Loading...
HomeMy WebLinkAboutC-3417 - Zone III and IV Pump Station Electrical Improvements0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC July 22, 2004 Rich Construction, Inc. P. O. Box 740 Bonsall, CA 92003 Subject: Zone III and IV Pump Station Electrical Improvements (C -3417) To Whom It May Concern: On July 22, 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 September 4, 2003. The Surety for the contract is Colonial American Casualty and Surety Company, and the bond number is 08584269. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk cc: Public Works Department Michael J. Sinacori, Project Manager enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • Aww. city. newport-beach. ca. us i -:r•, ect vn ,,Nn if UCTION INC 9096987465 .. .. P.94 ..: PAGE 16 EXECUTED IN 4 COUNTERPARTS CiTY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND iV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ $7,316.00 being at the rate of $ $12. 00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Rich Construction, Inc,, hereinafter designated as the "Principal ", a contract for construction of ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS, Contract No. 3417 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. 341T and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and COLONIAL AMERICAN CASUALTY AND SURETY COMPANY duly authorized to transact business under the laws of the State of Catifornia as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of six hundred nine thousand, six hundred fifty -four and no /100 Dollars ($508,654.00) 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 agreements In the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and In the manner therein specified, and In all respects according to its true intent and meaning, or fails to Indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, In an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. C PAGE 17 As a part of the obligation secured hereby, and to addition to the face amount specified in this Performance Bond, there shall be Induded 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 time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifcations accompanying tho same shall In any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an Individual, it is agreed that the death of any such Principal shall not exonerate the Surety from Its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3RD day of JULY 2001. Rich Construction, Inc. (Principal) COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Name of Surety 33 ROCK HILL RD. BALA CYNWYD, PA 19004 Address of Surety (610)664 -2324 Telephone Adhorized SignatureMbe ii %? Z,4, .-.%mr MICHAEL A. QUIGLEY, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ORANGE I ss. On JULY 3, 2001 before me, M. TREDINNIC%, NOTARY PUBLIC Dare Name and Ttle of Officer (e.g.. "Jane Doe, Notary Public ) personally appeared MICHAEL A. QUIGLEY Name(s) of Signer(s) � ,M,, coTRDINMCK !m 2= n '3 ;54 z `` --. =o :�.no�.aryPubac— Coiioria `> Y � �,, x' My Cc: nm. 6;pire5 Mor 26, 2�3 M personally known to me C proved to me on the basis of satisfactory evidence to be the person(g) whose name(N) is /aUE subscribed to the within instrument and acknowledged to me that heYABOMexecuted the same in hislfbaongjr authorized capacity0M), and that by his /P&X signature(S) on the instrument the person(SO, or the entity upon behalf of which the person$ acted, executed the instrument. WITNESS my hand and offical seal. Place Notary Seal A e I Signature of Notary P bTm 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: Number of Pages: ❑ Individual Top of thumb here ❑ Corporate Officer— Title(s): ❑ Partner —❑ Limited ❑ General * Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing 0 199] Nabonal Notary Assooubon • 9350 De Soto Aw .. P.O. Box 2402 • Chatsworth, CA 913112402 Prod. No. 307 Reorder Call Toll -Free 1A00 -876 -6827 • Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, by M. J. ANDERSON, Vice Presidegl�and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By-Law CompaatrLL�� ich are set forth on the reverse side hereof and are hereby certified to be in full force and effec "'Ore date here �o,�s?s hereby nominate, constitute and appoint Michael A. QUIGLEY, of Irvine, California, its �nd awful a ttomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act eed: any r ends and undertakings, each in a penalty not to exceed the sum of SIX MILLION DOLIoLA �S 6,000,0 d the execution of such bonds or undertakings in pursuance of these presents, shall be as b ihi®n said as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledo a regulaz Ie ed officers of the Company at its office in Baltimore, Md., in their own proper persons. This powi attorney r.o that issued on behalf of Michael A. QUIGLEY, dated May 17, 1999. fC) The said Assistant Secretary does here rt#y that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Cortnd is now in force. IN WITNESS WHEREOF, th�6id Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 8th day of June, A.D. 2001. ATTEST: ¢�cJ�try,� ` 88AL ���'� uh State of Maryland County of Baltimore j ss: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY T. E. Smith Assistant Secretary By: M.7. Anderson 1 %ice President On this 8th day of June, A.D. 2001, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. J. ANDERSON, Vice President, and T. E. SMITH, Assistant Secretary, of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. P1DiAR'{ POA -F 186 -2029 Carol J Fader Notary Public My Commission Expires: August 1, 2004 CALIFORNIA ALL- PURPWd ACKNOWLEDGMENT State of C'alifornla County of San On ' l g U6 I before me, Heather L. Sieverding, Notary Public Dal A-). I n rw _I ,Name antl Title of Officer (e.g.. "Jane Doe, Notary Public') personally appeared HEATriER L siEVEROING m COMM. *1149599 n F NOTAiN pUgUOCALIFORNIA U sAN aEGO couNry 01 m wcam x.21 Name($) of One,($) personally known to me 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. Si ur at 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: r. ❑ n Individual Corporate Officer Title(s): Partner — ❑ Limited D General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHrTHUMBPRINT OF SIGNER Signer's Name: O Number of Pages: Individual Corporate Officer Ttle(s): Partner — ❑ Limited General Attorney -in -Fact Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER ®1996 National Notary Association • 8236 Remmet Ave., PA. Box 7184 • Canoga Park, CA 91309 -7184 Prod. No 5907 Reortlec Call Toll -Free 1- 800 - 1176 -6827 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC September 4, 2003 Rich Construction, Inc. P.O. Box 740 Bonsall, CA 92003 Subject: Zone III and IV Pump Station Electrical Improvements (C -3417) To Whom It May Concern: On July 22, 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 July 31, 2003, Reference No. 2003000915856. The Surety for the contract is Colonial American Casualty and Surety Company, and the bond number is 08584269. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk cc: Public Works Department Michael J. Sinacori, 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 10:13 AM RICH CONSTRUCTION INC 9096927969 P.02 PAGE 14 EXECUTED IN 4 COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS Premium for this bond included CONTRACT NO. 3417 in charge for Performance Bond, BOND NO, 08584269 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of Califomia, by motion adopted, has awarded to Rich Construction, Inc., hereinafter designated as the 'Principal," a contract for construction of ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS, Contract No. 3417 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, ail of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3417 and the terns 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, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY duly authorized to transact business under the laws of the State of Califomia, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of six hundred nine thousand, six hundred f8ty -four and no/100 Dollars ($609,654,00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns. jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principars 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 Civfl Code of the State of Califomia. .JUN -28 -01 18:13 AM RICH CONSTRUCTION INC 9096987s9�6pq9 J � - PAGE 95 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. sag, 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 specflcation& in the event that any principal above named executed this Bond as an Individual, it Is agreed that the death of any such principal shall not exonerate the Surety from Its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 3RD day of . JULY , 2001. CiRich Construction, Inc. (Principal) on d SignaturelTitle d COLONIAL AMERICAN CASUALTY AND SURETY COMPANY A. l Name of Surety Authorized Agent Slgnstu 33 ROCK HILL RD. BALA CYNWYD, PA 19004 Address of Surety (610)664 -2324 Telephone MICHAEL A. QUIGLEY, ATTORNEY -IN -FACT Print Name and TMe NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ORANGE I ss. 0 On JULY 3, 2001 before me, M. TREDINNICK, NOTARY PUBLIC awe Name and Title of Officer (e.g., 'Jane Doe, Notary Public') personally appeared MICHAEL A. QUIGLEY Name(s) of Slgnena) M. TRED;NN;CK - COmms <ion - 1213054 z �' 2 < Notary Public — Cclitcrnl:7 i �i Crcnge Count' "" My Comm. Expires Mar 25, 2003 E personally known to me C proved to me on the basis of satisfactory evidence to be the person(g) whose name(S) is /axK subscribed to the within instrument and acknowledged to me that heYAUElWexecuted the same in his /lam@# authorized capacity0M), and that by his/bend2lirX signature(S) on the instrument the person(a), or the entity upon behalf of which the person04 acted, executed the instrument. WITNESS my hand and offje a seal. Place Notary Seal Above SignaNre 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: ❑ Individual Top of thumb here ❑ Corporate Officer— Title(s): ❑ Partner —❑ Limited ❑ General i C Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _ Ic 1997 . National Notary Absovaden • 93W De Sole Ave., P.O. Box 24112 - Chatsvodh, CA 91313 -2402 Prod. No. 5 T Reorder Call Tofl- -Vibe 1- -878a 1127 0 0 Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, by M. J. ANDERSON, Vice Presi¢ep "hand T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By -Law = Compan ch are set forth on the reverse side hereof and are hereby certified to be in full force and effeg[ date he %X hereby nominate, constitute and appoint Michael A. QUIGLEY, of Irvine, California, its �!� awful as ttomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, an d as its act$ �3eed: any ,a onds and undertakings, each in a penalty not to exceed the sum of SIX MILLION DO ($ 6,000,0 a?ld the execution of such bonds or undertakings in pursuance of these presents, shall be as bind upon sat Co as fully and amply, to all intents and purposes, as if they had been duly executed and acknowled e regulaz le ed officers of the Company at its office in Baltimore, Md., in their own proper persons. This pow attomey ro that issued on behalf of Michael A. QUIGLEY, dated May 17, 1999. The said Assistant Secretary does he that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Con and is now in force. IN WITNESS WHEREOF, tYie� said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Sea) of the said COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 8th day of June, A.D. 2001. ATTEST: SEAL ��i�7 tJM State of Maryland Countv of Baltimore f ss: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY T. E. Smith Assistant Secretary By: M J Anderson Vice President On this 8th day of June, A.D. 2001, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. J. ANDERSON, Vice President, and T. E. SMITH, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. fIDPUBLIC c9 POA -F 186 -2026 Carol J. Fader Notary Public My Commission Expires: August 1, 2004 E EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article Vl, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,.-and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate, and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice- Presidents specially authorized by the Board of Directors to appoint any Attomey -in -Fact as Provided in Article VI, Section 2, of the By -Laws of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the.COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I*ave hereunto subscribed my name and affixed the corporate seal of the said Company, this 3RD day of JULY 2001 Assistant Secretary CALIFORNIA ALL- PURPIA ACKNOWLEDGMENT • State of ('Al;fornta County of San Dieg' On before me, Dale . j personally appeared personally known to me =1 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the HEATHER L.StEVERDING within instrument and acknowledged to me that he /she /they tO coMM. ptfassss n executed the same in his /her /their authorized capacity(ies), NOTARY PUBLIC- CALIFORNIA -i and that by his /her /their signature(s) on the instrument the m SAN DIEOO=2, m or the entity upon behalf of which the person (s) Nr ca ETpiea Augur z, xogl person(s), Y P P ( ) N. acted, executed the instrument. WITNESS my hand and official seal. Sig re of Notary ub!ic 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(s) Signer's Name: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee C Guardian or Conservator C Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Number of Pages: Signer's Name: 7_i Corporate Officer Title(s): Partner — C Limited =. General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing RIGHTTHUMBPRINT OF SIGNER Z 1996 National Notary Asiinoti ion • 8236 Remmet Ave.. P.O. aox ]18a • Canoga Park. CA 91309 -]1Ba Protl. :Vo. 590] Reortler: Call .Toll -Free !-800 thfi 6e2: Recorded in Official Records, County of Orange Tom Daly, Clerk- Recorder RECORDING REQUESTED BY AND Illllllllllllllllllllllllllll�llllllllilllllllllllllllllllllllllllNO FEE WHEN RECORDED RETURN TO: 2003000915856 09:10am 07131103 Clerk 213 ios N12 I City Cl Newport Beach 0.00 0.00 0.00 0.00 0.00 0.00 o.00 0.00 3300 Newport Boulevard Newport Beach, CA 92663 'Exempt from recordin fees I pursuant to Government Code ection 6103" I! NOTICE OF COMPLETION i? NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Rich Construction, of Bonsall, California, as Contractor, entered into a Contract on June 26, 2001. Said Contract set forth certain improvements, as follows: Zone II and IV Pump Station Electrical Improvements (C -3417 Work on said Contract was completed on July 11. 2003, and was found to be acceptable on July 22. 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Colonial American Casualty and Surety Company. M Public "Works Director pity of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. i Executed on i, t! '�'C at Newport Beach, California. BY City Clerk 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless. CMC July 23, 2003 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the Bonita Canyon Sports Park Project (C- 3270); Notice of Completion for the Zone II and IV Pump Station Electrical Improvements Project (C- 3417); Notice of Completion for the Fuel Systems Upgrade Project (C- 3547); and Notice of Completion for the Traffic Signal and Roadway Improvements on Newport Coast Drive at Sage Hill School Project (C -3587) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC 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 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 Rich Construction, of Bonsall, California, as Contractor, entered into a Contract on June 26, 2001. Said Contract set forth certain improvements, as follows: Zone II and IV Pump Station Electrical Improvements (C -3417) Work on said Contract was completed on July 11, 2003, and was found to be acceptable on July 22 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Colonial American Casualty and Surety Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �,' J 67 City Clerk at Newport Beach, California. CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. e July 22, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori, P.E. 949 - 644 -3311 msinacori@city.newport-beach.ca.us SUBJECT: ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS, CONTRACT NO. 3417 — COMPLETION AND ACCEPTANCE 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 26, 2001, the City Council authorized the award of the Zone III and IV Pump Station Electrical Improvements contract to Rich Construction. The contract provided for the installation of the pumps, motors, and electrical controls to run both the Zone III and IV pump stations. The Zone III pump station was also equipped with variable frequency drives to provide a more energy efficient system for this pressure zone, which serves one -third of the City. In addition, a backup generator was installed to provide emergency power to the Zone III pump station. The Zone IV pump station was already equipped with a diesel driven backup pump in case of a power failure. By replacing the pumps and motors and utilizing the new variable frequency drives in the Zone III controls, energy costs can be reduced by twenty -five percent. This equates to a yearly cost savings of approximately $55,000.00. The project completion was delayed because of operational constraints on the City's water system. Final testing and certification of the station was approved and the contract has now been completed to the satisfaction of the Public Works and Utilities Departments. A summary of the contract cost is as follows: SUBJECT: ZONE III AND IV PUSATION ELECTRICAL IMPROVEMENTS, CONTRONO. 3417— COMPLETION AND ACCEPTANCE July 22, 2003 Page 2 Original bid amount: $609,654.00 Actual amount of bid items constructed: 609,654.00 Total amount of change orders: 62,478.15 Final contract cost: $672,132.15 The final overall construction cost including change orders was approximately 10 percent over the original bid amount. Four change orders were excuted for the project. The most significant was a City requested upgrade to the Variable Frequency Drives that were to be used for the project in the amount of $29,810.41. The remaining change orders were for other unforeseen work required to complete the project. Upon approval of the Budget Amendment, funds for the project were expended in the following Water Enterprise Fund account: Description Zone III & IV Pump Station Upgrades Wells and Pump Station Maintenance Environmental Review: Account No. Amount 7503- C5500531 $659,654.00 5500 -8156 $12,478.15 The 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. Prepared by- Submitted by: N Mich el J. Sinacori, P.E. n- e , adum Principal Civil Engineer Publjc" rks Director r • • 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 2:15 p.m. on the 12th day of June 2001, at which time such bids shall be opened and read for ZONE 111 AND IV PUMP STATION ELECTRICAL IMPROVEMENTS Title of Project Contract No. 3417 $550,000 Engineer's Estimate r� roved by C� LL� Don Webb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at thn office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. Contractor General "A" or C -10 License required for this projer;t MANDATORY PRE -BID MEETING AT SITE, June 61h9 10;170 a.m. For further information, call Mike Siniacori, Protect Manager at (949) 644- 3342 • PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 INSTRUCTIONS TO BIDDERS 1. 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 TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT 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. 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 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. PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 INSTRUCTIONS TO BIDDERS 1. 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 TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT 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. 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 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. • • PAGE 2 8. In accordance with ;he California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for 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 to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 4s�o o I I - 4, Contractor's License No. & Classification Bidder Authorized SignatureMtle oCo 1 1 01 Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 BIDDER'S BOND PAGE 3 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 Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS, Contract No. 3417 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 duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice 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 day of 2001. Name of Contractor (Principal) Authorized Signature/Title Name of Surety Address of Surety Telephone Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) JUN -06 -01 02:'09 PM RICH CONSTRUCTION INC 9096937969 •P.03 PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE 111 AND IV PUMP STATION ELECTRICAL IMPROVEMENTS . CONTRACT No. 3417 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 AMOUNT OF THE ACCOMPANYING BID Dollars ($107 of BID ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS, Contract No. 3417 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 duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice 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 7TH day of JUNE 2001. RICH CONSTRUCTION, INC. Name of Contractor (Principal) COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Name of Surety 33 ROCK HILL RD. BALA CYNVYD, PA 19004 Address of Surety (610)664 -2324 Telephone ,z. Lo Awfhori78d SignaturaMtie i ✓'Autfiorized Agent Sigr atu MICHAEL A. QUIGLEY, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) r CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of ORANGE On JUNE 7, 2001 before me, Date personally appeared I ss. M. TREDINNICK, NOTARY PUBLIC Name and Title of OR¢er (e,g., "Jane Doe, Notary P MICHAEL A. QUIGLEY K personally known to me proved to me on the basis of satisfactory evidence 6*'6�` to be the person(iii) whose name(R) is /aW M, iR pl,Nti•ICr subscribed to the within instrument and Com7sslon 12;305< acknowledged to me that heNKRnWexecuted the same in his /b8EWNk authorized OrangeCoun "O ca acit Comm. Expires Mo �6, y p Yom)= and that by his /tYfit7k�kiC 003 signature%) on the instrument the person(9Q, or the entity upon behalf of which the persona acted, executed the instrument. WITNESS my hand and offic�ia ea.. Place Nolan, Seal Above \ / Y Si/nature of /Notary Pudk 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 ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHT THUMBPRINT OF 516NER 9 1997 National Notary Association • 9350 De Soto Ave., PO. Box 2402 • Chatsworth. CA 91313 -2402 Prod, No. 5907 Reorder Call Toll -Free 1- BW-876 -6827 Power of Attorney COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227 Know ALL MEN BY THESE PRESENTS: That the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, by W. B. WALBRECk4ER, Vice - President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Sect f the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to ull force a JkNct on the date hereof, does hereby nominate, constitute and appoint Michael A. QUIGLE tso Viejo rma, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, behal ty, and as its act and deed: any and all bonds and undertakings, each in a penalty not to ceed"the sum qft ,1 ILLION DOLLARS ($6,000,000) and the execution of such bonds or undertakings in pu of these r4 is', shall be as binding upon said Company, as fully and amply, to all intents and purposes, ,isi{� ey had b�eK&i executed and acknowledged by the regularly elected officers of the Company at its office io [more, MSI. eir own proper persons. The said Assistant Secretary doe�sSShereby ' at the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws ofi \ ;�aj�6mpany, and is now in force. IN WITNESS WHEREOF, [he�Yd/Vic President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of th Aid COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 17th day of May, A.D. 1999. ATTEST: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY b1 SEAAi T. E. Smith Assistant Secretary State of Maryland ss: County of Baltimore 6V. B. Walbrecher Vice- President On this 17th day of May, A.D. 1999, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. Walbrecher, Vice- President and T. E. Smith, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. e __Z Carot J. Fa r T� Notary Public My Commission Expires: August 1, 2000 L1428- �s�O- o7Do2 -/';� 0 0 EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of anv Vice- President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be vaiid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 7TH day of JUNE 2001 . Assistant Secretary CALIFORNIA ALL- PURPOMACKNOWLEDGMENT • State of Ca]lforma County of San On Dig. 1 1- D � before me. Heather L. Sieverding, Notary Public Date - 1 Name alto T:A^ o: Of icer 1e.-_ -Jare Dcu Nw.ary Peb.lc i — personally appeared L A Nameisl of °yJisi personally known to me proved to me on the basis of satisfactory evidence to be the person(a) whose narri is /are subscribed to the within instrument and acknowledged to me that heishefFHey MI]A THER L. SIEVE RDING executed the same in his /kfetitticir authorized capacity(. OMM. Of 149599 n and that by hisll;i Eljeir signature(sj on the instrument the RY PUBL"AUFORNIA "� ANDIEOOCOUNTY person(&), or the entity upon behalf of which the person(c{ rm. Etw_AUpue12, 2001 acted, executed the instrument. WITNESS my hand and official seal. 3i lure of Ncia :rLC o OPTIONAL Though the information beiow is not required by law, it may prove valuable to persons relying on the document and could prevent irauouient removal and reattachment of this form o another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Individual Corporate Officer Title(s): Partner — = Limited General Attorney -in -Fact Trustee n = Guardian or Conservator ;. Other: Signer Is Representing: Number of Pages: Signer's Name: Individual Corporate Officer Title(s): = Partner — = Limited - General Attorney -in -Fact Trustee - Guardian or Conservator Other: Signer Is Representing: RICJtTTHUMBFRINf a D 1996 National Notary Assoealion • 8236 Bemmet Ave.. PO. Box 7184 • Canoga Park. CA 913097194 Protl. No 5907 aeoraer Cat Toll -Foaa -- BOG -e]6 6827 • • PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE 111 AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 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. 1. 2. 3. 4. 5. 6. 7. 8. 9. Subcontract Work Subcontractor Address 10. 124 (, (,.� J rJ QTR �� D tJ �<J� • .u4� L Bidder Aut orized Signature/Title • • PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number �d1 >Z W EPOr S G G NEW Ll CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 PAGE 5 ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number '124- (pf c), R-o c TI.pt� � JG Bidder 2893 • 0 PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of �) ZGHP RD SI FVt tLDI rs (r— —,being first duly sworn, depose §§ and says that he or she is FtaF_�iDEr'IT of -1211CA 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. I2a<N �,ct�rrQ�cTior�,llr• •G �' Bidder Au orized Sig nature/TitlekP—eaji Subscribed and sworn to before me this Lay of t I 2001. [SEAL] Notary Public My Commission Expires: 08 () 2. O 1 m H V to HEAHR LSE G n COMM. #1149599 NGTARr u6AFORNIA -1 O m % tEOUrGNzoMy ma n 2. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall ten (10) days (not including Saturday, Sunday Notice of Award to the successful bidder: • CONTRACT PAGE 7 be executed and delivered to the Engineer within and Federal holidays) after the date of receipt 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. 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 Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice 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. 0 0 i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 CONTRACT THIS AGREEMENT, entered into this 26th day of June, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Rich Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS Project Description 3417 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. 3417, Standard Specifications for Public Works Construction (current adopted edition and all modifications and amendments then The Contract Documents comprise the sole subject matter therein. Any representations and all supplements) and this Agreement, ?to (collectively the "Contract Documents'). agreement between the parties as to the 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. B. 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. PAGE 9 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 six hundred nine thousand, six hundred fifty -four and no /100 Dollars ($609,654.00). 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. 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: Mike Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Rich Construction, Inc. P.O. Box 740 Bonsall, CA 92003 (909) 698 -0969 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 certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 0 9 PAGE 10 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 0001 (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 0001 0187 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. 0 0 PAGE 11 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, 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. 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, 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, 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. 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 amount provided that the Work damaged is built in accordance with the plans and specifications. PAGE 12 6. Right to Stop Work for Non - Compliance City shall have the right to offer 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 or active 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. 0 0 PAGE 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 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. -*Wqmwa� APPR V TO FORM: CITY ATTO NEY OF NEWPORT BEACH nicipal Corporation layor Garold B. Adams RICH CONSTRUCTION, INC. thorized Signaturele T q .i IJIJ -11 -200 a E7:41 CT"' CF IJEIPCPTBEgCH 949 644 3316 P.01,'02 • • Page: 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 ZONE WAND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO 3417 DATE: 618101 BY: Eldon Davidson, Utilities Manager TO: ALL PLANHOLDERS SPECIAL PROVISIONS C,7 TIME OF COMPLETION Modify the first sentence to read as follows: After City Council Award, The Contractor shall complete all work under the Contract within 175 consecutive working days. 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. Bidder's Name (Please Print) r�•II.OI Date r Auth rlzed Signature & Title f:\uaeralpbwloharedlcontractsl 5.00- 01'zone iii and iv pump station electrical improvements o-34171addendum.doc TUN- 1L -200: '07 :41 __,, OF NEUPGF.TB° -NCH 949 644 =7,18 P.02e02 • Page: 2 of 2 SPECIAL PROVISIONS (Continued) 7 -7 COOPERATION AND COLLATERAL WORK: Delete the first three sentences of the second paragraph and replace with them with following two sentences: The Contractor will be allowed no more than 30 colander days to connect the new Zone III pumps and motors and existing Zone IV pump and motors to the new Zone III and IV motor control centers. The existing Zone III and IV pump stations must remain operational at all other times during the contract. SPECIAL PROVISIONS — TECHNICAL SPECIFICATIONS SECTION 16208 - PACKAGED EMERGENCY POWER GENERATING SYSTEM Part 2 — Products 2.01 Engine Generator Set: Replace the last sentence in the first paragraph with the following: The system shall include one Katolight Model D600FRZ4 or Generac Model S0600 engine generator set or equal. A local supplier for these generators is Duthie Power Services whose address is 2335 E. Cherry Industrial Circle Long Beach, CA 90805. Contact person Is Arran Auld, office phone number is 800. 394 -7697 and cell phone number Is 562- 773 -3031. E -mail address Is arran@duthlopower.com. A. Engine Add the following sentence to the end of section 1: Dual fuel system as designed and manufactured by GTI or equal. Bidders must sign this Addendum No. t 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. ��L,L e—" JST-P -0 C-6 ON. :)L�_-, Bidder's Name (Please Print) D(o -14>' D 1 ate � Autfiorized Signature &Title-PR-ESI-66E ►3T- f: \users\PI)Mshared�zmtractslfy 00 -011¢one iii and iv pump station electrical hDrovements c-3417wddendum.d0c TOTAL P.02. • PR1of1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 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. 3417 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: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum All work required for the Zone III and IV Electrical Improvements j =e..,- j lKnd ed t vv -ti J SCUCA @ 1 - /4, ,e.lr4y A4VTwgollars and �f Cents $ 922 Per Lump Sum 2. Lump Sum. 600 KW Backup Dual fuel Generator with Transfer Switch and concrete pad. 57.4.e1 @ , Lio Dollars Cents �e nts $ $ Per Lump Sum The three apparent low bid Contractors shall submit a "Schedule of Values" no later than 5:00 p.m., Thursday June 14`h. This schedule will be used throughout the project for payment evaluation percentages. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of 5ArJ�jZ) PAGE 6 iGNfkRD �I Fl/FRDI Ns being first duly sworn, depose and says that he or she is si L7F r�lT of —rzf�C-A /1' 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. I2 -1GN� LGiJ�TR 11 G'(l D � � �Y�G • ��� � Bidder Au orized Signature/Title--Pt�Egl Subscribed and sworn to before me this Lay of t 1 12001. [SEAL] Notary Public �a..o��{ My Commission Expires: O�'J D 2 01 HEATHER L. SIEVERDING W m .- COMM. #1149599 n (— NOTAin' pjDUGCALIFORNIA �4 V SAN O EGO COUNTY (G MY Cantu• E>�a AugW 8,1001 Ll TOTAL PRICE IN WRITTEN WORDS and _Cents o[D - l i v l Date tor1E: 610q. (�q8 DG(oQ Bidder's Telephone and Fax Numbers 41E�IPDI \ b�c Bidder's License No(s). and Classification(s) Last saved by srooks05 /16/2001 7:19 AM f:\ users\ pbw \shared\contractsMasters\master formal contract.doc 9 PR2of2 Sq �2 Total Price (Figures) -P-kL a ! K)6 . Bidder madder's Authorized Signature �anitle E SI�ErJT -PD. �jt»C — 14GiOtJSPr� i /�} q2C�� Bidder's Address 0 0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 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 SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 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 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 6 -9 LIQUIDATED DAMAGES SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK 1 1 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 5 5 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water 7 -8.6 Water Pollution Control 7 -8.8 Steel Plates 7 -15 CONTRACTOR LICENSES 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS SECTION 9 MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General 9 -3.2 Partial and Final Payment PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout 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 300 -1.3.2 Requirements 300 -1.5 Solid Waste Diversion SECTION 302 ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General 302 -5.4 Tack Coat 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 5 5 5 5 5 5 6 6 6 6 N 6 6 6 6 7 7 ►I 7 7 7 7 7 8 8 8 8 8 8 r�� 0 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS SECTION 16050 GUTTERS, ALLEY INTERSECTIONS, ACCESS SECTION 16160 RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General 303 -5.4 Joints 303 -5.4.1 General 303 -5.5 Finishing 303 -5.5.1 General 303 -5.5.2 Curb 303 -5.5.4 Gutter TECHNICAL SPECIFICATIONS SECTION 16030 ELECTRICAL TESTS SECTION 16050 ELECTRICAL GENERAL PROVISIONS SECTION 16160 A.C. VARIABLE FREQUENCY DRIVES SECTION 16170 GROUNDING SYSTEMS SECTION 16208 PACKAGED EMERGENCY POWER GENERATING SYSTEM SECTION 16480 MOTOR CONTROL SECTION 16700 INSTRUMENTATION AND CONTROL SYSTEMS Last saved by mlocey05 /16/2001 10:24 AM f\ users\ pbw\shared \contmcts\masters\masters for contract set up\master specs index.doc Ell I Q SP 1 OF 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS — MASTER 3 -28 -01 ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS CONTRACT NO. 3417 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. W- 5283 -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., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. 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 installation of new motor control centers-for the Zone III and Zone IV Water Pump Stations. The Zone III station will have new variable frequency drives while the Zone IV station will run install new solid state softstart starters. In addition, a new Zone IV Edison meter will be installed to allow for individual metering of the two pump stations. The City will be installing new pumps and piping for the Zone III pump station. The Contractor will be responsible for wiring the pumps to the new MCC. Also, as part of the project is the installation of a dual fuel (diesel /natural gas) 600 KW backup generator and automatic transfer switch, including the concrete pad for mounting. The structural calculation for the installation of the generator shall be provided as part of the shop drawing submittal. A mandatory pre -bid meeting will be held at the Big Canyon Reservoir site, 3300 Pacific View Drive, on June 71h, 10:00 a.m. Only those attending the pre -bid meeting will be allowed to bid. 2 -9 SURVEYING • SP2OF9 2 -9.3 Survey Service. Add to this section, "The Engineer will provide construction staking as required to construct the improvements. Any additional stakes or any restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that 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." 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 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." 0 0 SP3OF9 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 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, "The time for completion as specified in Section 6 -7, shall commence at the time of City Council award. The Contractor shall furnish City with certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the City for processing and approval prior to City permitting any work on site to commence. No work shall begin until a schedule of work has been approved 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 maybe 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." • 6 -7 TIME OF COMPLETION • SP4OF9 ' 6 -7.1 General. Add to this section, "After City Council award, the Contractor shall complete all work under the Contract within 120 consecutive working days. This schedule includes ten days for processing of contract, bonds and insurance documents. 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." 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 7:00 a.m. to 4:30 P.M. Monday through Thursday and 7:00 a.m. to 3:30 on Fridays. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. (3:30 on Fridays) to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. 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 $50.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive calendar day after the one hundred and twenty 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. In addition the Contractor will be assessed $1000 per day for each calendar day beyond the required shut down times for the Zone III and IV pump stations. Revise paragraph two, sentence one, to read, "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 or $1000 per 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. • SP5OF9 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. The Contractor will be allowed no more than 14 Calander days to connect the new Zone 111 pumps and motors to the new Zone III motor control center. The Contractor will only be allowed to shut the Zone IV pump station down during normal working hours. Upon completion of every workday the station must be returned to full operation. 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. 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, Newport Harbor, the bay, or the ocean." 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 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 or C -10 License. At 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 submitted to the Engineer at the time each progress bill is submitted. 9 • SP6OF9 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 submitted to 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 three apparent low bid Contractors shall submit a "Schedule of Values" no later than 5:00 p.m., Thursday June 14th. This schedule will be used throughout the project for payment evaluation percentages. 9 -3.2 Partial and Final Payment. Add to this section, "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section, "Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section, "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 0 0 SP7OF9 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout. Add to this section, "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." 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 workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Approximate area of removal and replacement is [INSERT] square feet." 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 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 • • SP8O179 tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section, "The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks 1/4 -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 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 SP9OF9 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 W -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." 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." Last saved by srooks05 /16/2001 7:20 AM OCTION 16030 - ELECTRICAL TESTS* PART 1- GENERAL 1.1 WORK OF THIS SECTION A. The WORK of this Section includes testing, commissioning and demonstrating electrical WORK. B. The WORK of this Section includes circuit activation, equipment running and installation of temporary jumpers. C. The WORK of this Section includes correction of defects and retesting. 1.2 RELATED SECTIONS A. The WORK of the following Sections applies to the WORK of this Section. Other Sections of the specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 16700 Instrumentation and Control Systems 2. Section 16050 Electrical General Provisions 1.3 CODES A. The WORK of this Section shall comply with the current editions, with revisions, of the following codes and City of Newport Beach Supplements, if any: 1. National Electrical Code 1.4 SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: NETA National Electrical Testing Association, Section 16T: Electrical Acceptance Tests 1.5 SEQUENCE AND SCHEDULING A. Electrical testing including functional testing of power and controls shall be completed before commencement of the final acceptance testing. 1.6 SHOP DRAWINGS AND SAMPLES A. The following shall be submitted: 1. Report of testing of electrical WORK. CITY OF NEWPORT BEACH ELECTRICAL TESTS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16030 -1 5/16/2001 •ECTION 16030 - ELECTRICAL TEST 1.7 MODIFICATIONS TO NETA TEST REQUIREMENTS A. The following modifications to NETA test requirements apply to the WORK of this Section: The requirements of 16T, part 1, paragraph 1.1 shall be deleted. 2. The requirements of 16T, part 1, paragraph 1.2 shall be changed to read as follows: "The CONTRACTOR shall engage the services of a... ". 9. The requirements of 16T, part 4, paragraph 4.4 shall be changed to read as follows: "The CONTRACTOR shall supply... ". The requirements of 16T, part 4, paragraph 4.6 shall be changed to read as follows: 'The CONTRACTOR shall notify the ENGINEER, 5 days prior to commencement of any testing." 5. The requirements of 16T, part 5, paragraph 5.22 shall be changed to read as follows: "Furnish 12 copies of the complete report to the ENGINEER no later than 30 days after completion of the project." 6. The requirements of 16T, part 6 shall be replaced with the following: 'The work shall include the inspection and testing of all electrical devices, equipment and materials provided by the CONTRACTOR." The requirements of 16T, part 7 shall be deleted and replaced with the following: 'The CONTRACTOR shall engage an independent testing firm for the purpose of inspecting, setting, testing, and calibrating the protective relays, circuit breakers, fuses and other applicable devices. The testing firm shall strictly conform to the requirements of these testing specifications." The requirements of 16T, part 9 shall be deleted. PART2- PRODUCTS 2.1 TEST EQUIPMENT AND MATERIALS A. Test instruments shall be calibrated to references traceable to the National Bureau of Standards and shall have a current sticker showing date of calibration, deviation from standard, name of calibration laboratory and technician, and date recalibration is required. PART 3 - EXECUTION 3.1 TESTING A. In addition to indicated testing requirements and acceptance criteria, testing shall include the following: CITY OF NEWPORT BEACH ELECTRICAL TESTS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16030 -2 5/16/2001 CON 16030 - ELECTRICAL TESTA 1. Lighting: Switching, including remote control. Circuitry in accordance with panel schedules. Lighting fixtures located to minimize obstruction of illumination by mechanical equipment or building structural elements. 2. Power Instrumentation: Demonstration that voltmeter and ammeter switches are functional and that meters, including kilowatt meters, are installed within catalog accuracy. 3. Demonstration of mechanical and electrical interlocking by attempting to subvert the indicated sequence. 4. Activation of ground fault tripping by operating test features provided with ground current protective systems and by injecting a known, and reasonable, current in the ground current sensor circuit. Where not otherwise indicated, ground fault tripping shall occur at a ground current equivalent to 20 percent of phase current. Current injection is not required of circuit 400 amperes or less. 5. Cable Testing: 480 -volt circuits shall be tested for insulation resistance with a 1000 -volt megohm meter. Testing shall be done after the 480 -volt equipment is terminated. Test results shall be submitted for review 30 days prior to plant operation and any system testing. Equipment which may be damaged during this test shall be disconnected. Tests shall be performed with other equipment connected to the circuit. The cable must withstand the test high voltage without breakdown, and shall exhibit steady or decreasing leakage current during the high potential test, and have satisfactory comparable megger readings in each megger test. Test results shall identify equipment used and time of test. Cable operating at more than 2,000 volts shall be tested in accordance with ICEA publications S- 68 -61, S -61 -402, S- 19-81, and S -68 -516. Cable testing and reporting shall be performed by an organization recommended by the Manufacturer of the cable to be tested. The testing organization shall have a record of at least one prior successful project of comparable size and complexity. Testing shall verify the quality of cable terminations. 6. Test ground interrupter (GFI) receptacles and circuit breakers for proper operation by methods recommended by the receptacle Manufacturer. 7. Functional test and testing of electrical components shall be performed prior to subsystem testing and commissioning. Compartments and equipment shall be cleaned before commencement of functional testing. Functional testing shall include: Visual and physical check of cables, busswork, circuit breakers, transformers, and connections associated with new and modified equipment. Setting of protective relays in conformance with results of the Short Circuit Study and testing of relays to assure that relays will trip at the current value and time required by the Study. Circuit breakers which are specified with adjustable time or pick -up settings for ground current, instantaneous overcurrent, short-time overcurrent, or CITY OF NEWPORT BEACH ELECTRICAL TESTS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16030 -3 5/16/2001 IWECTION 16030 - ELECTRICAL TES long -time overcurrent, shall be field adjusted by a representative of the circuit breaker Manufacturer. Time and pickup setting shall correspond to the recommendations of the Short Circuit Study. Setting shall be tabulated and proven for each circuit breaker in its installed position; test results shall be certified and 7 copies shall be submitted to the CITY. Complete ground testing of all grounding electrodes prior to operating the equipment utilizing a three -point ground test. B. Subsystem testing shall occur after the proper operation of alarm and status contacts has been demonstrated to the CITY and after process control devices have been adjusted. The WORK of this Section includes adjusting limit switches and level switches prior to testing and setting pressure switches, flow switches, and timing relays. C. After initial settings have been completed, each subsystem shall be operated in the manual mode. Once the manual mode of operation has been proven, automatic operation shall be demonstrated to verify proper start and stop sequence of pumps, proper operation of valves, proper speed control, and similar parameters. D. Motor operated valves shall be tested after having been phased and tested for correct motor rotation and after travel and torque limit switches have been adjusted by a representative of the valve manufacturer. Tests shall verify status indication, proper valve travel, and correct command control from local and remote devices. E. Ground resistance tests shall be conducted in the presence of the CITY utilizing ground resistance megger "Earth" tester with a maximum of 0 -50 scale. Tests shall be conducted utilizing the full of potential method or the three terminal method as described by Biddle or Neta. Subsystems, in the context discussed here, mean individual and groups of pumps, conveyor systems, chemical feeders, air conditioning units, ventilation fans, air compressors, and similar equipment. 3.2 COMMISSIONING A. Commissioning during the acceptance testing shall not be attempted until all subsystems have been found to operate satisfactorily; commissioning shall only be attempted as a function of normal plant operation in which plant process flows and levels are routine and equipment operates automatically in response to flow and level parameters or computer command, as applicable. Simulation of process parameters shall be considered only upon receipt of a written request by the CONTRACTOR. END OF SECTION CITY OF NEWPORT BEACH ELECTRICAL TESTS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16030 -4 5116(2001 SECTION 6050 - ELECTRICAL GENERAL PROS IONS PART 1- GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide all tools, supplies, materials, equipment, and all labor necessary for the furnishing,.construction, installation, testing, and operation of all electrical work and appurtenant work necessary to provide a complete and operable electrical system, all in accordance with the requirements of the Contract Documents. B. The CONTRACTOR shall make all field connections and terminations to all motors, panels, control equipment and devices, instruments, and to all vendor - furnished packaged equipment as required by these Specifications. The provisions of this Section shall apply to all electrical items specified in the various Sections of Division 16 of these Specifications, except where otherwise specified or shown in the Contract Documents. C. The CONTRACTOR shall furnish and install all materials and incidentals required to complete the electrical work as specified herein. Typical materials which may be incidentals shall not be limited to terminal lugs not furnished with vendor - supplied equipment, compression connectors for cables, splices, junction and terminal boxes, and all control wires required by vendor - furnished equipment to interconnect with other equipment all specifically shown on the Contract Documents. D. All concrete work required for encasement, installation, or construction of the work specified in the various Sections of Division 16 is included as a part of the work hereunder, and shall be 3,000 -psi concrete; provided, that the following exceptions and supplementary requirements shall apply: Consolidation of encasement concrete around duct banks shall be by hand puddling, and no mechanical vibration shall be permitted. 2. A workability admixture shall be used in encasement concrete, which shall be a hydroxylated carboxylic acid type in liquid form. Admixtures containing calcium chloride shall not be used. 3. Concrete for encasement of conduit or duct banks shall contain an integral red -oxide coloring pigment in the proportion of 8 pounds per cubic yard of concrete. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these specifications. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 1 5/16/2001 SECTIO116050 - ELECTRICAL GENERAL PAISIONS B. Codes and Standards: NEC National Electrical Code, latest edition Title 8, Industrial Relations, Subchapter 5, Electrical Safety Orders, California Administrative Code C. Government Standards: FS W- C- 596E /GEN(1) Connector, Plug, Receptacle and Cable Outlet, Electrical Power FS W- S- 896E /GEN(1) Switches, Toggle (Toggle and Lode), Flush Mounted (ac) FS WW-C-581 D, E Conduit, Metal, Rigid, And Intermediate; And Coupling, Elbow, and Nipple, Electrical Conduit: Steel, Zinc Coated D. Commercial Standards: ANSI C80.1 Zinc Coated, Rigid Steel Conduit, Specification for ANSI C80.4 Fittings for Rigid Metal Conduit and Electrical Metallic Tubing, Specifications for ANSI /UL 467 Grounding and Bonding Equipment, Safety Standard for ASTM B3 Soft or Annealed Copper Wire IPCEA S -61 -402 Thermoplastic - Insulated Wire and Cable NEMA 250 Enclosures for Electrical Equipment (1,000 volts maximum) NEMA PB -1 Panelboards UL 6 Rigid Metal Electrical Conduit UL 44 Rubber - Insulated Wire and Cable. UL 514 Electrical Outlet Boxes and Fittings E. All equipment furnished by the CONTRACTOR shall be listed by and shall bear the label of Underwriters' Laboratories, Incorporated, (UL) or of an independent testing laboratory acceptable to the local Code - enforcement agency having jurisdiction. F. The construction and installation of all electrical equipment and materials shall comply with all applicable provisions of the OSHA Safety and Health Standards (29CFR1910 and 29CFR1926, as applicable), State Building Standards, and applicable local codes and regulations. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 2 5/16/2001 SECTIO106050 - ELECTRICAL GENERAL PROISIONS 1.3 PUBLIC UTILITIES REQUIREMENTS A. The CONTRACTOR shall contact the serving agencies and verify compliance with their requirements before construction. B. Electrical service shall be as shown and as required by the Contract Documents. C. The CONTRACTOR shall verify, furnish, and install all service conduits, fittings, transformer pad, grounding devices, and all service wires not furnished by the serving utility. D. The CONTRACTOR shall verify with the utility the exact location of each service point and type of service, and shall pay all charges levied by the serving utilities without additional cost to the OWNER. 1.4 PERMITS AND INSPECTION A. Permits shall be obtained and inspection fees shall be paid for as specified in the General Conditions. B. The CONTRACTOR shall pay for any service charges required by the utility company for connection and turn -on. 1.5 CONTRACTOR SUBMITTALS A. Shop Drawings and Catalog Data: Shop drawings and catalog data submittals shall be submitted. B. The CONTRACTOR shall submit complete material lists for the work of this Section. Such lists shall state manufacturer and brand name of each item or class of material. The CONTRACTOR shall also submit shop drawings for all grounding work not specifically shown. C. Shop drawings are required for materials and equipment listed in other sections. Shop drawings shall provide sufficient information to evaluate the suitability of the proposed material or equipment for the intended use, and for compliance with these Specifications. The following shall be included: 1. Front, side, rear elevations and top views with dimensional data. 2. Location of conduit entrances and access plates. 3. Component data. 4. Connection diagrams, terminal numbers, internal wiring diagrams, conductor size, and cable numbers. 5. Method of anchoring, seismic requirement; weight. 6. Types of materials and finish. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 3 5/16/2001 SECTIO *16050 - ELECTRICAL GENERAL PRIVIISIONS 7. Nameplates. 8. Temperature limitations, as applicable. 9. Voltage requirement, as applicable. 10. Front and rear access requirements. D. Catalog data shall be submitted to supplement all shop drawings. Catalog cuts, bulletins, brochures, or the like or photocopies of applicable pages thereof shall be submitted for mass produced, non - custom manufactured material. These catalog data sheets shall be stamped to indicate the project name, applicable Specification section and paragraph, model number, and options. This information shall be marked in spaces designated for such data in the stamp. E. Materials and Equipment Schedules: The CONTRACTOR shall deliver to the ENGINEER within 30 days, a complete list of all materials, equipment, apparatus, and fixtures which it proposes to use. The list shall include type, sizes, names of manufacturers, catalog numbers, and such other information required to identify the items. Manuals: The CONTRACTOR shall furnish manuals as part of the shop drawing submittals. G. Record Drawings: In addition to the Record Drawings as a part of the record drawing requirements. Contractor Submittals, the CONTRACTOR shall show depths and routing of all duct bank concealed below -grade electrical installations. Said set of record drawings shall be available to the ENGINEER during construction. After final inspection, the CONTRACTOR shall transfer all record drawing information using a red pen to a set of bluelines which shall then be delivered to the ENGINEER. In addition, the Record Drawings shall show all variations between the work as actually constructed and as originally shown on the Drawings, based upon information supplied by the CONTRACTOR. 1.6 QUALITY ASSURANCE A. Field Control of Location and Arrangement: The Drawings diagrammatically indicate the desired location and arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be determined by the CONTRACTOR in the field based on the physical size and arrangement of equipment, finished elevations, and other obstructions. Locations shown on the Drawings, however, shall be adhered to as closely as possible. All conduit and equipment shall be installed in such a manner as to avoid all obstructions and to preserve head room and keep openings and passageways clear. Lighting fixtures, switches, convenience outlets, and similar items shall be located within finished rooms, as shown. Where the Drawings do not indicate exact locations, such locations shall be obtained from the ENGINEER. Where equipment is installed without instruction and must be moved, it shall be moved without additional cost to the OWNER. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 4 5/16/2001 SECTION 16050 - ELECTRICAL GENERAL PRO ISIONS C. Workmanship: All materials and equipment shall be installed in accordance with printed recommendations of the manufacturer which have been reviewed by the ENGINEER. The installation shall be accomplished by workmen skilled in this type of work and installation shall be coordinated in the field with other trades so that interferences are avoided. D. All work, including installation, connection, calibration, testing, adjustment, and paint touch -up, shall be accomplished by qualified, experienced personnel working under continuous, competent supervision. The completed installation shall display competent work, reflecting adherence to prevailing industrial standards and methods. E. Protection of Equipment and Materials: 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 acceptable by the ENGINEER. F. 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. All moving parts shall be kept clean and dry. G. 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 OWNER. H. Tests: The CONTRACTOR shall make all tests required by the ENGINEER or other authorities having jurisdictions. All such tests shall be performed in the presence of the ENGINEER. The CONTRACTOR shall furnish all necessary testing equipment and pay all costs of tests, including all replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. The following testing shall be accomplished: Testing for the ground resistance. Insulation resistance tests. 3. Operational testing of all equipment furnished and /or connected in other Sections of Division 16, Electrical, including furnishing of support labor for testing. Standard test reports for mass - produced equipment shall be submitted along with the shop drawing for such equipment. Test reports on testing specifically required for individual pieces of equipment shall be submitted to the ENGINEER for review prior to final acceptance of the project. Any test failure shall be corrected in accordance with the industry practices and in a manner satisfactory to the ENGINEER. 1.7 AREA DESIGNATIONS CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 5 5/16/2001 SECTION 16050 - ELECTRICAL GENERAL PR VISIONS A. General: For purposes of delineating electrical enclosure and electrical installation requirements of this project, certain areas have been classified in the Contract Documents as defined below. Electrical installations within these areas shall conform to the referenced code requirements for the area involved. B. General Purpose Indoor Locations: Electrical work installed in areas which are not otherwise specifically classified shall be "General Purpose." Workmanship and enclosures shall comply with the general requirements of these Specifications. Electrical enclosures shall be NEMA Type 1. C. Outdoor Locations: In outdoor locations, raceway shall be rigid galvanized steel (GRS) conduit; entrances shall be threaded; and fittings shall have gasketed covers. Provisions shall be made to drain the fitting or conduit system. Threaded fastening hardware shall be stainless steel. Raceway supports such as hanger rods, clamps, and brackets shall be galvanized. Attachments or welded assemblies shall be galvanized after fabrication. Instruments and control cabinets, and panel enclosures shall be NEMA Type 3R. Enclosures shall be mounted 1 -inch from walls to provide an air space, unless specifically shown otherwise. Locations which are indoors and 2 feet below grade elevation or which are classified as damp locations on the Drawings shall have electrical installations which conform to the requirements for outdoor locations. "Damp locations" shall include pipe galleries, tunnels, and basements. All rooms housing liquid handling equipment are also classified as damp locations regardless of grade elevation. D. Corrosive Locations: Corrosive locations shall have stainless steel threaded hardware; all other electrical hardware, fittings, and raceway systems shall be PVC - coated. Raceway supports such as hanger rods, clamps, and brackets shall be stainless steel PVC - coated. Electrical enclosures shall be NEMA Type 4X stainless steel fiber glass. Corrosive locations shall include, but not be limited to, meter vaults, reservoir access, valve structures. 1.8 CLEANUP A. Project Closeout, all parts of the materials and equipment shall be thoroughly cleaned. Exposed parts shall be thoroughly clean of cement, plaster, and other materials. 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. Paint touch -up shall be applied to all scratches on panels and cabinets. Electrical cabinets or enclosures shall be vacuum - cleaned before final acceptance. B. During the progress of the work, the CONTRACTOR shall clean the premises and shall leave the premises and all portions of the site free of debris. PART2- PRODUCTS 2.1 GENERAL A. All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and materials shall be the products of experienced and reputable manufacturers in the industry. Similar items CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 6 5/16/2001 SECT1O106050 - ELECTRICAL GENERAL PROISIONS in the project shall be 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 reliable, trouble -free service. 2.2 GROUNDING A. General: All components of the grounding electrode system shall be manufactured in accordance with UL 467 and shall conform to the applicable requirements of National Electrical Code Article 250. B. Grounding cable shall be copper. Bare copper wire shall be annealed, No. 8 AWG minimum, if not called out in the drawings. C. Ground rods shall conform to ANSI /UL 467 and shall be 3/4 -inch diameter copper - clad steel, sectional type, joined by threaded copper alloy couplings. Grounding connectors shall be high- strength copper alloy suitable for direct burial. 2. Welded connections shall be exothermic weld by Cadweld of Erico Products, or approved equal. Manufacturers of grounding materials shall be Copperweld, Blackburn, Burndy, or approved equal. 2.3 UNDERGROUND DUCTS AND MANHOLES A. General: Where an underground distribution system is required, it shall be comprised of multiple runs of single bore non - metallic ducts, concrete encased, with steel reinforcing bars. When non - metallic ducts are required, they shall be rigid Schedule 40 PVC for concrete encasement. B. The concrete envelope shall have a compression strength of 3,000 psi. 2.4 RACEWAYS A. General: Raceway shall be manufactured in accordance with UL and ANSI . standards and shall bear UL label as applicable. B. Galvanized Rigid Steel (GRS) Conduit: Rigid steel conduits and fittings shall be full weight, mild steel, hot -dip galvanized and zinc bichromate coated inside and outside after galvanizing. Rigid steel conduit shall be manufactured in accordance with UL Standard No. 6 and ANSI 80 -1. 3. Rigid steel conduit shall be manufactured by Triangle PWC, Republic Steel, or approved equal. C. Rigid non - metallic conduit shall be Schedule 40 PVC. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 7 5/16/2001 SECTIO116050 - ELECTRICAL GENERAL PAISIONS Non - metallic conduits and fittings shall be UL listed, sunlight- resistant, and rated for use with 90 degrees C conductors. 2. Non - metallic conduits and fittings shall be manufactured by Carlon, Condux, or approved equal. D. Flexible metallic conduit shall be fabricated from galvanized inter - locked steel strip. Liquid -tight flexible metallic conduit shall have an extruded PVC covering over the flexible steel conduit. For conduit sizes 3/4 -inch through 1 -1/4 inch, flexible conduits shall have continuous built -in copper ground conductor. Flexible conduit shall be American Brass, Electroflex, or approved equal. E. PVC - coated raceway system shall conform to Federal Specification WW -C -581 E, ANSI C80.1, and to Underwriter's Laboratories specifications. 1. The zinc surfaces of the conduits and fittings shall remain intact and undisturbed on both the inside and the outside of the conduit through the preparation and application processing. 2. A PVC coating shall be bonded to the galvanized outer surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. 3. The thickness of the PVC coating shall be a minimum of 40 mils. 4. A PVC jacketed 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 coupling. 5. PVC- coated conduits shall be as manufactured by Robroy, Occidental (OCCAL), or approved equal. 2.5 WIRE AND CABLE A. General: All conductors, including ground conductors, shall be copper. Insulation shall bear UL label and the manufacturer's trademark, type, voltage and temperature rating, and conductor size. Wire and cable shall be products of American, Rome Cable, Okonite, Cablec, or approved equal. Control Cables: All control cables shall be rated for 600 volts and shall meet the following requirements: Control wires shall consist of No. 14 gage stranded copper conductors and shall be XHHW rated for 90 degrees C at dry locations and 75 degrees C at wet locations. 2. Control wires at panels and cabinets shall be machine tool grade type MTW, UL approved, rated for 90 degrees C at dry locations. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 8 5/16/2001 SECTIOPA050 - ELECTRICAL GENERAL PROVISIONS 3. Multi- conductor control cable shall be rated at 600 volts and shall consist of No. 14 gage stranded copper conductors, individually insulated with a minimum of 20 mils of polyethylene, 10 mils full color coded PVC jacket over each insulated conductor, a polyester tape over assembly, and an overall PVC jacket. Multi- conductor cable shall be identified by either IPCEA color coding or ink imprinting. Multi- conductor cables may be used in conduits or cable trays as required by the Drawings. Multi -pull taped control conductor assemblies maybe used in conduits as approved by the ENGINEER. C. Instrumentation Cables: Shielded instrumentation cables shall be rated at 600 volts and shall comply with the following requirements: Individual shielded cable shall consist of twisted 2 or 3 No. 16 gage, stranded, color coded, tinned - coated copper in accordance with ASTM B -33 and B -8. Color coding shall be black - clear, or black- red - clear. 2. Insulation thickness shall be 32 mils of polyethylene, insulated with 2.3 mils 100 percent aluminum foil /polyester shield and No. 18 stranded tinned copper drain wire, all under a 32 mil PVC jacket. The shield shall be continuous and shall be grounded only at the receiving end, or as shown. 3. Multi- individual shielded pair or triad instrumentation cable shall consist of individual shielded and twisted pair copper conductors with an ethylene - propylene insulation, and No. 18 AWG tinned stranded copper drain wire, an overall aluminum mylar shield and an overall chloro- sulfonated polyethylene compound jacket. The cables shall be suitable for cable tray installation and shall be flame retardant. D. Building Wire and Cable: Building wires and cables shall be rated at 600 volts and shall meet the following requirements: Building wire shall be single conductor copper cable listed by UL as Type XHHW rated 75 degrees C in wet locations and 90 degrees C in dry locations. 2. Building wire No. 8 AWG and larger shall be stranded; size No. 10 AWG and smaller shall be solid or stranded. 3. No wire smaller than No. 12 AWG shall be used unless specifically indicated. E. Cable Terminations: Cable terminations shall be in accordance with the following: Compression connectors shall be Burndy "Hi Lug ", Thomas & Betts "Shure Stake ", or approved equal. Threaded connectors shall be split bolt type of high strength copper alloy. 2. Spring connectors (wire nuts) shall be 3M "Scotch Lok," "Ideal Wing Nuts ", or approved equal. 3. Pre - insulated fork tongue lugs shall be "Thomas & Betts" RC Series, Burndy, or approved equal. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 9 5/16/2001 SECTI *16050 - ELECTRICAL GENERAL PRVISIONS 4. General purpose insulating tape shall be Scotch No. 33, Plymouth "Slip- knot', or equal. High temperature tape shall be polyvinyl by Plymouth, 3M, or approved equal. Epoxy resin splicing kits shall be 3M Scotchcoat 82 Series, Burndy Hy Seal, or approved equal. 2.6 PULL AND JUNCTION BOXES A. Outlet, switch, pull and junction boxes for flush- mounting in general purpose locations shall be one - piece, galvanized, pressed steel. Ceiling boxes for flush - mounting in concrete shall be galvanized, pressed steel. B. Outlet, switch, pull and junction boxes where surface mounted in exposed locations shall be cast ferrous boxes with mounting lugs, zinc or cadmium plating, and enamel finish. Surface mounted boxes in concealed locations may be pressed steel. C. Control station, pull and junction boxes, including covers, for installation in corrosive locations shall meet the NEMA 4X requirements and shall be stainless steel or fiber glass- reinforced polyester and shall be furnished with mounting lugs. D. All cast boxes and pressed steel boxes for flush- mounting in concrete shall be fitted with cast, malleable box covers and gaskets. Covers for pressed steel boxes shall be one -piece pressed steel, cadmium plated, except that boxes for installation in plastered areas and finished rooms shall be stainless steel over plaster rings. Stainless steel plates shall be Sierra S -line, Hubbell, or approved equal. Cast boxes shall be as manufactured by Crouse - Hinds, Appleton, or approved equal. 2.7 CONDUIT FITTINGS A. General: Fittings shall comply with the same requirements as the raceway with which they will be used. Fittings having a volume less than 100 cubic inches for use with rigid steel conduit, shall be cast or malleable non - ferrous metal. Such fittings larger than one inch shall be "mogul size." Fittings shall be of the gland ring compression type. Covers of fittings, unless in "dry" locations, shall be closed with gaskets. Surface- mounted cast fittings, housing wiring devices in outdoor and damp locations, shall have mounting lugs. B. Insulated bushings shall be molded plastic or malleable iron with insulating ring, similar to O -Z Type A and B, equivalent types by Thomas & Betts, Steel City, Appleton, Efcor, O- Z/Gedney, or approved equal. C. Insulated grounding bushings shall be malleable iron with insulating ring and with ground lug, such as O -Z Type BL, equivalent types by T & B, Steel City, Efcor, O- Z/Gedney, or approved equal. D. Erickson couplings shall be used at all points of union between ends of rigid steel conduits which cannot be coupled. Running threads and threadless couplings shall not be used. Couplings shall be 3 -piece type such as Appleton Type EC, equivalent CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 10 5/16/2001 SECTIOR6050 - ELECTRICAL GENERAL PRO• IONS types such as manufactured by T & B, Steel City, Efcor, O- Z/Gedney, or approved equal. E. Liquid -tight fittings shall be similar to Appleton Type ST, equivalent types such as manufactured by Crouse - Hinds, T & B, Efcor O- Z/Gedney, or approved equal. F. Hubs for threaded attachment of steel conduit to sheet metal enclosures, where required, shall be similar to Appleton Type HUB, equivalent types such as manufactured by T & B, Efcor, Myers Scrutite, or approved equal. G. Transition fittings to mate steel to PVC conduit, and PVC access fitting, shall be as furnished or recommended by the manufacturer of the PVC conduit. H. Sealing fittings are required in conduit runs entering corrosive areas and elsewhere as shown. Sealing fittings shall be Appleton Type EYS, O -Z Type FSK, or approved equal. Sealing compound shall not be poured in place until electrical installation has been otherwise accepted. I. Expansion fittings shall be installed wherever a raceway crosses a structural expansion joint. Such fittings shall be expansion and deflection type and shall accommodate lateral and transverse movement. Fittings shall be O- Z/Gedney Type "DX," Crouse Hinds "XD," or approved equal. These fittings are required in metallic and non - metallic raceway installations. When the installation is in a non- metallic run, a 3 -ft length of rigid conduit shall be used to connect the non - metallic conduit to the fitting. 2.8 WIRING DEVICES A. All wiring devices shall be a product of a single manufacturer and shall conform to applicable NEMA Standards for UO series. Devices shall be as manufactured by General Electric, Hubbell, Sierra, Pass & Seymour, or approved equal. General purpose duplex receptacles and toggle switch handles shall be brown everywhere except in finished rooms, where they shall be ivory. Special purpose receptacles shall have a body color as shown. Receptacles and switches shall conform to Federal Specifications W- C -596E and W- S -896E, respectively. Receptacles: a. General purpose duplex receptacles shall be grounding type, 125 - volt, ac, 20- amperes, NEMA Configuration 5 -20R, such as G.E. 4107 -1 brown, Hubbell 5252, or approved equal. b. Convenience receptacles for installation in outdoor and corrosive areas shall be NEMA 5 -20R configured and shall have stainless steel or nickel plated parts and plastic parts of Melanine. (1) Receptacles at outdoor locations shall be UL- approved for weatherproof locations with plug inserted. These shall be Crouse - Hinds, Hubbell, Pin and Sleeve Series, or approved equal. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 11 5/16/2001 SECTI•16050 - ELECTRICAL GENERAL PROVISIONS (2) Receptacles at damp or dry locations shall be Crouse -Hinds DS 23G, Pyle National N -1, or approved equal. (3) Receptacles at corrosive locations shall be Hubbell 52CM62 15 ampere, 53CM62 20 ampere, or approved equal. C. Ground fault interrupter (GFI) receptacles shall be NEMA 5 -20R configured and shall mount in a standard outlet box. Units shall trip at 5 milliamperes of ground current and shall comply with NEMA WD- 1-1.10 and UL 943. GFI receptacles shall be capable of individual as well as "downstream" operation. GFI receptacles shall be Hubbell GF 5252, General Electric, or approved equal. 2. Switches: a. Switches at outdoor locations shall be Crouse -Hinds DS 128, Mackworth Rees Style 3845, Joy Flexitite, or approved equal. b. Switches at damp locations shall be Mackworth Rees Style 3496, Joy Flexitite, or approved equal. C. Switches at dry locations shall be Crouse -Hinds DS 32G, Pyle National SCT -10k, or approved equal. 2.9 CABINETS AND ENCLOSURES A. General: All electrical cabinets and enclosures housing control relays and terminal blocks shall be manufactured in accordance with NEMA Publications 250, UL Standards 50 and 508. Relay or control, and terminal cabinets shall be NEMA 3R enclosures. Sizes shown on the Drawings are minimum. The CONTRACTOR shall provide sufficient terminal blocks to terminate 25 percent more conductors than are shown. Interiors of cabinets shall be finished white including internal back mounting plate. B. Wiring of terminal cabinets, control or relay cabinets shall be accomplished with stranded copper conductor rated for 600 -volts and UL listed as Type MTW. Wires for annunciator and indication circuits shall be No. 16 AWG. All others shall be No. 14 AWG. Color coding shall be as specified elsewhere in this Section. Incoming wires to terminal or relay cabinets shall be terminated on a master set of terminal blocks. All wiring from the master terminals to internal components shall be factory- installed and shall be contained in 2 -inch wide by 4 -inch high plastic wireways having removable covers. Wiring to door - mounted devices shall be extra flexible and anchored to doors using wire anchors cemented in place. Exposed terminals of door - mounted devices shall be guarded to prevent accidental personnel contact with energized terminals. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 12 5/16/2001 SECTIA050 - ELECTRICAL GENERAL PRORIONS C. All terminal block requirements shall be as manufactured by WAGO with cage clamp, Phoenix, or approved equal. D. Engraving shall be as shown or as directed by the ENGINEER. Characters shall be uniform block style not smaller than 1/8 -inch. Nameplates shall be secured using cadmium plated steel or other corrosion resistant screws. Adhesive alone is not acceptable. E. Each relay or control and terminal cabinets shall be completed, assembled, wired, and tested at the factory. Test shall be in accordance with the latest UL and NEMA Standards. All cabinets shall bear UL label, as applicable. 2.10 DISCONNECT SWITCHES A. Fused disconnect switches shall be externally operated with quick- make /quick -break mechanisms. The handle shall be interlocked with the switch cover by means of a defeatable interlock device. The switch shall be padlockable in the 'off' position. Switches shall have nameplates stating manufacturer, rating, and catalog number. Heavy -duty switches shall have arc suppressors, pin hinges, and shall be horsepower rated at 600 - volts. All switches rated at 100 amperes or larger shall have auxiliary contact for remote status indication. Heavy -duty switches shall be provided for all motor circuits above 3 horsepower. In smaller motor circuits switches shall be general duty. B. Switch rating shall match the horsepower requirements of the load at the particular voltage if not otherwise shown. C. Switch enclosure shall be NEMA 1, NEMA 3R, NEMA 4X stainless steel as specified, and shall be as manufactured by Square D, GE, Westinghouse, or approved equal. 2.11 ELECTRICAL IDENTIFICATION A. Nameplates: Nameplates shall be fabricated from white - letter, black -face laminated plastic engraving stock, Formica type ES -1, or approved equal. Each shall be fastened securely, using fasteners of brass, cadmium plated steel, or stainless steel, screwed into inserts or tapped holes, as required. Engraved characters shall be block style of adequate size to be read easily at a distance of 6 feet with no characters smaller than 1/8 -inch high. B. Conductor and Equipment Identification: Conductor and equipment identification devices shall be either imprinted plastic- coated cloth marking devices such as manufactured by Brady, Thomas & Betts, or approved equal, or shall be heat - shrink plastic tubing, imprinted split - sleeve markers cemented in place, or equal. C. Identification Tape: Identification tape for protection of buried electrical installation shall be a 6 -inch wide red polyethylene tape imprinted "CAUTION - ELECTRIC UTILITIES BELOW." 2.12 LIGHTING AND POWER DISTRIBUTION PANELBOARDS CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 13 5/16/2001 SECTI *16050 - ELECTRICAL GENERAL PRRISIONS A. General: Panelboards shall be dead front factory assembled. Panelboards shall comply with NEMA PB -1 as well as the provisions of UL 50 and 67. Panelboards used for service equipment shall be UL labeled for such use. Lighting panelboards shall be rated for 120/208 -volt 3 -phase operation or 120/240 -volt for single phase operation as shown. Power panelboards shall be rated for 600 volts, 3 -phase operation. Interiors shall have solderless, anti -turn connectors and shall be constructed so that branch circuit breaker can be replaced without disturbing adjacent units or resorting to field drilling and tapping. Bus bars and connecting drops shall be copper. Neutral bar shall be full -sized and shall have one terminal screw for each branch circuit; main bus bar shall be full -sized for entire length. Spaces shown shall have cross connections for the maximum sized device that can be fitted. 2. Panelboard box shall be galvanized code grade steel with knockouts, and shall have removable end walls. All boxes or panelboard enclosures shall have gray baked enamel finish. Lighting Panelboards: Cabinets for building panels shall be 20 -inch wide minimum, with 4 -inch minimum side gutters and 5 -inch minimum top and bottom gutters. Panelboard trim shall be the same size as cabinet on surface- mounted panels and 3/4 -inch larger all around than cabinet of flush- mounted panels. Doors in trim shall have typed circuit directory and pocket with protective clear plastic sheet. All trim and cabinets of surface - mounted panels in general purpose areas shall be phosphate treated, primed and finished with baked enamel, panels of flush mounted panels shall be finished to match surrounding wall color. 2. The number of circuit breakers and the ampere ratings shall be in accordance with panel schedules as shown. Main circuit breaker or main lugs only shall be provided as indicated on the Drawings. The panelboard circuit breakers shall be group mounted and shall be molded case with 3- or 2 -pole main breakers as required and branch circuit breakers with 14,000 AIC. C. Panelboards shall be as manufactured by Square D, General Electric, Westinghouse, or approved equal. 2.13 CONTROL DEVICES A. Limit Switches: Limit switches shall be of heavy -duty, precision type, and oil -tight assembly. Enclosures shall be NEMA 4. Contact arrangement shall be single pole. Assembly shall be able to accommodate different type of head as required. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 14 5/16/2001 SECTIOR050 - ELECTRICAL GENERAL PRASIONS Limit switches shall be Square D Class 9007 Type C, General Electric, or approved equal. 2.14 CONTROL STATIONS A. Control stations shall comply with NEMA Standards ICS2 -216. All control stations shall be industrial type, heavy duty, oil- tight, with legend plates as required by the Drawings. B. Control stations shall be as follows: 1. Pushbutton Switch: Pushbutton switches shall be momentary type with round or square button plate. All emergency -stop pushbuttons shall have red button plates. Lock -out stop shall be momentary pushbutton with locking mechanism. 2. Selector Switches: Selector switches shall be rated 10 amperes at 600 volts and shall be rotary type with number of position and poles shown on the Drawings and lockable in the off position. 3. Indicating Lights: Pilot lights shall be full - voltage, push to test type and with plastic color caps: red color for running, green for ready, and amber for failure status. 4. Control station enclosures shall be die cast aluminum, NEMA Type I in general purpose area stainless steel, NEMA 4X in corrosive, and NEMA 3R in outdoor or wet areas. 5. All lighting switches located on the outside of structures shall be lockable in either on or off position. C. Manufacturers shall be Square D with Class 9001, General Electric, or approved equal. 2.15 MAIN SERVICE CENTER (MSC) MOIFICATIONS A. Provide modifications to existing Main Service Center as shown on the plans. Provide two (2) separate metering service for each of the Zone III and Zone IV Pump stations. Coordinate all work with Southern California Edison Company and comply with their requirements. Provide new Main Service Center (MSC- 4) per plans and in full compliance with the Utility Company requirements. The Modifications to existing switchboard related to service shall also be in compliance with the Utility Company's requirements. All drawings shall be submitted to the Utility Company and written approval obtain prior to fabrication. 2.16 MOTOR CONTROL CENTER A. Type: The motor control centers shall be of the mechanical group type or a combination of motor controllers, variable frequency drives with feeder top and /or other units arranged in a convenient assembly. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 15 5/16/2001 SECTION 16050 - ELECTRICAL GENERAL PROVISIONS B. Performance And Design Requirements: General: The motor control centers shall contain equipment to start, stop and monitor the status of the various groups of motors from a convenient central assembly. In addition, equipment shall be provided to protect motors, machines and operators. Connection points shall be provided from the common horizontal power bus to the operating units. The MCC shall be suitable for connection to an available fault as shown on MCC single -line diagrams. Variable Frequency Drives (VFDs) shall comply with Section 16160 and Motor Starters shall comply with Section 16480. 2. Unit Responsibility: The motor control centers shall be the product of a manufacturer regularly engaged in the manufacturer of motor control centers and associated control equipment, and over current devices. 3. Operating Requirements: Voltage 480V AC Phase 3 Number of Wires 3 Frequency 60 Hz. Incoming feeder line connection shall be in accordance with the MCC elevation and single -line drawings. Power shall be provided to the motor control center compartments from the main bus by vertical bus bars which shall have minimum 300 amperes rating unless underground feeder requires greater capacity. A ground bus with appropriate lugs shall be provided across the bottom of the motor control center. C. Standards: NEMA 12 requirements for indoor installations. Underwriters Laboratory 845 for sheet metal. 3. NEC for environmental operating requirements. D. Materials: Bus bars shall be silver - plated copper. Sheet metal gage shall be in accordance with UL 845 Structure And Structure Arrangement: Structures shall be totally enclosed, dead - front, free - standing assemblies, 90 inches high and not less than 16 inches deep for front mounted units (21 inches deep for back to back mounted units). Working height shall be 72 inches to accommodate starter units in multiples of 6 -inch increments with a minimum of 12 inches. Removable lifting angles shall be provided. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 16 5/16/2001 SECTIONI1050 - ELECTRICAL GENERAL PROOIONS Structures shall contain a horizontal wireway at the top, isolated from horizontal bus and readily accessible. Each structure shall contain an isolated vertical wireway with cable supports, accessible through hinged doors. Each structure shall also contain a bottom horizontal wireway. All bus bars shall be braced to withstand a fault of 42,000 symmetrical RMS amperes. The main horizontal bus shall have ratings as shown and in no case lower than 600 amperes. All structure doors shall be mounted on removal pin hinges and secured with quarter turn indicating type fasteners. The enclosure shall be NEMA 3R with gasketed doors and door openings. The structure shall have ANSI 61 light gray baked enamel over bonderized finish on the exterior and flat white on all interior surfaces. Compartments: Compartments for NEMA size 4 and (full voltage) and smaller starters shall be drawout type. Guide rails shall be provided in the structure for supporting and aligning a unit during its removal or replacement. Drawout units shall have pressure -type line- disconnecting stabs of high strength alloy and shall be held in place by means of quick- acting, captive machine -screw fasteners arranged so that the units can be removed or remounted readily without access to the rear of the structure. Each compartment, whether drawout or stationary, shall be enclosed and effectively baffled to isolate any fault which may occur and shall be covered by an individual door fixed to the structure with a continuous full length piano hinge or two (three for doors over 36 inches high) semi - concealed, heavy -duty, pin -type hinges. Doors shall be secured with captive quick- acting machine -screw fasteners, and shall be arranged to completely cover all live parts whether the drawout unit is present or not. The interior of each compartment shall be painted white. Starter and feeder tap unit doors shall be interlocked mechanically with the unit disconnect device to prevent unintentional opening of the door while energized and unintentional application of power while the door is open. An interlock between the unit disconnect device and the structure will prevent removal or reinsertion of a unit when the disconnect is in the ON or TRIPPED positions. Means shall be provided for releasing the interlock for intentional access and /or application of power. Starters smaller than NEMA size 1 shall not be used. Padlocking arrangements shall permit locking the disconnect device in the OFF position with at least three padlocks with the door closed or open. Means shall be provided to padlock the unit in a partially withdrawn position with the stabs free of the vertical bus. The vertical bus bars shall be protected to prevent accidental contact by insulating them with a single sheet of glass reinforced polyester with cutouts for stab connections. A labyrinth barrier shall be provided with isolation shutters which automatically cover stab opening when the units are withdrawn. G. Automatic Transfer Switch. The load transfer control shall be rated for continuous duty and for all classes of load. The ampere rating of the transfer switch shall CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 17 5/16/2001 SECTION 16050 - ELECTRICAL GENERAL PAISIONS be as noted on the plans and shall be sufficient to handle the capacity of the loads being transferred. The transfer switch shall be built and tested in accordance with UL 1008. The control components shall be compatible with the electrical requirements of the standby set and provide the following functions: Upon power line outage, automatically start the generating set and when the set comes up to speed and voltage, disconnect the load circuits from the power line and transfer them to the standby set's output. 2. Upon power line return, transfer the load back to the line and stop the standby set. 3. Provide all accessories needed for proper operation of the generator set and to include the following: a. Voltage sensitive relays to transfer the load to standby power when line voltage drops to about 50% of normal and retransfer back to the line when voltage is restored to about 70% of normal, with allowance to activate the transfer to standby power and back to normal at any selected voltage between 75% and 100% to 117% of normal on under voltage conditions, and 100% to 117% of normal on over voltage conditions. One relay is required to each phase. 4. Time delay relays shall be adjustable and shall provide the following: Time delay on plant starting after a power loss prevents the plant from starting on momentary power dips. Adjustable time delay on transfer to the standby plant allows the plant to warm up briefly and motors to stop. Time delay on retransfer to the line after normal power is restored permits the standby plant to carry the load through any fluctuations in returning line power. Time delay on stopping the standby plant after the load has been transferred back to the line allows the plant to run for several minutes at no load, so that engine temperature can stabilize and cool evenly. Exerciser to allow manual or automatic timed start of the standby plant and allows it to run for an adjustable time period without taking over the load. If power fails during the exercise period, the Control immediately transfers the load to standby power. The motor control center shall have NEMA Class ll, Type "B" wiring. PART 3- EXECUTION 3.1 GROUNDING A. General: Grounding cable shall be sized by the CONTRACTOR in accordance with code requirements when sizes are not specifically called for on the Drawings. The location of ground rods shall be as shown. The length of rods forming an individual ground array shall be equal in length and shall be of the quantity required to obtain a ground resistance of no more than 5 ohms. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 18 5/16/2001 SECTIONR050 - ELECTRICAL GENERAL PROVISIONS B. Equipment Ground: Ground continuity throughout the facility shall be maintained by installing an electrically- continuous metallic raceway system, or a non - metallic raceway with a grounding conductor when non - metallic raceway is permitted in the Contract Documents. Metallic raceway shall be installed with double lock nuts or hubs at enclosures. Non - metallic raceway containing do conductors operating at more than 50 volts to ground, or any ac conductors, shall contain a copper grounding conductor either bare, or green if insulated. Such conductor shall be bonded to terminal and intermediate metallic enclosures. 2. Metal equipment platforms which support any electrical equipment shall be bonded to the nearest ground bus or to the nearest switchgear ground bus. This grounding requirement is in addition to the raceway grounding required in the preceding paragraph herein. C. Grounding Electrode System: The CONTRACTOR shall install the grounding electrode system with all required components in accordance with National Electrical Code Article 250. 1. Connection to ground electrodes and ground conductors shall be exothermic welded where concealed and shall be bolted pressure type where exposed. Bolted connectors shall be assembled wrench - tight. 2. Insulated grounding bushings shall be employed for all grounding connections to steel conduits in switchboards, in motor control centers, in pullboxes, and elsewhere where conduits do not terminate at a hub or a sheet metal enclosure. Where insulated bushings are required, they shall be installed in addition to double lock -nuts. 3. Copper bonding jumpers shall be used to obtain a continuous metallic ground. D. Shield Grounding: Shielded instrumentation cable shall be grounded at one end only; this shall be at the "receiving" end of the signal carried by the cable, unless shop drawings indicate that the shield shall be grounded at both ends. Termination of each shield drain wire shall be on its own terminal screw. All of these terminal screws in one rack shall be jumpered with No. 16 solid tinned bare copper wire; connection to ground shall be accomplished with a No. 12 green insulated conductor to the main ground bus. 3.2 UNDERGROUND DUCTS A. The underground concrete encased duct bank shall be installed in accordance with the criteria below: CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 19 5/16/2001 SECTIOI116050 - ELECTRICAL GENERAL PRIVIISIONS Duct shall be assembled using high impact nonmetallic spacers and saddles to provide conduits with vertical and horizontal separation. Plastic spacers shall be set every 5 feet. 2. The duct shall be laid on a grade line of at least 4 inches per 100 feet, sloping towards pullboxes. Duct shall be installed and pullbox depths adjusted so that the top of the concrete envelope is a minimum of 24 inches below grade. 3. Changes in direction of the duct envelope by more than 10 degrees horizontally or vertically shall be accomplished using bends with a minimum radius 24 times the duct diameter. 4. Couplings shall be staggered at least 6 inches vertically. Bottom of trench shall be of select backfill or sand. The duct array shall be anchored every 4 feet to prevent movement during placement of the concrete envelope. 5. Each bore of the completed duct bank shall be cleaned by drawing through it a standard flexible mandrel one foot long and 1/4 -inch smaller than the nominal size of the duct through which the mandrel will be drawn. After passing of the mandrel, a wire brush and swab shall be drawn through. 6. A raceway, in the duct envelope, which does not require conductors, shall have a 1/8 -inch polypropylene pull cord installed throughout the entire length of the raceway. B. Duct entrances shall be grouted smooth; duct for primary and secondary cables shall be terminated with flush end bells, shall be assembled with waterproof mastic and shall be set on a 6 -inch bed of gravel as recommended by the manufacturer or as required by field conditions. C. Duct bank markers shall be installed every 200 feet along run of duct bank, at changes in horizontal direction of duct bank, and at ends of duct bank. Concrete markers, 6 by 6 inches square and one foot long, shall be set 2 inches above finish grade. The letter "D" and arrow set in the concrete shall be facing in the direction of the duct alignment. D. Each duct bank shall contain a No. 4/0 bare stranded copper ground wire, if not specifically shown on the Drawings, and shall be continuous throughout the entire duct bank. End of ground wires shall be terminated at transformer ground lugs. E. Duct bank penetration through building walls below grade shall be watertight. F. Trenches containing duct banks shall be filled with select backfill with no large rocks which could damage the duct. G. Concrete encased duct bank shall terminate at building foundations. When duct enters the building on a concrete slab on grade, duct shall not be encased, but shall transition to rigid steel PVC - coated conduits on all stub -ups. 3.3 RACEWAYS CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 20 5/16/2001 SECTIONT6050 - ELECTRICAL GENERAL PROVISIONS b. Intervals between supports shall be in accordance with the National Electric Code. C. Conduit Terminations: Empty conduit terminations not in pullboxes shall be plugged. Exposed raceway shall be installed perpendicular or parallel to buildings except where otherwise shown. Conduit shall be terminated with flush couplings at exposed concrete surfaces. Conduit stubbed up for floor- standing equipment shall be placed in accordance with approved shop drawings. Metallic raceways installed below - grade or in outdoor locations and in concrete shall be made up with a conductive waterproof compound applied to threaded joints. Compound shall be Zinc Clads Primer Coatings No. B69A45, HTL -4 by Crouse - Hinds, Kopr Shield by Thomas & Betts, or approved equal. D. Conduit Installations: Conduit may be cast integral with horizontal and vertical concrete slabs, providing one -inch clearance is maintained between conduit surface and concrete surface. If said clearance cannot be maintained, the conduit shall be installed exposed below elevated slabs; provided, that in the case of slabs on grade, conduit shall be installed below the slab and shall be encased with a minimum cover of 3 inches of concrete. Maximum size of conduit that can be cast in slab above grade shall be 3 inches, in slab on grade shall be 1 -112 inches. 2. Non - metallic conduit when specified may be cast integral with horizontal slabs with placement criteria as stated in the previous paragraph. Non- metallic conduit may be run beneath structures or slabs on grade, without concrete encasement. In these instances conduit shall be placed at least 12 inches below the bottom of the structure or slab. Non - metallic conduit may be buried 24 inches minimum below grade, with a 3 -inch concrete cover, in open areas or where otherwise not protected by concrete slab or structures. Top of concrete cover shall be colored red. Non - metallic conduit shall be permitted only as required by the Specifications and in concealed locations as described above. 3. Where a run of concealed PVC conduit becomes exposed, a transition to rigid steel conduit is required. Such transition shall be accomplished by means of a factory elbow or a minimum 3 -foot length of rigid steel conduit, either terminating at the exposed concrete surface with a flush coupling. Piercing of concrete walls by non - metallic runs shall be accomplished by means of a short steel nipple terminating with flush couplings. 4. Flexible conduit shall be used at dry locations for the connection of equipment such as motors, transformers, instruments, valves, or pressure switches subject to vibration or movement during normal operation or servicing. Flexible conduit may be used in lengths required for the connection of recessed lighting fixtures; otherwise the maximum length of flexible conduit shall be 18 inches. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 22 5(1612001 SECTIO116050 - ELECTRICAL GENERAL PROVISIONS A. General: Raceways shall be installed as shown, however, conduit routings shown are diagrammatic. Raceway systems shall be electrically and mechanically complete before conductors are installed. Bends and offsets shall be smooth and symmetrical, and shall be accomplished with tools designed for the purpose intended. Factory elbows shall be used for all 3/4 -inch conduit. Bends in larger sizes of metallic conduit shall be accomplished by field bending or by the use of factory elbows. All installations shall be in accordance with the latest edition of the National Electrical Code. B. Raceways shall be installed in accordance with the following schedule: 1. Low Voltage Raceway (control, power, and data hi -way and communications): a. Rigid Schedule 40 PVC shall be used for concrete encased duct on earth. b. PVC - coated galvanized rigid steel raceways shall be used on exposed locations in corrosive areas. C. Galvanized rigid steel (GRS) shall be used on exposed installations in general purpose areas. d. Rigid Schedule 40 PVC shall be used for conduits embedded in concrete slab on grade and above grade. e. Rigid Schedule 40 PVC shall be used for area lighting circuits and may not be concrete encased. f. Galvanized rigid steel shall be used in exposed installations in outdoor areas. 2. Analog Signal Raceways: a. Galvanized rigid steel conduits shall be used for concrete encased duct on earth. b. PVC - coated GRS shall be used on exposed installations in corrosive areas. C. Galvanized rigid steel conduits shall be used on exposed installations in general purpose areas. d. Galvanized rigid steel shall be used on exposed installations in outdoor areas. 3. Exposed Raceways: a. Conduits shall be rigidly supported with clamps, hangers, and Unistrut channels. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 21 5/16/2001 SECTION T6050 - ELECTRICAL GENERAL PROVISIONS 5. In other than dry locations, connections shall be made using flexible liquid - tight conduit. Equipment subject to vibration or movement which is normally provided with wiring leads, such as solenoid valves, shall be installed with a cast junction box for the make -up of connections. Flexible conduits shall be as manufactured by American Brass, Cablec, Electroflex, or approved equal. Conduit penetrations on walls and concrete structures shall be performed in accordance with the following: a. Seal all raceways entering structures at the first box or outlet with oakum or suitable plastic expandable compound to prevent the entrance into the structure of gases, liquids, or rodents. b. Dry pack with nonshrink grout around raceways that penetrate concrete walls, floors, or ceilings aboveground, or use one of the methods specified for underground penetrations. C. Where an underground conduit enters a structure through a concrete roof or a membrane waterproofed wall or floor, provide an acceptable, malleable iron, watertight, entrance sealing device. When there is no raceway concrete encasement specified or indicated, provide such device having a gland type sealing assembly at each end with pressure bushings which may be tightened at any time. When there is raceway concrete encasement specified or indicated, provide such a device with a gland type sealing assembly on the accessible side. Securely anchor all such devices into the masonry construction with one or more integral flanges. Secure membrane waterproofing to such devices in a permanently watertight manner. d. Where an underground raceway without concrete encasement enters a structure through a nonwaterproofed wall or floor, install a sleeve made of Schedule 40 galvanized pipe. Fill the space between the conduit and sleeve with a suitable plastic expandable compound, or an oakum and lead joint, on each side of the wall or floor in such a manner as to prevent entrance of moisture. A watertight entrance sealing device as specified may be used in lieu of the sleeve. 3.4 WIRES AND CABLES A. General: Conductors shall not be pulled into raceway until: Raceway system has been inspected and accepted by the ENGINEER. 2. Plastering and concrete have been completed in affected areas. 3. Raceway system has been freed of moisture and debris. B. Wire and Cables: CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 23 5/16/2001 SECTIO16050 - ELECTRICAL GENERAL P41VISIONS Conductors of No. 1 size and smaller shall be hand pulled. Larger conductors may be installed using power winches. Pulling tensions on the cables shall be within the limits recommended by the cable manufacturer. Wire pulling lubricant, where needed, shall be UL approved. Wire in panels, cabinets, and gutters shall be neatly grouped using nylon tie straps, and shall be fanned out to terminals. C. Splices and Terminations: The CONTRACTOR shall provide, install, and terminate the conductors required for power and controls to electrical equipment and to interconnect incoming annunciator, instrumentation terminal cabinets, control and instrumentation equipment specified in any section of these specifications except as may be otherwise specified in other sections. There shall be no cable splices in underground manhole or pullboxes. If splices are necessary, the cables shall be brought above ground and terminated in a NEMA 4X, stainless steel terminal or splice cabinet on a concrete pad. Two- and 3- conductor shielded cables installed in conduit runs which exceed 2,000 feet may be spliced in pullboxes. These cable runs shall have only one splice per conductor. Control conductors shall be spliced or terminated only at the locations shown and only on terminal strips or terminal lugs of vendor furnished equipment. For the purposes of the various Sections of Division 16 of the Specifications, "Control Conductors" are defined as conductors operating at 120 -volts or less in circuits that indicate equipment status or that control the electric energy delivered to a power consuming device. Solid conductors shall be terminated at equipment terminal screws with proper care that conductor is tightly wound around screw and does not protrude beyond screw head. Stranded conductors shall be terminated directly on equipment box lugs making sure that all conductor strands are confined within lug. Use forked - tongue lugs where equipment box lugs have not been provided. 5. Splices in 600 -volt wire which are not pre - insulated shall be insulated with three layers of tape each half lapped except that splices in below grade pull boxes or in any box subject to flooding shall be made watertight using an epoxy resin splicing kit. 6. Splices to motor leads in motor terminal boxes shall be wrapped with mastic material to form a mold and then shall be taped with a minimum of two layers of varnished cambric tape overtaped with a minimum of two layers of high temperature tape. Control devices, such as solenoid operated valves, that are normally supplied with conductor pigtails, shall be terminated as described for control conductors. CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 24 5/16/2001 SECTIO06050 - ELECTRICAL GENERAL PRO911SIONS D. Cable Assembly and Testing: Cable assembly and testing shall comply with applicable requirements IPCEA Publication No. S -68 -516 and other relevant IPCEA publications. Factory test results shall be submitted for review, prior to shipment of cable. The following tests shall be the minimum requirements: High potential d -c test shall be performed on all cables operating at more than 2,000 volts to ground. 2. Insulation resistance shall be obtained and shall not be less than the value recommended by IPCEA. 3. All cables rated at 600 volts shall be tested for insulation resistance between phases and from each Phase to a ground using a megohmeter. 4. All field testing mentioned above shall be done after cables are installed in the raceways. 5. Field tests shall be performed by certified test organization acceptable to the cable manufacturer. Test results shall be submitted to the ENGINEER for its review and acceptance. 6. Cables failing in the said tests shall be replaced with a new cable or repaired. Such kind of repair methods shall be as recommended by the cable manufacturer and shall be performed by persons certified by the industry. E. Continuity Test: All control and instrumentation cables shall be tested for continuity, polarity, undesirable ground, and origination. Such tests shall be performed prior to placing all cables in service. 3.5 PULL AND JUNCTION BOXES A. Pull and junction boxes shall be sized in accordance with the requirements of the National Electrical Code. B. Outlet boxes shall be used as junction boxes wherever possible. Where separate pullboxes are required, they shall have screw covers. C. Pull boxes shall be installed when conduit run contains more than 3 90- degree bends and runs exceed 200 feet. 3.6 CABINETS AND ENCLOSURES A. Cabinets shall be set plumb at an elevation that will cause the maximum circuit breaker height to be less than 5 ft 6 inches. Top edge of trim of adjacent panels shall be at the same height. Panels which are indicated as flush mounted shall be set so cabinet is flushed and serves as a "ground" for plaster application. B. All factory wire connections shall be made at shipping splits, and all field wiring and grounding connections shall be made after the assemblies are anchored. 3.7 CONCRETE HOUSEKEEPING CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 25 5/16/2001 SECTI0016050 - ELECTRICAL GENERAL PAISIONS A. Concrete housekeeping pads shall be provided for all floor standing electrical equipment. Housekeeping pads for all equipment, including future units, shall be 2 inches above surrounding finished floor or grade and 2 inches larger in both dimensions than the supported equipment, unless otherwise shown. B. Concrete housekeeping curb shall be provided for all conduit stub -up in indoor and outdoor locations, not concealed by equipment enclosures. Such curb shall be 3 inches above finished floor or grade. 3.8 EQUIPMENT ANCHORING A. Freestanding or wall -hung equipment shall be anchored in place by methods that will meet seismic requirement in the area where project is located. Wall- mounted panels that weigh more than 500 pounds or which are within 18 inches of the floor shall be provided with fabricated steel support pedestal(s). Pedestals shall be of welded steel angle sections. If the supported equipment is a panel or cabinet and enclosed with removable side plates, it shall match supported equipment in physical appearance and dimensions. Transformers hung from 4 -inch stud walls and weighing more than 300 pounds, shall have auxiliary floor supports. B. Leveling channels anchored to the concrete pad shall be provided for all switchgear and pad- mounted transformer installations. C. Anchoring methods and leveling criteria specified in the printed recommendations of the equipment manufacturers are a part of the work of this Contract. Such recommendations shall be submitted for review by the ENGINEER. 3.9 CABLE AND EQUIPMENT IDENTIFICATION A. General: The completed electrical installation shall be provided with adequate identification to facilitate proper control of circuits and equipment and to reduce maintenance effort. B. Cable: The CONTRACTOR shall assign to each control and instrumentation wire and cable a unique identification number. Said numbers shall be assigned to all conductors having common terminals and shall be shown on all shop drawings. Identification numbers shall appear within 3 inches of conductor terminals. "Control' shall be defined as any conductor used for alarm, annunciator, or signal purposes: Multiconductor cable shall be assigned a number which shall be attached to the cable at intermediate pull boxes and at stub -up locations beneath free- standing equipment. It is expected that the cable number shall form a part of the individual wire number. All individual control conductors and instrumentation cable shall be identified at pull points as described above. The instrumentation cable numbers shall incorporate the loop numbers shown on the Drawings. 2. All 120 /208 -volt system feeder cables and branch circuit conductors shall be color coded as follows: Line A- black, Line 13-red, Line C -blue and Neutral - white. Color coding tape shall be used where colored insulation is not CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 26 5/16/2001 SECTIO06050 - ELECTRICAL GENERAL PRONSIONS available. Branch circuit switch shall be yellow. Insulated ground wire shall be green, and neutral shall be gray. Color coding and phasing shall be consistent throughout the site, bus bars at panelboard shall be connected Line A -B -C, top to bottom, or left to right, facing connecting lugs. General purpose ac control cables shall be pink. General purpose do control cables shall be blue. 4. All spare cables shall be terminated on terminal screws and shall be identified with a unique number as well as with destination. 5. Terminal strips shall be identified by imprinted, varnished, marker strips attached under the terminal strip. C. Equipment: Equipment and devices shall be identified as follows: Nameplates shall be provided for all panelboards, panels, starters, switches, and pushbutton stations. In addition to the name plates shown, control devices shall be equipped with standard collar -type legend plates. 2. Control devices within enclosures shall be identified as shown. Identification shall be similar to the paragraph above. 3. Toggle switches which control loads out of sight of switch, and all multi- switch locations of more than 2 switches, shall have suitable inscribed finish plates. 4. Empty conduits shall be tagged at both ends to indicate the destination at the far end. Where it is not possible to tag the conduit, destination shall be identified by marking an adjacent surface. 5. The CONTRACTOR shall provide typewritten circuit directories for panelboards; circuit directory shall accurately reflect the outlets connected to each circuit. 6. The CONTRACTOR shall install identification tape directly above buried unprotected raceway; install tape 8 inches below grade and parallel with raceway to be protected. Identification tape is required for all buried raceway not under buildings or equipment pads except identification tape is not required for protection of street lighting raceway. END OF SECTION CITY OF NEWPORT BEACH ELECTRICAL GENERAL PROVISIONS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16050 - 27 5/16/2001 0 SECTION 16160 - A.C. VARIABLE FREQUENCY DRIVES PARTI- GENERAL 1.1 DESCRIPTION A. Scope: This specification describes the operation and features of A.C. variable frequency drives (VFD) which will provide the following application requirements: 1. The VFD unit shall be supplied and installed, if applicable, complete with riecessary accessories and controls to provide a complete and workable system in accordance with the requirements of the Contract Documents. 2. Variable frequency drive controller shall convert 460 volts, 3 phase, 60 Hz to adjustable voltage and frequency for stepless motor speed control. 3. The unit shall be compatible with NEMA design "B" A.C. induction motors with a 1.15 service factor, used in pumping applications, unless otherwise specified, without requiring any motor modifications. 4. The variable frequency drive controller shall be of state of the art technology for variable frequency drives and shall be the manufacturer's latest model. 5. The variable frequency drive shall be Toshiba G3 or Robicon, variable torque type or equal. 1.2 GOVERNING STANDARDS The VFD shall be designed, constructed and tested in accordance with the applicable NEMA, ANSI, UL, and IEEE recommendations, and shall be designed -for installation in accordance with the National Electrical Code. The drives shall be UL or ETL labeled and approved. 1.3 COORDINATION The VFD shall be coordinated with the requirements of the driven equipment. The Contractor shall be responsible for matching the motor and the drive, and for coordinating the collection of data and the design effort required to limit harmonics to levels specified herein. The Contractor shall submit the necessary documentation that these requirements have been satisfied and the VFD has been approved by the driven equipment supplier. The contractor shall coordinate the working space allowed with the equipment provided, any discrepancies shall be brought to the City's attention prior to the bid opening. It is the Contractor's responsibility to make sure his supplier is aware of space requirements and that the equipment shall fit. 1.4 NAMEPLATES All devices mounted on the face of the drive be provided with a suitable nameplate. Push buttons, selector switches, and pilot lights shall have the manufacturer's standard legend plate. All lettering shall be at least 3/16 " high and shall be white on a black background. CITY OF NEWPORT BEACH A.C. VARIABLE FREQUENCY DRIVES ZONE 111 AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16160 -1 05/16/01 0 0 SECTION 16160 - A.C. VARIABLE FREQUENCY DRIVES 1.5 SPARE PARTS The VFD manufacturer shall provide spare parts with a cost equal to at least 10% percent of the cost of a single drive for each type and drive supplied. The spare parts shall include at least one complete set of all plug -in components for each drive. As a minimum the spare shall include the following: Power fuses -3 each of each type Control fuses -3 each of each type Indicating lights -5 each of each type Spare parts shall be suitably packaged with labels indicating the contents of each package. Spare parts shall be delivered to the City's Representative. 1.6 PERFORMANCE SPECIFICATIONS The variable frequency drive must be of sufficient capacity and provide a quality of output wave form so as to achieve full rated continuous output of the pump motor. The drive shall not induce excessive power losses in the motor. The root - mean - squared (RMS) motor line current measured at rated speed torque, and voltage, shall not exceed 1.05 times the rated RMS motor current for pure sine wave operation. The AC drive shall be capable of variable torque applications. The inverter shall convert the DC voltage into an AC voltage at a frequency proportional to the desired speed. The AC voltage and frequency shall both vary simultaneously at a constant " Volts per Hertz " ratio to operate the motor at the desired speed. The operating environment shall be indoor. PART 2- PRODUCTS 2.1 NOT USED 2.2 OPERATION Drives shall be of the pulse width modulated type (PWM). Each drive shall be complete with input disconnect and safety lockout, "power on" light, "run" light, "fail" light, and digital display as specified herein. Isolated output contacts for run and fail shall be provided. The drive unit shall have a manual bypass contactor feature, if indicated on the drawings, to permit the motor to run across the line in the event of variable frequency drive shutdown. The bypass contactors shall be operated with a manual selector switch. Bypass Circuitry shall be in a separate enclosure and shall isolate the VFD on both the supply side and the load side. All motor branch circuit breakers, motor starters, and control relays shall be of highest industrial quality, securely fastened to the removable back panels with screws and lock washers. The main protective devices (padlockable motor circuit protector with external operating handle and current limiting power fuses) shall be included in each VFD. CITY OF NEWPORT BEACH A.C. VARIABLE FREQUENCY DRIVES ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16160 -2 05/16/01 0 0 SECTION 16160 - A.C. VARIABLE FREQUENCY DRIVES All circuit breakers shall be sealed by the manufacturer after calibration to prevent tampering. Each circuit breaker shall be adequately sized to meet the pump motor and station operating conditions. In the event of sustained power loss, the control shall shut down safely without component failure. Upon return of power, the system shall automatically return to normal operation. In the event of a momentary power loss, the control shall shut down safely without component failure. Upon return of power, the system shall automatically return to normal operation, being able to restart into a rotating motor, regaining positive speed control without shut -down or component failure. The VFD unit shall satisfactorily operate within the following parameters: Output Frequency: 0 -60HZ. Selectable to 90HZ & 120HZ Voltage Regulation: A % rated value Interrupting Capacity: 200,000 Amperes Frequency Regulation: t.05 Hz Overload Capability: 110% Variable torque Power Factor: .95 Constant Accel /Decel Rate: 4 -300 Seconds VFD Efficiency: 95% Efficient @ 100% Speed 85% Efficient @ 50% Speed 2.3 HARMONIC DISTORTION PROTECTION A comprehensive pre- equipment selection harmonic study of the system, including all variable frequency drive units, existing and proposed shall be prepared by the Contractor. The study shall be performed, stamped and signed by a registered Electrical Engineer in the State of California. The results in this study shall be submitted to the Engineer as part of the shop drawing submittals. Should this study indicate the need for tuned filters, line reactors, isolation equipment for the proposed VFD'S, these shall be supplied at no extra cost to the City. Indicate location of the harmonic suppression equipment in the submittal data. Location is subject acceptance by the Engineer. 2. The harmonic distortion values resulting from the operation of all or any combination of VFD's and motors at full load shall be defined in IEEE Standard 519 -92. a. Maximum allowable total harmonic voltage distortion (THD):3 %, of the fundamental. b. Maximum allowable individual frequency harmonic voltage distortion: Within the limits of IEEE Standard 519 -92. C. Maximum allowable individual frequency and total harmonic current demand distortion (TDD): Within the limits of IEEE Standard 519 -92. d. The harmonic distortion levels shall be specific to the point of common coupling (at the service entranceof the main switchboard). 3. The approximate short circuit duty from the Utility company at the point of common coupling at MSC is 50,000 AIC. System single line diagrams are CITY OF NEWPORT BEACH A.C. VARIABLE FREQUENCY DRIVES ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16160 -3 05/16/01 0 0 SECTION 16160 - A.C. VARIABLE FREQUENCY DRIVES shown on the contract drawings for the purpose of providing the study. TheCONTRACTOR shall obtain all necessary information from all and any other sources including the utility co., necessary to perform this study. A short circuit study shall be included, if necessary to determine short circuit ratings. 4. Field measure the actual harmonic distortion per Section 3.4. 2.4 CONTROL AND MONITORING Via the display /keypad or communications link there shall be a digital indication for the following operating conditions: • Speed • Voltage • Current • Ready to run • Frequency • Drive running • Faults • Auto Start The VFD shall have the following operator controls mounted on the front of the unit: • Run /stop switch • Automatic /manual selector switch • Speed potentiometer - to be operable in the manual position • Fault reset push button • VFD fault light • Power On light • Motor winding overtemperature shutdown and indication The VFD shall have the additional display mounted on the front of the unit: • Elapsed time meter • Separate watt -meter with PT's /CT's The VFD shall have the following minimal functions: • Minimum and maximum speed adjustments. • Rate of acceleration adjustment. • PID set point control • 4 -20 mA output for remote speed monitoring. • 4 -20 mA input for remote speed control. • Local /remote selector switch for speed control. • Input current limit rectifier fuses, rated to interrupt 200,000 ampere short circuit current. 2.5 SURGE, FAULT AND OVERLOAD PROTECTION CITY OF NEWPORT BEACH A.C. VARIABLE FREQUENCY DRIVES ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16160 -4 05/16/01 SECTION 16160 - A.C. VARIABLE FREQUENCY DRIVES The drive shall include incoming line transient voltage protection to allow reliable operation on the power distribution system and the following detection characteristics: • Instantaneous overcurrent protection, set to de- energize the inverter if rated current exceeds 150 %. • Inverse time overload, set to de- energize the inverter if rated current exceeds 125% for maximum of 5 seconds. • Under - voltage protection, set to de- energize the inverter it the input voltage instantaneously decreases to 80% of rated. • Provide the manufacturer's standard drive over - voltage protection. • Provide the manufactures standard drive overtemperature protection. • Microprocessor failure, instantaneous shutdown if the self check feature of the microprocessor indicates a malfunction. • First Fault Indication, digital readout of the above protection features based upon first occurrence and then subsequent shutdown. • Stall protection to prevent the AC motor from going into stall condition during an overload or during the acceleration of a large inertia load. 2.6 ENCLOSURES Each drive with harmonic distortion suppression equipment as specified shall be for indoor application in NEMA 1 (dead front with front accessibility) enclosure with adequate ventilation for heat dissipation. All power and control cable terminations shall be made on the interior power and control terminal boards. 2.7 WIRING Wiring shall be neatly installed in wireways, or with wire ties. Where wire ties are used, the bundles shall be held at the back panel with a screw- mounted wire tie mounting. Bases with a self- sticking back will not be allowed. Feeder cables to the motors shall be through the bottom of the drive. Incoming supply cables shall be from the top or bottom depending on the configuration of the switchboard. Space shall be allowed in the drive for this configuration. Terminal blocks shall be provided complete with marking strips, covers, and pressure connectors. They shall be track mount type. Screw terminals will not be allowed. A minimum of 25 % spare terminals shall be provided. Terminals shall be labeled to agree with the identification indicated on the suppliers submittal drawings. Each control loop shall be individually fuse, and clearly labeled. All grounding wires shall be attached to the enclosure with ring tongue terminals. The surface shall be prepared to ensure conductivity of the connection. With the exception of electronic circuits all interconnection wiring shall be stranded copper, insulated for 600 volts and rated for not less than 90 degrees C. 2.8 WATTMETERS CITY OF NEWPORT BEACH A.C. VARIABLE FREQUENCY DRIVES ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16160 -5 05/16/01 0 0 SECTION 16160 - A.C. VARIABLE FREQUENCY DRIVES Wattmeters shall be provided for each unit. Wattmeters shall be solid state, digital, self contained, KW monitor with maximum /minimum demand. Meter faceplate to be labeled Kilowatts. Power requirement is 115 volts A.C. and the meter to be 2 1/2 element 3 phase 4 wire type. During normal operations the meter will display instantaneous kilowatts. It shall have its own waft transducer with a 4 -20 ma output. The meter shall have its own keypad to provide access to a maximum and minimum KW values at the meter. The meter shall have an operating temperature of 50'C, have a 200% rate d voltage rating. The meter shall have an adjustabl e adjusted through the key pad. The meter shall be Cat. #DTWA 250. 2.9 CURRENT TRANSFORMERS continuous current and 150% continuous max/min demand time of 1 -9999 seconds similar to or equal to the Electro- Industries Current transformers for the Wattmeters shall be window type, proper ratio for the application, ANSI metering class accuracy .3% with burden of BO.5,relay class 3 C20, 600 volt insulation, 10 KV BIL. CT's to be similar or equal to Flex -Core model #191 -301. 2.10 POTENTIAL TRANSFORMERS Potential Transformers for the Wattmeters shall be 480/120 volt secondary, 600 volt 10 KV BIL, with accuracy class of 0.3W,0.6X,1.2M at 60HZ. The P.T.'s shall have a thermal rating of 133 VA at 55'C. Fuses shall be provided in the primary (both Legs) and the secondary side of the transformers. The PT's shall have a molded plastic terminal cover. Pt's to be similar or equal to Flex -Core model #470 -480. PART 3 - EXECUTION 3.1 DRAWINGS AND DATA Complete fabrication, assembly, and installation drawings, point to point wiring diagrams and ladder logic schematic diagrams, details, specifications and data covering the materials used and the parts, devices, and accessories forming a part of the equipment furnished, shall be submitted in accordance with the Contract Documents. The submittal shall be substantially complete for all items and equipment furnished under this section. Individual drawings and data sheets submitted at random intervals will not be accepted for review. Each separate Submittal item shall be identified by catalog number and an item number which can be located via the Bill of Materials and the Table of Contents. 3.2 SHOP DRAWING SUBMITTALS The following information shall be submitted for approval: a. Name of Manufacturer. b. Type and model numbers. C. Rated drive input KVA and output KVA. d. Efficiency curves at 100% and 50 percent speed. e. Maximum BTU heat data and verification of the drive cooling requirements. CITY OF NEWPORT BEACH A.C. VARIABLE FREQUENCY DRIVES ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16160 -6 05/16/01 SECTION 16160 - A.C. VARIABLE FREQUENCY DRIVES f. Total weight and lifting instructions, height, mounting, and floor space required. g. Panel details, interior, exterior, front and side views showing dimensions of drives, transformers and equipment. h. Schematics and wiring diagrams including all external and internal devices and terminal blocks. i. Locations and sizes of electrical connections, ground terminations and stiielded wire. j. List of diagnostic indicators. k. Harmonic study and reports, including calculations, assumptions, and interpretations. I. Factory test reports on the type of VFD used and Harmonic distortion test results after installation. 3.3 OPERATIONS AND MAINTENANCE MANUALS Eight copies of Operation and maintenance manuals shall include complete product instruction books for each item of equipment furnished. Where instruction booklets cover more than one specific model or range of instrument, product data sheets shall be included which indicate the specific instrument model number, calibrated range, and all other special features. 3.4 QUALITY ASSURANCE Upon completion of manufacturing, each VFD unit shall be inspected and load tested prior to shipment. The City's representative may be present for factory- acceptance- tests. Tests to be conducted shall include but are not limited to simulating system logic. All associated costs for said tests shall be included in the manufacturer's bid. Certification that the factory inspections and load tests have been successfully performed shall be submitted to the City at the end of the tests. After installation of the system at the site a field acceptance test shall be performed by the contractor in conjunction with the manufacturer of the drive equipment. The field acceptance test shall consist of a repeat of the factory test. Functional tests shall demonstrate satisfactory operation of all interlocks, alarms and normal operational sequences. The drive manufacturer shall use suitable test equipment to locate and correct all malfunctions. Repeated failure of any component will cause the test to be terminated and restarted when equipment has been fixed. Harmonic distortion tests shall be run on the drives and the bus to determine the voltage distortion and current distortion. IEEE 519 -1992 standards shall be used as the guide to test results. Measurements shall be made utilizing a Dranetz analyzer or a BMI analyzer capable of indicating snapshots of the current and voltage distortions. Measurements shall include phase to phase, phase to neutral, and neutral to ground. The test shall be run the full range of drive operation. The graphs of the test results shall be submitted for speed values of 60 %, 80% and 100 %. Also, test shall be done with no units running, then one unit, then two units etc. Tests shall be conducted by a qualified technician acceptable to the City. Included in the scope of this specification shall be allowance for factory- trained service engineer, other than sales representatives, to inspect, perform final adjustments and operational checks, perform functional checks, and prepare a final report for record purposes. A minimum of one day shall be allowed for this startup service. CITY OF NEWPORT BEACH A.C. VARIABLE FREQUENCY DRIVES ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16160 -7 05/16/01 SECTION 16160 - A.C. VARIABLE FREQUENCY DRIVES Under no circumstances are any portions of the drive system to be energized without authorization from the manufacturer's representative. 3.5 WARRANTY AND TRAINING The system furnished under these specifications shall be covered by the manufacturer's standard guarantee or warranty and is to include labor and material and shall be for a minimum period of two years (24 months) after acceptance. Also included in the manufacturer's bid, shall be training of personnel in the operation and maintenance of the furnished equipment by the manufacturer's service engineer. A minimum of one day shall be allowed for this training and a minimum of one day shall be allowed for the drive setup and adjustments. The dates and time for these days shall be scheduled between the City and the Contractor at least 1 -week in advance. END OF SECTION CITY OF NEWPORT BEACH A.C. VARIABLE FREQUENCY DRIVES ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16160 -8 05/16/01 0 SECTION 16170 - GROUNDING SYSTEM PART 1 -GENERAL 1.1 WORK OF THIS SECTION A. The WORK of this Section includes providing grounding for electrical systems, exposed nonenergized metal surfaces of equipment and metal structures. 1.2 RELATED SECTIONS A. The WORK of the following Sections applies to the WORK of this Section. Other Sections of the specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 16050 Electrical General Provisions 1.3 CODES A. The WORK of this Section shall comply with the current editions, with revisions, of the following codes and City of Newport Beach Supplements: 1. National Electrical Code 1.4 SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: 1. IEEE 81 Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System, Guide for 2. UL 467 Standard for Grounding and Bonding Equipment 1.5 SHOP DRAWINGS AND SAMPLES A. The following shall be submitted: 1. Shop drawings showing details of grounding system. 2. Product data for grounding electrodes and connections. 1.6 OWNER'S MANUAL A. The following shall be included in the OWNER'S: 1. Manufacturer's instructions including instructions for storage, handing, protection, examination, preparation and installation of exothermic welded connectors. 2. Test reports indicating overall resistance to ground and resistance of each electrode. CITY OF NEWPORT BEACH GROUNDING SYSTEM ZONE III AND ZONE IV PUMP STATION ELECTRICAL IMPROVEMENTS 16170 -1 5/16/2001 0 0 SECTION 16170 - GROUNDING SYSTEM 1.7 PROJECT RECORD DRAWINGS A. The following shall be included in the PROJECT RECORD: Accurate record of actual locations of grounding electrodes. 1.8 PRODUCT DELIVERY, STORAGE, AND HANDLING 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 the elements. PART 2- PRODUCTS 2.1 GENERAL A. The WORK of this Section includes the following: Products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 2. Except as otherwise indicated, grounding products and systems shall comply with the NEC. 2.2 ROD ELECTRODE Rod electrodes shall be 3/4 inch copper -clad steel, sectional type, joined by threaded copper alloy couplings. Length of rods forming an individual ground array shall be equal in length and shall be of the length required to obtain a minimum ground resistance of 5 ohms. Top of ground rod shall be fitted with a coupling and steel driving stud. Rods shall be of sufficient length to ensure contact with ground water and shall be not less than 10 feet. 2.3 CABLE A. Ground cable shall be annealed bare copper, concentric stranded wire. If cable sizes are not indicated, the minimum sizes shall be as follows: 1. 480V switchgear 4/0 AWG 2. 480V MCC and switchboards 2/0 AWG 3. Lighting panels 2 AWG 4. Exposed metal 2 AWG 2.4 MECHANICAL CONNECTORS A. Compression connectors shall comply with the following: Material: Bronze or Cast Copper CITY OF NEWPORT BEACH GROUNDING SYSTEM ZONE III AND ZONE IV PUMP STATION ELECTRICAL IMPROVEMENTS 16170 -2 5/16/2001 SECTION 16170 - GROUNDING SYSTEM 2.5 GROUNDING WELL COMPONENTS A. Grounding well components shall comply with the following: Well Pipe: 8 inch diameter by 24 inch long concrete pipe with belled end. 2. 1 Well Cover: Cast iron with legend "GROUND" embossed on cover. 2.6 MANUFACTURERS A. Products indicated shall be manufactured by one of the following (or equal): Rods and Fittings: Copperweld Blackburn Weaver Compression Connectors: Thomas and Bett PART 3 - EXECUTION 3.1 GENERAL A. Embedded and buried ground connections shall be made by compression connectors utilizing diamond or hexagon dies and a hand compression tool for wire sizes 2 AWG and smaller and a hydraulic pump and compression head for wire sizes 2/0 AWG and larger. Compression connections shall be prepared in accordance with the manufacturer's instructions. Exposed ground connections to equipment shall be made by bolted clamps unless otherwise indicated. Solder shall not be used in any part of the ground circuits. B. Embedded ground cables and fittings shall be securely attached to concrete reinforcing steel with tie wires and prevented from displacement during concrete placement. As each part of the grounding system which is laid below finished grade is completed, the CONSTRUCTION MANAGER shall be notified 2 hours prior to backfilling. C. Grounding conductors which are extended beyond concrete surfaces for equipment connection shall be extended a sufficient length to reach the final connection point without splicing. Minimum extension shall be 3 feet. Grounding conductors which project from a concrete surface shall be located as close as possible to a corner ofthe equipment pad, protected by conduit, or terminated in a flush grounding plate. Exposed grounding conductors shall be supported by noncorrosive metallic hardware at 4 -foot intervals maximum Grounding conductors for future equipment shall be terminated using a two -hole copper flush mounted grounding plate. CITY OF NEWPORT BEACH GROUNDING SYSTEM ZONE III AND ZONE IV PUMP STATION ELECTRICAL IMPROVEMENTS 16170 -3 5/16/2001 0 0 SECTION 16170 - GROUNDING SYSTEM D. Grounding conductor shall not be used as a system neutral. E. Lightning arresters shall be directly connected to the ground system using copper conductors. 3.2 FACILITY GROUNDING A. Ground continuity throughout the facility shall be maintained by installing an electrically- continuous metallic raceway system, or a non - metallic raceway with a grounding conductor. B. Metallic raceway shall be installed with double lock nuts or hubs at enclosures. Metallic conduits shall be assembled to provide a continuous ground path. Metallic conduits shall be bonded using insulated grounding bushings and shall be connected to the grounding system. 3.3 EQUIPMENT AND ENCLOSURE GROUND A. Electrical and distribution equipment and metal equipment platforms which support any electrical equipment shall be bonded to the nearest ground bus or to the nearest switchgear ground bus. This grounding requirement is in addition to the indicated raceway grounding. B. Connection to ground electrodes and ground conductors shall be exothermic welded where concealed and shall be bolted pressure type where exposed. Bolted connectors shall be assembled wrench - tight. C. Insulated grounding bushings shall be employed for all grounding connections to steel conduits in switchboards, in motor control centers, in pullboxes, and elsewhere where conduits do not terminate at a hub or a sheet metal enclosure. D. Where insulated bushings are required, they shall be installed in addition to double lock -nuts. E. Shielded power cable shall have its shield grounded at each termination in a manner recommended by the cable manufacturer. Shielded instrumentation cable shall be grounded at one end only; this shall be at the Motor Control Board or otherwise at the "receiving" end of the signal carried by the cable except as otherwise indicated. Termination of each shield drain wire shall be on its own terminal screw: All of these terminal screws in one rack shall be connected with No. 16 solid tinned bare copper wire jumper; connection to ground shall be accomplished with a No. 12 green insulated conductor to the main ground bus. F. Nonelectrical equipment with metallic enclosures shall be connected to the grounding system. 3.4 ISOLATED GROUNDING CITY OF NEWPORT BEACH GROUNDING SYSTEM ZONE III AND ZONE IV PUMP STATION ELECTRICAL IMPROVEMENTS 16170 -4 5/16/2001 SECTION 16170 - GROUNDING SYSTEM A. Where the manufacturer of equipment supplied from 120 volt instrument power panels requires an isolated ground, an additional isolated ground conductor from the equipment through the instrument power panel for connection to a single point ground bus in the automatic transfer switch enclosure shall be provided. The isolated ground conductor shall have green insulation with a yellow stripe and shall be run in the same raceway as the power and neutral conductors. B. The neutral conductor from the ultra - isolation transformers shall be grounded only at the single point ground bus in the automatic transfer switch. 3.5 EXAMINATION A. The WORK of this Section includes verification that final backfill and compaction has been completed before driving rod electrodes. 3.6 INSTALLATION A. Rod electrodes and additional rod electrodes as required to achieve specified resistance to ground shall be installed at locations indicated. B. Grounding well pipes with cover shall be installed at each rod location with well pipe top flush with finished grade. C. Number #4 /0 AWG bare copper wire shall be installed in foundation footing to ground. D. Isolated grounding conductors shall be installed for circuits supplying DCS System. E. Where equipment grounding conductors are indicated, separate insulated conductors shall be installed within each feeder and branch circuit raceway. Ends shall be terminated on suitable lug, bus, or bushing. 3.7 FIELD QUALITY CONTROL A. Grounding and bonding system conductors and connections shall be inspected for tightness and proper installation. 3.8 GROUNDING SYSTEM TESTS A. Suitable test instruments shall be used to measure resistance to ground of system. Testing shall be performed in accordance with test instrument manufacturer's recommendations using the fall -of- potential method. B. The grounding test shall comply with IEEE Standard 81. A plot of ground resistance readings for each isolated ground rod or ground mat shall be submitted on 8 -1/2 x 11 inch size graph paper. The current reference rod shall be driven at least 100 feet from the ground rod or grid under test. The measurements shall be madeat 10 -foot intervals beginning 25 feet from the test electrode and ending 75 feet from it, in direct line between the ground rod or center of grid and the current reference electrode. CITY OF NEWPORT BEACH GROUNDING SYSTEM ZONE III AND ZONE IV PUMP STATION ELECTRICAL IMPROVEMENTS 16170 -5 5/16/2001 SECTION 16170 - GROUNDING SYSTEM C. A grounding system that shows greater than 2 ohm resistance for the flat portion of the plotted data shall be considered inadequately grounded. Additional parallel connected ground rods and /or deeper driven rods shall be provided until the ground resistance measurements complies with the indicated requirements. Use of salts, water or compounds to attain the specified ground resistance is not acceptable. END OF SECTION CITY OF NEWPORT BEACH GROUNDING SYSTEM ZONE III AND ZONE IV PUMP STATION ELECTRICAL IMPROVEMENTS 16170 -6 5/16/2001 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM PART 1- GENERAL 1.01 DESCRIPTION: A. SCOPE: This specification covers requirements for providing a factory built, factory tested, field tested, complete and operable, emergency standby power generating system, including all devices and equipment specified herein. All materials and equipment shall be new and of current production of a national firm which manufactures the engine - generator set as a matched unit. The manufacturer, together with it's authorized representative (Vendor), shall have full responsibility for the performance of the generator set and it's accessories. B. TYPE: The generator shall be capable of producing a continuous source of power for the duration of any normal power interruption and be delivered completely wired and ready for use. This System shall include, but not limited to, diesel powered 4 cycle engine driven electric generator with self cooled radiator type system, fans and complete exhaust system. Included with the engine generator set shall be a sound housing, super critical grade muffler, stainless steel flexible exhaust connectors, sub -base fuel tank, starting batteries, battery charger, cables, and all other required items of auxiliary equipment. The enclosure shall be weatherproof, sound attenuated, and rodent proof. 1.02 QUALITY ASSURANCE: A. CODES AND STANDARDS: All equipment and materials, including their fabrication, assembly testing and installation shall meet the applicable requirements of the following codes and regulations: 1. California Administrative Code Title 19, Public Safety 2. NFPA 110 Standby Power Systems, 1999 Edition 3. County of Orange Noise Ordinance. 4. Air Pollution Control District Rules and Regulations for South Coast. 5. AIEE Standard 606, Speed Governing of Engine Generator Units. 6. NEMA MG1, Motors and Generators. B. UNIT RESPONSIBILITY: The engine - generator, and all ancillary equipment shall be manufactured by manufacturers currently engaged in the production of such equipment. All materials and parts in the unit shall be new and unused, of current manufacture and of the highest grade. The equipment shall be manufactured by a single manufacturer who has been regularly engaged in CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -1 05/16/01 0 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM the production of engine - generator sets for a minimum of ten (10) years for this package (radiator, engine, generator, and control panel configuration). Qualifications: The manufacturer is herein defined as a company that offers standard production equipment assembled, tested and supported by authorized dealer (Vendors). The manufacturer shall have available similar installations of engine /generator sets of the configuration of the major components. 2. Service Location: The manufacturer shall have a local authorized dealer within a 100 mile radius, who can provide factory trained servicemen, required stock of replacement parts, and technical assistance. The dealer (Vendor) must have a service department with twenty -four hour, seven day a week availability and factory certified technicians trained on the engine, generator, and control systems. 3. Safety Standard: The electric generator system provided must meet all requirements of NFPA 110 -1987 including design specifications, prototype tests and one step full load pickup. The responsibility for performance of this specification in the entirety cannot be split up among individual suppliers of components comprising the system but must be solely provided by the manufacturer. 4. Standard of the Manufacturer: The engine generator set shall be the manufacturer's standard commercial product with any added features needed to comply with the requirements. All controls shall be the standard of the manufacturer and control parts shall be identified by numbers of the manufacturer. Control systems that are supplied by a sub - vendor or subcontractor and not incorporated in the documentation drawings of the generator manufacturer are not acceptable. Two (2) cycle engines are not acceptable. Additional or better features which are not specifically prohibited by this specification, but which are part of the manufacturers standard commercial product shall be included in the generator set being furnished. 5. Torsional Analysis and Tests: The manufacturer of the generator set shall verify that the engine - generator set, as configured, is free from harmful torsional stresses. The analysis shall include empirical data from test on a representative prototype. The empirical data must include analysis of the CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -2 05/16/01 • • SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM operating speed range of the engine generator set. Calculations based on engine and generator separately are not acceptable. 1.03 SUBMITTAL A. Performance Data: The following performance related documents shall be submitted initially: 1. Manufacturer's standard specification sheets. 2. Horsepower curves. 3. Generator curves. 4. Fuel Consumption curves showing 75% and 100% load. 5. Torsional stress analysis. 6. Motor starting curves. 7. Warranty certificates. B. Documents and Shop Drawings: The following equipment descriptive data, operation and installation data, and shop drawings shall be submitted to the City for approval within thirty (30) days of approval of the performance data. 1. Complete bill of Materials listing equipment furnished and vendor catalog numbers. 2. Catalog sheets of every major component, marked in such a manner that it identifies the equipment. 3. Outline drawings of the housing showing overall dimensions, air intakes and exhaust openings, door dimensions, and noise calculations for the sound attenuated housing. 4. Complete electrical schematics, descriptive of operation, and control schematics of the automatic operation - manual operation, including: a. All AC and D.C. Schematics required. b. Control panel layout required. 5. Wire lug sizes on circuit breaker. C. Operation and Maintenance Manuals: Operation and Maintenance manuals that outline the complete description and operation of each unit will be required prior to the City's acceptance. Contents: CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -3 05/16/01 0 0 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM Each Manual shall have an index listing the contents, and as a minimum, the manual shall include the following items: a. Complete "As Built' drawings of the submittal package. b. Complete Bill of Materials with all applicable part numbers listed. C. A complete operators guide book detailing engine - generator operation and maintenance procedure required including a lubrication and maintenance chart. d. Complete maintenance, calibration, and repair instruction manuals on all major components, electrical schematic, and trouble shooting guide. e. Complete parts book detailing all components of the engine - generator set. f. List of recommended spare parts. 2. Format and Binding: Drawings and pictorials shall be used to illustrate as necessary to fully present the information. Each manual shall be bound in a sturdy cover and labeled to indicate the equipment it covers. Provide three (3) copies of manuals. Deliver to the City of Newport Beach with the generator set. D. Equipment Data: For equipment under this section not covered by the above instruction manuals, the vendor shall submit technical and catalog data sheets including product brochures, giving specified information on performance and operating curves, ratings, capacities, characteristics, efficiencies and other data to fully describe items such as the batteries, battery charger, exhaust components, jacket water heater, and output circuit breaker. E. Certified Data: The Vendor shall submit to the City certified copies of reports of the power generator as follows: Copies of the factory test reports of engine - generator set. 2. Copies of the field test including the sound level testing conducted by manufacturer of housing. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING: CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -4 05/16/01 • • SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM The engine - generator plant shall be delivered to Zone III & IV Pump Station, 3300 Pacific View Drive, Corona Del Mar, CA 92625 as a complete factory assembled unit with the drop -over sound attenuated enclosure and exhaust system. 1.05 WARRANTY: The emergency power engine - generator unit, and all other equipment items provided under this section shall be guaranteed by the vendor against defects in materials and workmanship, covering 100% parts, labor, and travel expenses for a period of five (5) years or 3,000 hours, which ever occurs first. The vendor shall be capable of administering the warranty service on all components of the emergency generator system specified herein. 1.06 AIR POLLUTION CONTROL DISTRICT PERMIT (APCD): The engine generator shall be equipped with all necessary devices to meet current SCAQMD requirements for the operation of a standby diesel engine - generator. The contractor shall obtain engine data from the manufacturer and do all the necessary work to submit a complete application, pay for the SCAQMD permit fee and perform all tests required by the SCAQMD. The contractor shall begin the permit application process as soon as the City has approved the Performance Data Submittal as specified in specification section 1.03A. 1.07 ENVIRONMENTAL CONDITIONS: The generator shall be suitable for use at 1000 feet above mean sea level. The ambient temperature of the area is expected to vary between 30 degrees F to 122 degrees F and the relative humidity is expected to range between 20 and 100 percent. PART 2- PRODUCTS 2.01 ENGINE GENERATOR SET: The generator shall be rated for continuous standby operation at 600 KW, 750 KVA, 0.8 PF, 60 HZ, 480/277 3 phase, 4 wire, at 1800 RPM. The engine generator shall be housed in a weather protective, sound attenuated, rodent proofed enclosure. The system shall include one Kohler Model 600ROZD4 engine - generator set, as supplied by Bay City Electric Works (619) 298 6193, San Diego, California. A. ENGINE: The engine - generator driver shall be a liquid - cooled, dual diesel /natural gas fueled engine designed for use with number 2 diesel fuel. CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -5 05/16/01 0 0 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM The design shall be 4 cycle, six (6), eight (8), or twelve (12) cylinder, direct injection, turbocharged and aftercooled. 2. The engine shall be capable of driving the generator at 1800 RPM on a continuous basis for the duration of normal utility source interruptions per SAE J1349 conditions. 3. The engine equipment shall include the following: a. An electric starter (s) as required by the manufacturer. b. Gear type, positive displacement, full pressure lubrication oil pump; full flow spin on lubrication oil filters with replaceable spin on canister elements; dipstick oil level indicator. C. Fuel filter with replaceable spin on canister elements and an engine driven mechanical, positive displacement fuel pump all mounted on the engine. d. The engine speed shall be governed by an electronic governor to maintain governed speed at precise isochronous control for rated frequency operation. The frequency at any constant load, including no load, shall remain within a steady band width of plus or minus 0.25% of rated frequency. e. Provide low coolant level shutdown which will activate high engine temperature lamp and shutdown. f. Engine starter battery charging alternator rated at 45 Amp. (Min), with solid state voltage regulator. g. Engine mounted, thermostatically controlled water jacket heater for engine to aid in quick starting. Heater shall be rated 4000 watts, 240/480, single phase to provide temperature control of 90 to 120 degrees F. Water heater shall include U.L. label and be readily accessible. h. Vendor shall provide a valved oil drain line with hose extension for ease of routine oil changes. B. ENGINE COOLING SYSTEM: The engine shall be furnished with a closed loop radiator system including belt- driven cooling fan, engine driven centrifugal type water circulating /coolant pump (s), and thermostat temperature control. The engine cooling system shall be rated for full load operation in 122 degrees F outdoor ambient temperature. CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -6 05/16/01 0 0 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM The engine cooling system shall be filled with a minimum concentration of 50% ethylene glycol upon delivery. Flexible cooling water connections shall be furnished for each cooling connection to the engine. C. ENGINE FUEL SYSTEM: Provide 1500 gallon sub -base fuel tank with electrical stub up area for cable entry. Tank shall be double wall and include level gauge, low level contacts wired to control panel, rupture basin alarm contacts wired to control panel, basin drain, all fuel lines, fill cap, drain valve, vents, UL label and other necessary items. Vendor shall provide all fuel system, which shall be flexible stainless steel braided hose for connection /s and shall be sized for proper fuel flow to engine. D. ENGINE- GENERATOR SOUND ATTENUATED HOUSING: The generator shall be completely housed in a weather - protective sound attenuated enclosure having 6 hinged doors, three on each side. Provide common locking provisions on all doors. Construction shall be all welded, 12 gauge steel with framing members as required to meet Seismic Zone 4 conditions and 100 MPH wind loads. All seams shall be primed and sealed and the roof shall be sloped to eliminate standing water. Interior insulation shall have a U.L. listed flame spread rating of 25 or less and shall be riveted to the enclosure interior with a galvanized perforated steel inner skin. Screw fasteners are not acceptable. All air openings shall include galvanized bird screens. The enclosure shall be primed with iron oxide alkyd and painted with a alkyd enamel to match adjacent building. Engine exhaust going through housing shall be provided with a suitable rain shield to prevent water from entering the housing. The enclosure manufacturer shall be regularly engaged in the design and manufacture of generator housings and have an acoustical engineer on staff. Noise calculations shall be submitted showing center band analysis between 60 and 8000 Hz. The enclosure shall be designed to insure a maximum noise level of 69 dB(A) measured at 50 feet from the enclosure in free field conditions. The authorized enclosure representative shall perform sound measurements after installation. Provide a noise study at time of start up and commissioning to verify sound levels. E. ENGINE EXHAUST SYSTEM: CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -7 05/16/01 C SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM The engine exhaust system shall be designed to meet the specified sound levels using an exhaust silencer of the super critical type, sized to assure full load operation without excessive back pressure. It shall be mounted on the sound attenuated housing as recommended by the generator set manufacturer. It shall be mounted so that the weight of the silencer is not supported by the engine. Vendor shall provide a 316 stainless steel flexible exhaust connector at the engine exhaust outlet to allow for pipe expansion and contraction. Exhaust System Accessories a. Insulation blanket on manifold, turbocharger, flex and piping to the muffler. Insulation shall be suitable for expected surface temperatures with a surface temperature not to exceed 200EF. The insulating material shall be asbestos free and secured with stainless steel wire. b. Exhaust stack rain cap. C. Condensation drain trap with manual valve. d. Brackets, rods, fasteners, and other items to secure the silencer in place. Insulation shall be provided at points of contact with combustible materials to prevent heat radiated by any hanger rods from posing a fire hazard. F. GENERATOR: The AC generator shall be brushless, revolving filed type, coupled to the engine flywheel through a flexible driving disc for positive alignment. The generator housing shall bolt directly tot he engine flywheel housing. The generator housing shall have a single ball bearing support for the rotor. The rotor shall be dynamically balanced up to 25% overspeed. The generator shall be 12 lead synchronous, four pole, drip -proof and air cooled. The stator windings shall have skewed lamination's of electrical grade steel. The stator winding shall be of 2/3 pitch design to eliminate the third harmonic wave form distortion and minimize the harmful neutral circulating current when operating parallel. The wave form harmonic distortion shall not exceed 5% total RMS measured line to line at rated load and single harmonic maximum of 3% of rated voltage. The rotor shall be layer wound mechanically wedged winding construction with thermo- setting epoxy between each layer plus a final coat of epoxy for moisture and abrasion resistance. Amortisseur windings shall be integral with the rotor support. The rotor shaft bearing shall be shielded type with provisions for easy servicing through grease pipes which CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -8 05/16/01 0 0 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM extend of the exterior of the generator frame. The bearing shall be designed for a minimum B- 10 bearing life of 40,000 hours. The rotating brushless exciter shall incorporate a full wave, three phase, rotating rectifier with hermetically sealed, metallic type, silicon diodes to supply the main field excitation. A surge protector shall be connected across the diode network to protect it against transient conditions. Alternator and voltage regulator shall meet the provisions of IEC 801 for radio interference. All system components including rotor, stator, and excitor shall be Class H as recognized by NEMA. The temperature rise measured by resistance at 600 KW shall not exceed 80 degrees F. The main generator and excitor insulation shall be suitably impregnated for operation in sever environments of sand, salt water, and sea spray. Current boost: Provide Permanent Magnet generator (PMG) for excitation power and isolation from non - linear loads. PMG shall provide 300% current for 10 seconds before tripping off line. Electronic current boost methods or CT boost methods are not acceptable. AC output leads shall be brought out to the field connection bus bars through removable plates on either side of the housing for connection to the output circuit breaker. G. VOLTAGE REGULATOR: The voltage regulator shall be of solid state construction, with 3 phase RMS sensing, temperature compensated, asynchronous pulse width modulated and ± 0.5% regulation. The regulator shall allow frequency to decline to 58 Hz before correcting the output voltage in a linear volts /hertz manner. The regulator shall be mounted inside the generator terminal box or control cabinet and the circuit boards and power control diodes shall be hermetically sealed for moisture protection. A built in voltage adjusting rheostat shall provide 5% voltage adjustment. The balance telephone influence factor (TIF) shall not exceed 50. H. ENGINE - GENERATOR SET CONTROL EQUIPMENT AND ACCESSORIES: GENERATOR CONTROL PANEL: The generator control panel shall be NEMA 1, mounted on the generator complete with hinged, gasketed front panel, rubber vibration isolators, and grommeted control wire exit holes. The control panel shall have surge suppression for protection of solid state components. Panel shall include illumination with switch, alarm horn and silence switch. CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -9 05/16/01 0 0 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM Control panel accessories shall include the following instruments, digital, RMS indicating, 0.5% accuracy: a. AC voltmeter. b. AC ammeter. C. Frequency meter. d. Kilowatt meter with power factor. e. Phase to phase and phase to neutral selector switch. I. Running time meter, non- resettable. g. DC voltmeter Engine gauges shall include: a. Oil pressure b. Water temperature C. Oil temperature d. Engine starts counter The engine - generator control shall have automatic remote start capability. Provide three position RUN /OFF /AUTO switch. In the OFF position, provide a signal light "NOT IN AUTO ". 2. SHUTDOWN: The engine generator control shall include a cranking cycle consisting of three crank attempts with rest periods, 75 second minimum. Failure to start after 3 attempts (75 seconds) shall shut down and lock out the engine. The engine - generator control shall shut down and lockout the engine upon: a. Overcrank b. Overspeed C. Low oil pressure d. High engine temperature /low coolant level e. Overvoltage of 110% for ten seconds f. Undervoltage below 85% for ten seconds g. Underfrequency below 90% for twenty seconds The control panel shall be provide with a DC powered monitor with a RESET switch to clear the following alarm and shutdown conditions: a. "Not in Auto" flashing light b. low oil pressure pre -alarm CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -10 05/16/01 0 0 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM C. high engine temperature pre -alarm d. low engine temperature pre -alarm e. low fuel pre -alarm f. low DC voltage alarm g. low voltage (weak battery) alarm h. overload alarm i. circuit breaker (trip or off) alarm j. low oil pressure shutdown k. high engine temperature shutdown I. low coolant level shutdown M. overcrank shutdown n. overspeed shutdown 0. overvoltage shutdown P. undervoltage shutdown q. underfrequency shutdown r. 2 spares (user designated) alarm or shutdown 3. STARTING SYSTEM: The engine shall be equipped with a 24 VDC electric starting system of sufficient capacity to crank the engine - generator at a speed that will start the engine within 10 seconds. Lead acid batteries, 24 VDC, lead acid type shall provide sufficient capacity to provide 100 seconds cranking (9 attempts). Provide insulated stranded copper conductors to connect batteries to generator starter. The batteries shall be mounted within the frame rails of the engine - generator set. The battery charger, U.L. Listed, 120 VAC input, 10 amp 24 VDC output, shall be mounted within the generator enclosure. Connections to the battery charger shall be solid wired (clip on type not acceptable). Provide contact and wiring for indication of low battery voltage and battery charger failure on control panel. Charger shall be constant voltage, current limiting. Features shall include the following: a. DC voltmeter 2% b. DC ammeter 2% C. On /Off switch d. Fused AC power circuit e. Fused full bridge rectifier f. Temperature compensated regulator g. Lights for loss of AC power, low battery voltage, high battery voltage, Power ON. CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -11 05/16/01 0 0 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM Provide, either in the battery charger or the engine - generator control, a DC voltage monitor to detect sustained low voltage (15 VDC or less) during cranking and indicate low or weak battery warning on control panel. 4. CIRCUIT BREAKER: Provide main output circuit breaker, 1000 amp. U.L. Listed, solid state with inverse time delay trip on overload and instantaneous trip on overcurrent. Circuit breaker shall mounted on one side of the engine - generator control panel and wired to alternator output bus bars. Provide auxiliary contacts for "OFF" and "TRIP" position wired to control panel for alarm. PART 3 - EXECUTION 3.01 DESCRIPTION: A. EXAMINATION: Examine areas and conditions under which diesel generator to be installed and notify of conditions detrimental to proper completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. B. DELIVERY, STORAGE AND HANDLING: Deliver equipment properly packaged and mounted on skids to facilitate handling. Deliver with recommended oil and coolant installed. Store equipment to protect from weather and construction traffic. Wherever possible, store indoor; where necessary to store outdoors, store above grade with weather protective enclosure or plastic wrapping. Handle equipment carefully to prevent physical damage. Do not install damaged equipment; remove from site and replace damaged equipment with new. C. INSTALLATION OF DIESEL GENERATOR SET: Install diesel generator as indicated, in accordance with the equipment manufacturer's written instructions, and with recognized industry practices, to ensure that the unit fulfills requirements. Comply with NFPA and NEMA standards pertaining to installation of engine generator sets and accessories. CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -12 05/16/01 SECTION 16208- PACKAGED EMERGENCY POWER GENERATING SYSTEM Install generator on spring type vibration isolators suitable for Zone 4 conditions. Furnish certified anchor calculations. Coordinate with other work, including raceways, electrical boxes and fittings, exhaust piping, piping and accessories, as necessary to interface installation of engine generator equipment work with other work. D. GROUNDING: Provide equipment grounding connections for diesel generator as indicated. Tighten connections to comply with tightening torques specified in UL 486A to assure permanent and effective grounding. E. PRODUCTION TESTS: Provide certified factory production tests on the equipment performed at rated load and 0.8 PF. Tests shall include: 1. Steady -state voltage and frequency analysis 2. Rated load at rated PF 3. Maximum power analysis F. FIELD TEST: Engage the services of the supplier's factory trained technicians to perform testing including furnishing all test equipment. Owner's personnel shall be notified in advance of this test. 1. Verify all electrical, exhaust, fuel and water connections for proper size, continuity, phase rotation, and tightness of fittings. Check all fluids for appropriate levels. 2. Verify operation of jacket water heater, battery charger, and automatic transfer switch. 3. Start up engine and make initial check of voltage, frequency, battery charging, oil pressure, water temperature and safety shutdowns. Connect a load bank at 100% of generator rating at unity power factor. 1. Generator set shall be run for 1 hour at 75% then 1 hour at 100 %. Record every 15 minutes water temperature, oil pressure, ambient air CITY OF NEWPORT BEACH PACKAGED EMERGENCY POWER GENERATING SYSTEM ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 16208 -13 05/16/01 0 3.02 B. 0 temperature, voltage, current, frequency, and kilowatts. Test all safety devices using methods recommended by the manufacturer. At conclusion of test allow 10 minute unloaded cooldown before shutdown. Test generator controls in Remote position using the building load. Simulate failure of the normal power source by opening normal source breaker. Engine generator shall start and assume load within 10 seconds. 1. Run the generator for 30 minutes on building load. 2. Adjust and verify ATS time delay settings. Any failure or malfunction of equipment or controls during any time of test procedure shall be corrected and retested at no additional cost to Owner. Production and field test results shall be documented and forwarded to the Engineer. Include test reports in O & M manuals. Provide operator training at conclusion of testing to personnel designated by the Owner. Training shall cover proper starting, testing and operation of the genset, required preventive maintenance and appropriate record keeping methods. Train personnel in periodic maintenance of the batteries. * *END OF SECTION ** City of Newport Beach Packaged Emergency Power Generating System Zone III and Zone N Electrical Improvements 16208 -14 05/16/01 9 0 SECTION 16480 - MOTOR CONTROL PART 1- GENERAL 1.1 WORK OF THIS SECTION A. The WORK of this Section includes providing group- mounted and unit motor control as required for motors provided. B. If motors furnished are different from those indicated, then starters, overload elements; and branch circuit protection shall be adjusted and coordinated as required to control and protect the motors provided. 1.2 RELATED SECTIONS A. The WORK of the following Sections applies to the WORK of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this WORK. 1. Section 16050 Electrical General Provisions 2. Section 16030 Electrical Tests 1.3 CODES A. The WORK of this Section shall comply with the current editions of the following codes as adopted by the City of Newport Beach: National Electrical Code (NEC) NFPA 70 1.4 SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the WORK of this Section: 1. NEMA ICS -1 General Standards for Industrial Controls 2. NEMA ICS -2 Industrial Control Devices, Controllers, and Assemblies 3. UL 845, 489, 508 1.5 SHOP DRAWINGS AND SAMPLES Electric Motor Control Centers, Molded Case Circuit Breakers, and Industrial Control Equipment A. The following shall be submitted : 1. Shop drawings of all motor control centers and components. a. Shop drawing submittals shall comply with the Section 16050. The submittal shall also include conduit entrance locations and requirements; nameplate legends; size and number of bus bars per phase neutral and ground; electrical characteristics including voltage, frame size and trip ratings of overcurrent devices, short CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -1 5/16/2001 JUL-18-2001 WED 10:26 AM ` FAX N0. • P. 02 ACORo__ CERTIFICATE OF LIABILITY INSURANCE opili I °Ao ilai`ol PRODUCER _ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION E/tracho La Insurance Agency Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE California License #10249673 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 43500 Ridge Park Drive Ste 203 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Temecula CA 92590 _- 5.1000000 Phrr,o: 909 -676 -2229 Fax:909- 676 -7391 INSURERS AFFORDING COVERAGE 01GLP1005425 INSURER A' Narkel Insurance Com an 05/17/02 INSURERa State Compensation FundRich Construction,Inc- E—L PO Box 740 INSURER O: Bonsall CA 92003 _ - - -___ INSURER E' COVERAC,F:S TIC PUL ICI1:3 OF INSI IRANCF L IS tED BELOW NAVE OFFN ISSIA0 TO THE INSURED NAMED ABOVE FOR TIM POLICY PERIOD INDICATED NOTWITHSTANDING ANY $I[QINREMFNT. TERM Oil CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WIT l RF-SPFCr TO SNHICH THIS CERTIFICATE MAYBE ISSUCOOR MAY PERTAIN. ) IIP IWWRANCL ArroROFD BY THE POLICIES OCSCRIDFO HEHtIN 19 SUBJECT TO Al I. THE TERMS. EXCLUSIONS AND CONDITIONS OF SVCII POLIMES. AGGIEr.GATE LI&I TF SHOWN Ik%Y IIAVF: RREN REDUCED BY PAID CLAIMS _...- __._..- _._– ___.... __...,_... ____. (NSA POLTI 4FFkC11VE POLICY E) IDR1A1 IDN LTR TYPE OF INSUryANCE POIICY NUMBER DATE M¢DDEP/Y OAT@ MM/DU /VY lIM1T5 CrN(RALIJABILMY EACH OCCIRRPNCE. _- 5.1000000 A X ro_ /.IMF.kIaALCCNrrv_,LUnnu.ITY 01GLP1005425 05/17/01 05/17/02 FIREDANAGG("(,Aa6rv_) _ 150000 JCLAIM'S MAUL � XI OCCUR MCC; EXI (Any wepri ^nn1 S 5000 — X Ded .5000. PERSONAL d AOV INJURY S 1000000 X $iced /Ron -Owned GENERAL AGGRF..GATE $2000000 CC.N`L All QRFF,ATELIMI I APPLIES PEN PROOUCIS - COMNOP AGG 52000000 ff II11 AII1`0401111 E I.IARU IT Y COM51NED SINGLE LIMIT 5 10 0 0 0 0 0 A ANY AU 111 (Ee aam:A +1 -5 - -- - OUDILY INAILN -_ - — ALI'AV'E ..0 ADIOS SCI IFOUI FO AU IOS (Pa Mrswl 1111RCD AV MS DIGLP1005425 05/17/01 05/17/02 EODILYIWUHY _X X . NON o \l,NrO AUIOZ Wet a.dd¢n0 S -. .. _._- __...._- ..__..__....... PROPERTY DAMAGE S (Pei DaIdenp GARAGE I.IANI.I'IY AUTO DAILY- F.AACCIDENT 3 -__ ANr AVID OTHER THAN En ACC S AUTO ONLY: ADD S E➢CESSLIAIMITY FACH OCCURRCNCE t .-I OCOIIR LI CLAIINS MADE AGGREGATE S GEDUCTIUIC S 14iILNiION WORFERS COMPCNSAIIIN ANO x TORVAT11TS B 6MPLOYERS-LIABILITY 22923307 05/10/01 01/01/02 C.L. EACHACCiTIENT -- 51000000 e DISEASE- FA FMPLOYE' S 1000000 F.L. DISEASE - POLICY LIMIT f 1000000 F OE I, CRIPNON OF W H ATIO1d5ADCATiO SNlHICLEYEACLUSIDNF ADDEO BY ENDORSEMENT!SPECIAL PROVISIONS Certificate holder, itS officers, officials, employees and volunteers are named a:.: primary and additional insured regarding general liability and auto liability per attached endorsement (CG20101185 required by contract). Waiver of Subrogation to be issued by work comp company. HGe CcITL.ract (13417 *except for nonpay then 10 day CERI WICATE 1101_D @R _ y I ADDITIONAL INSUNF,O; INSURER LETTER; A NEWPO04 City Of Newport Dosch Public Work; Department 3300 Newport Blvd. Newport Beach CA 92659 ACORD 2' -S CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCCLLED BEFORE THE ERPIRATIO, GATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3-0--*DAY5WRITrCN NOTICE TO THE CERTFICATE HOLDER NAMED TO THE LEFT, HUT FAILURE TO DO SO SH,AI L IMPOSE NO OBLIGATION OR LIABILITY OF ANY HIND UPON THE INSURER, ITS AGENTS OR JUL- 18-2001 WED 1027 AM • FAX 140. • P. 03 TI11S F.NDORSL'MFNT CHANGLiS TIIE POLICY. PLEASF. READ IT CAREFULLY ADDiTIONAT, INSURF,D - OWNERS, I,ESSEFS OR CONTRACTORS (FORM 13) (CG 20 10 11 85) Rich Construction, ine. 01G1.P1005425 05/17/01 - 05/17/02 11tis endorsement modifies insurancc provided under [lie following: COMMLRiCAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Org nization City of Newport Bctdt, Ofllcers, agents, a (fie iaIs, employees and volunteers 1'11blic works 1lepartmcnt 3.100 Ncwpan 131vd. Newport Bad, Ca. 92659 Re: Cmirmal 1/3417 (if no entry appears above, information required to complete this ondorsement will be shown in the Dcclarutions as applicable to this endorsement) M10 1S AN 1NSURF,D (Section 11) 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. It is agreed that such insurance as is af('orded by this policy for the benefit of the additional insured shown shall be primary insurance, and any othor insurance maintained by the additional insnred(s) shs11 be excess and non - contributory, but only as respects any claim, loss or liability arising out of the operations of the named insured(s) or its sub - contractors. Copyright, insurance Services Office, Inc., 1984 ACP -043 (11/97) PAGE 1 OF 1 SECTION 16480 - MOTOR CONTROL 0 circuit withstand ratings, and protective device time - current curves of all equipment and components. Product data on motor starters and combination motor starters, relays, pilot devices and switching and overcurrent protective devices. A wiring diagram and an elementary control diagram for each motor control center cubicle. An identifying number shall be assigned to each wire. 4. Seismic design certification and anchorage sketches in accordance with Section 16050. 1.6 OWNER'S MANUAL A. The following shall be included in the OWNER'S MANUAL: 1. Spare parts data listing. 2. Source and current prices of replacement parts. 3. Recommended maintenance procedures and intervals. 4. Factory test reports. 1.7 PRODUCT DELIVERY, STORAGE AND HANDLING A. Motor control centers shall be stored in a clean, dry space. Maintain factory wrapping or provide an additional heavy plastic cover to protect units from dirt, water, construction debris, and traffic. B. Motor control centers shall be handled carefully to avoid damage to motor control center components, enclosure, and finish. PART 2- PRODUCTS 2.1 GENERAL A. Motor control center shall be a product of the manufacturer furnishing the main circuit breaker B. All similar products of the same type shall be furnished by a single manufacturer. C. Motor control assemblies (motor control centers) shall conform to the standards for NEMA Class II, type B assemblies. D. Components and assemblies shall comply with NEMA ICS 2. 2.2 DESIGN, CONSTRUCTION AND MATERIAL REQUIREMENTS A. The motor control center(s) shall be 600 volt class suitable for operation on a three - phase 60 Hz system. The system operating voltage and number of wires shall be as indicated. CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -2 5/16/2001 0, 16480 - MOTOR CONTROL B. The main horizontal bus shall be copper with minimum ampacity of 600 amperes or rated as indicated. Main bus shall be copper, silver - plated and enclosed in an isolated compartment. C. The vertical bus in each section shall consist of a single silver plated copper conductor per phase with a current capacity of not less than 300 amps. The vertical bus shall be completely isolated and insulated. D. All power busses shall be braced to withstand 65,000 amps RMS symmetrical, unless otherwise noted on the plans. A continuous copper ground bus shall be provided full width at the bottom of the motor control center line -up. Where indicated, fully- rated, continuous, neutral bus shall be furnished through the control center. Lugs of appropriate capacity shall be furnished. G. A separate vertical wireway shall be provided adjacent to each vertical unit and shall be covered by hinged door. Each individual unit compartment shall be provided with a side barrier to permit pulling wire in the wire trough area without disturbing adjacent unit compartments. H. Indoor enclosure(s) shall be NEMA type 12- industrial Motor control sections shall be nominally 90 inches high and 20 inches deep for front mounted units. 2.3 MOTOR STARTERS -- GROUP MOUNTED A. Group- mounted starters shall be mounted in standard motor control center assemblies and arranged as indicated. B. Each motor starter unit shall consist of a combination magnetic starter and circuit breaker all mounted in a completely enclosed cubicle. Short circuit protective device shall be a Motor Circuit Protector (MCP). Where continuous rating exceeds 400 amperes the protective device shall consist of a molded case circuit breaker with a thermal- magnetic trip unit. MCP unit shall have low level sensing and shall incorporate a device to prevent setting trip levels in excess of 1300 percent of continuous rating. Contactor circuit shall include 3 -phase thermal overload protection, ambient compensated. Reset of thermal overload elements or adjustment of instantaneous trip settings shall be possible with unit door closed. Overload trip units shall be furnished to suit the nameplate full load current of the equipment installed. IEC rated starters are not acceptable. C. Magnetic starters shall have auxiliary contacts as required by electrical motor control diagrams including one spare N.O. and one N.C. contacts. The combination motor starters shall be draw out -type for size 3 and below. The fixed -type unit assembly shall be so constructed that it can be easily removed from its panel after disconnecting the wires to the terminal block and withdrawing from the primary bus. Removal of a unit assembly shall be possible without rear access and without disturbing any other unit in the motor control center. CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -3 5/16/2001 CON 16480 - MOTOR CONTROL • D. Each starter unit shall have its own control power transformer; it shall have a 120 -volt grounded secondary. One secondary fuse and 2 primary fuses shall be provided. Unit control power transformers shall be sized to accommodate the control devices indicated. Local control devices shall be mounted independently of the cover door. All starters having automatic control shall have a local 'red" running lamp. All cubicle control wires shall be terminated at a disconnecting (separable) or pull -apart terminal block at the cubicle. E. The motor control center manufacturer shall be responsible for identifying each control wire within each motor starter unit with wrap- around permanent plastic markers. Each control wire shall be as identified at both ends. Motor starter units shall be NEMA size I or larger. G. Solid -state reduced voltage starter shall consist of a power section, a one piece printed circuit logic board and a field wiring interface terminal board. Internal construction shall consist of the following: The power section shall be three- phase, 60 hertz, and rated for the HP, current, and voltage as indicated. It shall consist of three sets of back -to- back phase controlled power semi - conductors. Maximum current -limit shall be 500 percent for standard units, 2. Resistor /capacitor snubber networks shall be used to prevent false firing of SCRs due to dv /dt characteristics of the electrical system. 3. Fan cooled units shall be supplied with thermal sensors on the heat sink to trip the control protective logic for over - temperature condition. Thermal sensors shall be rated 90 degree C maximum. 4. The one piece logic board shall be mounted for easy testing, service and replacement. 5. Three -phase current sensing via current transformers for closed loop control to ensure motor stability shall be provided. 6. The logic board shall use a quick disconnect plug -in connector for current transformer inputs, line and load voltage inputs, SCR gate firing output circuits and status panel. 7. The logic circuitry shall include as a minimum: a. Short circuit electronic trip overcurrent protection. Time not to exceed 1/2 cycle. b. Inverse time running overcurrent protection. C. Auxiliary trip circuit. d. Gate firing circuit lockout protection on trip. e. Fault relay lockout protection. CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -4 5/16/2001 0 0 SECTION 16480 - MOTOR CONTROL 250 percent to 500 percent current limit adjustments. g. Minimum and maximum voltage adjustments. Voltage stability adjustment. Controllers for motors larger than 200 HP shall have additional features as follows: a. Dwell time at current limit with ramp continuation after acceleration. b. Individual light emitting diodes (LEDS) to indicate run, undervoltage, phase loss, phase current unbalance, overcurrent trip, over temperature, current limit, end of ramp and incorrect phase rotation. Single phase protection with built -in short time delay. d. Undervoltage protection with built -in short time delay. The logic board shall include, current and motor slip sensing circuitry that will continually monitor motor load and regulate motor voltage to minimize motor kWh energy consumption. External interface circuitry shall include 120 volt relay logic interface capability. 10. Tripped functions shall be designed to be cleared by removing power from the solid -state logic board. 11. The logic board shall provide phase sequence protection. 12. The solid -state logic shall provide phase sequence protection. 13. Two ground lugs shall be furnished, one for incoming and one for outgoing ground connections. 14. Power terminations shall consist of pressure type terminals for top or bottom entrance. 15. The power section for motors above 200 HP shall have metal oxide varistor (MOV) type surge suppressors across the SCRs rated 10 percent above the SCR rated voltage. The power semi - conductors shall be rated with peak inverse voltage at least 2.5 times SCR rated line -to -line voltage. Suitably rated snubbers for voltage suppression shall be included. Data shall be made available on tolerances to incoming line voltage surges or line spikes. Data shall include both magnitude and time content of each spike (voltage peaks and volt- seconds) plus tolerance to repetitive surges. 16. 100 percent to 200 percent load running current trip adjustment. 17. The solid state motor starters shall be as manufactured by NORDIC, Allen - Bradley SMC Plus or equal. CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -5 511612001 0 0 SECTION 16480 - MOTOR CONTROL 18. Each solid state starter shall have a by -pass contactor. The contactors shall be horsepower rated to withstand full load current of the motor. H. Variable Frequency drives (VFDs) shall comply with Section 16160. Each motor control center shall be fitted with the manufacturer's nameplate which shall include the NEMA Standard electric rating and other pertinent data, including sales order number, date of manufacture, and place of manufacture. J. "Spaces" shall be starter cubicles arranged for future addition of the door and NEMA size starter indicated on the drawings. The vertical bus shall extend to, but not be exposed within "spaces." K. Transient surge suppressors shall be provided in each starter. Suppressor shall be encapsulated in a small module suitable for mounting directly to the starter or relay coil. 2.4 MAIN AND FEEDER CIRCUIT BREAKERS A. Circuit breakers having a frame size of 150 amperes or less shall be molded -case type with thermal magnetic non - interchangeable, trip -free, sealed trip units. Breaker contact material shall be a non - weldable silver alloy. Breakers shall have arc - extinguishing chutes. B. Circuit breakers with a frame size of 225 amperes to 800 amperes shall be molded case with interchangeable thermal and adjustable magnetic trip elements. Main circuit breakers with a frame size of 1000 amperes and larger shall be insulated case type fully rated circuit breakers. C. The interrupting capacity of all main and feeder circuit breakers shall be a minimum of 65,000 RMS symmetrical amperes. D. Each main CB of the Motor Control Center shall be equipped with Square "D" Powerlogic monitor with cabling to bridge mix interface to PLC. 2.5 MOTOR STARTERS -- UNIT MOUNTED A. Unit - mounted motor starters shall consist of individual units mounted in close proximity to the machinery controlled. B. Magnetic starters shall be the combination circuit breaker type with cover interlocked with circuit breaker handle; unit shall have control power transformer and panel mounted control devices all as specified for group- mounted starters in motor control centers. C. Manual starters shall have thermal overload elements and shall have auxiliary control devices as shown. Operating handle shall be trip -free and shall be indicated "On ", "Off' or "Tripped" positions. 2.6 PREPARATION AND FINISH A. The CONTRACTOR shall have the manufacturer of the motor control center enclosures prepare them in strict accordance with the following requirements: CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -6 5/16/2001 SECTION 16480 - MOTOR CONTROL 1. NEMA 1 gasketed indoor assemblies shall be prepared and finished using materials and methods of the manufacturer's standard finish and colors, except that at least 2 coats of the final finish shall be applied by the manufacturer. 2. NEMA 12 industrial indoor assemblies shall be prepared and finished using materials and methods of the manufacturer's standard finish and colors, except that as many factory- applied coats as necessary of the final finish shall be applied so that average dry film thickness of the total preparation and finish coating shall be not less than 2 mils for a baked coating or 3 mils for an air -dry coating. 2.7 CONTROL DEVICES A. Selector Switches: Selector switches shall be rated 10 amperes at 600 volts, shall be heavy -duty, oil- tight, shall have the number of positions and poles indicated. Each shall have a factory- engraved legend plate, as indicated. Pushbutton Switches: The pushbutton stations shall be heavy -duty type with NEMA enclosures of the type indicated. When required, provisions shall be made for padlocking the "Stop" button. Pushbutton devices in damp or outdoor locations shall be fitted with appropriate neoprene boots. C. Indicating Lights: Indicating lights shall be full - voltage, push -to -test type, and shall be heavy -duty, oil -tight as specified above for selector switches. Each shall be nickel - plated with a screwed -on glass prismatic lens approximately one -inch in diameter. D. Magnetic Relays: Magnetic relays shall be machine tool type with 115 -volt ac coils and 10 -amp contacts, unless otherwise shown. Contacts shall be field convertible. Relays shall be base - mounted to a common mounting channel. Mounting dimensions and drilling for AC and DC relays shall be identical. E. Time Delay Relay: Time delay relays shall be pneumatic on -delay or off -delay with calibrated time range dials, adjustable as indicated. F. Timers: Timers shall be synchronous motor driven with a solenoid operated clutch. Timer shall be on -delay or off -delay for semi -flush panel- mounting, The timers shall be rated 120 -volt, 60 -Hz, with 10 -amp rated contacts and with time range as indicated. G. Elapsed Time Meter: Elapsed time meter (ETM) shall be non -reset type; shall register hours and tenths of an hour; shall have flush panel -mount case not less than 3 inches square; shall be suitable for operation at 120 volts, 60 -Hz, AC, H. Terminal Blocks: Terminal blocks for control wiring shall be molded type with barriers, rated not less than 600 volts. Crimped eyelets or approved equal shall be used on all stranded control wire wherever wires are terminated on screw terminals. White or other light- colored marking strips, fastened by screws to the molded sections at each block, shall be provided for circuit designation. Each connected terminal of each block shall have the circuit designation or wire number imprinted on the marking strip with permanent marking fluid. Provide at least 20 percent spare terminals. CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -7 5/16/2001 SECTION 16480 - MOTOR CONTROL 2.8 FACTORY TESTS A. The motor control centers and components shall be given manufacturer's standard electrical and mechanical production tests and inspections with complete testreports submitted to the CITY for approval. The tests shall include, but not be limited to, electrical continuity check, dielectric tests for each circuit and inspection for proper functioning of all components, including controls, protective devices, metering and alarm devices. B. Motor control centers shall be tested in accordance with NEMA ICS -2. 2.9 NAMEPLATES, TOOLS AND SPARE PARTS A. Spare Parts: The WORK includes the following spare parts: 1. 1 unit control transformer for each size of magnetic starter 2. 3 bezels of each color installed in pilot indicators 3. 1 dozen panel lamps 4. 1 dozen control fuses of each size provided in the WORK Spare parts shall be stored in tool boxes and identified with the equipment number by means of stainless steel or solid plastic name tags attached to the box. 2.10 MANUFACTURERS A. Products of the type indicated shall be manufactured by one of the following (or equal): 1. Motor Control Centers Cutler- Hammer 2100 Series Square D, Model 5 General Electric 8000 Line Allen Bradley, Bulletin 2100 2. Manual Motor Starters Allen Bradley Bulletin 600 Cutler- Hammer Type MS Square -D, Class 2510 3. Control Devices Selector switches General Electric Type CR104P Square D Class 9001 Type K Allen - Bradley, Bulletin 800H CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -8 5/16/2001 •SECTION 16480 - MOTOR CONTROL Pushbutton switches Allen Bradley Bulletin 800 Square D Class 9001, Type K Indicating lamps and lamp holders General Electric Sylvania No. 6S6, 145 volt, clear Allen- Bradley, 800H Square D Class 9001 AC relays Cutler- Hammer Type ARD Square D Class 8501 Type L Allen - Bradley, Bulletin 700 DC relays Cutler- Hammer Type BFD Square D Class 8501 Type H Time delay relays Agastat 7000 Series Omron Type ATSS Reset timers Eagle Signal Division, E.W. Bliss Co., Bulletin 125 Automatic Timing and Controls, Inc., Type 305 Elapsed time meters General Electric Type KT Eagle Bulletin 705 Type HK Alternator relays Furnas 47AB1OAF Square D, Class 9039 PART 3 - EXECUTION 3.1 GENERAL A. The CONTRACTOR shall install the motor control center in accordance with manufacturer's published instructions. Conduit installation shall be coordinated with manufacturer's as -built drawings so that all conduit stub -ups are within the area CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -9 5/16/2001 SECTION 16480 - MOTOR CONTROL allotted for conduit. Conduit shall be stubbed up in the section which contains the devices to which conductors are terminated. 3.2 INSTALLATION A. The motor control center shall be set level within 1/32 -inch per horizontal foot. After leveling and shimming, the CONTRACTOR shall anchor motor control center to concrete pad and shall grout in place so that no space exists between the pad and support beams. B. The CONTRACTOR shall: Torque all bus bar bolts to manufacturer's recommendations; tighten all sheet metal and structure assembly bolts. 2. Adjust all MCP devices to lowest setting consistent with reliable operation under normal conditions. Verify that overload devices are proper for equipment installed; make necessary changes in overload devices as required for motors having power factor correcting capacitors. 3. After equipment is installed, touch up scratches and verify that nameplate and other identification is accurate and in compliance with these Specifications. C. The CONTRACTOR shall install pushbutton stations that are remote from the motor control centers, as shown on the drawings. 3.3 FIELD TESTING A. The CONTRACTOR shall test all pilot lamp indicators and test all controls prior to plant startup. B. The CONTRACTOR shall perform all the testing required by Section 16030. END OF SECTION CITY OF NEWPORT BEACH MOTOR CONTROL ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16480 -10 5/16/2001 0 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS PART 1- GENERAL 1.1 DESCRIPTION A. Scope: This section provides specifications for all instrumentation and control equipment, panels, and necessary appurtenances for an integrated control system. These specifications and drawings include descriptions of functional operation and performance, as well as standards, but do not necessarily enumerate detailed specifications for all components and devices, which are necessary. However, all components and devices shall be furnished and installed as required to provide complete and operable systems capable of providing the functions and meeting the performance set forth hereinafter. 1.2 QUALITY ASSURANCE A. Performance And Design Requirements: For the purpose of standardization, all components shall be manufactured or furnished by one manufacturer, except as noted or approved. B. Standards: Unless specifically noted, the following standard making organizations may be quoted in this specification and are listed here for reference: ANSI American National Standard Institute 1430 Broadway New York, New York 10018 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, Pennsylvania 19103 ASTM American Society of Mechanical Engineers 345 East 47th Street New York, New York 10017 IEEE Institute of Electrical and Electronic Engineers 345 East 47th Street New York, New York 10017 ISA Instrument Society of America 600 Alexander Drive Research Triangle Park, North Carolina 22709 JIC Joint Industrial Council 2139 Wisconsin Avenue Washington, D.C. 20007 NEMA National Electrical Manufacturers Association 155 East 44th Street New York, New York 10017 CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 1 5/16/2001 9 i SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS OSHA Occupational Safety and Health Administration 14th Street and Constitution Avenue, N.W. Washington, D.C. 20210 SAMA Scientific Apparatus Makers Association One Thomas Circle 'Washington, D.C. 20005 UL Underwriters' Laboratories Inc. 207 East Ohio Street Chicago, Illinois 60611 EIA Electronic Industries Association 2001 Eye Street Washington, D.C. 20006 NEC National Electrical Code National Fire Protection Association 470 Atlantic Avenue Boston, Massachusetts 02210 1.3 ENVIRONMENTAL CONDITIONS A. Pump Control Panel (PCP): The pump control panel will be located in electrical equipment room and will be subjected to environmental conditions where temperatures may vary from 5 to 38 degrees C; relative humidity 40 to 95 percent; trace quantities of chlorine gas and dust may be present. 1.4 SUBMITTALS A. General: Submittals for all instrumentation and control equipment provided under this project manual shall be prepared and submitted to the City. The submittal package for each individual equipment or groups of related equipment shall be complete. As a condition precedent to the review of submittals required under these specifications, the Contractor shall furnish the manufacturers' statements accepting unit responsibility. The purpose of this provision is to both insure compatibility of all components specified under the specific technical specification, but, also to provide sole source responsibility for system performance and maintenance. Notwithstanding these provisions, however, the Contractor is not relieved of his responsibility for the indicated portions of the work. The following submittal data shall be provided for each item of equipment. Additional data specific to individual equipment sections will be listed under individual specifications on an as- needed basis. B. Shop Drawings And Submittal Data: CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 2 5/16/2001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS Contract Drawings: The drawings are generally diagrammatic unless detailed or dimensioned. The exact locations and routing or wiring, conduit and pipe shall be governed by structural conditions, physical interferences and location of terminations of equipment. The Contractor shall examine the architectural, structural, mechanical, electrical and instrumentation plans and shop drawings for the equipment in order to determine the exact routing and final terminations of conduit, cables and pipes. Conduits and pipes shall be stubbed as near as possible to equipment terminals. 2. Deviations From Specifications: Should Contractor's proposed system designs deviate from the specifications, such deviation shall be documented and submitted to the City for approval. All deviations shall be stated on the submittal transmittal sheet. Organization And Binding Of Submittals: The initial and subsequent submittals of drawings and data for review shall be organized and bound so that eventually they may be used as guides for preparing the maintenance manuals required under these specifications. Therefore, the initial submittal of drawings and data, and all copies of subsequent submittals, shall be bound in standard size, 3 ring, loose -leaf, vinyl plastic hard cover binders suitable for bookshelf storage, except as noted. Binder size shall not exceed 3 -inch rings. Cabinet, panel and console detail drawings shall be prepared and submitted on a uniform size paper not in excess of 22 by 34 inches; these drawings shall be submitted in a roll, in order by subject, and shall neither be folded, nor bound. Other details and drawings to be bound in the 3 ring binders shall be prepared on 8 -1/2 by 11 -inch, or on 11 by 17 -inch paper. The submittal shall be organized in three parts, not including preliminary administrative material such as table of contents, as follows: Part 1 shall consist of a series of sections, one for each process control system. Each section shall be divided by a tab and shall include the material specified below. Part 2 shall include outline dimension drawings for panels, cabinets, consoles and the like, as specified below. Part 3 shall include data on miscellaneous parts and accessories not included in Part 1. 4. Submittal: a. General: The Contractor shall submit to the City for review, five sets of detailed drawings and data prepared and organized by the systems organization designated at the time of bidding. These CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 3 511612001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS drawings and data shall be submitted as a complete package at one time within 30 calendar days of the Notice to Proceed with the Project. The content, organization and binding of this submittal shall be as specified below. b. Data Sheets: These data sheets shall be in a standardized format and shall include the following: (1) Component name used herein and on the drawings. (2) Manufacturer's model number or other product designation. (3) Project tag number. (4) System of which the component is a part. (5) Location or assembly at which the component is to be installed. (6) Input and output characteristics. (7) Scale range and units (if any) and multiplier (if any). (8) Requirements for electric supply (if any). (9) Requirements for air supply (if any). (10) Materials of component parts to be in contact with, or otherwise exposed to, process media. (11) Reference to Manufacturer's descriptive technical bulletin or brochure. (12) Reference to other features so that all specified features are stated on the data sheet. C. Technical Product Bulletins Or Brochures: Following each data sheet, a technical product bulletin, or brochure (or clear Xerox copy thereof) shall be inserted; this shall provide amplifying technical information on the construction, characteristics, and capabilities of the component described in the related data sheet. Elaborate and extensive technical details shall not accompany these bulletins. All bulletins shall be of the most recent issue. d. Data Sheets And Catalog Data For Accessories: Part 3 of the submittal shall consist of a series of data sheets for accessory components together with supporting catalog pages or bulletins (or clear Xerox copies thereof). These shall be arranged in a logical sequence and shall cover such items as: CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 4 5/16/2001 • SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS (1) Control circuit devices, components and wiring. (2) Pneumatic components, fittings and tubing. e. Cabinets, Panels, And Consoles: Part 2 of the submittal shall include outline and dimension drawings for all enclosed assemblies including cabinets, panels, consoles and the like. These drawings shall show the arrangements of panel- mounted and internally mounted components to scale and shall include enough other details, to clearly establish the style and overall appearance of each assembly. C. Operation And Maintenance Manuals: General: Before payment of the 75 percent progress payment, the Contractor shall provide final sets of maintenance manuals. Prior to this, two sets of preliminary manuals shall be submitted to the City within 60 days after return of favorably reviewed shop drawings and data required above. Following the review of the preliminary manuals, one set will be returned to the Contractor with comments. The final sets shall be prepared and submitted to the City at least 30 days prior to start-up of systems and shall reflect as -built conditions. 2. Content: A set of manuals shall include all the drawings and required data and shall be organized and bound as specified for the review submittals. These drawings and data shall be supplemented with installation, connection, operating, troubleshooting, maintenance and overhaul instructions in complete detail. This shall provide the City with comprehensive information on all systems and components to enable operation, service, maintenance and repair. Exploded or other detailed views of all instruments, assemblies and accessory components shall be included together with complete parts lists and ordering instructions. In addition to the requirements set forth elsewhere, the instruction manuals shall consist of at least the following: a. Table of contents. b. System block and schematic diagrams. C. Component schematic diagrams. d. Written, verbal, step -by -step operating, trouble- shooting and calibrating instructions for each of the systems and each of the components of each system. PART 2- PRODUCTS CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 5 5/16/2001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 2.1 MATERIALS A. Pump Control Panel 11 gage sheet steel. B. Equipment Racks: Welded steel construction. 2.2 EQUIPMENT A. General: 1. Pump Control Panel (PCP): A. General: Free - standing NEMA 1, 11 gauge steel enclosure, with single -door, designed to house a wide variety of electronic controls and instruments. Provide protection from dust and dirt. Provisions for optional surface mounting or rack mounting of almost any type of equipment. b. Standards, Codes and Regulations: 1. Construction of panels and the installation and interconnection of all equipment and devices mounted within shall comply with applicable provisions of the following standards, codes and regulations: 1. Joint Industrial Council (JIC) Standards. 2. National Electrical Code (NEC). 3. National Electrical Manufacturer's Association Standards (NEMA). 4. American Society for Testing and Materials (ASTM). 5. Operational Safety and Health Administration (OSHA) Regulations. 6. State and Local code requirements. 7. Where any conflict arises between codes or standards, the more stringent requirement shall apply. 2. Materials and equipment shall be new and shall bear the label of the Underwriters' Laboratory (UL), Inc., Factory Mutual (FM) or equivalent where standards have been established and label service regularly applies. C. General Construction Requirements: 1. Provide the following convenience accessories inside of each control panel: a. One 120 VAC, 20A duplex, GFCI grounding type receptacle. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 6 5/16/2001 0 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS b. One 120 VAC fluorescent light fixture with 40 watt lamp, protective plastic shield and door mounted snap switch. C. One 120 VAC electric heater to maintain temperature 10 degrees F above ambient for condensation prevention inside panel. d: Construction Features: A. Control panel shall be NEMA 1 rated. a. Panels shall be minimum thickness of 11 gage for all surfaces (except those areas requiring reinforcement) having a smooth brushed finish. Steel shall be free of pitting and surface blemishes. b. Continuously weld all exterior seams and grind smooth. Also, surface grind complete removal of corrosion, burrs, sharp edges and mill scale. C. Reinforce sheet steel with steel angles where necessary to adequately support equipment and ensure rigidity and to preclude resonant vibrations. d. Panel shall be flat within 1/16 -inch over a 24 -inch by 24 -inch area, or flat within 1/8 -inch for a larger surface. Flatness shall be checked by using a 72- inch long straight edge. Out -of- flatness shall be gradual, in one direction only, and shall not consist of obvious depressions or a series of wavy sections. e. Use pan type construction for doors. Door widths shall not exceed 48 inches. f. Mount doors with full length heavy duty piano hinge with stainless steel hinge pins. g. Provide oil resistant gasket completely around each door or opening. h. Provide handle- operated, oil- tight, key - lockable three point stainless steel latching system with rollers on latch -rods for easy door closing. Provide common keying for all panels supplied. I. Use stainless steel fasteners throughout. j. Provide interior mounting panels and shelves constructed of minimum 12 gage steel with a white enamel finish. k. Provide stainless steel print pocket on inside of front door. I. Provide enclosure mounting supports as required for floor mounting. e. Product and Manufacturer: Components as manufactured by Hoffman: a. Enclosure Model No. A- 904830SSFS CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 7 5/16/2001 0 LJ SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS b. Back Steel Panel Model No. A- 90P48F1 C. Side Steel Panel Model No. A- 90SMP30 d. Fluorescent Light w/ Door Switch Model No. A- LF16D18 e. Electtic Heater Model No. D- AH2001A f. Folding Shelf Model No. A- CSHELF18 g. Door Stop Kit Model No. U -UDS h. 2" x 2" Wiring Duct Model No. A- 200200GR I. 2" x 2" Wiring Duct Cover Model No. A- 200CGR j. 1" x 1" Wiring Duct Model No. A- 100100GR k. 1" x 1" Wiring Duct Cover Model No. A- 100CGR I. Corrosion Inhibitor Emitter Model No. A- HC110E 2. Field Panels: Field panels shall be fabricated with piano hinged gasketed doors. Hinges shall be continuous, heavy -duty type. Door latches shall be 3 -point vault type with rollers on the ends of the latch rods. All apparatus shall be mounted on an interior sub panel and no hardware shall penetrate the panel exterior. Panels shall be provided with mounting hardware, sun shields, when mounted outdoors, and shall comply with ISA RP8.1, Class 2B. 3. Nameplates: a. Panel Lamicoid Nameplates. Provide laminated plastic nameplates for identification of panels and components mounted thereon as follows: 1. Nameplates shall be of 1/16 -inch thick laminated phenolic type with black matte finish surface and white letter engraving. 2. Panel identification nameplates to have 1/2 -inch high letter engravings. 3. Grouped component identification (i.e., Sewer Pump No. 1) nameplates to have 3/16" -inch high letter engravings. 4. Panel mounted component identification (i.e., control devices, indicating lights, selector switches, etc.) nameplates to have 5/32" -inch high letter engravings. Schedule - Panel Lamicoid Nameplates: Provide lamicoid nameplates engraved as shown on the plans. The City reserves the right to review and change nameplate wording at no additional cost up to the time engraving commences. 4. Selector Switches And Indicating Lights a. General: 1. Selector switches and indicating lights shall be supplied by one manufacturer and be of the same series or model type. 2. Type: Heavy duty, oil tight. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 8 5/16/2001 0 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 3 Mounting: Flush mounted on control panel front, unless otherwise noted. 4. NEMA 12 rated to match panel in which mounted. b. Selector Switches: 1. Type: Provide two position selector switches. 2. Switch Operator: Standard black knob. 3. Contacts: a. Provide one normally open and one normally closed contact. b. Type: Double break, silver contacts with movable contact blade providing scrubbing action. C. Rating: Compatible with AC or DC current with devices simultaneously operated by the switch contacts but not less than 10 Amps resistive at 120 VAC/VDC continuous. C. Indicating Lights: 1. Type: 120 VAC. 2. Lamps: High visibility LED type, red, green and amber with matched lens, long life (20,000 hours minimum). 3. Indicating lights shall be push -to -test. Environmental: 1. Operating Temperature: 0 DEG C to +55 DEG C. 2. Storage Temperature: -40 DEG C to +185 DEG C. 3. Humidity: 50 percent at 40 DEG C. e. Product and Manufacturer: 1. Components as manufactured by Allen - Bradley: a. Selector Switch Model No. 800T -H2 b. Contact Model No. 800T -XA C. Indicating Lights: (1) Model No. 800T- QTH10R (2) Model No. 800T- OTH10G (3) Model No. 800T- QTH10A 2. Or equal. 5. Process Indicators a. Type: Indicator shall be a red LED display, capable four decimal places. microprocessor- based, seven - segment of five -digit readout, programmable to Required Design and Construction Features: 1. Front panel red LED type display. 2. 4 -20 mAdc optically isolated retransmission output. 3. Inputs: a. 4 -20 mAdc. b. Sample Rate: 3 times per second. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 9 5/16/2001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 4. Ratings 1. Accuracy: 0.1 percent of full scale. 2. Normal Mode Rejection: 55 dB at 60 Hz. 3. Common Mode Rejection: 120 dB at 60 Hz. 5. Other: Terminal blocks shall be provided with center jumper capability. C. Supply integral 24 VDC power supply for transducer applications. d. Product and Manufacturer: 1. Model 760 as manufactured by Chessell Corporation 2. Or equal. 6. Terminal Strips a. Type: General purpose terminal strips. b. Ratings: 1. Voltage Rating: 600 VACNDC maximum. 2. Current Rating: 30 Amps maximum. 3. Insulation Temperature Range: -40 DEG C to +90 DEG C. C. Construction 1. Housing: a. The housing shall be designed to be self - extinguishing, polyamide 6.6 material with UL 94- 2v2 flammability rating. b. Housing shall be finger -safe design to prevent contact with live circuits. C. Four -sided funnel wire guides for wire insertion. d. Color: Terminal block housing shall be gray, permanent in color throughout the material. 2. Metal Parts: a. Nickel plated terminals and stainless steel screws. b. Contacts shall have high copper content alloy 3. Screws: a. Terminal blocks shall be provided with backed out screws. b. Tightening torque for each screw shall be 5.0 to 5.6 pounds per inch. Wire Range: a. Terminal blocks shall accept maximum of four #22 through one #12 AWG wire. b. Wire strip length shall be 0.35 inches. Mounting Requirements: 1. All devices shall be suitable for mounting on DIN rail. 2. Mounting rail shall allow easy installation to a panel using #10 -32 screws. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 10 5/16/2001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 3. Rail shall allow easy installation and removal of a block in a row. 4. DIN rail shall be zinc plated, yellow chromated steel. 5. Rail shall be symmetrical 35 mm wide by 7.5 mm deep by 1 meter long. 6. Density: 50 pieces per foot. e: Accessories: Terminal blocks shall have end barriers, end anchors, jumpers and pre - printed markers. f. Product and Manufacturer: 1. Components as manufactured by Allen- Bradley: a. Terminal Block Model No. 1492 -W4 b. DIN Rail Model No. 199 -DR1 C. End Barrier Model No. 1492 -EB3 d. End Anchor Model No. 1492 -EA35 e. Pre - printed Marker Card Model Nos: (1) 1492- SM6X12H1 -50 (2) 1492- SM6X12H51 -100 (3) 1492- SM6X12H101 -150 f. 10 pole center jumper Bar Model No. 1492- CJ6 -10 2. Or equal. 7. Circuit Breakers a. Type: Energy limiting, thermal magnetic, terminal block style circuit breakers. b. Ratings: 1. Voltage Rating: 480 VAC. 2. Current Rating: 15 Amps. 3. Number of Poles: One. 4. Magnetic Trip Range: 6 to 10 times the rated current. C. Construction: 1. Housing: a. The housing shall be designed to be melamine /phenolic. b. Housing shall be finger -safe design to prevent contact with live circuits. C. Wire termination shall be clamping style, self - lifting box lug. 2. Wire Range: a. Circuit breaker shall accept #16 through #6 AWG wire. b. Wire strip length shall be 0.50 inches. d. Mounting Requirements: 1. All devices shall be suitable for mounting on DIN rail. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 11 5/16/2001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 2. Mounting rail shall allow easy installation to a panel using #10 -32 screws. 3. Rail shall allow easy installation and removal of a block in a row. 4. DIN rail shall be zinc plated, yellow chromated steel. 5. Rail shall be symmetrical 35 mm wide by 7.5 mm deep by 1 meter long. e. Accessories: Circuit breakers shall have end anchors and group markers. f. Product and Manufacturer: 1. Components as manufactured by Allen - Bradley: a. Circuit Breaker Model No. 1492- CB1G150 b. DIN Rail Model No. 199 -DR1 C. End Anchor Model No. 1492 -EA35 d. Marker Model No. 1492 -GM35 2. Or equal. 8. Fuse Blocks a. Type: General purpose fuse blocks. b. Ratings: 1. Voltage Rating: 300 VAC/VDC maximum. 2. Current Rating: 12 Amps maximum. 3. Insulation Temperature Range: -40 DEG C to +105 DEG C. C. Construction 1. Housing: a. The housing shall be designed to be self - extinguishing, polyamide 6.6 material with UL 94- 2v2 flammability rating. b. Housing shall be finger -safe design to prevent contact with live circuits. C. Four -sided funnel wire guides for wire insertion. d. Color: Fuse Block housing shall be gray, permanent in color throughout the material. 2. Metal Parts: a. Nickel plated terminals and stainless steel screws. b. Contacts shall have high copper content alloy 3. Screws: a. Fuse blocks shall be provided with backed out screws. b. Tightening torque for each screw shall be 3 to 7 pounds per inch. 4. Wire Range: CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 12 5/16/2001 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS a. Terminal blocks shall accept #30 through #12 AWG wire. b. Wire strip length shall be 0.35 inches. 5. Fuse block shall be provided with neon blown fuse indication. d. Mounting Requirements: 1. All devices shall be suitable for mounting on DIN rail. 2. Mounting rail shall allow easy installation to a panel using #10 -32 screws. 3. Rail shall allow easy installation and removal of a back in a row. 4. DIN rail shall be zinc plated, yellow chromated steel. 5. Rail shall be symmetrical 35 mm wide by 7.5 mm deep by 1 meter long. 6. Density: 50 pieces per foot. e. Accessories: Fuse blocks shall have end barriers, end anchors, jumpers and group markers. I. Product and Manufacturer: 1. Components as manufactured by Allen - Bradley: a. Fuse Block Model No. 1492 -H4 b. End Barrier Model No. 1492 -N37 C. End Anchor Model No. 1492 -N23 d. Marker Model No. 1492 -GM35 e. Jumper Model No. 1492 -N49 I. Fuses, 1/4" X 1/4 ", 2 Amp. Glass fast blow type 2. Or equal. 9. Power Supplies a. General: 12 VDC and 24 VDC single unit power supplies, located in control room panels, remote terminal units and field panels as required. b. Required Features: 1. Solid state circuitry. 2. Surface mounting. 3. Input Power: 105 -125 VAC, 50 -420 Hz. 4. Output Power: 12 VDC and 24 VDC. 5. Rating: 1.5 Amps (12 VDC), 1.0 Amps (24 VDC). 6. Line /Load Regulation: "0.005 percent. 7. Ripple: Les than 0.50 my RMS. 8. Overload Protection: Internal preset. 9. Include mounting brackets, fuse, and mating connector for ac power plug. C. Environmental: CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 13 5/16/2001 w 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 1. Operating Temperature: -20 DEG C to +71 DEG C. 2. Storage Temperature: -65 DEG C to +85 DEG C. d. Product and Manufacturer: 1. Components as manufactured by Electrostatics, Incorporated: a. 12 VDC Power Supply Model No. 30 -12 -0 b. 24 VDC Power Supply Model No. 30 -24 -0 2. Or equal. 10. Control Relays a. Type: General purpose, plug -in type rated for continuous duty. b. Electrical 1. Pilot Duty Rating: NEMA 6300. 2. Insulation Voltage: 300 VAC. 3. Contacts: a. Contacts shall be Form C, SPDT, with three terminals - one normally open, one normally closed and one common. b. Ratings shall be Form C 10 Amps continuous at 120 VAC. C. Rated thermal current 20 Amps maximum for all three poles. d. Contact material shall be silver cadmium oxide. e. Relay shall be 3PDT, 3 pole, 3 Form C, contacts. 4. Coil Voltages: 120 VAC. 5. Coil Consumption: "10 percent. 6. Inrush Current: 3.75 VA at 60 Hz. 7. Sealed Current: 2.5 VA at 60 Hz. S. Relay shall have a dielectric withstand voltage of 1500 VAC pole to pole, contact to coil and contact to frame. C. Mechanical: 1. Guarded terminal sockets. 2. 30 million life operations. 3. 3600 switching frequency operations per hour. 4. Operating Time Pickup: 15 msec. 5. Dropout Time: 10 msec. 6. Operating Rate: Maximum of four operations per second. d. Environmental: 1. Operating Temperature: -45 DEG C to +55 DEG C. 2. Storage Temperature: -55 DEG C to +85 DEG C. 3. Altitude: 2000 meters. e. Construction: 1. Relay shall be 1.40 inches wide, 1.46 inches high and 2.34 inches deep. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 14 5/16/2001 0 E SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 2. 3. 4. 5. 6. 7. Tube base with pin style terminations. Enclosure shall be transparent polycarbonate dust cover, with finger grips for installation or removal. Marking area molded into cover. Mechanical ON /OFF indicator. Insulating material shall be molded high dielectric material. Each terminal shall be marked in accordance with EN50 0005. 8. Relay shall mount on a 11 pin, screw terminal base socket which can be panel or DIN rail mounted. Product and Manufacturer: 1. Components as manufactured by Allen - Bradley: a. Relay Model No. 700- HR52TAl7 b. Relay Mounting Base Model No. 700 -HN101 2. Or equal. 11. Time Delay Relays a. Type: Dial adjustable, plug -in type time delay relay providing delay -on -make, delay -on- break, interval operation or one shot. b. Electrical: 1. Pilot Duty Rating: NEMA C300. 2. Insulation Voltage: 300 VAC. 3. Contacts: a. Contacts shall be Form C, DPDT. b. Ratings shall be Form C 5 Amps at 120 VAC. C. Rated thermal current 5 Amps. d. Contact material shall be silver cadmium oxide. e. Relay shall be DPDT, 2 pole, 2 Form C, contacts. 4. Coil Voltages: 120 VAC. 5. Coil Consumption: "10 percent. 6. Relay shall have a dielectric withstand voltage of 1500 VAC pole to pole and contact to coil. Mechanical: 1. Guarded terminal sockets. 2. 50 million life operations. 3. 1800 switching frequency operations per hour. 4. Repeat Accuracy: "3 percent, "10 msec at constant temperature and voltage. 5. Scale Tolerance: "5 percent of full scale. 6. Timing Range: 0.05 seconds to 100 hours, timing change "0.5 percent of full scale. 7. Reset Time: 100 msec. Programmable Timing Modes: On Delay, Off Delay, Repeat Cycle and One Shot. Environmental: CITY OF NEWPORT BECAH INSTRUMENTATION ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS 5/16/2001 AND CONTROL SYSTEMS PAGE 16700 - 15 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 1. Operating Temperature: -30 DEG C to +55 DEG C. 2. Storage Temperature: -55 DEG C to +85 DEG C. 3. Altitude: 2000 meters. e. Construction: 1. Relay shall be 1.69 inches wide, 1.89 inches high and 3.17 inches deep. 2. Tube base with pin style terminations. 3. Enclosure shall be impact resistant dust cover, with finger grips for installation or removal. 4. Insulating material shall be molded high dielectric material. 5. Each terminal shall be marked in accordance with EN50 0005. 6. Relay shall mount on a 11 pin, screw terminal base socket which can be panel or DIN rail mounted. 7. Relay shall be provided with timed -out and power /timing indicators. Product and Manufacturer: 1. Components as manufactured by Allen - Bradley: a. Relay Model No. 700- H1252TA17 b. Relay Mounting Base Model No. 700 -HN101 2. Or equal. 12. Intrinsically Safe Relays a. Type: Passive, energy - limiting device, which when installed in a non - classified area, provide intrinsically safe DC outputs to a sensor which is located in a hazardous location. b. Electrical 1. Operating and Load Voltage: 105 -125 VAC, 2. Load Current: 5 Amps. 3. Turn -On Sensitivity: 500 Ohms. 4. Turn -Off Sensitivity: 2000 Ohms. 5. Voltage Loss: 2 VAC. 6. Operating Temperature Range: -40 DEG F to +120 DEG F. 7. Output Leakage Current: 6 mA at 120 VAC. 8. Switching Operation: Normally open SPST contact. C. Product and Manufacturer: 1. SAFE -PAK Model No. 144600 as manufactured by Gems 2. Or equal. 13. Uninterruptible Power System a. General: 1. An uninterruptible power system (UPS) suitable for Floor installation shall be furnished to provide a reliable source of CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 16 5/16/2001 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS computer - grade, uninterruptible power with no break in AC output power during a complete or partial interruption of incoming line power. The UPS shall provide a high degree of full -time lightning and surge protection. The UPS shall include an intelligent interface and audio - visual alarms in order to keep operators continuously advised of system status. The UPS shall be UL listed and shall be installed adjacent to the Control Panel. Provide necessary connections between the Pump Control Panel and the UPS. 2. Under normal operating conditions, the critical load shall be powered by normal AC line supply that has been conditioned by full -time filtering and surge suppression. When AC line power is present the inverter output shall be normally disabled. 3. When AC line power fails or goes out of tolerance, the inverter shall supply AC power from the battery source. There shall be no break in the output of the system during transfer from normal AC line supply to inverter battery supply or back to line. A single switch shall turn the system on and off. b. Required Design and Construction Features: Lightning and Surge Protection: a. The UPS shall be tested using lightning standard per ANSI /IEEE C62.41 Category A (600 volt spike and 200 amp) and Category B2 (4000 volt spike and 2000 amp) test. b. The UPS must allow only 0.3 percent let- through voltage on the ANSI /IEEE C62.41 -1991 Category A test. c. Surge suppression circuitry in the UPS must dissipate at least 300 Joules. 2. RF Noise Isolation: The UPS shall provide 5 -31 dB of common -mode noise isolation and 28 -40 dB of normal - mode isolation. 3. Output Voltage Control: a. The UPS output shall be within the utilization range of 102 VAC to 136 VAC over the full dynamic range from no load to full load and low line VAC to high line VAC and low battery voltage to high battery voltage. b. The UPS shall be capable of maintaining output voltage above 104 VAC when input line drops as low as 92 VAC, without enabling inverter output. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 17 5/16/2001 Ll E SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 14. 15. 4. Continuous No -Break Power: a. The UPS shall provide continuous no -break power during a power outage or momentary interruption. b. Standby power systems that have any measurable transfer time and interruption of the output waveform are unacceptable. 5. Sine -Wave Power: The UPS shall provide computer -grade sine -wave power with five percent or less total harmonic distortion capability. The UPS must meet or exceed CSA Standard C22.2 No. 107.1 -M91 for harmonic distortion. 6. Switch -Mode Power Supply Rated: Capacity shall be rated in volt amperes (VA) while loaded with typical computer - grade switch -mode power supplies having a power factor of 0.69 and crest factor of 3.0 or less. 7. Miscellaneous Specifications: a. Output Power Rating: 1420 VA b. Battery Voltage: 24 VDC C. Runtime: 60 minutes full load d. Input Voltage (nominal): 120 VAC e. Output Voltage (nominal): 120 VAC f. Frequency (output): 50 -60 Hz +/- 0.5 Hz on battery. g. Operating /Storage Environment: o DEC to +40 DEG C. 0 to 95% RH (non- condensing) C. Product and Manufacturer: 1. Fortress Rackmount Power 2. Or equal. Signal Wiring L11420BR as manufactured by Best a. General: Signal wire shall be #16 stranded, TFFN type, 600 V. b. Product and Manufacturer: 1. Components as manufactured by American Insulated Wire: 2. Or equal. Proximity Sensors a. Type: Self- contained, solid -state sensors designed to sense the presence of metal objects without touching them. b. Electrical: 1. Sensor shall be designed for low load current PLC applications. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 18 5/16/2001 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 2. Two wire operation with 2 conductor #22 AWG PVC 5 meter length cable. 3. Load Current: 2 to 25 mAdc. 4. Leakage Current: Less than or equal to 1.7 mAdc at 120 VAC. 4. Operating Voltage: 20 -250 VAC/VDC. 5. Voltage Drop: 8 V at 25 mAdc, 10 V at 25 mAac. 6. Switching Frequency: 20Hz. 7. Normally open output, with a red LED indicating output energized. 8. Proximity sensor shall have false pulse, transient noise and radio frequency protection. C. Environmental: 1. Operating Temperature: -25 DEG C to +70 DEG C. 2. Shock and Vibration: 5G, 30 -120 Hz. d. Construction: 1. Sensor shall be abrasion, impact and vibration resistant. 2. Sensor shall be NEMA 6P, 1200 PSI wash down. 3. Enclosure and barrel shall be stainless steel. 4. Barrel diameter shall be 30 mm, length 58 mm. 5. Sensor shall be unshielded type. e. Product and Manufacturer: 1. Model No. 871TM- BH15N30 -A5 as manufactured by Allen - Bradley 2. Or equal. 16. Level Switches - Float Type a. Type: Direct acting, pear shaped, eccentric weighted displacement type, liquid level sensor. b. Construction Features: 1. Float Body: Hollow hermetically sealed, rigidly molded of polypropylene containing mercury switch and eccentric metal weight. 2. Mercury Switch: Hermetically sealed SPST switch rated 20 Amps AC, cushioned and mounted along main axis at about 65 degree inclination. Switch shall be normally open or normally closed as shown in the Schedule. 3. Weight: Weight to cause sensor to hang straight down from cable when not immersed and only allow float to pivot when immersed in liquid. 4. Electrical Cable: a. Heavy duty, three conductor, flexible and submersible cable, sheathed in PVC and connected to float and switch with watertight seal. b. 40 foot length. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 19 5/16/2001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS C. Product and Manufacturer: 1. Components as manufactured by Warrick Controls, Incorporated: a. Normally Open Switch Model No. F- BLU -40 -W b. Normally Closed Switch Model No. F- YEL -40 -W 2. Or equal. 17. Magnetic Contacts a. Type: Hermetically sealed reed switch designed for industrial environments, suitable for metal doors, overhead doors, fences and gates. b. Electrical 1. Voltage: 30 VAC/VDC maximum. 2. Current: 0.25 Amps maximum. 3. Power: 3W maximum. 4. Contacts: Form C, SPDT, normally open and normally closed. 5. Gap Distance: Up to 3- inches. C. Construction: 1. Contacts sealed in polyurethane potting compound. 2. High strength extruded aluminum housing. 3. 3 -foot flex stainless steel armored cable permanently attached to contact. 4. Dimensions (LxHxD): 3" x 1" x 0.5 ". 5. Provide right angle bracket for mounting. d. Product and Manufacturer: 1. Model No. 2707A as manufactured by Sentrol, Incorporated 2. Or equal. 18. Programmable Key Pad a. Type: Microprocessor -based self - contained security system, suitable for panel mounting, with integral keypad. b. Electrical: 1. Input Voltage: 10 to 14 VDC. 2. Power Consumption: 100 mA maximum. 3. Relay Output: Form C, 1A at 24 VDC. C. Required Features: 1. Dimensions: 2.75" x 4.5 ". 2. Operating Temperature: 30 DEG C to 50 DEG C. 3. Keypad programmable. 4. Request -to -exit input. 5. Door Input. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 20 5/16/2001 • t SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 6. Audible key beep for data entry. 7. 30 user codes. 8. Door ajar function. 9. Time cancel. 10. Provided with gasketed protective cover. d. Product and Manufacturer: 1. DVC -30 as manufactured by DeltaVision 2. Or equal. 19. Pressure Switches: The control systems and motor sequencing operations shall include differential pressure switches suitable for measuring water pressure. All switches shall have diaphragms that are compatible with the process fluid and be industrial units suitable for weatherproof service. Pressure tap connections shall be as shown and conduit connection shall be 3/4 -inch NPT or larger. Switches shall be suitable for direct mounting without danger of activation through vibration or normal machine motion, and shall be provided with pulsation dampeners. All switch contacts shall be double pole, pilot duty rated 8600 per NEMA ICS 2 -125 and have a minimum continuous current rating of 5 amps at 120 volts AC. All switches shall have an adjustable (10 percent) differential (deadband) to eliminate instability due to pressure cycling. 20. Pressure Gages: Pressure gages shall be premium grade heavy -duty units. Gages shall have ±1 percent accuracy, or better, with 3 -1/2 -inch 270 degree movement. Gages shall be suitable for stem mounting complete with all fittings and connections. The gages shall be provided with shatterproof glass. 21. Current Isolators: Current isolators shall be provided wherever necessary to isolate the instrument ground bus from plant and equipment grounds. However, whenever field equipment with isolated input/output circuits is available for a particular application, they shall be used in preference to introducing an additional element in the analog loop. Isolators shall also be provided where required to increase power levels in analog loops. 22. Programmable Logic Controller (PLC): The CONTRACTOR shall furnish, install, test, calibrate and place into operation Programmable Logic Controllers (PLCs) as shown on the plans and as specified herein. The PLC shall be Allen Bradley SLC 5/04 with all accessories including an operator interface panel. The operator interface panel shall be Panelview 1000E and Programming Software for Panelview shall be provided. No substitution will be permitted. PLC to be programmed with RS LOGIX500. The CONTRACTOR shall furnish all necessary interconnecting cables, all accessories, and all appurtenances as indicated herein or as required for proper operation of the system. All major components of the system shall be of the same manufacturer. The programming of the PLC shall be done CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 21 5/16/2001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS by the Contractor, in coordination with the City to conform to City requirements. a. Pump Control System: The Pumps shall be controlled by Allen Bradley programmable controller. The following is the description of the control system: The existing Zone III Pump Station is the primary supply source for the City's Zone III System and is a primary pressure zone that serves the eastern portion of the City. Zone III is a "closed" system as it has no storage reservoir to regulate flows. Zone III also serves regulated Zones 06, 08 -11, 14, 15, and 17 through pressure reducing stations. Zone III Pump Station is an outside pump station located on the west side of Big Canyon Reservoir at 3300 Pacific View Drive. The station currently contains two 150 horsepower constant speed pumps and one 300 horsepower constant speed pump with one additional spare pump barrel. The City has decided to upgrade the facility by replacing the existing pumps and adding a 300 horsepower pump at the spare pump barrel. The existing pump control pressure regulating valves will be replaced with swing check pump control valves. Variable frequency drive (VFD) units will be installed for each pump to regulate Zone III pressures. Controls for both the Zone III Pump Station and adjacent Zone IV Pump Station will be provided by the new Pump Control Panel (PCP). The PCP will be equipped with an annunciator panel to provide local indication of alarm and status conditions from field devices and provide local control of equipment as described below. Manual push button resets shall be provided to acknowledge alarm conditions. Control of Zone III and Zone IV Pump Station functions will be provided exclusively by the new programmable logic controller (PLC). Telemetry: The City utilizes a teletone telemetry system to provide remote indication of conditions at Zone III and Zone IV Pump Stations via an existing Remote Terminal Unit (RTU) located in the maintenance bay at the existing onsite Control Building. All Input/Outputs and alarm /status signals from the new PCP will be made available by the contractor to the existing main telemetry unit RTU. Telemetry Failure: If the telemetry link between Zone III Pump Station and the main telemetry unit at the Control Building is lost, the PCP shall annunciate a "LOSS OF TELEMETRY' alarm, but the pump station shall operate normally. The interface shall be DH +. Zone III Pump Station Control Sequence: The Zone III Pump Station shall be operated in a Pressure Control Mode as described herein. The PLC shall start, stop, and control the speed of pumps to achieve the following operation: Rising Pump Station Flow: Discharge Flow Pump Operation CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 22 5/16/2001 0 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS Less than 900 gpm Lead 150 hp pump running at minimum variable speed to maintain the sum of the discharge flow and recirculation flow at 900 gpm Between 900 and Lead 150 hp pump running at variable speed to 2,500 gpm maintain set point pressure in the discharge header initially set at a 80 psi Between 2,500 and Lead 300 hp pump running at variable speed to 5,000 gpm maintain set point pressure in discharge header initially set at 80 psi Between 5,000 and Lead 150 hp pump running at full speed and lead 300 7,500 gpm hp pump running at variable speed to maintain set point pressure in the discharge header initially set at a 80 psi Between 7,500 and Lead and lag 300 hp pumps both running at the same 10,000 gpm variable speed to maintain set point pressure in discharge header Between 10,000 and Lead 150 hp pump running at full speed and lead and 12,500 gpm lag 300 hp pumps running at the same variable speed to maintain set point pressure in the discharge header initially set at a 80 psi Greater than 12,500 Lead and lag 150 hp pumps both running at full and gpm lead and lag 300 hp pumps running at the same variable speed to maintain set point pressure in discharge header CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 23 5/16/2001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS Falling Pump Station Flow: Discharge Flow Greater than 12,250 gpm Between 12,250 and 9,750 gpm Between 9,750 and 7,250 gpm Between 7,250 and 4,750 gpm Between 4,750 and 2,250 gpm Pump Operation Lead and lag 150 hp pumps both running at full and lead and lag 300 hp pumps running at the same variable speed to maintain set point pressure in discharge header Lead 150 hp pump running at full speed and lead and lag 300 hp pumps running at the same variable speed to maintain set point pressure in the discharge header initially set at a 80 psi Lead and lag 300 hp pumps both running at the same variable speed to maintain set point pressure in discharge header Lead 150 hp pump running at full speed and lead 300 hp pump running at variable speed to maintain set point pressure in the discharge header initially set at a 80 psi Lead 300 hp pump running at variable speed to maintain set point pressure in discharge header initially set at 80 psi Between 2,250 and Lead 150 hp pump running at variable speed to 900 gpm maintain set point pressure in the discharge header initially set at a 80 psi Less than 900 gpm Lead 150 hp pump running at minimum variable speed to maintain the sum of the discharge flow and recirculation flow at 900 gpm Minimum Speed and Ramp Time: The VFD's shall have an adjustable minimum speed, initially set to 1000 rpm, and an adjustable ramp time to minimize pressure fluctuations when staging pumps on and off. The VFD units shall vary the pump speed to maintain an adjustable discharge pressure initially set at 80 psi. Hand - Off -Auto Switches: Each pump shall have a HAND - OFF -AUTO (HOA) selector switch at each pump drive unit. Any of the pumps may be run manually by placing its switch in the Hand position. In this position, the pump shall run without regard to the correct and proper function of the PLC. Pump Run Status: Status lights (run = green, stop or off = red) shall be provided at each pump drive unit to indicate "PUMP RUN" or "PUMP STOP or OFF" when its corresponding pump is activated or deactivated respectively. A signal shall be transmitted via telemetry to provide similar indication at the control building. Pump Alternation and Lead Pump Indicator: The lead 150 hp pump shall automatically alternate every time the lag 150 hp pump is activated by the control system. Similarly the lead 300 hp pump shall automatically alternate every time the lag 300 hp is activated by the control system. The designated lead pump shall be indicated at the PCP. The PCP shall also have a momentary push button switch to manually advance the currently selected lead pump. If any pump has failed, if its HOA switch is not in AUTO when required by the control system, the next CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 24 5/16/2001 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS lag pump in the series shall be automatically activated. The current lead pump shall be indicated by status light at the PCP, and a signal shall be transmitted via telemetry for similar indication at the control building. Existing Pump Station Signals: All existing pump station signals currently input to the existing PLC shall be transferred to the new PLC at the PCP including but not limited to Pump High Discharge Pressure Switches, Pump Low Suction Pressure Switches, Suction and Discharge Pressure Signals and Recirculation /Relief Valve Open. The existing signals mentioned shall have an operation similar to the descriptions provided below. Pump High Discharge Pressure Switch: A pressure switch mounted immediately downstream of each pump shall detect high discharge pressure for each pump. Discharge pressure switches shall be adjustable in the range of 0 to 150 psig, and initially set to 90 psig. If a higher than allowable pressure is detected for a period in excess of an adjustable time delay (initially set to 75 seconds), the corresponding pump shall be deactivated and locked -out, requiring manual reset. "HIGH DISCHARGE PRESSURE" and "PUMP P1 (P2, P3, P4) FAIL" alarms shall be annunciated at the PCP; and a signal transmitted via telemetry for similar indication at the control building. If operation of a pump is still required as determined by the control system, the next pump in sequence shall be activated. Pump Low Suction Pressure Switch: A pressure switch mounted on the suction side of each pump barrel at the pump discharge head shall detect a low suction pressure condition. Suction pressure switches shall be adjustable in the range of 0 to 50 psig, initially set to 19 psig. If lower than allowable pressure is detected for a period in excess of an adjustable time delay, initially set to 30 seconds, the corresponding pump shall be deactivated and locked out, requiring manual reset. Alarms "LOW SUCTION PRESSURE" and "PUMP P1 (P2, P3, P4) FAIL" shall be annunciated at the PCP; and a signal shall be transmitted via telemetry for similar indication at the control building. If operation of a pump is still required as determined by the control system, the next pump in sequence shall be activated. Suction and Discharge Pressure Signals: Pressure transmitters on the pump station suction and discharge headers shall indicate the suction and discharge pressures. Signals, 4 -20mA, shall be input to the PLC and indicated at the PCP. Signals shall also be transmitted via telemetry for similar indication at the control building. Pressure Relief /Recirculation Line: An existing recirculation pipeline and valve relieves water back to suction when the discharge pressure exceeds the set point. The valve shall initially be set to open if the pump station discharge pressure reaches 85 psig. The valve shall be outfitted with a limit switch. Should the valve open, a "RELIEF VALVE OPEN" status light shall be illuminated at the PCP, and a signal transmitted via telemetry for similar indication at the central office. Since opening of the relief valve may occur during routine operation, action to. deactivate pumps shall not occur as a result of these circumstances. Minimum Run Time: An adjustable minimum run time shall be programmed into the PLC for each pump and initially set at 5 minutes. The minimum run time may be overridden in the event of any "pump shut down" alarm condition, including irregular power; or by manual override. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 25 5/16/2001 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS Start Counter: The PLC shall retain in memory a running total of the number of times each pump is activated. A digital indicator shall be provided for each pump at the PCP, which shall display the total number of times each pump has been activated. Run Time Totalizer: The PLC shall retain in memory a running total of the amount of time each pump is operated. A digital indicator shall be provided for each pump at the PCP, which shall display the totalized run time for each pump in hours and minutes. Flow Meter: The existing 4 -20mA flow meter signal shall be used to transmit flow readings and input to the new PLC at the PCP. The signal shall be sent via telemetry for similar indication at the control building. The meter readout shall be digital and shall indicate and totalize flow. Adjustments: Settings and /or controls shall be adjustable via Panelview 1000 HMI interface. Additionally, all of the 1/0 points at the Pump Control panel PLC shall be made available at the existing RTU via Data Highway. The communication shall be DH+ utilizing Allen Bradley Blue Hose Cabling System. Zone IV Control Sequence: Existing Zone IV control sequence shall be duplicated at the new PLC located in the PCP. Contractor shall obtain existing control documentation from the City and provide all of the necessary control features and provide the required interface to enable proper operation of Zone IV Pump Station. PART 3- EXECUTION 3.1 INSTALLATION A. The CONTRACTOR shall employ installers who are skilled and experienced in the installation and connection of all elements, all instruments, all accessories, and all assemblies provided under this Contract. B. The CONTRACTOR shall install all instruments according to the manufacturer's installation instructions and the following: Perform field engineering as required for mounting and supporting all field- mounted components. Prepare any additional schematic and interconnection diagrams required for installation. 3. Assemble and interconnect instrument components disconnected for shipping purposes. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 26 5/16/2001 3.2 Ll 9 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS 4. Remove all temporary supports, instrument control panels and other shipping, storage, or installation. bracing, and padding inserted in equipment to prevent damage during 5. All piping shall be field measured prior to fabrication and erection. Any significant discrepancies between drawings and field conditions shall be reported to the City. The CITY will not be responsible for any costs to the CONTRACTOR for rework because of CONTRACTOR failure to take measurements prior to fabrication. 6. Adequately support and protect capillary tubing. All extra tubing shall be carefully coiled, tied, and protected at the instrument location. C. It is the intent of the Contract Documents that all wiring external to Control Panels be provided under this Contract. Further, it is the general intent that all 4 -20 mA signal circuits, process equipment control wiring, signal wiring to field instruments, and Control Panel input and output wiring, be provided under this Contract. D. The Contractor's attention is directed to the electrical and mechanical schematics and details of this project. Referral to these portions of the Contract Documents shall be required in order to understand the full intent and scope of work required. E. Monitoring and control system configurations are diagrammatic only. Locations of equipment are approximate unless dimensioned on the drawings. Exact locations and routing of wiring and cables shall be governed by structural conditions, physical interferences, and locations of electrical terminations on equipment. F. Where job conditions require minor changes in approximated locations and arrangements, the CONTRACTOR shall make such changes without additional cost to the CITY. G. All instruments shall be located and installed for ready access by the CITY'S operation and maintenance staff. The CITY reserves the right to require minor changes in location of equipment prior to roughing without any additional cost to the CITY. CONTROL PANEL SIGNAL AND CONTROL CIRCUIT WIRING A. Wiring Installation: All wires shall be in plastic wireways except (1) field wiring, (2) wiring between mating blocks in adjacent sections, (3) wiring from components on a swing -out panel to components on the fixed structure, and (4) wiring to panel- mounted components. Wiring from components on a swing -out panel to other components on fixed panels shall be tied into bundles with nylon wire ties, and shall be secured to panels at both sides of the "hinge loop" so that conductors are not strained at the terminals. B. Wiring to control devices on the front panels shall be tied together at short intervals with nylon wire ties and secured to the inside face of the panel using adhesive mounts. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 27 5/16/2001 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS C. Wiring to rear terminals on panel -mount instruments shall be in plastic wireways secured to horizontal brackets above or below the instruments in about the same plane as the rear of the instruments. D. Wire Marking: Each signal, control, alarm, and indicating circuit conductor connected to a given electrical point shall be designated by a single unique number which shall be shown on all shop drawings. These numbers shall be marked on all conductors at every terminal using white numbered wire markers, which shall be plastic- coated cloth or permanently marked heat - shrink plastic. All wire marking shall clearly indicate the associated Zones (such as Zone III or Zone IV) as a part of the wire - numbering scheme. 3.3 INSTRUMENT CABLE TESTS A. General: The following tests shall be performed on each instrumentation and control system cable. All tests shall be end -to -end tests of installed cables with the ends supported in free air, not adjacent to any grounded object. All test data shall be recorded on forms, which are available from the City. Complete records of all tests shall be made and delivered to the City. Each form shall be signed by the City or the City's Representative who witnessed the testing. B. Continuity tests shall be performed by measuring wire /shield loop resistance of each signal cable as the wires, taken one at a time, are shorted to the channel shield. No loop resistance measurement shall vary by more than plus or minus 2 ohms from the calculated average loop resistance value. C. Insulation resistance tests shall be performed by using a 500 volt megohmeter to measure the insulation resistance between each channel wire, between each channel wire and the channel shield, between individual channel shields in a multichannel cable, between each individual channel shield and the overall cable shield in a multi channel cable, between each wire and ground, and between each shield and ground. Values of resistance less than 1 megohms shall be unacceptable. 3.4 INSTALLATION, CALIBRATION, TESTING, PRECOMMISSIONING, STARTUP AND INSTRUCTION A. Installation and Connection: The CONTRACTOR shall install and connect all field- mounted components and assemblies under the following criteria: Process sensing lines and air signal tubing shall be installed similar to the installation of conduit. Individual tubes shall be run parallel and near the surfaces from which they are supported. Supports shall be used at intervals not longer than 3 -feet of tubing. 2. Bends shall be formed with the proper tool and to uniform radii and shall be made without deforming or thinning the walls of the tubing. Plastic clips shall be used to hold individual plastic tubes parallel. Ends of tubing CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 28 5/16/2001 E SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS shall be square -cut and cleaned before insertion into fittings. Bulkhead fittings shall be provided at all panels requiring pipe or tubing entries. 3. All flexible cables and all capillary tubing shall be provided in flexible conduits. Lengths shall be sufficient to withdraw the cables and tubing for periodic maintenance. 4. All power and all signal wires shall be terminated with spade type lugs. 5. All connectors shall be, as a minimum, watertight. 6. All wire and all cable shall be connected from terminal to terminal without splices, arranged in a neat manner and securely supported in cable groups. All wiring shall be protected from sharp edges and corners. 7. After all installation and connections have been completed, a technical field representative of the CONTRACTOR shall check the WORK for polarity of electric power and signal connections, leaks at all process connections, and conformance with requirements. The technical field representative shall certify in writing to the CONTRACTOR that each loop and system meets requirements. B. Calibration: All analog instrumentation and all control system equipment shall be calibrated and tested after installation to verify that requirements are satisfied. The CONTRACTOR shall provide all necessary labor, tools, and equipment to calibrate and test each instrument in accordance with the manufacturer's instructions. Each instrument shall be calibrated at a minimum of three points using test equipment to simulate inputs and read outputs. All test equipment and all instruments used to simulate inputs and read outputs shall be suitable for the purpose intended and shall have accuracy better than the required accuracy of the instrument being calibrated. Test equipment shall have accuracies traceable to the NIST as applicable. All analog instruments shall be calibrated and tested in place without removal. Test data, applicable accuracy requirements, and all instrument manufacturer published performance specifications and all permissible tolerances at each point of calibration shall be entered on test forms available from the City. These test forms shall verify compliance with all. A report shall be delivered to the City for each instrument, certifying that the instrument has been calibrated in the presence of the City or the City's designated representative and meets contract and system requirements. C. Analog Loop Tests: The CONTRACTOR shall be responsible for loop checking and testing all instrumentation loops with this project. The CONTRACTOR shall coordinate all loop check functions to ensure that a single total loop check is conducted. The CONTRACTOR shall provide all necessary labor, tools, and equipment to field test, inspect and adjust each instrument to its indicated performance requirement in accordance with manufacturer's specifications and instructions. Any instrument which fails to meet any Contract requirement, or any published manufacturer performance specification for functional and operational parameters, whether or not indicated in the Contract Documents, shall be repaired or replaced, at the discretion of the City at no additional cost to the CITY. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 29 5/16/2001 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS At least 15 days before installation testing begins, the CONTRACTOR shall submit to the City a detailed description, in duplicate, of the installation tests to be conducted to demonstrate correct installation of the instrumentation and control system and the anticipated dates the testing will occur. 2. Controllers and electronic function modules shall be tested and exercised by the CONTRACTOR to demonstrate correct operation, first individually and then collectively as functional analog networks. Each hardwired analog control network shall be tested to verify proper performance within indicated accuracy tolerances. Accuracy tolerances for each analog network are defined as the root - mean - square- summation of individual component accuracy tolerances. Individual component accuracy tolerances shall be as indicated by contract requirements, or by published manufacturer accuracy specifications, whenever contract accuracy tolerances are not indicated. 3. Each analog network shall be tested by applying simulated inputs to the first element(s). Simulated sensor inputs corresponding to 10 percent, 50 percent, and 90 percent of span shall be applied, and the resulting outputs read to verify compliance to network accuracy tolerance requirements. Continuously variable analog inputs shall be applied to verify the proper operation of discrete devices. Temporary settings shall be made on controllers, alarms, etc., during analog loop tests. All analog loop test data shall be recorded on test forms, which include calculated root - mean - square- summation system accuracy tolerance requirements for each output. 4. When installation tests have been successfully completed for all individual instruments and all separate analog control networks, a certified copy of all test forms signed by the City or the City's representative as a witness, with test data entered, shall be submitted together with a clear and unequivocal statement that all instrumentation has been success fully calibrated, fully inspected, and fully tested. D. . System Pre - commissioning: The CONTRACTOR shall responsible for demonstrating the operability of all systems provided under this specification. Pre - commissioning shall commence after acceptance of all wire, all calibrating and loop tests, and all inspections have been conducted. Pre - commissioning shall demonstrate proper operation of all systems with process .equipment operating over full operating ranges under actual operating conditions. The CONTRACTOR shall develop and submit to the City for approval a Pre - Commissioning Plan which describes detailed test procedures, checklists, blank forms and data to be recorded, test equipment to be used and calculated tolerance limits. 2. System pre- commissioning activities shall include the use of water to establish service conditions that simulate, to the greatest extent possible, CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 30 5/16/2001 0 0 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS normal final control element operating conditions in terms of applied process loads, operating ranges and environmental conditions. Final control elements, control panels, and ancillary equipment shall be tested under start-up and steady -state operating conditions to verify that proper and stable control is achieved using motor control center and local field mounted control circuits. All hardwired and software control circuit interlocks and alarms shall be operational. The control of final control elements and ancillary equipment shall be tested using both manual and automatic (where provided) control circuits. The stable steady -state operation of final control elements running under the control of field mounted automatic analog controllers or software based controllers shall be assured by adjusting the controllers, as required, to eliminate oscillatory final control element operation. The transient stability of final control elements operating under the control of field mounted, and software based automatic analog controllers shall be verified by applying control signal disturbances, monitoring the amplitude and decay rate of control parameter oscillations (if any) and making necessary controller adjustments, as required, to eliminate excessive oscillatory amplitudes and decay rates. 3. All electronic control stations incorporating proportional, integral or differential control circuits shall be optimally tuned, experimentally, by applying control signal disturbances and adjusting the gain, reset or rate setting(s) as required to achieve a proper response. Measured final control element variable position /speed set point settings shall be compared to measured final control element position /speed values at 10 percent, 50 percent and 90 percent of span and the results checked against indicated accuracy tolerances. Accuracy tolerances are defined as the root - mean - square summation of individual component accuracy tolerances. Individual component accuracy tolerances shall be as indicated in the Contract Documents or as specified by published manufacturer accuracy specifications whenever not indicated. 4. The CONTRACTOR shall submit an instrumentation and control system precommissioning completion report which shall state that all Contract requirements have been met and which shall include a listing of all instrumentation and all control system maintenance and repair activities conducted during the pre- commissioning testing. The City must-accept the instrumentation and control system pre- commissioning testing before the operational testing may begin. Final acceptance of the control system shall coincide with final acceptance of the WORK. E. Operational Testing: The CONTRACTOR shall furnish his own personnel, electrical personnel, and any instrument manufacturers representatives as required during the testing period to produce a fully operational system. In addition, the CONTRACTOR shall provide a two -year warranty on all control and instruments on both labor and materials. CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 31 5/16/2001 SECTION 16700 - INSTRUMENTATION AND CONTROL SYSTEMS F. Instruction: The CONTRACTOR shall train the CITY'S maintenance personnel in the maintenance, calibration and repair of all instruments provided under this contract. The training shall be scheduled a minimum of 3 weeks in advance of the first session. The training shall be performed concurrent with the pre- commissioning. 2. The training shall be performed by qualified representatives of the instrument manufacturers and shall be specific to each instrument model provided. Instructors shall have at least 2 years of training experience. 3. Training class shall be a minimum of 8 hours in duration and shall cover Operational Theory, Maintenance, Trouble Shooting /Repair, and Calibration of the instrument. 4. Proposed training material, including resumes for the proposed instructors and a detailed outline of each lesson shall be submitted to the City at least 30 days in advance of when the lesson is to be given. The City shall review the submitted data for suitability and provide comments, which shall be incorporated into the course. 5. Within 10 days after the completion of each lesson the CONTRACTOR shall present to the City the following: a. A list of all CITY personnel that attended the lesson. b. An evaluation of CITY personnel knowledge through written testing or equivalent. C. A copy of text utilized during the lesson with all notes, diagrams, and comments. END OF SECTION CITY OF NEWPORT BECAH INSTRUMENTATION AND CONTROL SYSTEMS ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS PAGE 16700 - 32 5/16/2001 June 26, 2001 CITY COUNCIL AGENDA i nFnnl. tCD ITEM NO. 17 ,1 1 i,V�L TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS - AWARD OF CONTRACT NO. 3417 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3417, Zone III and IV Pump Station Electrical Improvements, to Rich Construction for the Total Bid Price of $609,654.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $50,000.00 to cover the cost of unforeseen work. 4. Approve purchase of four Zone III replacement water booster pumps and motors from Sterling Peerless Pump for a cost of $138,470.70. PROJECT DISCUSSION The Zone III and IV water pump stations are located at the City's Big Canyon Reservoir (BCR) facility in Corona del Mar. The two pump stations boost water into the City's upper water pressure zones from BCR. The Zone III station was used solely as a backup to the Metropolitan Water District until the City reestablished its groundwater supply in 1997 through the Groundwater Development Project. Now the Zone III pump station is used for continuous daily service throughout the year. The station was constructed in the early 1960's. The pumps are worn and responsible for significant energy losses. With the installation of the new Zone III and IV electrical improvements and pumps, the energy savings that will be realized over the next ten years should repay the cost of the project. The project calls for the installation of the new pumps, motors and electrical controls to run both the Zone III and IV pump stations. Variable frequency drives will be installed in the Zone III pump station to provide a more energy efficient system for this pressure zone, which covers one -third of the City. A backup generator is also being installed to provide emergency power to the Zone III pump station. The Zone IV pump station is already equipped with a diesel driven backup pump in case of a power failure. By replacing the pumps and motors and utilizing the new variable frequency drives in the Zone III controls, energy costs can be reduced by twenty -five percent. This equates to a yearly cost savings of approximately $55,000.00. Subject: Zone III and Zone Ptation Improvements — Award of Contract No.97 June 26, 2001 Page: 2 ZONE III AND IV PUMP STATION ELECTRICAL IMPROVEMENTS At 2:15 p.m. on June 12, 2001, the City Clerk opened and read the following bids for the Zone III and IV Pump Station Electrical Improvement, C -3417: BIDDER TOTAL BID AMOUNT Low Rich Construction $609,654.00 2 Olsson Construction $698,185.00 3 Tamang Electric $773,898.00 4 Beador Construction $840,000.00 The low total bid amount is 1 percent above the Engineer's Estimate of $600,000.00. The low bidder, Rich Construction, possesses the required Electrical Classification C -10 and General "A" contractor's licenses. Rich Construction has satisfactorily completed the electrical portions of the 16`" Street Reservoir and Pump Station project under the general contractor. They are qualified to complete the requirements for this project. ZONE III REPLACEMENT BOOSTER PUMPS Staff requested bids from three pump manufacturers and four distributors. Since the City went direct to the manufacturers for bids, only one distributor provided a bid (Beylick Drilling). By ordering pumps directly from the manufacturer a significant cost savings can be realized. The following were the bid results to supply four new replacement pumps for the Zone III pump station, not including sales tax. BIDDER TOTAL BID AMOUNT' Low Sterling Peerless Pumps $129,036.00 2 Paco Pumps (Johnson Pump Company) $159,088.00 3 Beylick Drilling (Floway Pumps) $188,686.00 Does not include sales tax. There are sufficient funds available in the Water Enterprise Fund under Capital Project Account No. 7503- C5500531 for award of Contract No. 3417 and for the purchase of the replacement booster pumps. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: Michael J. Sinacori, P.E. Utilities Engineer Attachment: Bid Summary for Zone III and IV Pump Station Electrical Improvements : � \£ /!!0 2[jk .2 2 \\ )\ \ { Lil \� di di ee 7 \P (( \ \ \ \� \ \m) 6\ § )k \ ( �\) q@ /R [\ / )a )3 _ z` a m Le � f a° § § =2 } 2 ]§ 2 0 < u u § \e ( a p § § ` » ! k § § § ( k�0k z K��k * §a£2 §2I2 § ( ) ) ( - \ § \ §: § ! () «\( M, K=:\ \k, .. oa § <» § \) 6 \ \\/ n( §/ &) �0W /> ()Lb �t � 0 2�/ (2e8\0 �`� 6 . , §\)( ± : � \£ /!!0 2[jk .2 2 \\ )\ \ { 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Olsson Construction 326 W. Katella Avenue, Suite 4 -J Orange, CA 92867 -4756 Gentlemen: Thank you for your courtesy in submitting a bid for the Zone III and IV Pump Station Electrical Improvements (Contract No. 3417) 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, LaVonne M. Harkless, CMClAAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Beador Construction Company, Inc. P.O. Box 1 Corona del Mar, CA 92625 Gentlemen: Thank you for your courtesy in submitting a bid for the Zone III and IV Pump Station Electrical Improvements (Contract No. 3417) 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, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Tamang Electric 11529 Yorba Avenue Chino, CA 91710 -1766 Gentlemen: Thank you for your courtesy in submitting a bid for the Zone III and IV Pump Station Electrical Improvements (Contract No. 3417) 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, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach