewalk. The survey control shall be established using the County's GPS coordinate system. The survey control will conform to N.A.D. 83 California Coordinate System values horizontally and or 88 vertical datum. The basis of bearing and benchmark will be indicated on the construction plans. Lastly, our surveyors will gather information on topographic features and culture features such as manhole covers, water valve caps, electrical pull boxes, and curbs. We will obtain the rim and invert elevations of sewer and storm drain manholes that are along the alignment. BUCK GULLY WASTEWATER PUMP STATION REHABILITATION 7 The Keith Companies 2955 Red Hill Avenue Costa Mesa, CA 92626 (3� PROPOSED SCOPE 0 WORK IV. MEETINGS AND COORDINATION • ITKC The Keith Companies Project Manger will meet and coordinate work with the City. The Project Manager will also be responsible for coordinating all design efforts and staffing to ensure a successfully completed project on time and on budget. The Project Manager will meet with the City once a month to complete the work within the schedule limits. For budgeting purposes, we are assuming attendance at three meeting during the design phase of the project. This does not include the initial project meeting, project submittal review meetings, the pre - bid meeting, or the preconstruction meeting. In addition to the initial project meeting, TKC plans to attend and conduct project submittal review meetings after each of the three (3) project submittals. Also, TKC will attend the pre -bid and the pre- construction meetings. V. Construction Documents A. All drawings and design specifications shall be prepared in accordance with requirements of the City of Newport Beach Design Criteria, Special Provisions and Standard Drawings for Public Works Construction" 1994 edition, which incorporates the "green book" specifications entitled, "Standards Specifications for Public Works Construction," latest edition. All specifications and drawings will be subject to final review an acceptance by the City of Newport Beach, Public Works Department. The Keith Companies will use AutoCAD Release 14 to prepare the construction plans. The construction drawings will be plotted at 1" = 40' horizontal scale for the plan and 1" = 4' vertical scale for the profile. All plans will be drawn on 24" x 36" size sheets and will include the City of Newport Beach's standard title block format. For maximum time and labor efficiencies, and to ensure that the City's input is incorporated into the final design, TKC will submit plans and specifications to the District for review at the fifty percent (50 %), one hundred percent (100 %), and final design milestones. The title sheet of the contract drawings will contain the project title, space for approval signatures, and the date. The index sheet will contain the vicinity map, location map, utility and agency index, list of standard symbols, list of abbreviations, general notes, sheet index, benchmark and basis of bearings. ■ The Final Approval Review package will include final plans reflecting 100% design review corrections, complete (and bound) special provisions, contract documents and any appendices, for final approval and plan signature by the Public Works BUCK GULLY WASTEWATER 8 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 �919 PROPOSED SCOP*F WORK "MC Department. In addition, final drawings in digital format in AutoCAD Version 14 and one (1) set of original drawings inked on Mylar measuring 24 -inch by 36 -inch will also be provided for the final submittal. The proposed construction plans will contain the following sheets: Title Sheet Index Map, Location Map, Abbreviations, Notes 40 Scale Plan and Profile Sheets (2 sheets) Details (1 sheet) B. TKC will prepare contract documents for bidding and construction purposes including bid proposals, specifications, special provisions, and construction plans. Items such as the bid proposals, specifications, and special provisions will be prepared in most current version of Microsoft Word. The special provisions will carefully describe the contractor's sequence of work for the parallel force main. The contractor will be instructed of specific requirements and procedures to connect to the existing force main and manhole, and requirements for demolishing and abandoning portions of the existing force main, if necessary. C. TKC will prepare an engineer's estimate of probable construction cost for the project, including all other associated appurtenant construction costs. Senior design staff with considerable office design and construction experience will prepare the engineer's estimate. Our experience has shown that these professionals have a better understanding of the construction efforts required. Therefore, the accuracy of the construction cost estimate will be increased. An electronic copy of the construction cost estimate will be submitted to the City in a Microsoft Excel '97 format. VI. CONSTRUCTION PLANS AND SPECIFICATIONS REVIEW The City will require a number of submittals prior to approval and signature of the plans and specifications. Consultant's proposal fee shall include all meetings and submittals necessary for review and coordination of the project. The following list identifies key submittals and required design information for each: 1. 50 percent Design Review: Consultant shall — as a minimum - submit preliminary title sheet, second sheet (including vicinity map, location map, general notes and construction notes), and preliminary plan and profile sheets as well as a preliminary cost estimate for the Cameo Shores Force Main. A preliminary cost estimate will be prepared. Eight (8) copies of the work in progress will be furnished for the submittal reviews. BUCK GULLY WASTEWATER 9 The Keith Companies ? PUMP STATION REHABILITATION 2955 Red Hill Avenue Jl� Costa Mesa, CA 92626 PROPOSED SCOPE* WORK 0 �C 2. 100 percent Design Review: Consultant shall — as a minimum - submit the final plans reflecting 50 percent design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate backup detail); complete (and bound) special provisions, contract documents, and any appendices necessary for final approval. Eight (8) copies of the work in progress will be furnished for the submittal reviews. 3. Final Approval Review: Consultant shall submit final plans reflecting 100 percent design review corrections; complete (and bound) special provisions, contract documents, and any appendices for final approval and plan signature by the Utilities Manager and Public Works Director. Consultant shall submit mylar originals with consultant stamp and signature with original specifications. TKC will address all plan comments furnished by the City at each of the formal submittals and information coordination throughout the plan preparation process. TKC anticipates that the City will require a period of two (2) weeks of plan review for each submittal. A review meeting will be held after each City review period is completed. VII. CONSTRUCTION SERVICES A. TKC will attend pre -bid and preconstruction meetings and shall be available during the bid process to respond to questions and resolve any discrepancies. To achieve fair and accurate bids, it is important that all contractors receive their information from the same source. The City's Project Manager will be the primary contractor contact. When requested by the City, TKC will respond to bidder's questions during the bid advertisement periods and provide information and clarification of bid documents to prospective bidders, including the preparation of complete addenda documentation as required for City issuance and distribution. Our project manager will also attend the pre -bid meeting. B. TKC will review shop drawings submittals related to the design of this project. Our senior engineers will review the drawings and the other submittals prepared by the Contractor. All correspondence will be through the City. C. TKC will prepare final construction drawings, including revision of the plans and project specifications, and any bid addendum. TKC will update the construction plans and technical specifications to incorporate any revisions and /or modifications generated during the bidding process or through addendums. Revised construction plans and specifications will be furnished to the City. BUCK GULLY WASTEWATER 10 The Keith Companies ' PUMP STATION REHABILITATION 2955 Red Hill Avenue 2 Costa Mesa, CA 92626 J PROPOSED SCOPEOF WORK �C D. TKC will provide guidance and recommendations to the City with respect to the Contractor's general conformance to the plans and specifications. TKC will not be responsible for project construction inspection, but will instead be expected to provide some monitoring — and where appropriate — make field recommendations. TKC will attend a limited number of field meetings with City staff and /or the contractor to clarify design - related items. TKC will provide clarification of "Requests for Information" (RFI's) from either the Project Manager or the contractor, including any new detailed drawings. TKC will make field recommendations where appropriate. E. TKC will prepare record drawings once project construction has been completed, based on Contractor furnished "Redline" construction plans. Since the City will carry out the inspection of the project, modifications to the original drawings will be based upon information supplied by the City and its contractor. The record drawings will incorporate any changes between the engineering design and the actual construction. BUCK GULLY WASTEWATER 11 The Keith Companies PUMP STATION REHABILITATION 2955 Red Hill Avenue Costa Mesa, CA 92626 . m X LL W m O IL w Z LL O U Q m N CL 0 0 OD IT ODNCO O N O N NN co ^ h O w N 00 LO fp 00 )O O 00 M c0 co m to h M- cr) OCO d) M v 0)ODN co O O M MM O)CV) C0 Oi MN N O M V � (p 0 H U to V* 6% M Vf 6.) 10 cA V! Vf r Vi N 00 w 6% fA tq w w .0 C C Q LL n w OD O v 00 N c0 O N O N N N 00 7 N O 00 N 00 t0 cp OD � O 00 M Co 00 O) w o n�r)r)o�n C) (1) V 1-0)000) m o z Cl) Cl) CO l0 Cl) c0 Vj M N N,O M c0 N cA V) Hi 6q to Vi di fA H 9 w NH N .ml , M «� OD N lh r v O 00 01 O O O N N O co M N N co M O CO N N M N n m 3`o m Z m I co co m `o U V> Z U 00 O Q c0 Cl) (O IT N N N V V' V v Y Q U � U 0 Lo co Q N 00 C) ° OD v V O N co U p J C O m O cu N CO M O lL N OO �. O - co c CO N M N co N M O co co d N = LL! � Y O r (O 00 N v 0 N N O n N M d fA (1) O) .r � U O` C dd N e» N co O N 3 0 0 0 O O Z > 5 O D m 0 m Q C Q) N ho O O d o o F w U C U Z U C U a m a 4)0mQ O m 2v a O m C (n F- O m C (n U Y W U C (D atf N 16 Q U C 4) o2S N W F m- N v 0 y 4) „o v= y U 0 m wx °UOain a m of 00 FE U) ycmc000 acCo(Dc m._ _ m m.0 0 0 3 m ) 0) U L) U y m c Z N � 0 � J y `m w m In CD m F 0 d C C C O N 9 () C C C O J m C w N O O O m 2 C Q) d 0 0 0 .q? W F Z Y _ _ J J _ _ J> = Q% L9 U d 0 EXHIBIT `B" 0 THE KEITH COMPANIES, INC. FEE SCHEDULE - CITY OF NEWPORT BEACH ITKC Compensation of The Keith Companies for work performed on time and materials basis will be computed as follows: FieldSupervisor ..................................................................... ............................... .........................125.00 Hourly Rate CIVIL ENGINEERING SERVICES, WATER RESOURCES and MAPPING ThreePerson Crew ................................................................ President, Vice President ...................................................... ............................... ........................$145.00 TwoPerson Crew .................................................................. Director.................................................................................. ............................... .........................140.00 OnePerson Crew .................................................................. Sr. Project Manager ............................................................... ............................... .........................130.00 ProjectManager ..................................................................... ............................... .........................125.00 Sr. Project Engineer, Sr. Project Surveyor, Sr. Project Designer ......................... .........................115.00 Project Engineer, Project Surveyor, Project Designerr . .......... ............................... .........................110.00 Sr. Design Engineer, Sr. Designer, Sr. Survey Analyst ......... ............................... .........................100.00 Design Engineer, Designer, Survey Analyst ........................... ............................... ..........................90.00 Design Technician, Research Coordinator ............................. ............................... ..........................90.00 Sr. CADD Technician .............................................................. ............................... ..........................85.00 SurveyTechnician ............................................................................................. ............................... 80.00 CADD Technician, Jr. Engineer .............................................. ............................... ..........................75.00 Jr. CADD Technician, Jr. Survey Analyst ................................ ............................... ..........................70.00 Office Work, Engineering Aide ................................................ ............................... ..........................48.00 AL NIA &i1 ;", M Directorof Survey ......................................................................................... ............................... $130.00 FieldSupervisor ..................................................................... ............................... .........................125.00 FieldCoordinator .................................................................... ............................... .........................105.00 ThreePerson Crew ................................................................ ............................... .........................205.00 TwoPerson Crew .................................................................. ............................... .........................170.00 OnePerson Crew .................................................................. ............................... .........................140.00 MISCELLANEOUS FEES The following services are billed at our cost plus 100/6: Subcontracted services. Fees advanced by us. Commercial delivery services, including Federal Express, Express Mail, and Messenger Services. Blueprint services and printing. \ \KEITH0101 \p \P7121001\d0C \1688 fee.dm ,_ 5 >m N.......... ............ ....... ............. ... .... N i L V m � m mN s r m LL m N N N m C u� O a` E_ m m N - E - m Z e O LLJ s m U d� Q Q D o a m m a m �= E e > _ > > /� U YV �F� m N ..... ..... ........ ....... ........ ........... .... ... ................ .............. Q Q 2 HD EW ma» a0 > ¢N XW w z N - -- __......... .... _...... _.......... ............... ....._.........,.... LL yW _ 'm —.... ca CL _.... .. ........ / .... ....... .......... ....._... . N Q N m ips a m r o Q N o 0 0 ^ - 0 - 0 - 0 N 0 N 0 0 2 001 0 a 0 a 0 N 0 N .- 0 N .- - 0 0 a 91 N 0 a J n] y _ m E N 4 ° Q L� a 4'�� YT N a N 10 f0 n � m Ov 01 Q W ° 0 0 o a yo_T o 0 m 0 e N 0 0 0 O o b a o r 0 N 0 N N p 0 m z m N a m F 3 a 3 V 3 a � F � 3 F IL 6Z F IL IL li � L L IL lL LL F F N R N mT 0 N N N N mT N N N N N N N N mT R A T A 0 e N T m m � Q y E a' d m m m C m C y C P y C L C ¢ y m O cm T m m 0 LL Oi m m 0 m a0 O C CC Vr ,_ 5 Oty of Newport Beach If BUDGET AMENDMENT 2000 -01 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 046 AMOUNT: Ssz,zss.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations in the Wastewater Fund for the rehabilitation of the Buck Gully Pump Station. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 530 3605 REVENUE ESTIMATES P60 1) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Amount Debit Credit Description Fund Balance $52,259.00 Description Signed: City Council Approval: City Clerk Date Description Division Number 7532 Sewer Pump Station Improvements Account Number C5600100 Sewer Pump Station Master Plan Improvements $52,259.00 Division Number Account Number Division Number Account Number Division Number Account Number ' Automat/c System Entry. Signed lFrrn b�i17iJ4i. n ial p val: Administrative rvices Director ate Signed: lll7 / v Administrative Approval: City Manager ate Signed: City Council Approval: City Clerk Date 4ty of Newport Beach • NO. BA- 046 BUDGET AMENDMENT 2000 -01 AMOUNT: Es2,25s.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance �X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary. Fund Balance SOURCE: c� c crl from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: R� OVED This budget amendment is requested to provide for the following: To increase expenditure appropriations in the Wastewater Fund for the rehabilitation of the Buck Gully Pump Station. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 530 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS , 3603) Division Account Division Account Division Account Division Account Signed: Signed: Signed: Description Fund Balance Description Description Number 7532 Sewer Pump Station Improvements Number C5600100 Sewer Pump Station Master Plan Improvements Number Number Number Number Number Number 0 Admi istra Approval: CjXy Mana er (N Clk� City Council Approval. City Clerk �� Amount Debit Credit $52,259.00 $52,259.00 yo-c/) 5H101 Date CITY OF NEWPORTIEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 16, 2002 GCI Construction, Inc. 245 Fischer Avenue, Suite B -3 Costa Mesa, CA 92626 Gentlemen: Thank you for your courtesy in submitting a bid for the Buck Gully, Linda Isle, and Carnation Pump Station Rehabilitation Project (Contract No. 3368) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, 47e6% m. �ar&-2 LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach