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