Loading...
HomeMy WebLinkAboutC-3651 - Newport Terrace Landfill Gas Collection and Control System0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC July 8, 2008 Innovative Construction Solutions, Inc. 7125 Fenwick Lane, Suite O Westminster, CA 92683 Subject: Newport Terrace Landfill Gas Collection and Control System (C -3651) To Whom It May Concern: On May 27, 2008, 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 June 3, 2008, Reference No. 2008000263832. The Surety for the contract is ACSTAR Insurance Company and the bond number is F19516. Enclosed is the Labor & Materials Payment Bond. Sincerely, ncer M # 60bL4� LaVonne M. Harkless, MMC City Clerk encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL. SYSTEM CONTRACT NO, 3651 BOND N0. F19516 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of Califomia, by motion adopted, has awarded to Innovative Construction Solutions, Inc., hereinafter designated as the "Principal," a contract for construction of NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM, Contract No. 3651 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3651 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, ACSTAR INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, In the sum of Eight Hundred Eighteen Thousand Eight Hundred and No/100 ($818,800.00), 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 Principal's subcontractors, fall to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 17 0 0 BOND NO. F19516 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the 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 dtxecuted by the above named Principal and Surety, o n the 25th day of Jul 1 �ji�t� � yet �i ���'��✓� Innovative Construction Solutions, Inc. Authorized Signature /Title (Principal) ACSTAR INSURANCE COMPANY Name of Surety ruthaW6d Agent Signature 233 MAIN STREET NEW BRITAIN, CONNECTICUT 06050 Address of Surety 860 - 224 -2000 Telephone Henry W. Nozko, Jr., President Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED t8 State of Connecticut ACKNOWLEDGEMENT BOND NO. F19516 County of Hartford On July 26, 2007 before me, Marie Vassar, Notary (here insert name and title of the officer) personalty appeared W. Nozko, Jr. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledge 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. MARIE VASSAR Signature �%l ce �v� y IWOTART PUBLIC IIPfGel�ie 'n661eh''ar+n�v:.d &Stsm+O (Seal) OPTIONAL Though the data below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL CORPORATE OFFICER President TrrLE(S) ❑ PARTNER(S) LIMITED GENERAL ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENnTYQES) DESCRIPTION OF ATTACHED DOCUMENT Surety Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES July 26, 2007 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE roe FRP AAI BRITAIN, eox zaSD BOND NO. 0316 POWER OF ATTORNEY BRITAIN, CT 06050-2350 BOX INSURANCE CpMPM1Y 224-20° N2 25775 This Power of Attorney must have original corporate seal, and red and blue ACSTAR logo to be valid. Know all men by these presents: That ACSTAR Insurance Company, a corporation of the State of Illinois, having Its principal office in the City of New Britain, Connecticut, pursuant to the following Resolution, which was adopted by the Board of Directors of the said Company on September 28, 2006. RESOLVED, That the following Rules shall govern the exertion for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof (1) That the Chsimnan, the President, any Vice President and General Counsel, or any Attomey -in- Fact, may execute for and an behalf of the Company any and all bonds, under- takings, moognizances, contracts and other writings in the name thereof, the same to be attested when necessary by the Corporate Secretary, or any Asslstar t Corporate Seantary, and the seal of the Company affixed thereto; and that the Chairman a President may appoint and aultwr¢e any other Officer (elected or appairded) of the Company, and Attomeys -in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix to seal of the Company fhereb. (2) Any such writing executed in accomli ce with these Rulas shall be as binding upon the Company in any rase as though signed by the President and attested to by the Corporate Seem". (3) The signature of the Chaimran, the President, or a Vice President of the Company may be affixed by facsimile an any power of allomey granted pursuant to this Resolution, G) and the signature of a facsimile to any certificate of any such power, and any such power a certificate bearing such fascimille signature and seat shall be valid and binding Clon the Company. Y ui (4) Such offer O1Acars of the Company, and Attomays -in -Fact shall have authority to certify or verity copies of this Resolution, the By -Laws of the Company, and any affidavit or r_ Y record of the Company necessary to the discharge of their duties. D C does hereby nondnate, constitute and appobd -t 12 do HENRY W. NOZKO, JR.. ROBERT H. FRAZER, DAVID A. PRICE, MICHAEL P. CIFONE, JOAN C. FORTIER, HENRY W. NOZKO III each Ce individual) is true and lawful Attorney-in-Fact, to make, execute, seal and deliver on its behalf, and as its act and deed an and all bonds, under- Q) i y Y ,F N takings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TEN MILLION DOLLARS (E70,000,000.00) each, O ? and the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, as if they had been m > duly executed and acknowledged by the regularly elected otrcers of the Company at its principal office. m 7 IN WITNESS WHEREOF, Henry W. Nozko, Jr., President, has hereunto subscribed his name and affixed the corporate seat of ACSTAR C :O Insurance Company this 281111 day of September 2006. o ACSTAR Insurance Company L 60 o Q 11 c tLd by N m r Henry W. M ko Jr., F44 'd N N STATE OF CONNECTICUT ) as. NEW BRITAIN 0 COUNTY OF HARTFORD ) On this 281111 day of September 2006, before me, a Notary Public of the State of Connecticut came, Henry W. Nozko, Jr., President of ACSTAR Insurance Company, to me personally known to be the Individual and officer who executed the preceding instrument, and he -p >, acknowledged that he executed the same, and the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signatures were duly affixed by the authority and direction of the said caryoratim and the Resolution adopted by the Board > m of Directors of sold Company, referred to in the preceding instrument, is now in force. Z U IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of New Britain the day and year first above written. 01� womb Notary Public - Diane L Plante I, the undersigned, Secretary or Assistant Secretary of ACSTAR Insurance 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. In witness whereof, I have hereunto subscribed my name as Secretary or Assistant Secretary, and affixed the corporate seal of the Corporation, this 26th day of July 2oo7, Robert H. Flrazer� //Miiic P. Cifone Secretary/ Assistant Secretary PO ® a ry cy14Fop, May 28, 2009 i OFFICE OF THE CITY CLERK Leilani I. Brown, MMC Innovative Construction Solutions, Inc. 7125 Fenwick Lane, Suite O Westminster, CA 92683 Subject: Newport Terrace Landfill Gas Collection & Control System (C-3651) To Whom It May Concern: On May 27, 2008, the City Council of Newport Beach accepted the work for 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 July 8, 2008. The Surety for the contract is Acstar Insurance Company, and the bond number is F19516. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www. city. newport-beach. ca. us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL OAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 BOND NO, F19516 FAITHFUL.. PERFORMANCE BOND The premium charges on this Bond is $ 20,470.00 being at the rate of $ 25.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Innovative Construction Solutions, Inc., hereinafter designated as the "Principal", a contract for construction of NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM, Contract No. 3651 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. 3651 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and ACSTAR INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Eight Hundred Eighteen Thousand Eight Hundred and No/100 ($818,800.00), 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. 19 BOND NO. F19516 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable 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 specifications accompanying the 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 25th day of July, 20 Innovative Construction Solutions, Inc. Author! ed Signature/7-itle (Principal) ACSTAR INSURANCE COMPANY Name of Surety 233 MAIN STREET NEW BRITAIN, CONNECTICUT 06050 Address of Surety 860-224-2000 Telephone orized Agent Signature Henry W. Nozko, Jr., President Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 20 State Of Connecticut ACKNOWLEDGEMENT BOND NO. F19516 County of Hartford On July 26, 2007 before me, Marie Vassar, Notary (here insert name and title of the officer) personally appeared Henry W. Nozko , Jr. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledge 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. MARIE VASSAR %% �� %.G � , NOTARY PUB= MY COMMISSION EXPIRES AUG, 31,2010 (Seal) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL 0 CORPORATE OFFICER President TITLE(S) ❑ PARTNER($) LIMITED ® GENERAL Q ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) V^fVV!/VG 1/VV DESCRIPTION OF ATTACHED DOCUMENT Surety Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES July 26, 2007 DATE OF DOCUMENT SIGNERS) OTHER THAN NAMED ABOVE FRP RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 This Document i -is electronically recorded by . , Cert Mail D Recorded in Official Records, Orange County Tom Daly, Clerk -Recorder 11111111111111111111111111111111111111111111111111111111111111111 NO FEE 2008000263832 10:14am 06/03/08 213 8 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Innovative Construction Solutions, of Westminster, California, as Contractor, entered into a Contract on July 10, 2007. Said Contract set forth certain improvements, as follows: Newport Terrace Landfill Gas Collection and Control System (C-3651) Work on said Contract was completed, and was found to be acceptable on May 27, 2008, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Acstar Insurance Company. Zilty =Newport orks Director Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on rs oan©8 , at Newport Beach, California.61 BY o ;1 3� City Clerk t � � w • May 27, 2008 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC RE: Notice of Completion for Newport Terrace Landfill Gas Collection & Control System (C -3651) Please record the enclosed Notice of Completion and return it to the City Clerk's office. Thank you. Sincerely, 6V LaVonne M. Harkless, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us • 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 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Innovative Construction Solutions, of Westminster, California, as Contractor, entered into a Contract on July 10, 2007. Said Contract set forth certain improvements, as follows: Newport Terrace Landfill Gas Collection and Control System (C -3651) Work on said Contract was completed, and was found to be acceptable on May 27. 2008, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Acstar Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �%� R 008 at Newport Beach, California. �L711L�� YJ 0 CITY OF NEWPORT BEACI CITY COUNCIL STAFF REPORT Agenda Item No. 12 May 27, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen G. Badum 949 - 644 -3311 or sbadum @city.newport- beach.ca.us SUBJECT: Newport Terrace Landfill Gas Collection and Control System — Completion and Acceptance of Contract No. 3651 and Approval of Amendment No. 3 with SCS Engineers - International, LLC, for Start- up Support Services Relative to Operation and Maintenance of the Completed System Recommendations: 1. Accept the construction work performed and completed by Innovative Construction Solutions, Inc. under Contract No. 3651. 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 one year after City Council acceptance. 5. Approve Amendment No. 3 to the Professional Services Agreement with SCS Engineers- International, LLC for start-up support services relative to the operation and maintenance of the completed landfill gas collection and control system. 6. Approve a Budget Amendment transferring $235,110 from the Environmental Liability Fund to Account No. 7292- C5100735 for the construction of the Newport Terrace Landfill Gas Collection and Control System. Background: In accordance with the terms of the Settlement and License Agreement between the City of Newport Beach and the Newport Condominium Association (NCA), the City has administered the design and construction contracts for the improvements identified as the "Newport Terrace Landfill Gas Collection and Control System ". The firm of SCS Engineers - International, LLC (SCS) from Long Beach, California was hired to prepare plans, specifications, and cost estimates for the scope of work referenced in the Newport Terrace9dfill Gas Collection and Control System — CompletAnd Acceptance of Contract No. 3651 and Approval of Amendment No. 3 to Professional Services Agreement with SCS Engineers - International, LLC May 27. 2008 Page 2 Settlement Agreement. A Professional Services Agreement with SCS was entered into on December 31, 2006, to assist the City in pre - qualifying construction contractors for competitive bidding on the work and to handle permit processing with regulatory agencies. The not -to- exceed fee amount for this Agreement was $17,000. By June 2007, four contractors had been pre - qualified and the project was ready for bidding. Three of the four contractors submitted bids on June 27, 2007. The low bid of $818,800 was submitted by Innovative Construction Solution, Inc. (ICS). On July 10, 2007, the City Council awarded Contract No. 3651 to ICS for $818,800 and established an amount of $80,000 to cover the cost of unforeseen construction expenses. In addition to awarding the construction contract to ICS, the City Council approved Amendment No. 1 to the December 31, 2006, Professional Services Agreement with SCS in the amount of $83,162 to provide observation and support services during construction of the improvements by ICS. SCS began construction support services in August 2007 and was expected to continue until January 2008. On January 22, 2008, the City Council approved Amendment No. 2 to the Agreement with SCS in the amount of $32,838 for additional and extended construction support services continuing into March 2008. Discussion: ICS has completed the work covered by Contract No. 3651 to the satisfaction of the Public Works Department and the Newport Condominium Association and is recommended for acceptance. The Settlement and License Agreement provides for the City to be responsible for operating and maintaining the landfill gas collection and control system upon completion of its construction. Operation and maintenance costs are to be shared between the City and NCA. The City's Utilities Department is best suited for assuming the responsibility to operate and maintain (O &M) the landfill gas collection and control system. To assist in this responsibility, SCS proposes to prepare an O &M manual and to provide training and consultation to the Utilities Department staff during a "start-up and balancing" period of approximately 60 days. A proposal letter from SCS dated April 22, 2008, describes the services to be provided for a not to exceed amount of $44,925. During this 60 -day period, a determination can be made to have continuing O &M performed by City staff or by a private contractor. A report will be made to the City Council this summer to recommend an operating budget for ongoing maintenance costs for the system. Based on the explanation described above, staff recommends approval of Amendment No. 3 to the Professional Services Agreement with SCS authorizing additional consulting services for a not to exceed amount of $44,925. The proposed Amendment No. 3 is attached for reference. Newport Terrac fill Gas Collection and Control System — Complet d Acceptance of contract No. 3651 and Approval o mendment No. 3 to Professional Services Agreemen th SCS Engineers - International, LLC May 27, 2008 Page 3 Construction Contract Costs: The contract awarded to ICS was based on an amount of $818,800. Progress payments have been made to ISC from a City National Bank escrow account created by $500,000 contributions from each the City and NCA. The final payment amounts under the initial contract total $814,000. In addition, 14 change orders to the contract were approved for a total of $68,840 which is equivalent to an increase of approximately 8.41% over the initial contract amount. Payments to ICS for the initial contract items and the change orders were made from the escrow account in equal amounts from the City and NCA deposits. A summary listing of the 14 contract change orders is enclosed with this report. The initial contract completion date of January 23, 2008, was extended to May 23, .2008, due to the combination of rain days, additional change order work,.and waiting for Southern California Edison to install conductors and a new electric meter. The last ten weeks of the contract extension time was the consequence of adding alarm monitoring equipment for communication to the SCADA system in the City Utilities Yard. Overall, ICS performed its work in a timely and responsible manner and staff would recommend them for similar future work. Environmental Review: This project is Categorically Exempt from provisions of the California Environmental Quality Act (CEAQ) pursuant to Section 15301, Class 1 of the CEQA Implementing Guidelines. This exemption covers operation, repair, maintenance, minor alteration, etc., of existing structures, facilities, mechanical equipment, etc., involving no expansion of use of that existing at the time of the City's determination. A Notice of Determination has been filed with the Orange County Clerk's Office. Geotechnical / Survey Services: Surveying and construction staking services were provided by a private firm hired by ICS as a part of the construction contract. Construction and Project Management: SCS provided observation and support services during construction as previously described in this staff report. Project management and contract administration on behalf of the Public Works Department was provided by Gail P. Pickart, P.E. under an On -Call Professional Services Agreement approved by the City Council on July 10, 2007. Newport Terracedfll Gas Collection and Control System - Compleend Acceptance of Contract No. 3651 and Approval of Amendment No. 3 to Professional Services Agreement with SCS Engineers - International, LLC May 27, 2008 Page 4 Funding Availabilitv: In addition to the primary construction contract, this project involved other project expenses for material testing. Total project expenses are summarized as follows: Construction $882,840* Bidding and Construction Support $177,925 Project Management / Contract Administration $27,600 Compliance Probe Monitoring and Reporting of Landfill Gas durinq the Period from 8/06 through 3 /08 $22,075 Air Quality Emissions Permit Fees $2,010 SCE Electrical Energy $3,000 Escrow Fees $2,000 -Reproduction and Miscellaneous Expenses $500 Total Project Cost $1,117,950 *$441,420 (50% of construction costs) paid by NCA from escrow funds. Funds for the project were expended from the following account: Account Description Environmental Liability NCA Escrow Contribution Prepared by: Gail P. Pickart, P.E. Consulting Contract Administrator Account Number Amount 7292- C5100735 $676,530 n/a $441,420 Total: $1,117,950 Attachment: Vicinity Map Change Order Summary Amendment No. 3 Submitted Works Director 0 Exhibit 1 0 Newport Terrace Landfill Gas Collection and Control System — Contract No. 3651 Change Order Summary Change Order No. Description of Change Order Amount 1 Remove five trees adjacent to the equipment building $5,900 2 Redrill wells 12 and 13 due to refusal and / or $2,900 groundwater 3 Install lateral piping, 3" butterHy valves, and two valve $1,600 boxes to tie wells 15 and 15A into collection system 4 Relocate sewer manhole for condensate discharge <$5,600> from sewer main in 19"' Street to easterly end of Seabird Court 5 Install temporary blower outside equipment building $6,200 with flexible piping and electrical connections 6 Provide steel purlins for equipment building roof $4,400 framework to attach corrugated metal sheeting 7 Credit for changing patterned concrete to plain concrete $500 for equipment building access way. Install new interior lighting, switches, and duplex outlets inside equipment building 8 Install 3" PVC electrical conduit and main breaker panel $9,500 for new electrical service from SCE handhole to equipment buildin exterior 9 Install 1" PVC telephone conduit between panel on $3,200 condo at 6 Windsong Court to equipment building 10 Video inspection to determine condition of 8" effluent $2,750 line from equipment building to flag pole atmospheric discharge point 11 Fabricate and install a sound enclosure over one $8,790 methane blower and one H2S blower. Provide daily monitoring of treatment compound from 3/17/08 to 4/8/08 12 Exchange NEMA3 exterior panel with a NEMA1 interior $2,950 panel and add a main breaker 13 Furnish and install monitoring and alarm equipment for $14,700 wireless and hardwire telecommunications between blower building and City SCADA system at Utilities Yard 14 Two - thirds share of patterned concrete walkway $11,050 replacement and daily monitoring of treatment compound from 4/9/08 to 5/27/08 Total $68,840 0 p it xp Rid��eoiestbGi4 S�e� Bluff �P 1 k St f0 o Rio .lee ► �0 r�srer r° i PROJECT LOCATION cr G u ID Govt rm a R W2ot� Evergreen C:ed °L � SSA �� I W 10th St �S kVie � 1�T enter brt� x a �o Catar7 iifq tyt a A� w lath st " VICINITY MAP NOT TO SCALE E G n p � Pi Q hT own a St C i i N` 1 AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT WITH SCS ENGINEERS INTERNATIONAL, LLD FOR CONSULTING SERVICES IN CONNECTION WITH SELECTION OF CONSTRUCTION CONTRACTOR FOR NEWPORT TERRACE LANDFILL GAS SYSTEM MODIFICATIONS THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, entered into this day of 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City") and SCS ENGINEERS INTERNATIONAL, LLC, a Delaware Limited Liability Company, whose principal place of business is 3900 Kilroy Airport Way, Suite 100, Long Beach, California, 90808 -6816 ( "Consultant "), is made with reference to the following: RECITALS A. On December 31, 2006, City and Consultant entered into a Professional Services Agreement, hereinafter referred to as "Agreement," for selection of qualified construction contractors to bid the Newport Terrace Landfill Gas System Modifications. B. On July 10, 2007, City and Consultant executed Amendment No. 1 to Agreement for observation and support services during construction of the Newport Terrace Landfill Gas System Modifications. C. On January 22, 2008, City and Consultant executed Amendment No. 2 to Agreement for extended observation and support services during construction of the Newport Terrace Landfill Gas System Modifications. D. City desires to have Consultant provide start-up support services in connection with the operation and maintenance of the gas system modifications at Newport Terrace Landfill, E. City desires to compensate Consultant for continuing and additional professional services to be rendered to City. F. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 3 ", as provided herebelow. NOW, THEREFORE, the parties hereto agree as follows: 1. Consultant shall provide the services outlined in the April 22, 2008 proposal from Consultant attached hereto as "Exhibit A" and incorporated in full by this reference. 0 2. Total additional compensation for services performed pursuant to this Amendment No. 3 for all work performed, including all reimbursable items and subconsultant fees, shall not exceed Forty -Four Thousand Nine Hundred Twenty -Five Dollars and no /100 ($44,925.00) as outlined in Exhibit A. 3. The term of the Agreement is extended to October 1, 2008. 4. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 3 on the date first above written. APPROVED AS TO FORM: ,4 -1' C- Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: M LaVonne Harkless, City Clerk Attachment: Exhibit A — Proposal CITY OF NEWPORT BEACH A Municipal Corporation By: Edward Selich, Mayor for the City of Newport Beach CONSULTANT: By: (Corporate Officer) Title: Print Name: By: (Financial Officer) Title: Print Name: f: lusers\pbwlsharedlagreementslfy 07 -081scs- newport fenace 09- amend -3.doc 2 Environmental Consultants . 3900 Kilroy Airport Way • 562 426 -9544 and Contractors Suite 100 FAX 562 427 -0805 Long Beach, CA 90806 -6816 www.scsengineers.com April 22, 2008 File No. 01201221.07 Mr. Gail Pickart, PE City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Subject: Proposal to Perform Initial Operations for Newport Terrace Landfill Gas System Modifications Dear Mr. Pickart: This letter constitutes a proposal (revised from original January 31 version sent to Aaron Harp) for SCS Engineers (SCS) to assist the City of Newport Beach in the initial start-up operations of the modified landfill gas (LFG) control system at the Newport Terrace Condominiums. Construction of the system modifications, including new collection piping, a number of new extraction wells, and a completely re- outfitted gas treatment facility, although largely complete, is now expected to be accepted by the city in May. At that point, the contractor will have demonstrated mechanical completion — that the equipment installed is capable of meeting the performance specifications (e.g., flow rates, applied vacuum and discharge pressure, functionality of mechanical and electrical equipment). After the system is accepted by its owner (the City and/or NCA) it will need to be operated, maintained, and monitored. There will be an initial period of relatively intense operations, probably about 60 days, during which the extraction of gas from the landfill (applied vacuum) is balanced to achieve the objectives of the system, i.e., the reduction of methane concentrations in compliance monitoring probes to acceptable levels (below 5% by volume, per state regulations). In addition, a "source test' would be performed pursuant to the SCAQMD Permit, whereby samples of treated gas are collected and analyzed to demonstrate that permit conditions (adsorption of non - methane organic compounds, NMOCs) are being met. After the initial operations the long -term operation, maintenance, and monitoring (OM &M) may begin. This letter presents our proposal for the initial operations. SCS would also be interested in performing the longer term OM &M, and can prepare a proposal for those services at a later date. SCOPE OF WORK During the initial operations, SCS would (in general) do the following: Perform background (pre- startup) monitoring: methane and pressure in monitoring probes; static pressures and gas concentrations in extraction wells. Offices Nationwide 0 Mr. Gail Pickart • • April 22, 2008 Page 2 • Initiate system operation with all flow control valves in full open position. • Start up the collection system (blowers). • Monitor flow rates achieved and distribution of applied vacuum throughout wellheads. • Begin closing extraction well control valves to achieve a balance of applied vacuums through the well - field. • Routinely monitor NMOC and sulfur removal in the treatment units. • Perform lab analysis of gas samples from treatment system inlet and outlet (required monthly per conditions of AQMD Permit). Monitor operation of automated condensate management system (pneumatic sumps, pumps)- • Modify condensate trap risers to make them flush with surface. o Prepare Operation and Maintenance Manual. This document would compile all available system construction and equipment information and permit conditions, and provide operations and troubleshooting guidance for future system operators. We would provide forms for future reporting of monitoring and operating data. The immediate operational goal will be to reduce methane concentrations in compliance monitoring probes to be below 5% by volume (several probes have had higher methane concentrations in recent months). Once that has been accomplished, a secondary goal will be to reduce the long -term cost of operation by reducing the flow rate of collected gas, and to potentially reduce the hours of operation of the system. (The system is controlled by a 7 -day, 24 -hour timer, allowing less - than-full -time operation.) These measures would hopefully reduce the rate of carbon consumption in the treatment system, and also reduce power consumption. ESTIMATED COST AND SCHEDULE We estimate the following level of effort and cost: Scope Item Estimated Cost Week 1 Two full -time technicians, 3 days at site (each 24 hours @ $80) $3,840 Weeks 2 to 4 One tech, twice weekly, full -day visits (48 hours @ $80) $3,840 Weeks 5 to 9 Twice weekly, half -day visits (50 hours @$80) $4,000 Modification of four condensate risers $2,800 Preparation of O &M Manual, lump sum $7,500 Vehicles and equipment (1 1 days @ $295) $3,245 Mr. Gail Pickart • April 22, 2008' Page 3 Note that we have not allowed for costs related to replacement (regeneration) of carbon in the adsorption units, or for the Sulfa -Treat system. We believe it unlikely that this would be needed within the fast few months. This also does not address costs such as electrical power, condensate disposal (to the city sewer system) or any other internal city costs. This scope envisions a 2 -month schedule for this initial operations project. If this proposal is acceptable, we assume the City will process the appropriate contracting instrument. We look forward to our continuing relationship with the City of Newport Beach. If you have any questions about this proposal, please call the undersigned. Sincerely, U - Mark B. Beizer, P Senior Vice President SCS ENGINEERS MBB /jml Scope Item Estimated Cost AQMD source test $6,000 Laboratory (gas analyses): 2 months (sulfur and VOC $1,200 analyses) Management and coordination, liaison to LEA, SCAQMD $12,500 Total Estimate $44,925 Note that we have not allowed for costs related to replacement (regeneration) of carbon in the adsorption units, or for the Sulfa -Treat system. We believe it unlikely that this would be needed within the fast few months. This also does not address costs such as electrical power, condensate disposal (to the city sewer system) or any other internal city costs. This scope envisions a 2 -month schedule for this initial operations project. If this proposal is acceptable, we assume the City will process the appropriate contracting instrument. We look forward to our continuing relationship with the City of Newport Beach. If you have any questions about this proposal, please call the undersigned. Sincerely, U - Mark B. Beizer, P Senior Vice President SCS ENGINEERS MBB /jml CW of Newport Beach 9 BUDGET AMENDMENT 2007 -08 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Iq Increase Expenditure Appropriations AND Transfer Budget Appropriations Id SOURCE: from existing budget appropriations from additional estimated revenues NX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: NO. BA- 08BA -074* AMOUNT: $676,530.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase expenditure appropriations from Environmental Liability unappropriated fund balance for the construction of the Newport Terrace Landfill Gas Collection and Control System. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 292 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Environmental Liability - Fund Balance Description Signed: ���>�� !/� Financial Approval: /Administrativ ervices Director Signed: +^�-� A41ministrative Approv I: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $676,530.00 $676,530.00 S- /-�,-Zj? Date ate Date Description Division Number 7292 Environmental Liability Account Number C5100735 Newport Terrace Landfill Gas System Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: ���>�� !/� Financial Approval: /Administrativ ervices Director Signed: +^�-� A41ministrative Approv I: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $676,530.00 $676,530.00 S- /-�,-Zj? Date ate Date 0 CITY CLERK CITY OF NEWPORT BEACH Me NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 am on the 27th day of June 2007, at which time such bids shall be opened and read for NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM Title of Project 3651 Contract Number $1,000,000 Engineer's Estimate ten G. Badum Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE httP7]/%vww.citv.newPort- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding A mandatory pre -bid job walk will be held at 9am on 15th of June, 2007. Meet at 19th Street and Balboa Avenue. Contractor License Classification required for this project: "A" Technical questions concerning the project? Contact Mark Belzer, PE, Project Engineer at(562)426-9544,X-3024 General questions concerning the project? Contact Lloyd Dalton, PE, Project Manager at(949)644-3328 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S)... ................................................................ 6 NON - COLLUSION AFFIDAVIT ......................................................... ..............................7 DESIGNATION OF SURETIES ......................................................... ..............................8 ACKNOWLEDGEMENT OF ADDENDA ........................................... ..............................9 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................10 CONTRACT..................................................................................... .............................11 LABOR AND MATERIALS BOND .................................................... .............................17 FAITHFUL PERFORMANCE BOND ................................................ .............................19 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 +l 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 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. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770-7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized 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. 7(qp/ -s A- g,4 z - Contractor's License No. & Classification -L Bidder -7�,,.f Authorized Signature/Title to/Z -/0 Date 4 BOND NO, B26269 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 BIDDER'S BOND We, INNOVATIVE CONSTRUCTION SOLUTIONS, INC., the undersigned Principal, and ACSTAR INSURANCE COMPANY, the undersigned Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held firmly bound to the CITY OF NEWPORT BEACH, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID (10% OF AMOUNT BID), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM, CONTRACT No. 3651 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 25th day of June 2007 Innovative Construction Solutions, Inc NAME Of CONTRACTOR (Principal) ACSTAR Insurance .................................................... Name of Surety 233 Main Street New Britain, Connecticut 06050 .............................................................................................................. Address of Surety 860-224-2000 .................................................................................................................. Telephone ..................................................................................................................... Authorized Signature/Title e.................................................................................t o zed Signature Henry W. Nozko, Jr., President .................. Print Name and Title (Notary acknowledgement of Principal & Surety must be attached) State of Connecticut ACKNOWLEDGEMENT BOND NO. B26269 County of Hartford On June 25. 2007 personally appeared before me, Marie Vassar, Notary (here insert name and title of the officer) Henry W. Nozko, Jr. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledge 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. MARIE VASSAR �r NOTARY PUBLIC Signature/:G(B � MY COMMISSION EXPIRES AUG. 31,2010 (Seal) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ ❑x INDIVIDUAL CORPORATE OFFICER Wei fd� &"ct di 1,„ G,',4 TITLE(S) ❑ PARTNER(S)LIMITED GENERAL ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) b-4057/GF-1/05 DESCRIPTION OF ATTACHED DOCUMENT Surety Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES June 25, 2007 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE FRP ��a ������ 3 MAIN STREET • P.O. BOX 2350 �� ,W BRITAIN, CT 06050-2350 BOND N0. 269 POWER OF ATTORNEY L � � ` (860) 224-2000 0 X `� INSURANCE COMPANY N2 25550 This Power of Attorney must have original corporate seal, and red and blue ACSTAR logo to be valid. Know all men by these presents: That ACSTAR Insurance Company, a corporation of the State of Illinois, having its principal office in the City of New Britain, Connecticut, pursuant to the following Resolution, which was adopted by the Board of Directors of the said Company on September 28, 2006. RESOLVED, That the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (1) That the Chairman, the President, any Vice President and General Counsel, or any Attorney -in -Fact, may execute for and on behalf of the Company any and all bonds, under- takings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Corporate Secretary, or any Assistant Corporate Secretary, and the seal of the Company affixed thereto; and that the Chairman or President may appoint and authorize any other Officer (elected or appointed) of the Company, and Attorneys -in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested to by the Corporate Secretary. (3) The signature of the Chairman, the President, or a Vice President of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a facsimile to any certificate of any such power, and any such power or certificate bearing such fascimille signature and seal shall be valid and binding on the Company. (4) Such other Officers of the Company, and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Company, and any affidavit or record of the Company necessary to the discharge of their duties. does hereby nominate, constitute and appoint HENRY W. NOZKO, JR., ROBERT H. FRAZER, DAVID A. PRICE, MICHAEL P. CIFONE, JOAN C. FORTIER, HENRY W. NOZKO III each individually, its true and lawful Attorney - in - Fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, under- takings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TEN MILLION DOLLARS ($10,000,000.00) each, and the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, Henry W. Nozko, Jr., President, has hereunto subscribed his name and affixed the corporate seal of ACSTAR Insurance Company this 28th day of September 2006. ACSTAR Insurance Company by Henry W. _ko Jr., d t STATE OF CONNECTICUT ) ) ss. NEW BRITAIN COUNTY OF HARTFORD ) On this 28th day of September 2006, before me, a Notary Public of the State of Connecticut came, Henry W. Nozko, Jr., President of ACSTAR Insurance Company, to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same, and the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signatures were duly affixed by the authority and direction of the said corporation, and the Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of New Britain the day and year first above written. OTAR UBLI)_�Ise Notary Public - Diane L. Plante I, the undersigned, Secretary or Assistant Secretary of ACSTAR Insurance 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. In witness whereof, I have hereunto subscribed my name as Secretary or Assistant Secretary, and affixed the corporate seal of the Corporation, this 25th day of June 2007 Robert H. Frazer/MicW P. Cifone Secretary/ Assistant Secretary CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: lnpG�►�. Cc��s;�2,�c-il(�tJ Address: ea - ( I ik-,�- , c4 Sc- eZ it r--- , N Phone: Z. -- (x) %I State License Number: A jt,, 4Gi Name: Address: aJ���W ly 7rs is ��r L tai Phone: v;tkLt- iuAv' State License Number: l,44Z:12_ Name: { (_%', I- Address:- ?jl�. } L—> ?AQti., ep <J Li, 11 7- 11m.iwa,�1Cx,�� Phone:Q"A) State License Number:`t 1 NNLrJ 4 TY v i- &)&. 474,el-76AJ ��SG� CLvL Bidder ;z��, amu,. Authorized Signature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 DESIGNATION OF SUBCONTRACTORS) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: C_WV%vx,,, rew,_;7_41L Address: Phone:t{1A0(_ 2_y4c, State License Number: iciv2Sj" Name: :TAA- TX ---'e Address: S�C� . X (� : t} At-,-, a.AAu-1 c � Ctzei� Phone: O iq) State License Number: Name: Address: - Phone: State License Number: Bidder 0 Authorized Signature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of 1.70-Ax,6& ) 9A,o Ciyr�•n being first duly sworn, deposes and says that he or she is of Hcob , 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 lifornia hat the foregoing is true and correct. Bidder 5Ot•�T70Nf., Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on this 4 day of :�'oA, e - by E/hMJ�T the bases of satisfactory evidence to be the person(: THOMAS G. KNAACK Commission # 1501086 -� Notary Public - California [SEAL] Z L ' orange County My Comm. Expires Aug 11, 2008 7 personally known to me or proved to me on Q111yl My Commission Expires: C --//,6e CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 DESIGNATION OF SURETIES Bidders name �Zlv^:Q,.4-7-1 w ' �: /tea C, l� t� e,i 5ft .,, R v Jv S, a, e Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): r'4 e�.,/ 5 (84;-10 7 z 'T CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 ACKNOWLEDGEMENT OF ADDENDA Bidders name ..r(�yhy01,'A ruC- 6n '77 -At 1e --j7 ^j The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Q7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 CONTRACT THIS AGREEMENT, entered into this y" day ofy�, 2007, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Innovative Construction Solutions, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM Project Description as described in the Contract Documents. Contract No. 3651 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. 3651, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 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. 11 0 0 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Eight Hundred Eighteen Thousand Eight Hundred and No /100 ($818,800.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Lloyd Dalton (949) 644 -3328 CONTRACTOR Innovative Construction Solutions, Inc. 7125 Fenwick Lane, Suite O Westminster, CA 92683 (714) 893 -6366 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "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 fumish City with original 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 12 0 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this projectllocation 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. 13 • • 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self - insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 14 0 0 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 15 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. CITY OF NEWPORT BEACH jA Municipal Corporation APP AS TO FORM: 07) AARO C. HARP Assistant City Attorney INNOVATIVE CONSTR ION SOLUTIONS, INC. By: (Corporate Officer) Title: Print Name:'�� By: c�(F'inanciallOfficer) Title: 5�/0,- 91 Print Name: 'j0&&j hk5cyz we • • C17Y OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL CAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 BOND N0. F19516 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of Califomia, by motion adopted, has awarded to Innovative Construction Solutions, Inc., hereinafter designated as the 'Principal," a contract for construction of NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM, Contract No. 3651 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3651 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, PANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Eight Hundred Eighteen Thousand Eight Hundred and No /100 ($818,800.00), 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 Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomey's fee, to be fixed by the Court as required by the provisions of Section $250 of the Civil Code of the State of California. 17 0 0 BOND NO. F19516 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et, seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the some shall In any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Instrument has been duly xecuted by the above named Princciipal and Surety, on the 25th day of July 200 Innovative Construction Solutions, Inc. Authorized Signature/Title (Principal) ACSTAR INSURANCE COMPANY Name of Surety A Agent Signature 233 MAIN STREET NEW BRITAIN, CONNECTICUT 06050 Address of Surety 860 - 224 -2000 Telephone Henry W. Nozko, Jr., President Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 18 State of County of Connecticut Hartford ACKNOWLEDGEMENT On July 26, 2007 before me, BOND NO. F19516 Marie Vassar, Notary (here insert name and title of the officer) personally appeared Henry W. Nozko, Jr. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledge 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. MARIE VASSAR Signature /yy� g ROTARY PI7BL,IC (Seal) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL 0 CORPORATE OFFICER President nTLE(s) ❑ PARTNER(S) LIMITED GENERAL ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR Dn ITY(IES) DESCRIPTION OF ATTACHED DOCUMENT Surety Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES July 26, 2007 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 1106 FRP ACSTA�tAIN STREET • P.O. BOX 2350 BOND N0. 16 POWER OF ATTORNEY /, '/7 BRITAIN, CT 06050 -2350 INSURANCE cofavAN {860) 2242000 N° 25775 This Power of Attorney must have original corporate seal, and red and blue ACSTAR logo to be valid. Know all men by these presents: That ACSTAR Insurance Company, a corporation of the State of Illinois, having its principal office in the City of New Britain, Connecticut, pursuant to the following Resolution, which was adopted by the Board of Directors of file said Company on September 28, 2006. RESOLVED, That the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereat. (1) That the Chairman, the President, any Vice President and General Counsel, or any Attorney -in -Fact, may execute for and on behalf of the Company any and all bonds, under- takings, recognizance% contracts and other writings In the nature thereof, the same to be attested when necessary by the Corporate Secretary, or any Assistant Corporate Secretary, and the seal of the Company affixed thereto; and that the Chairman or President may appoint and authorize any other Offcar (elected or appointedl of the Company, and Attomeys fn -Fact to so execute or attest to the execution of an such writings on behalf of the Company and to affix the seaf of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by file President and attested to by the Corporate Secretary. (3) The signature of the Chairman, the President, or a Vice President of the Company may be affixed by facsimile an any power of attorney granted pursuant to this Resolution, 0 on the signature of a facsimile to arty certificate of any such power, and any such power or certificate beading such fascimille signature and seal shall be valid and binding N mpany. a Y ui (4) Such other Officers of the Company, and Attarceys -N -Pant shall have authority to certify or verify, copies of this ResolutWn, the By -Laws of the Company, and any affidavit or l06 0) record of the Company necessary to the discharge of their duties. C does hereby nominate, constitute and appoint j HENRY W. NOZKO, JR., ROBERT H. FRAZER, DAVID A. PRICE, MICHAEL P. CIFONE, JOAN C. FORTIER. HENRY W. NOZKO )U each M individually, its true and lawful Attorney- In,Fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, under - w d) takings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TEN MILLION DOLLARS ($10,000,000,00) each, O 7 and the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. N 7 IN WITNESS WHEREOF, Henry W. Nozko, Jr., President, has hereunto subscribed his name and affixed the corporate seal of ACSTAR C [mutants Company this 28th day of September 2006. on ACSTAR Insurance Company m 0 II'' 15 m N c by v W Henry W. 141ii1ko Jr., P d t toSTATE OF CONNECTICUT ) d) ) as. NEW BRITAIN p C COUNTY OF HARTFORD ) £ .�. On this 281111 day of September 2006, before me, a Notary Pubkoof the State of Connecticut came, Henry W. Nozko, Jr., President of ACSTAR Insurance Company, to me personally known to be the individual and officer who executed the preceding instrument, and he a T acknowledged that he executed the same, and the seal affixed to the preceding instrument is the corporate seal of Said Company; that the said C corporate seal and his signatures were duly affixed by the authority and direction of the said corporation, end the Resolution adopted by the Board > d) of Directors of said Company, referred to in the preceding instrument, is now in force. r Z U IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of New Britain the day and year first above written. ,.rte, 9. Pl"u' Notary Public - Diane L Plante I, thus undersigned, Secretary or Assistant Secretary of ACSTAR Insurance 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. In witness whereof, I have hereunto subscribed my name as Secretary or Assistant Secretary, and affixed the corporate seal of the Corporation, this 26th day of July 2007, Robert H. Frazer/Michiff P, Cifoms Secretary/ Assistant Secretary CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 BOND NO, F19516 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 20, 470.00 being at the rate of $ 25.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Innovative Construction Solutions, Inc., hereinafter designated as the "Principal ", a contract for construction of NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM, Contract No. 3651 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. 3651 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and ACSTAR INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of Eight Hundred Eighteen Thousand Eight Hundred and No/100 ($818,800.00), 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 specked in this Bond; otherwise this obligation shall become null and void. 10 • BOND NO. F19516 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable 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 specifications accompanying the 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 d Surety above named, on the 25th day of July 4 ,1, 6. ,1 Innovative Construction Solutions, Inc. (Principal) ACSTAR INSURANCE COMPANY Name of Surety 233 MAIN STREET NEW BRITAIN, CONNECTICUT 06050 Address of Surety 860- 224 -2000 Telephone by the Principal and /�614 Signature/Title prized Agent Signature Henry W. Nozko, Jr., President Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 20 State of Connecticut ACKNOWLEDGEMENT BOND NO. F19516 County Of Hartford On July 26, 2007 before me, Marie Vassar, Notary (here insert name and title of the officer) personally appeared Henry W. NOZko, Jr. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledge to me that he /she/they executed the same in his /her/their authorized capacity(les), 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. MARIE VASSAR Signature G /ya" . , WCOMMIS pT(�EESAN. 1,9WO (Seal) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL CORPORATE OFFICER President ❑ PARTNER(S) a LIMITED GENERAL ❑x ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTrrYQES) DESCRIPTION OF ATTACHED DOCUMENT Surety Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES July 26, 2007 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE FRP Fax #: • CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 8 -14 -07 Dept. /Contact Received From: Shauna Oyler Date Completed: 8 -15 -07 Sent to: Shaun By: April Walker Company /Person required to have certificate: Innovative Construction Solutions I. GENERAL LIABILITY A. INSURANCE COMPANY: American Intl Specialty Lines B. AM BEST RATING (A: VII or greater): A+ XV INSURANCE COMPANY: Commerce & Industry Ins. Co. C. ADMITTED Company (Must be California Admitted): B. Is Company admitted in California? ❑ Yes ® No D. LIMITS (Must be $1 M or greater): What is limit provided? 2 mil agg/ 1 mil occ E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The LIMITS (Must be $1M min. BI & PD and $500,000 UM): City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be ADDITIONAL INSURED WORDING TO INCLUDE (The City its included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named ® No insured is not limited solely by their negligence) Does PRIMARY & NON - CONTRIBUTORY WORDING (For Waste endorsement include "solely by negligence' wording? ❑ Yes ® No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. ❑ No 11. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Commerce & Industry Ins. Co. B. AM BEST RATING (A: VII or greater): A+ xV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? t mil E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ❑ Yes ® No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? NIA - ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. a • III. WORKERS' COMPENSATION A. INSURANCE COMPANY: State Compensation Ins. Fund B. AM BEST RATING (A: VII or greater): Not rated C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? n�/ IJ �® IF NO, WHICH ITEMS NEED TO BE COMPLETED? General Liability: I cq. t admitt ,t�ta- additional, insured endorsement missing — to follow. 11 r 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM No. 1 Newport Terrace Landfill Gas Collection and Control System Contract No. 3651 DATE: June 18, 2007 Public Works TO: Planholders The following 11 items supplement and supercede other information specified in the bid documents for this project: The Contractor shall comply with all South Coast Air Quality Management District conditions listed in the attached Permit Nos. F85011 AIN 460102 and F85012 AIN 460099. 2. The Contractor shall add or substitute highlighted provisions listed on the attached siW)7 sheets into the Special Provisions and Technical Specifications: Sheet Add or substitute provisions SP -3 Substitute the highlighted 100 working days for the previous 90 working days. SP -10 Add the highlighted sentence to §302 -5.1 General. 01010 -2 Add the highlighted sentences to §1.03.A.7. (Note that the Lump Sum Bid assumes that 275 tons of drill cuttings must be tested and disposed at an appropriate disposal site, and that the 275 tonswill be adjusted according to the actual tonnage of disposed refuse per the Contractor's unit rate quoted in the proposal.) 01010 -2 Substitute the highlighted §1.03.A.15. for the previous §1.03.A.15. 01030 -9 Substitute the highlighted paragraph 2 of PART 3. EXECUTION for the previous paragraphs 2. through 4. 0 0 11185 -14 Substitute the the highlighted words 'startup and testing' in §3.01 INSTALLATION, paragraph B. for the previous word 'installation'. 11185 -15 Add the highlighted sentence 3.e. to §3.02 INSPECTION AND TESTING, Field Testing. 3. The Contractor shall stake and flag the gas collection header routes prior to mobilization. The Engineer will inspect said staking and flaging, and will permit minor alignment changes in order to reduce the amount of hardscape and vegetation that must be removed and replaced because of the Work. 4. The Contractor shall dispose of cleared vegetation, debris and excess soil generated by construction as a portion of his Lump Sum Bid. 6. The Contractor shall replace only landscaped trees /shrubs /grass, but not "Wild vegetation", as a portion of his Lump Sum Bid. 7. The Contractor shall dispose of existing blower building equipment, demolition and removals as a portion of his Lump Sum Bid. 8. The Contractor may use electric power at the blower building free of charge. 9. The Contractor may temporarily store new blower building equipment at the City's Utilities Yard, 949 West 16th Street, 1%z miles from the construction site. The Contractor will be totally responsible for receiving and handling the equipment at the Utilities Yard for providing protection for the equipment, and for delivering the equipment to the jobsite. The Utilities Yard is open between the hours of 7:30am and 4:00pm Monday through Friday. 10. The Contractor shall contact Mesa Consolidated Water District and/or the Newport Condos Association concerning shutoffs of and connections to their water systems during construction. 11. The Contractor shall construct the connection between the LFG condensate line and the new sewer manhole as shown on the attached two sketches. 12. This is not a prevailing wage contract. Bidders shall sign this Addendum and attach it to the bid proposal. No bid will be considered unless this signed Addendum is attached. I have carefully examined this Addendum and have included full payment therefor in my Proposal. SIVIV00 A —T yc—, LDS, ,rAzu z-T7&j Soc.v Tl o .• s , r,� L . Bidder's Name (Please Print) • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to 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. 3651 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE Lump Sum Mobilization @&WeAu"4J 'A4 *j4/ "�rE Dollars and na Cents $ /ZS,OQD Per Lump Sum 2. Lump Sum Construct Landfill Gas Remediation @ S,X ��,.J�� vINYT� E�i�..« Dollars and 9R- c Cents $ (�9 3, goo Per Lump Sum TOTAL PRICE IN FIGURES: $ SIB. t TOTAL PRICE IN WORDS: 5 E16HT €ibisi�E�! Thwsa,Uj_> and Ao Cents PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE ADD OR DEDUCT: Disposal of Drill Cuttings, including testing and transportation, per Section 01010, Part 1.03.A.7 of the Technical Specifications: @ �Fr C6/ -j -T Dollars $ and ✓� b Cents Per Ton Date (11q� � ` 7, �-3ia(g, (jiy) Oq 3.5122 - Bidder's Telephone and Fax Numbers 7(,g6j s- /4 -AA z - Bidder's License No. and Classification Bidder's E -Mail Address Bidder / �/G I , G/Gai Bidder's Authorized Signature and Title Bidder's Street Address W5 ,u w, r -Fe- e:A 9 Z�t3 Bidder's City and Zip Code Within two working days after bids are opened, Bidders shall submit to the Engineer a schedule of values for the "Construct Landfill Gas Remediation" item included in this proposal. The schedule of values shall include a quantity and a price for each item or unit of construction that will be required to complete the work specified under this contract. The Engineer will use the successful Contractor's schedule of values to calculate monthly progress payments during the term of construction. 1 1 1 2 KA 2 2 2 2 2 2 2 3 3 3 3 3 K K i PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS NEWPORT TERRACE LANDFILL GAS REMEDIATION CONTRACT NO. 3651 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.5 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup 3 -3.2.3 Stipulated Unit Prices SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -1 LOCATION 5 -2 PROTECTION 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 1 1 1 2 KA 2 2 2 2 2 2 2 3 3 3 3 3 K K i PART 2--- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 9 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6.9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -7 COOPERATION AND COLLATERAL WORK 4 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.8 Steel Plates 5 7 -8.9 Water Pollution Control 5 7 -8.10 Best Management Practices and Monitoring Program 5 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Public Safety 7 7- 10.4.1 Safety Orders 7 7 -10.5 "No Parking" Signs 7 7 -10.6 Notice to Residents and Temp Parking Permits 7 7 -15 CONTRACTOR LICENSES 8 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 8 SECTION 9 MEASUREMENT AND PAYMENT 8 9 -3 PAYMENT 8 9 -3.1 General 8 PART 2--- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 9 201 -1 PORTLAND CEMENT CONCRETE 9 201 -1.1.2 Concrete Specified by Class 9 201 -2 REINFORCEMENT FOR CONCRETE 9 201 -2.2.1 Reinforcing Steel 9 0 0 SECTION 214 PAVEMENT MARKERS 9 214 -4 NONREFLECTIVE PAVEMENT MARKERS 9 214 -5 REFLECTIVE PAVEMENT MARKERS 9 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 9 300 -1 CLEARING AND GRUBBING 9 300 -1.3 Removal and Disposal of Materials 9 300 -1.3.1 General 9 300 -1.3.2 Requirements 10 300 -1.5 Solid Waste Diversion 10 302 -5 ASPHALT CONCRETE PAVEMENT 10 302 -5.1 General 10 302 -5.4 Tack Coat 10 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 10 302 -6.6 Curing 10 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 11 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 11 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 11 303 -5.1.1 General 11 303 -5.5 Finishing 11 303 -5.5.1 General 11 303 -5.5.2 Curb 11 303 -5.5.4 Gutter 11 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 11 308 -1 GENERAL 11 TECHNICAL SPECIFICATIONS E \users \pbw\shared \contracts\fy 05- 06\newport terrace lfg collection c- 3651\specs index c- 3651.doc n U 153 CITY OF NEWPORT BEACH o. 19�1,1t1, PUBLIC WORKS DEPARTMEN' SPECIAL PROVISIONS NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONTRACT NO. 3651 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. M- 5374 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements, and (5) the Uniform Building Code. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section: "The work necessary for the completion of this contract generally consists of rehabilitating a landfill gas collection system and replacing a gas treatment apparatus within property owned by the Newport Condominium Association and the property owners of Newport Terrace Condominiums in the City of Newport Beach. For a detailed scope of work, see Part 1.03 of the Technical Specifications attached hereto." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the survey records used for the project design to provide construction survey services that are required to construct the improvements. The. Contractor shall provide two sets of cut - sheets for all areas to the Engineer at least 2 days in advance of any work. The Contractor shall also prepare and submit Corner Records to the Engineer for review a minimum of three working days before demolition commences. • • SP 2 OF 153 Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2 -9.5 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the Engineer to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore said survey monuments at his sole expense. The Contractor's Licensed Land Surveyor shall then file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 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 $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3 -3.2.3 Stipulated Unit Prices. Add to this section: "The Contractor will be paid the following Stipulated Unit Prices for additional work, if needed: Disposal of landfill refuse offsite, including testing and reporting.....$xx50 per ton Abandonment of borehole for new LFG extraction well ...... ......... ..$xx100 per foot SECTION 4--- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements • • SP 3 OF 153 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 48 -hours minimum notice of readiness for inspection. Submittals are required for all construction materials. The Engineer will 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 the work, such tests and inspections shall be paid for by the Contractor. SECTION 5-- UTILITIES 5 -1 LOCATION. Add the following after the 3`d paragraph: "Upon completion of work, the Contractor shall remove all USA utility markings." 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7 shall commence on the date of the `Notice to Proceed'. No work shall begin until the Notice to Proceed has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit his schedule of work to the Engineer for approval a minimum of five working days prior to commencing work. Said schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the contract documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under this Contract within 90 consecutive working days after the Notice to Proceed is dated. The Notice to Proceed will be dated when the Contractor's insurance and bond submittals are • • SP4OF153 approved by the City of Newport Beach and the contract is fully executed by the Contractor and the City of Newport Beach. The Contractor shall 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 Day. Revise 3) to read: "any City holiday, defined as January 151, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4t ", the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th (Christmas Eve — half day), December 25th (Christmas), and December 3151 (New Year's Eve — half day). 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 8:00 a.m. to 6:30 p.m., Monday through Friday. The Contractor and his subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after these normal working hours. Should the Contractor elect to work outside normal working hours, he shall first obtain special permission from the Engineer. The request may be for 7 a.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 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 $60.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise paragraph one, sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of One Thousand Dollars ($1000)." Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the City and the Contractor that One Thousand Dollars 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 inconvenience to residents and the public as a result of his construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "The City will perform all shut downs of water facilities as required. The Contractor shall request the Engineer two calendar days in advance of the time that he desires a water shut down to take place. • • SP 5 OF 153 The City will allow a four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down during the hours of 11:00 p.m. to 5:00 a.m. The times and dates of any utility to be shut down must be coordinated with the Engineer. The Engineer must approve any nighttime shut downs in advance. The Contractor shall provide and install new water meter and valve boxes to replace those that are broken during the course of work. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for shut downs and delivering salvaged materials by contacting the Utilities Operation Manager at (949)718 -3402. The Contractor shall cooperate with the Engineer and Newport Condominium Association in selecting an appropriate site(s) for staging equipment and materials. Prior to move -in, the Contractor shall take photos of each and every staging area. Upon completion of construction, the Contractor shall bear the sole responsibility for restoring improvements within these staging areas to match or exceed their pre- construction conditions'. 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 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. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during the plant maintenance period, etc." 7 -8.8 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip- resistant type per Caltrans Standards." 7 -8.9 Water Pollution Control. Add to this section: "Surface runoff water, including all water used during sawcutting operations, 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 catch basins, the Santa Ana River, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http: / /www.city.newl)ort- beach.ca.us/ pubworks /links.htm." 7 -8.10 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw- cutting and vacuum the residue. • SP6OF153 f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP shall be approved by the Engineer prior to starting work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Add to this section: "Prior to move -in, the Contractor shall take a photographic record of each work, staging and parking area. Upon completion of construction, the Contractor shall bear the sole responsibility for restoring improvements within these areas to match or exceed their pre- construction conditions'. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), published by Building News, Inc. Pedestrian access to residences, garages and parking within the limits of work shall be maintained at all times except as otherwise approved by the Engineer in writing. The Contractor shall cooperate with the Engineer to provide advance notice to any and all residents whose access will be impacted by construction operations. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of their homes, garages and parking areas. Such measures shall be shown on the detailed traffic control plans specified under Section 7 -10.3 below." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may be stored in streets, roads, or sidewalk areas with the prior approval by the Engineer. The Contractor is solely responsibility for obtaining areas for storing equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised by construction operations." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "At least five working days prior to the pre - construction meeting, the Contractor shall submit traffic control and detour plans for each street and parking lot to the Engineer. The Contractor shall be responsible for processing and obtaining approval of these plans from the City. The Contractor shall adhere to the conditions of the traffic control plan. • • SP7OF153 Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detour plans shall be signed and sealed by a California - licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate Orange County Waste Management District's Newport Terrace trash collection on Thursdays. If the Contractor elects to work on a street during its trash collection day, the Contractor shall make alternative trash collection arrangements with OCWMD [(714)480 - 2300], the Newport Condominium Association, and all affected property owners." 7 -10.4 Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely responsible for conditions of the job -site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The City will provide signs at no cost to the Contractor; however, the City reserves the right to charge $1.50 per sign following excessive abuse or wastage of the signs by the Contractor. In addition, the Contractor shall notify the Police Department at (949) 644 -3717 for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Notices to Residents. Two weeks prior to the start of construction, the Contractor shall deliver to Newport Condominium Association and residents within Newport Terrace a construction notice describing the project and indicating the limits of construction. The Engineer will provide the notice. • • SP8OF153 Two days prior to the start of construction, the Contractor shall distribute to Newport Condominium Association and residents within Newport Terrace a second written notice clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. The Engineer will provide the notice. An interruption of work at any location in excess of two days shall require renotification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor to renotify using an explanatory letter furnished by himself and approved in advance by the Engineer. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering A License. At the start of work and until completion of work, the Contractor and all subcontractors shall possess Business Licenses 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 reviewed by the Engineer at the time each progress bill is submitted. The "As- Built" plans shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9--- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter." • • SP9OF153 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 3 -inch minimum cover unless shown otherwise on the plans." SECTION 214 - -- PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "New non - reflective pavement marker types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "New reflective reflective faces or be 3M Series 290." pavement markers shall have glass - covered PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of construction materials shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at http: / /www. city. newport- beach.ca. us /GSV /Frachised %20Haulers.htm." 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 stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. • • SP 10 OF 153 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." 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." 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 tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be III -C3 -AR -4000. The A.C. for base course shall be III -132 -AR -4000. All cracks '/< -inch or greater in width shall be cleaned, have weed killer applied and sealed with a hot - applied crack sealant approved by the Engineer. The top 1-Y2 inches of asphalt shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and densified to 95% minimum relative compaction 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 (1110) 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 written approval of the Engineer." 0 • SP 11 OF 153 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 3,000 psi." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., and P.C.C. 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" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor shall contact the City's Utilities Superintendent at (949)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." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor shall clear, grub, prune and remove tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the Engineer for review for safely pruning and removing tree roots. No roots shall be pruned of removed unless this submittal is returned to the Contractor as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester at (949)644- 3083 at the site to discuss City standards and requirements. The submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root - pruning machine, ax or.comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. • • SP 12 OF 153 b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre - approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 0 0 The Contractor shall fully comply with the following TECHNICAL SPECIFICATIONS which augment the plans and sections of the Standard Specifications for Public Works Construction. TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01030 Special Provisions 01092 Abbreviations 01300 Submittals 01700 Contract Closeout DIVISION 2 - SITE WORK 02110 Clearing, Grubbing, and Stripping 02220 Excavation, Backfilling, and Compaction 02300 Imprinted /Stamped Concrete 02830 Chain -Link Fences and Gates DIVISION 3 - CONCRETE 03100 Concrete Formwork 03200 Steel Reinforcement 03300 Concrete DIVISION 4 - MASONRY NOT USED DIVISION 5 - METALS NOT USED DIVISION 6 - WOOD AND PLASTIC NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07410 - Fascia Panels DIVISION 8 - DOORS AND WINDOWS 08100 Steel Doors and Frames 0 DIVISION 9 - FINISHES NOT USED DIVISION 10 - SPECIALTIES NOT USED DIVISION 11 - EQUIPMENT 0 11180 Landfill Gas Extraction Wells 11185 Landfill Gas Treatment/Disposal System 11190 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System DIVISION 12 - FURNISHINGS NOT USED DIVISION 13 - SPECIAL CONSTRUCTION NOT USED DIVISION 14 - CONVEYING SYSTEMS NOT USED DIVISION 15 - MECHANICAL 15010 Polyvinyl Chloride (PVC) Piping 15011 Chlorinated Polyvinyl Chloride (CPVC) Piping 15012 High- Density Polyethylene (HDPE) Piping 15016 Valves DIVISION 16 - ELECTRICAL 16010 Basic Electrical Requirements 16050 Basic Materials and Methods 16110 Raceways 16120 Wires, Cables, and Connections 16450 Grounding 16920 Low - Voltage Motor Control 0 SECTION 01010 SUMMARY OF WORK PART 1. GENERAL 1.01 DESCRIPTION r1 A. This section describes the project and work to be performed under this contract. Detailed requirements and extent of work are stated in applicable Specification sections and as shown on the Contract Drawings. 1.02 ORGANIZATION AND INTERPRETATION OF CONTRACT DOCUMENTS A. Specifications and Drawings included in these Contract Documents establish the performance, quality requirements, location, and general arrangement of materials and equipment, and establish the minimum standards for quality of workmanship and appearance. B. Specification sections have not been divided into groups for work of subcontractors or various trades. Questions concerning the applicability or interpretation of a particular section or part of section or Drawing should be directed to the Engineer. C. Piping work shown on the Contract Drawings is intended to be a depiction and may not be an exact and complete representation of the actual finished work. The Contractor shall include fittings, pipe support, nuts, bolts, and other accessories required to provide complete and satisfactory piping system, as specified, even though some items may not be specifically shown on the Contract Drawings. D. A part of the work that is necessary or required to make each installation satisfactory and operable for its intended purpose, even though it is not specifically included in the Specifications or on the Contract Drawings, shall be performed as incidental work as if it was described in the Specifications and shown on the Drawings. 1.03 DESCRIPTION OF WORK A. The work for Newport Terrace Landfill Gas Collection and Control System for City of Newport Beach, California, includes, but is not limited to, the following: t. Mobilization and demobilization. 2. Surveying and staking the locations of existing and new vertical LFG extraction wells, below grade LFG header alignments, air and condensate line alignments, road - crossings, and the condensate automatic pumping system. 3. Furnishing, drilling, and installing vertical LFG extraction wells to the depths as shown on the Contract Drawings, including fittings, valves, wellhead assemblies, and valve boxes. Newport Terrace Landfill 01010 -1 Summary of Work - 0 • 4. Furnishing, installing, and testing below -grade high- density polyethylene (HDPE) LFG laterals and headers, including fittings, grading, pipe anchors, and supports. 5. Making connection between LFG laterals and headers. 6. Making connections between the new and the existing LFG headers. 7. Disposal of drill cuttings and trench excavation spoil, which may contain refuse, at an appropriate disposal site, including any necessary testing. 8. Removing existing blower -motor equipment, preserving pipe inlets and electrical service. 9. Rehabilitating blower building, cleaning, repair, replacing doors, and painting. 10. Removing the existing chain link roof and installing new HIP roof with screen. 11. Install vents at floor levels. 12. Furnish, install, and test methane and hydrogen sulfide sensors and monitoring system, including strobe lights and auto - dialer for remote monitoring. 13. Furnishing, installing, and testing LFG Treatment and Disposal System, including all the valves, CPVC piping, valves, controls and electrical work. 14. Furnishing, installing, and testing air rotary screw compressor, including 60 -gal. air receiver tank, oil /water separator, coalescing oil filter, controls, and mechanical condensate drain. 15. The existing LFG collection system shall operate continuously (24/7) as much as possible while the new facilities (wells, collection piping) are being installed. The system shall be shut off by the City of Newport Beach while the Contractor is installing new equipment in the blower station building, and at times while piping is being connected. The Contractor shall schedule and perform work such that the shut -downs are minimal, and not more than three weeks for the equipment replacement. To allow the City of Newport Beach to prepare for a potential shutdown of the system, the Contractor shall give the City three (3) weeks advanced written notice prior to the start of the switchover, indicating the start date and time, and duration of switchover period. 16. Furnishing, installing, and testing pneumatically operated condensate automatic pumping system that will discharge into a new manhole to be installed on the existing sewer on 19th Street and Balboa Blvd. 17. Road crossings. 18. Installing stamped concrete with concrete borders walkway near the blower building as shown on the Drawings. Newport Terrace Landfill 01010 -2 Summary of Work 0 0 19. Repairing sidewalks, street, curb & gutters, planters and incidental related improvements that have been disturbed during construction to their original conditions prior to the construction. 20. Replacing all plant materials damaged by the work. 21. Preparing the marked up set of drawings, reflecting as -built conditions, including surveying where necessary, and submitting to the Engineer. 22. Complying with conditions of two South Coast Air Quality Management District "Permit to Construct/Operate" attached to these specifications. 23. Complying with Federal, State, and local stormwater requirements that may be applicable to this construction project. The Contractor shall control sediment and erosion caused by his construction activities at the site, and off -site tracking (e.g., of mud) as vehicles enter and exit the work area. 24. Observing safety requirements at all times during construction. 25. Dust and traffic control. 26. Maintenance period. 27. Training operators. 28. Clean up and site restoration. 29. Warranty per City specifications. B. The Contractor shall furnish all labor, materials, equipment, tools, facilities, and services necessary for proper execution, testing, and completion of the work. C. Coordinate the progress of the work, including coordination between trades, subcontractors, suppliers, and public utilities, to ensure the progress of the work. 1.04 LIST OF DRAWINGS The following drawings shall form part of the Contract Documents. Sheet Number Description 1 Title Sheet 2 Site Plan — Existing and Proposed LFG Collection System 3. Proposed LFG Collection Systems - Notes 4 Partial Plan and Profile 5 Partial Plan and Profile, and General Construction Notes 6 Partial Plan and Profile 7 Partial Plan and Profile Newport Terrace Landfill 01010 -3 Summary of Work 0 0 8 Partial Plan and Profile 9 Well Schedule and Miscellaneous Details 10 Condensate Sump and Pipe Trench Details 11 Schematic Flow Diagram — LFG Treatment and Disposal System 12 Plan — Existing Blower Building, and Demolition, Preservation and Rehabilitation Notes 13 Plan — New LFG Collection, Treatment and Disposal System 14 Sections 15 Miscellaneous Details 16 Architectural - Plot Plan and General Notes 17 Architectural - Site Plan 18 Architectural - Demolition Plan and Roof Plan 19 Architectural - Roof Framing Plan and Exterior Elevation 20 Architectural - Reflected Ceiling Plan 21 Architectural - Walkway Plan 22 Electrical — General Notes 23 Electrical - Plan 24 Electrical — Single Line Diagram 25 Electrical — Sensor System and Wiring Diagram 26 Electrical — Motor Starter Wiring Diagram and Details PART 2. PRODUCTS (NOT USED) PART 3. EXECUTION (NOT USED) END OF SECTION 01010 Newport Terrace Landfill 01010 -4 Summary of Work 0 SECTION 01030 SPECIAL PROVISIONS PART1. GENERAL 1.01 LFG ANALYSIS 0 A. Landfill gas (LFG) is approximately 50 percent methane, 50 percent carbon dioxide, and trace amounts of other gases. The gas is saturated with moisture and will support combustion. 1.02 UTILITIES A. The Contractor is responsible for providing any temporary water, power, and sanitary facilities required at the site during the construction of the work. 1.03 ENVIRONMENTAL PROTECTION A. The work shall comply with the conditions of two "Permit to Construct/Operate" issued by the South Coast Air Quality Management District, dated 11/2/2006 and attached to these specifications. B. The Contractor shall prepare and submit a Health and Safety Plan for review by the Engineer at least two weeks prior to starting work. Workers who will be on the project site shall have received 40 -hour health and safety training under the provisions of 29 CFR 1910.120. C. The Contractor shall comply with the following: 1. Environmental Constraints: a. Dust Control. Trucked water shall be used for dust control. b. Odor Control. The odor control measures taken by the Contractor shall comply with the requirements of governing Agencies. Excavated materials causing odors shall be trucked to the accepting landfill. Emphasis shall be given to the reduction of any other circumstances causing odors. c. VOC Control. The Contractor shall be responsible for mitigating the release of volatile chemicals during excavating and /or drilling activities, including monitoring chemical concentrations to protect site residents, the public, and workers. d. Explosion Protection. Caution shall be exercised on overnight stoppages to prevent methane accumulation. The Contractor shall be responsible for enforcing all additional explosion protection precautions according to the Guidelines prepared by SWANA Landfill Gas Division, Health and Safety Task Force. Newport Terrace Landfill 01030 -1 Special Provisions - 0 0 e. Fire Control. The Contractor shall be responsible for fire control and submit fire control procedures (to which he will adhere during the entire contract time) to the Engineer for approval at least two weeks prior to commencing work. f. Litter. The Contractor shall be required to control, collect, and truck all litter excavated or exposed by his work. 1.04 SAFETY AND PROTECTION A. General 1. The Contractor shall comply with all federal, state, and local safety codes, ordinances, and regulations, including the requirements of the Occupational Safety and Health Administration, the Division of Industrial Safety, State of California (Cal OSHA), and other such safety measures as may be required by the above - mentioned regulatory agencies whenever any work is being done in or within 50 feet of a refuse - filled area. 2. Landfill gas is colorless, can be odorless, may contain hydrogen sulfide, is combustible, and contains no oxygen. Landfill gas can also migrate through soil near the landfill. The Contractor is therefore advised of the need for precautions against fire, explosion, and asphyxiation when working in or near refuse - filled areas. 3. First aid facilities conforming at least to the minimum requirements of the Occupational Safety and Health Administration shall be provided in a readily accessible location or locations. 4. The Contractor shall make all reports as required by any authority having jurisdiction and shall permit all safety inspections of the work being performed under this contract. Before proceeding with any construction work, the Contractor shall take the necessary action to comply with all provisions for safety and accident prevention. 5. The Contractor shall be prepared to respond to potential injuries, illnesses, or situations of imminent hazard to employees or public health and safety. Personnel from the nearest, local medical facility shall be contacted in case of a medical need, and the quickest route to this facility shall be determined in advance. B. Landfill Safety Hazards: 1. Hazards that might occur could be one or more of the following: a. Fires may start or be started from exposed and /or confined decomposing solid waste. b. Fires or explosions may occur in confined or enclosed spaces. Newport Terrace Landfill 01030 -2 Special Provisions 0 0 c. Landfill gases displace oxygen and may cause an oxygen deficiency in underground trenches, vaults, conduits, and structures. d. Heavy acid gases, including hydrogen sulfide (1-12S), may be present. H2S is a colorless, toxic, flammable gas which, in low concentrations, has an offensive odor described as that of rotten eggs. It is unlikely that hazardous concentrations of H2S will build up except in vaults or other confined spaces. In addition, H2S quickly numbs the olfactory senses so that reliance upon odor can lead to a very dangerous condition and cause instant death. e. Wildlife which could represent hazards to humans include rattlesnakes and black widow spiders. Rodents, birds, and stray dogs should be treated as potential hazards. 2. Air quality studies consistently show that concentrations of most potentially hazardous substances (Priority Pollutants) in the ambient air on and in the vicinity of sanitary landfills are well below threshold limits. However, in confined or enclosed areas or venting sources of gas on or adjacent to landfills, dangerous concentrations of combustible and possibly toxic gases may accumulate. Oxygen depletion may also occur in these areas of confinement; therefore, planning shall be performed followed by safety procedures, which shall be continuously observed. C. Level of Protection: 1. Three levels of protection are described as follows: a. Level D: Coveralls, chemical- resistant boots with steel toe and shank, 5- minute escape mask and goggles. b. Level C: A NIOSH- approved half -face air purifying respirator with acid gas /organic vapor cartridges and goggles (or safety glasses) may be worn when none to very limited accidental exposure is anticipated. Appropriate protective clothing, e.g., Tyvek suit, chemical- resistant boots with steel toe and shank, goggles, inner and outer chemical- resistant gloves, and hard hat. c. Level C: A NIOSH- approved full -face air purifying mask connected by a hose to a portable combination -type nonorganic vapor /acid gas- canister with HEPA filter. Appropriate protective clothing, e.g., Tyvek suit with gloves and boots. d. Level B: A portable, self- contained breathing apparatus with same protective clothing as mentioned above. 2. All clothing must be appropriately donned, secured, taped, and worn. Newport Terrace Landfill 01030 -3 Special Provisions 0 0 3. Based on prevailing site conditions, it is anticipated that Level D protection shall be enforced for site activities at all times. However, if higher levels of protection are necessary or anticipated, the Contractor will be compensated for the additional levels of protection; as provided by a Change Order when approved by the Engineer. 4. With consideration for the fact that excessive application of "level of protection" can also be a safety hazard (e.g., by causing accidents due to limitations of vision, clumsiness, and heat stress), the level of protection may be adjusted with the approval of the Engineer. Under no circumstances will personnel be allowed to be overexposed beyond allowable limits. If the Engineer feels it is necessary to adjust the level of protection, the proper recommendations will be made. 5. Chemical cartridge respirators can be used for gaseous contaminants (not H2S) only if oxygen concentration is satisfactory and if the chemical contaminants have been identified, the concentrations are monitored, the cartridges are effective in removing the contaminants, and if the contaminants have good warning properties. If all of the above conditions cannot be satisfied, a special auxiliary plan is required. Air purifying respirators will not be used for protection in environments containing constituents which have poor warning properties and which are near, at, or above, or can reasonably be expected to be near, at, or above the threshold limit value. Initial characterization in conjunction with continuous monitoring of total hydrocarbons in ppm as methane can be used to monitor conditions to ensure dangerous levels are not reached. Written records of monitoring should be maintained. 6. Self- contained breathing apparatus or supplied -air masks shall be used when entering areas containing oxygen deficient atmospheres, unknown atmospheres, or atmospheres considered to be at or above Immediately Dangerous to Life and Health (IDLH) levels (as declared and published by NIOSH). Under no circumstances should any worker ever inhale raw, undiluted landfill gas. 7. The length of time a canister or cartridge is effective in removing hazardous material from the ambient air will depend on the concentration of hazardous material in the air and the level of effort required for a worker to accomplish his assigned tasks. The higher the breathing rate, the more frequently canisters will need to be replaced. These maximum operating periods vary according to manufacturer, so it will be necessary to monitor the total usage of cartridges and canisters during all work requiring a respirator. Monitoring will be the responsibility of the Contractor. 8. The cartridges or respirators chosen will be rated for the removal of both organic vapors and acid gases. The type of respirator recommended has been based on an 8 -hour day for each worker at the site. Disposable clothing, if worn, shall be worn only once and then securely bagged in plastic and placed in a trash receptacle. Under no circumstances shall workers be permitted to wear the disposable clothing or rubber boots off site. Newport Terrace Landfill 01030 -4 Special Provisions 0 0 D. Planning: 1. The address, telephone number, and location map of the local hospital and medical emergency room shall be prominently posted. In addition, the telephone number of ambulance and fire department/rescue units shall be posted. 2. Fires or explosions in confined areas are caused by a source of ignition. Smoking shall be strictly forbidden. Non - sparking and/or explosion -proof tools shall be used in vaults, trenches, or other enclosed areas. Positive ventilation is required in construction shacks or other structures on or near a landfill. Temporary structures on the landfill surface shall be constructed on supports with a ventilated area under the main floor. E. General Requirements: 1. The Contractor shall assign a site Safety Officer during the course of the work. The site Safety Officer shall conduct safety orientation and instruction at all meetings with all workers prior to the start of operations. This person shall be trained in the use of all of the recommended safety equipment. The workers shall be advised concerning the kind and degree of hazard associated with the operations and the safety precautions required. Any persons employed after the initiation of operations shall also be oriented and instructed on said safety hazards and precautions. 2. Smoking or open flames shall be prohibited within the landfill site construction area or as directed by the Engineer. 3. No worker shall be allowed to work alone at any time in or immediately near an excavation and /or construction area. Another worker shall be present at the site, but shall maintain a safe distance to preclude possible adverse impacts from landfill gas. 4. Periodically during excavation and construction, the work area shall be monitored for levels of methane and hydrogen sulfide with results recorded and available for review by the Engineer. 5. No worker shall handle excavated refuse without wearing work gloves. 6. Construction equipment shall be equipped with a vertical exhaust at least 5 feet above grade and /or with spark arrestors. 7. Motors utilized in the excavation area shall be explosion - proof. 8. No welding shall be permitted in or within 50 feet of an excavation area or as directed by the Engineer. 9. No excavation or drilled hole greater than 12 inches deep shall be left open overnight unless securely covered with a steel plate of sufficient size to prevent access to the hole and sufficient thickness to support expected loads. The plate shall be weighted down to discourage removal by unauthorized persons. The edges of the plate shall be covered with a sufficient quantity of Newport Terrace Landfill 01030 -5 Special Provisions - wet soil to prevent gas from escaping. Barricades shall be placed around the covered hole outside the range of possible cave -ins. 10. All personnel must wear hard hats. 11. At least two self- contained breathing apparatus shall be provided at the site for emergency purposes. Workmen should not be permitted to enter excavations where there is an oxygen deficiency or a combustible mixture of methane without taking precautionary measures. 12. A minimum of two fire extinguishers of the 50 -pound dry chemical type shall be maintained or kept within easy access of working area. 13. Startup and shutdown of equipment shall not be done in areas of exposed refuse. 14. In addition to conforming to the safety rules and regulations of governmental authorities having jurisdiction, the Contractor is advised of the presence of methane gas emanating from the natural decomposition of refuse buried at the job -site and shall take precautions to ensure the safety of workers and the public. 15. The Contractor shall demonstrate to the Engineer on a daily basis that all safety equipment is functioning properly, that all monitoring instruments are calibrated, and that the instrument operators are sufficiently knowledgeable in the use of the safety equipment. 16. A copy of the health and safety plan shall be posted at the job -site. Scheduled meetings shall be held to review the safety program. 17. The Contractor shall adequately identify and guard all hazardous areas and conditions by visual warning devices and, where necessary, physical barriers. Such devices shall, at a minimum, conform to the requirements of Cal OSHA. F. Safety Equipment: 1. Prior to commencement of the construction of landfill gas facilities, the Contractor shall provide the following equipment: a. Hard hats, work gloves, coveralls, and chemical- resistant boots with steel - toe and shank for all personnel. b. First aid kit, eye wash station, stretcher, and blankets. c. Two fire extinguishers, 50 -pound dry chemical -type. d. No smoking signs. e. Air purifying respirators (with acid gas /organic vapor cartridge) for each worker and observer with replacement cartridges, which fit the respirator. f. Two parachute -type harnesses and safety lines. Newport Terrace Landfill 01030 -6 Special Provisions g. Two self- contained breathing apparatus. h. Methane /oxygen indicator. i. Hydrogen sulfide indicator. j. Barricades. k. Ladders. I. Suitable cover plate for excavations that will remain open at end of working day. m. Air - moving equipment that can provide ventilation if working in substandard air environment (trenches, manholes, etc.). n. Clean water, soap, and paper towels. G. Procedures for Well Drilling and Construction 1. Contractor shall have one person present at all times during construction of the wells. This person shall have the sole responsibility of assuring the observance of all safety procedures, and shall be trained in the use of all recommended safety equipment. 2. Any personnel working near the edge of a well (greater than 12 inches in diameter) under construction shall wear a parachute -type harness and safety line tied to an immobilized drill rig or other safe immobilized structure, and /or shall work with a drilling platform in place. 3. During drilling, special consideration must be given to the less stable conditions represented by refuse, vis -a -vis compacted soil. Refuse must be considered more prone to instability that may cause sidewall failure of the boring at any time. If this were to occur, the magnitude of the failure could be substantial. Individuals present at the time of failure could be buried in an oxygen deficient environment. 4. The personnel performing the drilling work shall remain alert at all times to changing subsurface conditions and signs of impending physical failure such as fissures. It is not uncommon to experience a "hollowing out" effect creating a cavity at depth much larger than the boring due to sidewall failure "down hole." This could cause a sudden collapse to occur at the surface. 5. Drilling personnel must be alert to the potential for encountering subsurface hazards, particularly in the older landfills where the screening of the disposal may have been less controlled. 6. Periodically during the well construction, the work area shall be monitored for levels of methane, vinyl chloride, benzene, and/or other volatile organic compounds. Newport Terrace Landfill 01030 -7 Special Provisions • • 7. Well shall be completed and capped at the end of the day on which the work commenced. However, if the well construction is not completed by end of the day, then the Contractor shall cover the borehole with a steel plate of sufficient size to prevent access to the hole and sufficient thickness to support expected loads. The plate shall be weighted down to discourage removal by unauthorized persons. The edges of the plate shall be covered with a sufficient quantity of wet soil to prevent gas from escaping. Barricades shall be placed around the covered hole outside the range of possible cave -ins. 8. During well drilling, an approved emission control box, per the requirements of the SCAQMD Permit, shall be placed over the hole to collect landfill gas. The collected gas shall either be directed to an existing collection system (if permitted by the current Landfill Operators), or vented to a carbon adsorption unit of a sufficient capacity to remove odors. 9. During well drilling, an engineered- approved emission control box shall be placed over the hole to collect landfill gas. The collected gas shall either be directed to an existing collection system (if permitted by the current landfill operators), or vented to a carbon adsorption unit of a sufficient capacity to remove odors. H. Procedures for Trenching and Pipe Installation 1. Contractor shall submit to the Engineer, in advance of the excavation of any trench or trenches 5 feet or more in depth, detailed plans showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during excavation of such trench or trenches. The plans shall be prepared and signed by a registered civil or structural engineer, and shall comply with the shoring system standards set forth in the Construction Safety Orders in Article 6, Chapter 4, Subchapter 4, Title 8 of the California Code of Regulations. Shoring, bracing, sloping, or other protective systems shall not be less effective than the ones required by the California Construction Safety Orders. 2. Safe and suitable ladders, which project 2 feet over the top of the trench, shall be provided for all trenches over 5 feet in depth. A minimum of one ladder shall be provided for every 100 feet of open trench or fraction thereof and shall be located so that workmen in the trench need not move more than 50 feet to a ladder. 3. All persons working near the edge of the excavations shall be secured with a safety belt and life line for protection from caving. No more than 4 feet of slack shall be allowed in the tether line. 4. Solvent cleaning, gluing, bonding, and /or welding pipe shall be performed outside the excavation whenever possible. Forced ventilation shall be provided when such work is performed in a trench deeper than 3 feet. 5. The construction of piping trench, which exposes landfill trash to the atmosphere, shall be staged such that no more than 100 linear feet of trench Newport Terrace Landfill 01030 -8 Special Provisions 0 0 is exposed at any time prior to backfilling. The trenches shall not be left open overnight or when work is not in progress. 1.05 SITE CONDITIONS A. The Contractor shall be responsible for having determined to his satisfaction, prior to the submission of his bid, the nature and location of the work, the conformation of the ground, the character and quality of the landfill, the type and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the execution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. The prices established for the work to be done will reflect all costs pertaining to the work. Any claims for extras based on landfill or groundwater table conditions will not be allowed. PART 2. PRODUCTS (NOT USED) PART 3. EXECUTION 1. During the project effort AND only when necessary, system vacuum may be shut down (e.g., the blowers may be turned off or a header /lateral line may be isolated) during a work period, but not to exceed 8- hours. System vacuum shall be restored /operational during periods of in- activity, i.e., non -work periods, including weekends and holidays. 2. During the time that the blower building is being re- habilitated (i.e., old equipment removed, new equipment installed, and the structure is repaired and restored), one of the existing (old) blowers shall be relocated outside the building and temporarily plumbed to electrical power, the intake header from the landfill's existing well - field, and the outflow header to the existing vent pole, and made operational. 3. At no time shall new wells along header Line -A or Line -B be turned on (opened up) to the temporary blower unless emission control systems are installed to control odors and /or VOCs; including hydrogen sulfide. 4. It is the Contractor's responsibility to keep operational both system vacuum and emissions control equipment, and maintenance thereof, for the duration of the project effort, until which time the landfill gas control system is approved by the Project Engineer and accepted by the City. 5. It is the Contractor's responsibility to complete, backfill to grade, isolate, and cover each (drilled) well at the end of each work day, i.e., no well shall be left open and /or uncompleted between work shifts. 6. It is the Contractor's responsibility to minimize the length of open trench between work shifts. At no time shall greater than 300 -ft of trench be left open and/or uncovered between work shifts. All trenches and excavations shall be completed, backfilled to grade, isolated, and covered when non -work periods exceed 24 -hrs (e.g., weekends, holidays, etc.) Newport Terrace Landfill 01030 -9 Special Provisions - r'9 Li LJ 7. The Contractor must schedule the work and execute the project in phases to minimize the impact to site residents. The Contractor shall prepare a plan of execution and submit this plan to the Project Engineer for approval at least two weeks prior to commencing work. END OF SECTION 01030 Newport Terrace Landfill 01030 -10 Special Provisions PART 1. GENERAL 1.01 SUMMARY SECTION 01092 U &I 3t7 :0TP."II[a]k 0 A. This section lists many of the construction industry organizations, professional and technical associations, societies and institutes, and government agencies issuing, promoting, or enforcing standards to which references may be made in the Contract Documents, along with the abbreviations commonly used for those references. Also included are certain general requirements for the use of industry standards specified, and for application of the standards in quality control. 1.02 USE OF REFERENCE STANDARDS A. Work specified by reference to the published standard or specification of a government agency, technical association, trade association, professional society or institute, testing agency, or other organization shall conform to or surpass the minimum standards of quality for materials and workmanship established by the designated standard or specification. B. Where so specified, products or workmanship shall also conform to the additional prescriptive or performance requirements included within the Contract Documents to establish a higher or more stringent standard of quality than that required by the referenced standard. C. Where the specific date or issue of the standard is not included with the reference to the standard, the latest edition, including all amendments published and available, shall apply. D. Where two or more standards are specified to establish quality, the product and workmanship shall conform to or surpass the requirements of both. E. In case of conflict between referenced standards, the more stringent shall apply. F. Where both a standard and a brand name are specified for a product in the Contract Documents, the proprietary product named shall conform to or surpass the requirements of the specified reference standard. The listing of a trade name in a Contract Document shall not be construed as warranting that such product conforms to the respective reference standard. G. Copies of standards: Copies of applicable referenced standards have not been bound in this Contract Document. 2. Where copies of standards are needed by the Contractor for superintendence and quality control of the work, obtain a copy or copies directly from the Newport Terrace Landfill 01092 -1 Abbreviations 0 publication source and maintain in an orderly manner at the job -site, available to the Contractor's personnel, subcontractors, City, and Engineer. 3. Submittals. Submit for approval the requests to use products conforming to printed standards or publications with a different publication date from that effective under the Contract. Clearly indicate the changes in product or workmanship quality involved in the proposed change, if any, and reasons for the request. 1.03 ABBREVIATIONS A. Abbreviations for Trade Organizations and Government Agencies. The following is a list of construction industry organizations and government agencies to which references may be made in the Contract Documents with abbreviations used. AA Aluminum Association AAMA American Architectural Manufacturers' Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AFBMA Anti - friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ALS American Lumber Standards AMCA Air Moving and Conditioning Association, Inc. ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railroad Engineering Association ARI Air Conditioning and Refrigeration Institute ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers Newport Terrace Landfill 01092 -2 Abbreviations 0 0 ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservation Association AWPB American Wood Preservers' Bureau AWPI American Wood Preservers' Institute AWS American Welding Society AWWA American Water Works Association BHMA Builders Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association CDA Copper Development Association CGA Compressed Gas Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of American CRSI Concrete Reinforcing Steel Institute FGMA Flat Glass Marketing Association FM Factory Mutual Fed. Spec. Federal Specifications FS Federal Specifications GA Gypsum Association HI Hydraulic Institute HMI Hoist Manufacturers' Institute ICBO International Conference of Building Officials ICEA Insulated Cable Engineers' Association IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society ISA Instrumental Society of America JIC Joint Industry Conferences of Hydraulic Manufacturers MIA Marble Institute of America Mil. Sp. Military Specifications MS Military Specifications Newport Terrace Landfill 01092 -3 Abbreviations 0 • MMA Monorail Manufacturers' Association NAAMM National Association of Architectural Metal Manufacturers NBHA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers Association NESC National Electric Safety Code NFPA National Fire Protection Association NHLA National Hardwood Lumber Association NLMA National Lumber Manufacturers' Association NTMA National Terrazzo and Mosaic Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Administration (both Federal and State) PEI Porcelain Enamel Institute PS Product Standards Section - U.S. Department of Commerce RLM RLM Standards Institute, Inc. RMA Rubber Manufacturers Association SAE Society of Automotive Engineers SDI Steel Deck Institute SDI Steel Door Institute SIGMA Sealed Insulating Glass Manufacturing Association SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning Contractors National Association SSPC Steel Structures Painting Council SWANA Solid Waste Association of North America SWI Steel Window Institute TCA Title Council of America TEMA Tubular Exchanger Manufacturers' Association UBC Uniform Building Code UL Underwriters' Laboratories Newport Terrace Landfill 01092 -4 Abbreviations WCLIB West Coast Lumber Inspection Bureau WWPA Western Wood Products Association PART 2. PRODUCTS (NOT USED) PART 3. EXECUTION (NOT USED) END OF SECTION 01092 Newport Terrace Landfill 01092 -5 Abbreviations SECTION 01300 SUBMITTALS PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section consists of requirements and procedures necessary for scheduling, preparation, and submission of submittals. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Individual Specification sections in these Contract Documents contain additional and special submittal requirements. Individual sections shall take precedence in the event of a conflict with this section. 1.03 SUBMITTAL PROCEDURES A. The Engineer reserves the right to modify the procedures and requirements for submittals, as necessary, to accomplish the specific purpose of each submittal. Direct inquiries to Engineer regarding the procedure, purpose, or extent of any submittal. B. Review, acceptance, or approval of substitutions, schedules, Shop Drawings, lists of materials, and procedures submitted or requested by Contractor shall not add to the Contract amount, and additional costs, which may result there from shall be solely the obligation of Contractor. C. The Engineer is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefore. D. The Engineer is not responsible for providing engineering or other services to protect Contractor from additional costs accruing from submittals. E. Submittals processed by Engineer do not become Contract Documents and are not Change Orders; the purpose of submittal review is to establish a reporting procedure and is intended for Contractor's convenience in organizing the work and to permit Engineer to monitor Contractor's progress and understanding of the design. F. Delays caused by the need for resubmitted shall not constitute basis for claim. Newport Terrace Landfill 01300 -1 Submittals • 0 1.04 ADMINISTRATIVE SUBMITTALS A. Provide administrative submittals required by the Bidding Requirements, General Conditions, Supplementary Conditions, and as might be specifically required in other parts of the Contract Documents. B. Make required submittals promptly to the applicable federal, state, or local agency, as required by law. Failure to comply with this requirement may result in withholding of progress payments and make Contractor liable for other prescribed action and sanctions. C. Submit to the Engineer a copy of letters relative to the Contract including notifications, reports, certifications, payrolls, and the like, that are submitted directly to a federal, state, or other governing agency. 1.05 SCHEDULES A. General: 1. Submit estimated progress schedule, phases of project execution, and preliminary schedule of submittals in duplicate to Engineer. 2. Revise and resubmit as specified, and identify all changes made from previous schedule submittal. B. Schedule of Submittals: 1. Preliminary Schedule of Submittals. Indicate submittals required by Specification section number with brief description, starting and completion dates for respective submittal preparation, and submittal review by Engineer. Contractor shall submit its Preliminary Schedule of Submittals at least 5 working days prior to the Pre - construction Conference. 2. Finalized Schedule of Submittals. Furnish sub - network to the progress schedule indicating respective progress schedule activity, which sequentially follows the submittal activity. Contractor shall submit its Finalized Schedule of Submittals prior to pre- construction conference. C. Schedule of Values. The Contractor shall submit its finalized Schedule of Values to the Engineer for review and approval within 10 working days after the Execution of Contract. 1.06 SHOP DRAWINGS A. General: 1. Shop Drawings, as defined herein, consist of all drawings, diagrams, illustrations, schedules, and other data which are specifically prepared by or for the Contractor to illustrate some portion of the work; and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams, Newport Terrace Landfill 01300 -2 Submittals and other information prepared by a manufacturer and submitted by the Contractor to illustrate material or equipment for distinct portions of the work. 2. Submittal of incomplete or unchecked Shop Drawings will not be acceptable. Shop Drawing submittals, which do not clearly show Contractor's review, stamp or specific written indication of Contractor review will be returned to Contractor for resubmission. 3. Submittal of Shop Drawings not required under these Contract Documents and not shown on the schedule of submittals will be returned to the Contractor unreviewed and unstamped by the Engineer. B. Procedures: 1. Submit to Engineer for review and approval, in accordance with the accepted schedule of submittals, six (6) copies of Shop Drawings. 2. Transmit each submittal on Engineer- accepted form. 3. Sequentially number the transmittal forms; re- submittals to have original number with an alphabetic suffix. 4. Identify project, Contractor, Specification section number, pertinent drawing sheet and detail number(s), products, units and assemblies, and the system or equipment identification or tag number as shown. 5. Apply Contractor's stamp, signed or initialed certifying that review, verification of products required, field dimensions, adjacent construction work, and coordination of information, are in accordance with the requirements of the Contract Documents. 6. Provide space for Engineer review stamps, 2 -112 inches by 3 -1/2 inches. 7. Revise and resubmit submittals as required; identify all changes made since previous submittal. 8. Submittals will be acted upon by Engineer and transmitted to Contractor not later than 10 working days after receipt by Engineer. 9. When Engineer has reviewed Shop Drawings, copies will be returned to Contractor appropriately annotated. a. If major changes or corrections are necessary, Shop Drawing may be rejected and one set will be returned to Contractor with such changes or corrections indicated. b. Correct and resubmit the Shop Drawings in the same manner and quantity as specified for the original submittal. Newport Terrace Landfill 01300 -3 Submittals C. Foreign Manufacturers. Submit names and addresses of companies within the United States that maintain technical service representatives; include complete inventory of spare parts and accessories for each foreign -made item proposed for incorporation into the work. Failure to prove these capabilities shall be just cause for rejection of foreign- manufactured items. D. Interfacing Work. Where called for in the Specifications and as determined necessary by the Engineer to provide proper correlation with other work, complete inter -face information shall be submitted. This interface information shall be accurate and contain all information necessary to allow for manufacturing and construction of the interfacing or connecting work. 1.07 SAMPLES AND TEST SPECIMENS A. Where required in these Specifications, and as determined necessary by the Engineer, submit two test specimens or samples of material, appliances, and fittings to be used or offered for use in connection with the work. Include information as to their sources, prepay cartage charges, and submit such quantities and sizes for proper examination and tests to establish the quality or equality thereof, as applicable. B. Submit samples and tests specimens in ample time to enable Engineer to make tests or examinations necessary, without delay to the work. C. Submit additional samples as required by Engineer to ensure equality with the original approved sample and /or for determination of Specification compliance. D. Tests required by the Specifications to be performed by an independent laboratory shall be made by a laboratory licensed or certified in accordance with state statutes. 1. Submit certified test results of specified tests in duplicate to the Engineer. E. Samples and laboratory services shall be at the expense of Contractor, unless otherwise specified, and included in the prices bid for the associated work. F. Approved sample items (fixtures, hardware, etc.) may be incorporated into the work upon approval and when no longer needed by Engineer for reference. 1.08 QUALITY CONTROL SUBMITTALS A. Manufacturers' Certification of Proper Installation. Where manufacturer's certification is required in the Specifications, the manufacturer shall provide certification stating the following: 1. The product or system has been installed in accordance with the manufacturer's recommendations. 2. A manufacturer's authorized representative has inspected the product or system. Newport Terrace Landfill 01300 -4 Submittals 3.. The product or system has been serviced with the proper lubricants. 4. Applicable safety equipment has been properly installed. 5. Proper adjustments have been made, and the product or system is ready for functional testing, and operation. B. Certification of Compliance: 1. Where specified, furnish certification of compliance for products specified to a recognized standard or code prior to the use of such products in the work. a. Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by a certification of compliance. b. The manufacturer of the product shall sign certifications; state that the components involved comply in all respects with the requirements of the Specifications. c. Furnish certification of compliance with each lot delivered to the job -site and clearly identify the lot so certified. 2. Products used on the basis of a certification of compliance may be sampled and tested at any time. The fact that a product is used on the basis of a certification of compliance shall not relieve Contractor of responsibility for incorporating products in the work, which conform to requirements of the Contract Documents. Products not conforming to such requirements will be subject to rejection whether in place or not. 3. Engineer reserves the right to refuse permission for use of products on the basis of a certification of compliance. C. Functional Test Certification. Where a certification of functional testing is specified for certain equipment, the Contractor (as applicable to the equipment furnished) shall state in writing that: 1. Necessary piping systems, valves, and equipment have been successfully tested. 2. Necessary equipment systems and subsystems have been checked for proper installation, started, and successfully tested to indicate they are operational. 3. Adjustments and calibrations have been made. 4. The systems and subsystems are capable for performing their intended functions. 5. The facilities are ready for performance testing, or for startup and intended operation, as applicable. 6. The manufacturer has reviewed and acknowledged this certification. Newport Terrace Landfill 01300 -5 Submittals 1.09 OPERATION AND MAINTENANCE (O & M) MANUALS A. General. Engineer will determine adequacy of each O & M Manual as to content, organization, quality, and adequacy. Furnish acceptable manuals as reviewed by the Engineer. B. Procedures: 1. Furnish five (5) copies of complete instruction manual for installation, operation, maintenance, and lubrication requirements for each unit or common units of mechanical and electrical equipment or system. The Contractor will assemble the O & M Manuals into one set for the entire project. The contractor shall also provide one "photo ready" copy of complete manual along with the above stated bound sets of the manual. 2. Furnish manufacturer's data and installation instructions at least 10 working days prior to installation of the respective equipment. Correct deficiencies found in the submitted manual within 30 calendar days following notification of the deficiencies. 3. Manuals shall be customized to describe the equipment actually furnished, and shall not include extraneous data for models, options, or sizes not furnished. a. Where more than one model, option, or size of an equipment type is furnished, clearly indicate the information pertaining to each model, option, or size furnished. b. Manufacturer's preprinted literature may be accepted provided it has been customized to clearly indicate the models, options, and sizes actually furnished, and that equipment models not furnished have been clearly crossed out or deleted. 4. Assemble each copy of the manual in one or more three -ring, hard -back type binders. a. Clearly label each binder to designate the system or equipment for which it is intended with reference to the building and equipment number, and the Specification section where the equipment is specified. b. Provide each binder with title page, typed table of contents with page numbers, and heavy section dividers with numbered plastic index tabs. c. Divide each manual into sections paralleling the equipment Specifications. d. Where more than one binder is required, they shall be labeled "Vol. 1," "Vol. 2," and so on. Place the table of contents for the entire set, identified by volume number, in each binder. Newport Terrace Landfill 01300 -6 Submittals 0 0 e. Submit manual organization and format to Engineer for approval prior to manual preparation. f. Punch all data for binding and composition; arrange printing so that punching holes does not obliterate data. 5. Material in manuals shall be suitable for photographic reproduction. Where copies of identical material are included, clarity and quality of copies shall equal the original. 1.10 CONTRACT CLOSEOUT SUBMITTALS A. Record Drawings. The Contractor shall prepare and submit to the Engineer a clean copy of a marked -up (in red) set of Contract Drawings depicting all changes and modifications made during the construction. B. O & M Manuals: 1. Submit two final revised O & M Manuals incorporating field- testing results and additional instructions deemed necessary by Engineer after testing and startup. 2. Revise and resubmit manuals, or portions of manuals, found to be missing or incomplete from Engineer's punch list. PART 2. PRODUCTS (NOT USED) PART 3. EXECUTION (NOT USED) END OF SECTION 01300 Newport Terrace Landfill 01300 -7 Submittals 0 0 SECTION 01700 CONTRACT CLOSEOUT PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section complies with the requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the work. 1.02 SUBSTANTIAL COMPLETION A. When Contractor considers the work as substantially complete, he shall submit to the Engineer: 1. A written notice that the work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, Engineer shall observe the work to determine the status of completion. C. Should Engineer determine that the work is not substantially complete: 1. The Engineer will promptly notify the Contractor in writing, giving the reasons therefore. 2. The Contractor shall remedy the deficiencies in the work and send a second written notice of substantial completion to the Engineer. 3. Engineer will review the work. D. When the Engineer finds that the work is substantially complete, he will: 1. Prepare and deliver to the Contractor a tentative list of items to be completed or corrected before final payment. 1.03 FINAL ACCEPTANCE A. When the Contractor considers the work is complete, he shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. Newport Terrace Landfill 01700 -1 Contract Closeout 0 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the Engineer and are operational. 5. Work is completed and ready for final acceptance. B. Engineer will inspect the work to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Engineer consider that the work is incomplete or defective: 1. Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work, 2. Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written certification to the Engineer that the work is complete, and 3. Engineer will inspect the work. D. When the Engineer finds that the work is acceptable under the Contract Documents, he shall request the Contractor to make closeout submittals. 1.04 CLOSEOUT SUBMITTALS A. The Contractor shall provide evidence of compliance with the requirements of the governing authority. B. The Contractor shall submit and receive acceptance of accurate "as- built' drawings of the project. C. The Contractor shall submit and receive acceptance of all specified warranties, guarantees, and operation and maintenance manuals. D. The Contractor shall furnish all required spare parts as per the Contract requirements. 1.05 FINAL ADJUSTMENT OF ACCOUNTS A. The Contractor shall submit a final statement of accounting to the City of Newport Beach. B. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous change orders or written amendment. b. Allowances. Newport Terrace Landfill 01700 -2 Contract Closeout c. Unit prices. d. Deductions for uncorrected work. e. Failed test costs. f. Penalties. g. Deductions for liquidated damages. h. Deductions for re- review payments. i. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due. C. The Contractor shall submit satisfactory evidence of release of all liens or claims. D. Engineer will prepare a final Change Order, reflecting approved adjustments to the Contract Sum, which were not previously made by Change Orders. 1.06 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract. PART 2. PRODUCTS (NOT USED) PART 3. EXECUTION (NOT USED) END OF SECTION 01700 Newport Terrace Landfill 01700 -3 Contract Closeout E PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: SECTION 02110 CLEARING AND GRUBBING �J 1. The work described in this Section consists of furnishing all labor, materials, equipment, and transportation necessary for clearing the entire construction site. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the construction areas. Only those materials which would interfere with the proposed work is to be removed, and only with the approval of the Engineer. 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: 1. All work under this section, as applicable, shall comply with the requirements of the 2003 edition of the Standard Specifications for Public Works Construction and supplements to date, as published by Building News, Inc., with exceptions and special requirements as set forth herein. B. Burning will not be permitted on site. The Contractor shall conform to applicable local code for disposal of debris. PART 2. PRODUCTS (NOT USED) PART 3. EXECUTION 3.01 INSPECTION A. Verification of Existing Conditions: 1. In addition to examining the topographic survey included in the Contract Drawings for reference, the Contractor is expected to have visited and inspected the site for himself in order to determine the grades and true conditions under which the work is to be performed. 3.02 CLEARING A. Clear areas required for access to work site and execution of work. B. Remove shrubs within construction areas. C. Clear undergrowth without disturbing subsoil. Newport Terrace Landfill 02110 -1 Clearing and Grubbing 0 3.03 PERFORMANCE A. The ground surface shall be cleared of all vegetation growth, logs, upturned stumps, roots of downed trees, brush, grass, weeds, and all other objectionable materials, within the limits of construction. B. Removal and Disposal of Materials: 1. All materials removed shall be disposed of outside of the construction site in a manner to be approved by the Engineer. The Contractor shall dispose of excavated refuse material at the appropriate landfills or to the area directed by the Engineer. C. Cleanup work shall be to the satisfaction of the Engineer. 3.04 PROTECTION A. Protect plant growth and features remaining as final landscaping. B. Protect all permanent and temporary benchmarks, drainage, and existing work from damage or displacement. END OF SECTION 02110 Newport Terrace Landfill 02110 -2 Clearing and Grubbing - SECTION 02220 EXCAVATION, BACKFILLING, AND COMPACTION PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section consists of furnishing all labor, materials, equipment, and incidentals necessary for excavating, grading, backfilling, and compacting, complete as shown on the Contract Drawings and as specified herein. B. Related Work Specified Elsewhere: 1. Section 02110 -Clearing and Grubbing. 1.02 FEDERAL AND STATE REGULATORY REQUIREMENTS A. All trench excavations which exceed 5 feet in depth shall comply with the applicable trench safety standards as stated in the OSHA excavation safety standards 29 CFR S.1926.650 Subpart P. 1.03 JOB CONDITIONS A. Protection of Existing Items: 1. All benchmarks, monuments, and other reference points shall remain undisturbed unless specifically directed otherwise by the Engineer. B. Coordination with Others: 1. Contractor shall give adequate prior notice to the Engineer, utility agencies, and other legal authorities prior to starting work. 2. Contractor shall coordinate his operations with other trades, utility firms, and other affected public departments to assure continuity for both access and service of all utility service distribution lines, in conformance with applicable requirements of these organizations. Services to adjacent, adjoining property shall not be impeded. 1.04 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. In addition, the. Contractor shall submit to the Engineer for review the proposed methods of construction, including dewatering, excavation, bedding, backfilling, Newport Terrace Landfill 02220 -3 Excavation, Backfilling, and Compaction trench shoring (if applicable), and compaction for various portions of the work. Review shall be for method only. The Contractor shall be responsible for the adequacy and safety of the methods. 1.05 SAFETY REQUIREMENTS A. The Contractor shall perform all work in accordance with the safety features required in Section 01030 - Special Provisions. PART 2. PRODUCTS 2.01 MATERIALS A. General: 1. The Engineer must approve all fill material. 2. On -site excavated materials may be used where approved by the Engineer. 3. Rocks larger than 4 inches in diameter, trash, and objectionable materials shall be removed from all fills to be compacted. B. Fill Materials: 1. Bedding. Bedding shall consist of granular material containing no pieces larger than 2 inch and free of broken concrete, broken pavement, wood, organic material, refuse, or other deleterious material. 2. Backfill. Backfill shall be sound earthen material free from broken concrete, broken pavement, wood, organic material, refuse, or other deleterious material. Unless otherwise specified, this may be native material with no piece larger than 2 inches. Fill materials used for wells, shall not have any piece larger than 1 inch. 3. Gravel. As specified in drawings, and as described in Section 11180 -Part 2 of these specifications. 4. Bentonite. As described in Section 11180 -Part 2 of these Specifications. 5. Water. Potable water. 6. Materials falling within the above specifications, encountered during the excavation, may be stored in segregated stockpiles for reuse. All material, which, in the opinion of the Engineer, is not suitable for reuse, shall be spoiled as specified herein for disposal of unsuitable materials. PART 3. EXECUTION 3.01 INSPECTION Newport Terrace Landfill 02220 -4 Excavation, Backfilling, and Compaction A. Verification of Existing Conditions: 1. In addition to examining the topographic survey, the Contractor is expected to have visited and inspected the site for himself in order to determine the grades and true conditions under which the work is to be performed. 2. Should any omissions, conflicts, or ambiguities in these Specifications or Drawings be discovered during the examination of the Contract Documents or upon visiting the premises of the project during the construction, such discrepancies shall be brought to the attention of the Engineer prior to construction. The questions will be reviewed and, where the information sought is not clearly specified or indicated on the Drawings, a clarification will be issued which shall become a part of the Construction Documents. 3.02 PREPARATION A. Staking Out Line and Grade: 1. The Contractor shall provide offset line and grade stakes at ground level for horizontal LFG collectors, and all points of slope change along the LFG collection system. The Contractor shall be responsible for transfer of such offset line and grade into the trench for construction of the work and for the accuracy of such transfer. 2. For all buried LFG headers and laterals, prior to backfilling the trenches, the Contractor shall survey the compacted pipe bedding to verify the slopes of headers and laterals as specified on the Contract Drawings. The surveyed information of the LFG headers and laterals shall be submitted to the Engineer for preparation the "As- Built' Drawings. 3.03 PROTECTION A. Pumping and Drainage: 1. The Contractor shall at all times during construction provide and maintain proper equipment and facilities to remove all water entering excavations, and shall keep such excavations dry so as to obtain a satisfactory undisturbed sub grade foundation condition. 2. Dewatering shall at all times be conducted in such a manner as to preserve the undisturbed bearing capacity of sub grade soils at the bottom of the excavation. 3. Water entering the excavation from surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and pumped from the excavation to maintain a bottom free from standing water. 4. Conveying of dewatered liquids in open ditches or trenches will not be allowed. Permission to use any storm sewers, or drains, for water disposal Newport Terrace Landfill 02220 -5 Excavation, Backfilling, and Compaction • 0 purposes shall be obtained from the authority having jurisdiction. Any requirements and costs for such use shall be the responsibility of the Contractor. The Contractor shall not cause flooding by overloading or blocking flow in the drainage facilities, and shall leave the facilities unrestricted and clean as originally found. Any damage to facilities shall be repaired or restored as directed by the Engineer or the authority having jurisdiction, at no cost to the City of Newport Beach. 3.04 EXCAVATION, BACKFILL, AND COMPACTION A. Materials: 1. To the maximum extent available, excess earth obtained from structure and trench excavation shall be used as fill material. 2. Materials placed in backfill shall be free from rocks or stones larger than 2 inches, as well as brush, stumps, logs, roots, debris, and organic or other deleterious materials; and must be approved by the Engineer. B. Excavation and Backfilling: 1. If the bottom of any excavation is taken below the limits shown on the Contract Drawings or specified or directed by the Engineer, it shall be refilled at the Contractor's expense with the materials specified in Item 2.01. 2. If, in the opinion of the Engineer, the material, in its undisturbed natural condition, at or below the normal grade of the excavation as indicated on the Contract Drawings, is unsuitable for foundation, it shall be removed to such depth and width as he may direct and replaced with suitable material. 3. Excavation for all trenches required for the installation of LFG headers and conveyance pipe shall be made to the depths indicated on the Contract Drawings and in such manner and to such width as will give adequate room for laying and installing the pipes, for bracing and supporting, and for pumping and draining facilities; the Contractor shall render the bottom of the excavation firm and dry and in all respect acceptable to the Engineer. The length of the trench shall be limited to the Contractor's capabilities to excavate, install the pipe, backfill, and compact in 5 consecutive working days. No trench shall be allowed to remain open overnight, unless otherwise approved by the Engineer. 4. Rock shall be removed to a minimum of 8 -inch clearance around bottom and sides of all pipes being laid. 5. Bedding shall be placed to a minimum depth of 4- inches below the bottom of pipe, and 6 inches above top of pipe and shall be thoroughly compacted by hand - tamping as placed with at least one man tamping for each man shoveling material into the trench. Newport Terrace Landfill 02220 -6 Excavation, Backfilling, and Compaction 0 0 6. As soon as practical after the pipe has been laid, jointed, and tested, backfilling shall begin and thereafter be prosecuted expeditiously. 7. Excavations shall be backfilled to the original grades. The Contractor shall correct deviation from these grades because of settling. Backfill operation shall be performed to comply with all rules and regulations and in such manner that it does not create a nuisance or safety hazard. C. Compaction: Backfill in trenches shall be placed in layers not to exceed 12 inches in depth and compacted to at least 90 percent of maximum dry density as determined by ASTM D- 1557 -91, Method D. The Contractor shall hire an independent soil- testing laboratory to conduct the compaction tests and submit the results to the Engineer. A minimum of one test per 300 linear feet of trench shall be conducted. Additional tests, if requested by the Engineer, shall be conducted at no cost to the City. If the test indicates that the backfilling is not compacted as specified, then the Contractor shall recompact the area and retest for compaction at no extra cost to the City. 3. Compaction by water flooding or jetting shall not be permitted. 3.05 EXCESS EXCAVATED MATERIALS A. All suitable excess excavated material shall be stockpiled in areas specified by the Engineer. B. All debris, junk, stones, refuse, logs, stumps, roots, and other unsuitable excavated or drilled materials will be disposed of by the Contractor to an appropriate landfill at no additional cost to the City. END OF SECTION 02220 Newport Terrace Landfill 02220 -7 Excavation, Backfilling, and Compaction SECTION 02300 IMPRINTED /STAMPED CONCRETE PART 1. GENERAL 1.01 DESCRIPTION A. Imprinted Concrete includes: 1. Materials: Forming materials, reinforcement, concrete, dry-shake color hardener, curing compound, release agent and sealer 2. Special imprinting and texturing tools 3. Concrete placement and finish 4. Color hardener and release agent placement 5. Pressure washing to remove excess release agent 6. Curing compound application 7. Sealer application 1.02 REFERENCES AND STANDARDS A. Imprinted Concrete: Install in accordance with the standards and specifications of imprinted /Stamped Concrete Manufacture and the American Concrete Institute (ACI). B. The contractor for this work shall be the following a licensed contractor who has been trained and equipped by the manufacture of Imprinted /Stamped concrete manufacture 1.03 DEFINITIONS A. Imprinted /Stamped Concrete is a cast -in -place concrete slab, having the surface colored and imprinted with a pattern. The work is performed on the job site by trained and experienced workmen. 1.04 RELATED WORK A. Preparation work, including sub -grade preparation, finish grading, constructing formwork, placing and setting screeds, and furnishing and placement of reinforcement shall be done by a licensed contractor or other qualified contractor. B. Provide and place concrete. Newport Terrace Landfill 02300 -8 Imprinted /Stamped Concrete i C. For all pedestrian and light traffic applications, provide and apply regular grade Color Hardener. D. Provide and apply all release agents. Release agent is a dry powdered, colored agent used to facilitate release of the imprinting tools from concrete surface, and to provide moderate color variations to the textured surface. E. Provide and apply imprinting tools. F. Provide and apply curing compound. G. NOT USED H. Outside edges of all imprinted slabs shall be left uncolored unless otherwise specified in the drawings. 1.05 QUALITY ASSURANCE A. All work shall be installed by a licensed contractor. The contractor shall provide a qualified foreman or supervisor who has a minimum of three years experience with imprinted and textured concrete, and who has successfully completed at least five imprinted concrete installations of high quality and similar in scope to that specified herein, and located within a 100 mile radius of the proposed project. Evidence that the contractor is qualified to complete the project in a workmanlike manner as specified herein shall be submitted to, and approved by, the architect/engineer. B. All work shall comply with the current specifications and quality standards issued by Imprinted /Stamped concrete manufacture. PART 2. PRODUCTS 2.01 CONCRETE MIX DESIGN A. The concrete shall have a minimum compressive strength of 3000 psi in non - freeze areas, 3500 psi in moderate freeze -thaw areas and 4000 psi in severe freeze -thaw areas. Portland cement shall conform to ASTM C 150 Type I, II, or V, depending on soil conditions. Aggregates shall conform to ASTM C 33. Mixing water shall be fresh, clean and potable. In freeze -thaw areas only, an air - entraining admixture complying to ASTM C 260 shall be used to achieve an entrained air content for the particular mix used in accordance with the published recommendations of the Portland Cement Association and the American Concrete Institute. No admixtures containing calcium chloride shall be permitted. 2.02 COLORING, IMPRINTING, CURING AND SEALING MATERIALS A. Color Hardener: The concrete shall be colored to match existing concrete. The . grade of the hardener shall be Regular Grade Newport Terrace Landfill 02300 -9 Imprinted /Stamped Concrete • • B. Pattern: The pattern shall match the existing pattern. Imprinting tools used in the execution of this project shall be manufactured by a manufacturer of imprinted /stamped concrete products. C. Reinforcement: Imprinted slabs shall conform to the guidelines and recommendations of the American Concrete Institute for reinforcement of cast -in- place concrete slabs. D. Curing: Imprinted concrete slabs shall be cured color or clear curing agent compatible with manufacture's stamped concrete products. Imprinted /textured concrete may be cured using non - staining reinforced curing paper when necessary. E. Sealer: Slabs shall be sealed in accordance with the manufacturer's recommendations. PART 3. EXECUTION 3.01 INSTALLATION PROCEDURES A. The area to receive imprinted concrete shall have the sub -grade prepared and compacted as required by local governing authority and conditions. B. The formwork shall be installed in accordance with the drawings. The slab thickness shall be consistent with that of ordinary concrete slabs under the same conditions. Imprinted /Stamped Concrete shall be installed as a 2" topping over a 4" base slab. C. Provide reinforcement as specified D. Control joints and/or expansion joints shall be provided in accordance with the drawings and the guidelines established by the American Concrete Institute. As with any concrete slab, imprinted concrete usually contains construction joints, control joints and expansion joints. The contractor shall advise and work with the architect/engineer to determine the best location for these joints to minimize the visibility of the joints and to minimize unsightly cracking. E. The concrete shall be placed and screeded to the finished grade, and floated to a uniform surface using standard finishing techniques. F. Color Hardener shall be applied evenly to the surface of the fresh concrete by the dry-shake method using a minimum of 60 pounds per 100 square feet. It shall be applied in two or more shakes, floated after each shake and troweled only after the final floating. G. NOT USED Newport Terrace Landfill 02300 -10 Imprinted /Stamped Concrete • 0 H. While the concrete is still in its plastic stage of set, the imprinting tools shall be applied to the surface. Approved curing method shall be applied in accordance with the manufacturer's recommendations immediately after completing the imprinting process for slabs only. (Reference section 2.02.) J. After the initial curing period the surface of the slab shall be sealed. END OF SECTION 02300 SECTION 02830 CHAIN -LINK FENCE AND GATES PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section consists of furnishing all labor, materials, and equipment necessary to install 6 -foot high chain -link fence and gates, complete as shown on the Contract Drawings and as specified herein. B. Related Work Described Elsewhere: 1. Section 03300 - Concrete. 1.02 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals, Division 1 of the General Requirements. In addition, the following specific information shall be provided: 1. Product data in the form of manufacturer's technical data, specifications, and installation instructions for gates, posts, fabric, and accessories. 2. Shop Drawings showing location of gates, each post, and details of post installation, extension arms, gate swing, hardware, and accessories. 1.03 QUALITY ASSURANCE A. Single- Source Responsibility. Obtain chain -link fences and gates as complete units, including necessary erection accessories, fittings, and fastenings from a single source or manufacturer. Newport Terrace Landfill 02300 -11 Imprinted /Stamped Concrete 0 0 B. Installation shall be done by a company specializing in commercial quality fencing work with at least 3 years of experience. C. Acceptable manufacturers: 1. Allied Tube and Conduit Corp. 2. Anchor Fence, Inc. 3. Cyclone Fence /United State Steel Corp. 4. Or approved equal. PART 2. PRODUCTS 2.01 GENERAL A. Posts, rails, rods, fittings, and hardware shall be hot - dipped, zinc - coated steel. Repair of damaged galvanized metal to be by Galowelding off site, or by cold galvanized, high -zinc content paint. B. Fence components shall be galvanically compatible. 2.02 MATERIALS A. Frame work: Schedule 40 steel pipe with 1.8 ounces of zinc coating per square foot of surface area conforming to Standard Specification ASTM A -120. Pipe shall be straight, true to section, and conform to the following weights: Pipe Size Outside Diameter Weight Ibs /ft 1 -5/8" 2.27 2" 2.72 2 -1/2" 3.65 3" 5.79 3 -1 /2" 7.58 4" 9.11 B. Fabric: Zinc - Coated or Aluminum- Coated Steel. Zinc - coated fabric shall be galvanized after weaving with a minimum 1.2 ounces of zinc per square foot of surface area and conform to ASTM A -392, Class I. Aluminum- coated fabric shall be manufactured in accordance with ASTM A -491 and coated before weaving with a minimum of 0.1 ounces of aluminum per square foot of surface area. The steel wire and coating shall conform to ASTM A -817. Newport Terrace Landfill 03100 -12 Concrete Formwork 0 0 C. Fittings: Pressed steel or cast iron, galvanized with a minimum of 1.2 ounces of zinc per square foot of surface area, or cast aluminum alloy, all conforming to ASTM F -626. 2.03 CONCRETE MIX A. ASTM C -94 Portland cement concrete with maximum 314" aggregate having a minimum compressive strength of 2,500 psi at 28 days. Newport Terrace Landfill 03100 -13 Concrete Formwork - Line Post Outer Diameter (O.D.) 2° 2 -1/2" 3" Double Gate Width Up to 12' 13' to 25' Terminal Post O.D. 3" 3" 4" Post O.D. D. Fabric: Galvanized or aluminum- coated steel wire, 9 gage, woven in a 2 -inch diamond mesh with top salvage twisted and barbed and bottom salvage knuckled. Fence heights up to 12 feet shall be one -piece widths. E. Gates: Frame assembly of 2 -inch O.D. steel pipe with welded joints. Weld areas repaired with zinc -rich coating applied per manufacturer's directions. Fabric shall match fence. Gate accessories, hinges, latches, center stops, keepers, and necessary hardware of quality required for industrial and commercial application. Latches shall permit padlocking of gate. Locks shall be a five -pin tumbler type, Master Lock No. 6 or equivalent. All site locks shall be keyed alike and six (6) copies must be supplied to the Engineer. Barbed wire installed at top of gates. F. Fittings: 1. Post Caps - pressed steel, cast iron, or cast aluminum alloy designed to fit snugly over posts to exclude moisture. Supply cone type caps for terminal posts and loop type for line posts. 2. Rail and Brace Ends - pressed steel, cast iron, or cast aluminum alloy, cup - shaped to receive rail and brace ends. 3. Top Rail Sleeves - tubular steel, 0.051 thickness by 7 inch long, expansion type. 4. Tension Bars - steel strip, 5/8 inch wide by 3/16 inch thick. 5. Tension Bands - pressed steel, 14 -gauge thickness by 3/4 inch wide. 6. Brace Bands - pressed steel, 12 -gauge thickness by 3/4 inch wide. 7. Truss Rods - steel rod, 3/8 -inch diameter merchant quality with turnbuckle. Newport Terrace Landfill 03100 -14 Concrete Formwork 2.04 COMPONENTS A. Fence Posts: Fabric Height Under 6' 6' to 9' 9' to 12' B. Gate Posts: Single Gate Width Up to 6' 7' to 12' C. Rails and Braces: 1 -5/8" O.D. Steel Pipe Line Post Outer Diameter (O.D.) 2° 2 -1/2" 3" Double Gate Width Up to 12' 13' to 25' Terminal Post O.D. 3" 3" 4" Post O.D. D. Fabric: Galvanized or aluminum- coated steel wire, 9 gage, woven in a 2 -inch diamond mesh with top salvage twisted and barbed and bottom salvage knuckled. Fence heights up to 12 feet shall be one -piece widths. E. Gates: Frame assembly of 2 -inch O.D. steel pipe with welded joints. Weld areas repaired with zinc -rich coating applied per manufacturer's directions. Fabric shall match fence. Gate accessories, hinges, latches, center stops, keepers, and necessary hardware of quality required for industrial and commercial application. Latches shall permit padlocking of gate. Locks shall be a five -pin tumbler type, Master Lock No. 6 or equivalent. All site locks shall be keyed alike and six (6) copies must be supplied to the Engineer. Barbed wire installed at top of gates. F. Fittings: 1. Post Caps - pressed steel, cast iron, or cast aluminum alloy designed to fit snugly over posts to exclude moisture. Supply cone type caps for terminal posts and loop type for line posts. 2. Rail and Brace Ends - pressed steel, cast iron, or cast aluminum alloy, cup - shaped to receive rail and brace ends. 3. Top Rail Sleeves - tubular steel, 0.051 thickness by 7 inch long, expansion type. 4. Tension Bars - steel strip, 5/8 inch wide by 3/16 inch thick. 5. Tension Bands - pressed steel, 14 -gauge thickness by 3/4 inch wide. 6. Brace Bands - pressed steel, 12 -gauge thickness by 3/4 inch wide. 7. Truss Rods - steel rod, 3/8 -inch diameter merchant quality with turnbuckle. Newport Terrace Landfill 03100 -14 Concrete Formwork 0 0 8. Barbed Wire Arms - pressed steel, cast iron, or cast aluminum alloy fitted with clips or slots for attaching three strands of barbed wire. Arms shall be set outward on a 45 degree angle and be capable of supporting a 250 -pound load at outer barbed wire connecting point without causing permanent deflection. G. Tension Wire: Marcelled 7 -gauge steel sire with minimum coating of 0.80 ounces of zinc or 0.10 ounces of aluminum per square foot of wire surface and conforming to ASTM A -821. H. Barbed Wire: Commercial quality steel, 12 -1/2- gauge, three strand twisted line wire with 4 -point barbs at 5 -inch spacing. Coating shall consist of a minimum of 0.80 ounces of zinc per square foot of wire surface conforming to ASTM A -121 or a minimum of 0.30 ounces of aluminum per square foot of wire surface conforming to ASTM A -585. I. Tie Wires: Aluminum 9- gauge, alloy 1100 -H4 or equal. J. Hog Rings: Steel wire, 11 -gauge with a minimum zinc coating of 0.80 ounces per square foot of PART 3. EXECUTION 3.01 INSPECTION A. Contractor shall examine site and report in writing to Engineer any conditions detrimental to the proper and timely completion of the work. The Contractor shall include in the report a discussion of the necessity of grounding the fence in accor- dance with the National Electric Safety Code (NESC). Clearing, grading, fence line layout and staking of terminals to be completed by Contractor before start of fence installation. The grading of the fence line shall not impact the surface water flow. B. Contractor shall receive reviewed Shop Drawings from Engineer before starting installation. 3.02 INSTALLATION A. General. Fence installation shall conform to requirements of ASTM F -567. B. Secure Fence. The Contractor shall secure fence fabric to discourage theft of fence fabric from the site. This shall be accomplished by welding the fence fabric to each third post at a minimum of three locations per post, in the middle of the post, and at the top and bottom. All the welds shall be treated to prevent corrosion. C. Height. Provide fence heights as indicated on the Contract Drawings. D. Post Spacing. Space line posts at intervals not exceeding 10 feet. Newport Terrace Landfill 03100 -15 Concrete Formwork 0 E. Post Setting. Set terminal, gate, and line posts plumb in concrete footings as indicated on Contract Drawings. Top of footing to be 2 inches above grade and sloped to direct water away from posts. F. Bracing. Brace gate and terminal posts back to adjacent line posts with horizontal brace rails and diagonal truss rods. G. Top Tension Wire. Stretch between terminal posts and fasten to outside of line posts with tie wires. It shall also be fastened to the fabric every 18 inches with either wire ties or hog rings. H. Bottom Tension Wire. Stretch between terminal posts no more than 6 inches above grade and fasten to outside of line posts with tie wires. It shall also be fastened to the fabric every 18 inches with either wire ties or hog rings. Fabric. Pull fabric taut to provide a smooth uniform appearance, free from sag, with bottom salvage no more than 2 inches above grade. Fasten to terminal posts with tension bars threaded through mesh and secured with tension bands at maximum 15 -inch intervals. Tie to line posts and top rails with tie wires spaced at maximum 12 inches on posts and 24 inches on rails. Attach to bottom tension wire with hog rings at maximum 24 -inch intervals. J. Barbed Wire. Anchor to terminal extension arms, pull taut to remove all sag and firmly install in slots of line post extension arms. Barbed wire shall support 200 lb weight. K. Gates. Install gates plumb, level, and secure for full opening without interference. Anchor center stops and keepers in concrete. Adjust and lubricate hardware for smooth operation. L. Fasteners. Install nuts for fittings, bands, and hardware bolts on inside of fence. Peen ends of bolts or score threads to prevent removal. M. The fence shall be grounded in accordance with the requirements of the NESC as determined by the Contractor and approved by the Engineer as being applicable to this site. 3.03 COMPLETION A. The area of installation shall be left neat and free of any debris caused by the erection of the fence. END OF SECTION 02830 Newport Terrace Landfill 03100 -16 Concrete Formwork 0 PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: SECTION 03100 CONCRETE FORMWORK E 1. The work described in this section consists of providing formwork for concrete. B. Related Work Specified Elsewhere: 1. Section 03200 - Steel Reinforcement. 2. Section 03300 - Concrete. 1.02 QUALITY ASSURANCE A. Standards. Unless otherwise indicated, all materials, workmanship, and practices shall conform to the following standards: 1. Standard Building Code. 2. ACI 347, Recommended Practice for Concrete Formwork. B. Responsibility. The Contractor shall be responsible for the design of the formwork and for safety in its construction, use, and removal. C. Tolerances. Formwork shall be constructed to insure that finished concrete surfaces will be in accordance with the tolerances listed in ACI 347. Camber shall be provided as necessary to compensate for anticipated deflection in formwork and concrete due to weight and pressure of fresh concrete and other construction loads. PART 2. PRODUCTS 2.01 MATERIALS A. Plywood. Unless otherwise indicated, forms shall be PLYFORM, Class 1, BB- Exterior type, mill oiled and edge sealed. Thickness shall be as required to support concrete at the rate placed, but not less than 3!4 -inch. B. Form Accessories. Form accessories shall be of a commercially manufactured type. Form ties shall be so constructed that the ends, or end fasteners, can be removed without causing appreciable spalling at the face of the concrete. After ends, or end fasteners of form ties have been removed, the embedded portion of the ties shall terminate not less that 1 -112 inches from the form face of the concrete. Use imbedded rods with integral water stops and cones. Wire ties and wood spreader will not be permitted. Newport Terrace Landfill 03100 -1 Concrete Formwork - 0 0 C. Chamfer Strips. Chamfer strips shall be wood strips or other approved material designed to be nailed in the forms to provide a 3/4 -inch chamfer at exposed edges of concrete members. D. Form Release Agent. Form release agent shall be a paraffin base oil or mineral oil coating that will effectively prevent absorption of moisture and prevent bond with concrete, will not stain the concrete surfaces, and will leave the concrete with a paintable surface. PART 3. EXECUTION 3.01 INSTALLATION A. Construction of Formwork. Forms shall be sufficiently strong to withstand the pressure resulting from the placement and vibration of concrete and shall be sufficiently rigid to maintain specified tolerances. Forms shall be sufficiently tight to prevent loss of mortar. Forms shall be adequately braced against lateral, upward, or downward movement. B. Adjustment. Positive means of adjustment of shores and struts shall be provided and all settlement shall be taken up during concrete placing. C. Temporary Openings. Temporary openings shall be provided in wall forms to limit the free fall of concrete to a maximum of 4 feet unless an elephant trunk is used. Such openings shall be located to facilitate placing and consolidation and shall be spaced no more than 8 feet apart. Temporary openings shall also be provided in the bottom of wall and column forms and elsewhere as necessary to facilitate cleaning and observation immediately prior to placing. D. Construction Joints. At construction joints, the contact surfaces of the form sheathing shall overlap the hardened concrete by not less than 1 -inch. Forms shall be held against the hardened concrete to prevent offsets or loss of mortar. E. Chamfers. All exposed concrete edges shall be chamfered 314 inch by 3 /4'inch, unless otherwise indicated on the Drawings. F. Form Facing Materials. The facing material shall produce a hard uniform texture on the concrete. Facing materials with raised grain, torn surfaces, wom edges, patches, dents, or other defects shall not be used. The maximum deflection of facing materials as reflected in concrete surfaces shall not exceed 1/240 of the span between structural members. G. Preparation of Form Surfaces. After each use and prior to placing reinforcing, forms shall be cleaned of mortar, grout, and other foreign material and the form release agent shall be applied. Form releasing agent shall not be allowed to stand in puddles in the forms or allowed to come in contact with hardened concrete against which fresh concrete is to be placed. H. Runways. Smooth and rigid runways shall be provided (if needed) for moving equipment and concrete. Runways shall be supported directly on grade and in no case on formwork, reinforcing steel or bar supports. Newport Terrace Landfill 03100 -2 Concrete Formwork 0 0 Form Removal. Formwork for columns, walls, sides of beams and other parts not supporting the weight of the concrete shall not be removed prior to 24 hours after pour. Forms and shoring supporting the weight of concrete in beams, slabs, walls, and other members shall remain in place until the concrete has attained a minimum of 3,000 psi compressive strength. Removal of forms and supports shall be in accordance with ACI 306, Figure 6.5. J. Slab Edges. Exterior faces of slab edges shall be formed with plywood K. Embedded Items. Set anchor bolts and other embedded items accurately and hold securely in position in the forms until the concrete is placed and seta Check all special castings, channels, or other metal parts that are to be embedded in the concrete prior to and again after concreting. Check all nailing, blocks, plugs, and strips necessary for the attachment of trim, finish, and similar work prior to concreting. L. Pipes Supports Cast in Concrete: 1. Support pipe and fabricated fittings to be encased in concrete on concrete piers or pedestals. Carry concrete supports to firm foundations so that no settlement will be possible during construction. END OF SECTION 03100 Newport Terrace Landfill 03100 -3 Concr -ete Formwork PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: SECTION 03200 STEEL REINFORCEMENT • 1. The work described in this section consists of providing reinforcing steel and welded wire mesh for cast -in -place concrete structures. B. Related Work Specified Elsewhere: 1. Section 03100 -Concrete Formwork. 2. Section 03300 - Concrete. 1.02 QUALITY ASSURANCE A. Standards. Unless otherwise indicated, all materials, workmanship, and practices shall meet all requirements of the latest editions of the following standards: 1. Standard Building Code. 2. ACI 318, Building Code Requirements for Reinforced Concrete. 3. ACI 315, Details and Detailing of Concrete Reinforcement. 4. CRSI Manual of Standard Practice, MSP -1. 1.03 SUBMITTALS A. Complete Shop Drawings shall be submitted for review in accordance with Section 01300 - Submittals, including bar lists and placing drawings. Drawings shall show the type, spacing, and location of metal bar supports, the grade of the reinforcing, and the name of the manufacturer. PART 2. PRODUCTS 2.01 MATERIALS A. Reinforcing Bars: ASTM A -615, Grade 60, deformed bars of a USA manufacturer B. Metal Bar Supports: CRSI MSP -1, Chapter 3, Class 2, Type B, Stainless Steel Protected Bar Supports. Newport Terrace Landfill 03200 -1 Steel Reinforcement ! • 2.02 FABRICATION A. Fabrication shall not begin until approval of the Shop Drawings by the Engineer has been received. Fabrication shall meet all requirements of the specified standards. Unless otherwise indicated, the following shall apply: 1. Hooks shall be standard hooks. 2. Bottom bars shall extend a minimum of 6 inches into supporting members. 3. Cover is to the outermost stirrup, tie, or bar. 4. Splices are permitted only where indicated on the Drawings. PART 3. EXECUTION 3.01 INSTALLATION A. Supporting Reinforcing. Bar supports shall be provided as required by CRSI MSP -1 and ACI 315. Top and bottom bars in slabs formed on earth shall be supported on precast concrete block supports except where such bars are properly supported from formwork. Precast concrete block supports are not required in slabs formed on tremie concrete but may be used at the Contractors option. B. Placing Reinforcing. Placing of reinforcing and welded wire fabric shall be as indicated on the Drawings and as recommended by CRSI MSP -1 and ACI 315. Reinforcing shall be securely tied and supported to prevent displacement during concrete placement. C. Dowels. Dowels shall be wired in position prior to placing concrete. D. Field Bending. Heat shall not be used to bend bars. Bars shall not be bent after being embedded in concrete. E. Welding. Welding of reinforcing will not be permitted, without permission of the Engineer. F. Place reinforcement a minimum of 2 inches clear of any metal pipe or fittings. END OF SECTION 03200 SECTION 03300 CONCRETE PART 1. GENERAL 1.01 DESCRIPTION Newport Terrace Landfill 03200 -2 Steel Reinforcement i • A. Work Included: 1. The work described in this section consists of furnishing all labor, materials, and equipment necessary to mix and place concrete for the concrete structures, complete as shown on the Contract Drawings and as specified herein. B. Related Work Specified Elsewhere: 1. Section 03100 - Concrete Formwork. 2. Section 03200 - Steel Reinforcement. 1.02 QUALITY ASSURANCE A. Standards. Unless otherwise indicated, all materials, workmanship, and practices shall conform to the requirements of the latest editions of the following standards: 1. Standard Building Code. 2. ACI 318, Building Code Requirements for Reinforced Concrete. 3. ACI 212, Guide for Use of Admixtures in Concrete. 4. ACI 309, Recommended Practice for Consolidation of Concrete. 5. ACI 350R, Concrete Sanitary Engineering Structures. B. Plant Qualification. Plant equipment and facilities shall meet all requirements of the Check List for Certification of Ready Mixed Concrete Production Facilities of the National Ready Mixed Concrete Association and ASTM C -94. C. Evaluation and Acceptance of Concrete. Evaluation and acceptance of concrete will be in accordance with ACI 318, Chapter 4. 1.03 SUBMITTALS A. Submittals. The following information shall be submitted for review in accordance with Section 01300 - Submittals. No concrete shall be furnished until submittal has been approved. 1. Plant Qualification. Satisfactory evidence shall be submitted indicating compliance with the specified qualification requirements. 2. Materials. Satisfactory evidence shall be submitted indicating that materials to be used, including cement, aggregates, and admixtures, meet the specified requirements. 3. Design Mix. The design mix to be used shall be prepared by the Ready Mixed Concrete Production Plant and submitted for the Engineer's review and approval. The design of the mix is the responsibility of the Contractor subject Newport Terrace Landfill 07410 -1 Fascia Panels 0 0 to the limitations of the Specifications. Approval of this submission will be required only to insure that the minimum requirements of the Specifications have been met. Such approval will in no way alter the responsibility of the Contractor to furnish concrete meeting the requirements of the Specifications relative to strength and slump. PART 2. PRODUCTS 2.01 MATERIALS A. Cement: 1. Cement for all concrete shall be domestic Portland cement that conforms to the requirements of ASTM Designation C -150, Type II. 2. Only one brand of cement shall be used in any individual structure unless approved by the Engineer. Cement, which has become damaged, partially set, lumpy, or caked shall not be used and the entire contents of the sack or container, which contains such cement, will be rejected. No salvaged or reclaimed cement shall be used. B. Aggregates: 1. ASTM C -33. Coarse aggregates shall be size No. 57, 1 inch to No. 4. C. Water: Clean and free from injurious amounts of deleterious materials. D. Air Entraining Admixture: ASTM C -260. 1. ASTM C -494, Type D, and shall not contain calcium chloride. E. Water Reducing and Retarding Admixtures: F. Curing compound shall meet ASTM C -309, Type 1D, Class B. The compound shall contain no ingredient, which will adversely affect the bond of protective coatings or toppings. 1. Curing compound for concrete shall be #64 RB, as manufactured by Lambert Corporation, or approved equal. G. Mortar used for repair of concrete shall be made of the same materials as used for concrete, except that the coarse aggregate shall be omitted and the mortar shall consist of not more than 1 part cement to 2 112 parts sand by damp loose volume. The quantity of mixing water shall be no more than necessary for handling and placing. H. Burlap Mats: Conform to AASHTO Specification M182. Epoxy Bonding Agent: Sikastix 370, Sikadur 32 Hi Mod, Concressive 1001 -LPL, or approved equal. Newport Terrace Landfill 07410 -1 Fascia Panels • • 2.02 MIXES A. General Requirements: 1. Proportioning shall be on the basis of field experience and /or trail mixtures as specified in ACI 318, Section 4.3. Data on consecutive tests and standard deviation shall be submitted. Proportioning for small structures may be by the water /cement ratio under special approval by the Engineer. 2. Maximum Water- Cement Ratio: 0.55 (lb /lb). 3. Air Content: 6 percent plus or minus 2 percent. 4. Slump: 2 to 4 inches. 5. Minimum Compressive Strength at 28 days: 3,000 psi, unless stated otherwise. B. Production of Concrete: 1. Concrete shall be ready mixed and shall be batched, mixed, and transported in accordance with ASTM C 94 except as otherwise indicated. 2. Air entraining admixture shall be charged into the mixture as a solution and shall be measured by means of an approved mechanical dispensing device. The liquid shall be considered a part of the mixing water. 3. Water reducing and retarding admixture shall be added and measured as recommended by the manufacturer. The addition of the admixture shall be separate from the air- entraining admixture. The addition of the admixture shall be completed within 1 minute after addition of water to the cement has been completed, or prior to the beginning of the last 3/4 of the required mixing, whichever occurs first. Admixtures shall be stored, handled, and batched in accordance with the recommendations of ACI 212. C. The temperature of the concrete upon delivery from the truck shall not exceed 90 degrees F; otherwise, ice or other approved method shall be used to reduce the temperature of the concrete as recommended by ACI. D. No modifications to the approved mix shall be made in the plant or on the job, which will decrease the cement content or increase the water - cement ratio beyond that specified. No modifications of any kind shall be made except by a qualified and responsible representative of the concrete producer. PART 3. EXECUTION 3.01 PREPARATION A. Preparations. No concrete shall be placed until the approval of the Engineer has been received. Approval will not be granted until forms are thoroughly clean and Newport Terrace Landfill 07410 -1 Fascia Panels E reinforcing and all other items required to be set in concrete have been placed and thoroughly secured. B. Conveying: 1. Concrete shall be handled from the truck to the place of final deposit as rapidly as practicable by methods, which will prevent segregation or loss of ingredients to maintain the quality of the concrete. No concrete shall be placed more than 90 minutes after mixing has begun for that particular batch. 2. Buckets and hoppers shall have discharge gates with a clear opening equal to no less than 113 of the maximum interior horizontal area or 5 times the maximum aggregate size being used. Side slopes shall be no less than 60 degrees. Controls on gates shall permit opening and closing during the discharge cycle. 3. Hoppers and elephant trunks shall be used to prevent the free fall of concrete for more than 4 feet. 4. Chutes shall be metal or metal lined and shall have a slope not exceeding one vertical to two horizontal and not less than one vertical to three horizontal. Chutes more than 20 feet long and chutes not meeting the slope requirements may be used only if they discharge into a hopper before distribution. 5. Pumping equipment and procedures, if used, shall conform to the recommendations contained in the report of ACI Committee 304 on "Placing Concrete by Pumping Methods," ACI 304.2R. The specified slump shall be measured at the point of discharge. The loss of slump in pumping shall not exceed 1 -1/2 inches. 6. Aluminum or aluminum alloy pipe for tremies or pump lines and chutes, except for short lengths at the truck mixer, shall not be permitted. 7. Conveying equipment shall be cleaned at the end of each concrete operation. 3.02 APPLICATION A. Placing: 1. Concrete shall be deposited continuously, or in layers of such thickness (not exceeding 2 feet in depth) that no concrete will be deposited on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness. If planes of weakness or seams appear, they shall be repaired with pressure injected epoxy grout and patched to match. 2. Concrete shall be deposited as nearly as practicable in its final position to avoid segregation due to re- handling or flowing. Concrete shall not be subjected to a procedure which will cause segregation. B. Consolidating Concrete: Newport Terrace Landfill 07410 -1 Fascia Panels • 0 1. Concrete shall be consolidated by means of internal vibrators operated by competent workmen. 2. Vibrators shall have a minimum head diameter of at least 2 inches, a minimum centrifugal force of 700 pounds, and a minimum frequency of 8,000 vibrations per second. 3. Spare Vibrator. One spare vibrator for each three in use shall be kept on the site during all concrete placing operations. 4. Vibrators shall be inserted and withdrawn at points approximately 18 inches apart. The duration of each insertion shall be from 5 to 15 seconds. Concrete shall not be transported in the forms by means of vibrators. Consolidation of concrete shall be in conformance with ACI 309. C. Protection: 1. Rainwater shall not be allowed to increase the mixing water nor to damage the surface finish. Concrete shall be protected from construction overloads. Design loads shall not be applied until the specified strength has been attained. D. Bonding: 1. Before depositing new concrete on or against concrete that has set, the surfaces of the set concrete shall be thoroughly cleaned so as to expose the coarse aggregate and be free of laitance, coatings, foreign matter, and loose particles. Forms shall be retightened. The hardened concrete of joints shall be dampened, but not saturated, and then thoroughly covered with a coat of cement grout of similar proportions to the mortar in the concrete. The grout shall be as thick as possible on vertical surfaces and at least 112 -inch thick on horizontal surfaces. The fresh concrete shall be placed before the grout has attained its initial set. E. Embedded Items: A. In addition to steel reinforcement, pipes, inserts, anchor bolts, and other metal objects as shown, specified, or ordered shall be built into, set in, or attached to the concrete. All necessary precautions shall be taken to prevent these objects from being displaced, broken, or deformed. Before concrete is placed, care shall be taken to determine that all embedded parts are firmly and securely fastened in place as indicated. They shall be thoroughly clean and free from paint or other coating, rust, scale, oil, or any foreign matter. No wood shall be embedded in concrete. The concrete shall be packed tightly around pipes and other metal work to prevent leakage and to secure proper adhesion. Drains shall be adequately protected from intrusion of concrete. The inside surface of the condensate storage tank containment structure shall be sealed using Masterseal GP as manufactured by Master Builders Technologies, Ltd., Toronto, Ontario, or approved equal. The surface Newport Terrace Landfill 07410 -1 Fascia Panels 0 0 preparation and number of coatings shall be as recommended by the manufacturer F. Bonding to Existing Surfaces: 1. Existing concrete surfaces that are to have new concrete bonded thereto shall be cleaned of all grease, oil, dust, dirt, and loose particles and coated with an epoxy bonding agent just prior to placing of the new concrete. Application of the bonding agent shall be as recommended by the manufacturer and the bonding agent shall be permitted to become tacky before the new concrete is placed. The bonding agent shall not be permitted to overlap or be spilled on the surfaces to be exposed after the work is completed. G. Repair of Surface Defects: 1. General. Surface defects, including tie holes, shall be repaired immediately after form removal. The area to be patched and an area at least 6 inches wide surrounding it shall be dampened to prevent absorption of water from the patching mortar. The Engineer shall be notified prior to commencing operations. 2. Removal of Defective Concrete. All honeycombed, bug holed, and other defective concrete shall be removed down to sound concrete and patched. Edges shall be cut perpendicular to the surface or slightly under cut. Sand blast surfaces to receive repair. 3. Bonding Grout. Surfaces to be patched shall be thoroughly dampened and shall receive a coat of bonding grout brushed into the surface. Grout shall consist of 1 part cement to 1 part fine sand passing a No. 30 sieve. Grout shall be the consistency of thick cream. 4. Placing Patching Mortar. After the bonding grout begins to lose its water sheen, a premixed patching mortar shall be applied. Patching mortar shall be thoroughly consolidated into place and struck off so as to leave the patch slightly higher than the surrounding surface. It shall be left undisturbed for 1 hour to permit initial shrinkage and then finally finished. 5. Tie Holes. After being cleaned and thoroughly dampened, the tie holes shall be filled solid with patching mortar. 3.03 PROTECTING A. Curing: 1. Immediately after form removal, all exposed surfaces, including slabs, walls, beams, and columns shall receive two spray coats of curing compound applied in accordance with the manufacturer's recommendations. Exposed steel keyways and other embedded items shall be protected from the curing compound. Floor or slab concrete requiring a bond for special finishes may be cured by the wet burlap method. Newport Terrace Landfill 07410 -1 Fascia Panels 2. Curing compound shall be uniformly applied to the surfaces to be cured, in a single coat, continuous film, at the rate of 1 gallon to not more than 200 square feet, by a mechanical sprayer. Two (2) complete coatings shall be applied. Apply second coat at 90 degrees from the first coat. 3. Curing compound shall be applied in accordance with manufacturer's instructions. Should the film become damaged from any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of forms, the newly exposed surfaces shall immediately be coated to provide a curing treatment equal to that provided for the surface. B. Wet Burlap Curing Method: 1. Floor or slab concrete may be cured by the wet burlap method. Concrete shall be covered with a double thickness of burlap, cotton mats, or other approved material kept thoroughly saturated with water. Concrete shall be cured for a period of 7 days for normal Portland cement. Concrete poured in the dry shall not be submerged until it has attained sufficient strength to adequately sustain the stress involved nor shall it be subjected to flowing water across its surface until it has cured 4 days. END OF SECTION 03300 Newport Terrace Landfill 07410 -1 Fascia Panels 0 PART 1 GENERAL 1.01 SUMMARY SECTION 07410 FASCIA PANELS • A. Section includes: Factory- formed metal fascias B. Related Sections: Section(s) related to this section include: 1. Metal Roof Deck: Division 5 Metal Deck Sections. 2. Coping and Gravel Stops: Division 7 Roof Specialties and Accessories Section. 3. Sealants: Division 7 Joint Sealers Sections. PART 2. PRODUCTS (NOT USED) PART 3. EXECUTION (NOT USED) END OF SECTION 07410 SECTION 08100 STEEL DOORS AND FRAMES PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY Newport Terrace Landfill 07410 -1 Fascia Panels 0 A. This Section includes custom - fabricated, commercial - quality steel doors and frames for doors and related openings, hollow metal panels, and louvers in these doors and frames. B. Standard steel doors and frames are specified in Division 8 Section "Steel Doors and Frames." C. Customized hollow metal work for other than doors, panels, and frames are specified an in Division 5 Section. D. Building in of anchors and grouting of frames in masonry construction are specified in a Division 4 Section. E. Door hardware installation is specified in Division 8 Section "Door Hardware ". F. Products furnished but not installed under this Section include steel doors and frames. 1.03 SUBMITTALS C. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. D. Product Data: Manufacturer's specifications for fabrication and installation, including data substantiating that products comply with requirements. Manufacturer's certificate stating that each assembly required shall be fire rated but exceeding sizes of tested assemblies has been constructed to conform to design, materials, and details of construction equivalent to requirements for labeled units. E. Shop Drawings: For fabrication and installation of custom steel doors and frames work. Include details of each frame type, elevations of door design types, conditions at openings, details of construction, location and installation requirements of finish hardware and reinforcements, and details of joints and connections. Provide a schedule of doors and frames using same reference numbers for details and openings as those on the Contract Drawings. F. Samples representing at least the minimum construction of doors and frames required for Project. 1. Doors showing vertical edge construction, top, and bottom construction; insulation, face stiffeners, hinge and other applied hardware reinforcement. Include louver section and glazing stops where applicable. 2. Frames showing profile, welded cornerjoint, welded hinge reinforcement, dust cover boxes, floor and wall anchors, -and silencers. Include panel and louver sections and glazing stops where applicable. Newport Terrace Landfill 08100 -11 Steel Doors and Frames 0 1.04 QUALITY ASSURANCE 0 A. Provide custom steel doors and frames manufactured by a single firm specializing in the production of this type of work, unless otherwise acceptable to the Contracting Officer. B. Fire -Rated Door Assemblies: Units that comply with NFPA 80, are identical to door and frame assemblies whose fire resistance characteristics have been determined per ASTM E 152, and that are labeled and listed by UL, Warnock Hersey, or other testing and inspecting organization acceptable to authorities having jurisdiction. C. Oversize Fire -Rated Door Assemblies: For units exceeding sizes of tested assemblies, provide manufacturer's certification that doors conform to all standard construction requirements of tested and labeled fire -rated door assemblies except for size. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver doors and frames palleted, wrapped, or crated to provide protection during transit and job storage. B. Inspect doors and frames upon delivery for damage. Minor damages may be repaired provided refinished items are equal in all respects to new work and acceptable to the Architect; otherwise remove and replace damaged items as directed. C. Store doors and frames at the building site under cover. Place units on minimum 4- inch -high wood blocking. Avoid the use of non - vented plastic or canvas shelters that could create a humidity chamber. If cardboard wrappers on doors become wet, remove cartons immediately. Provide 1/4 -inch spaces between stacked doors to promote air circulation. Newport Terrace Landfill 08100 -12 Steel Doors and Frames PART 2- PRODUCTS • 2.01 MANUFACTURERS C, J A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Custom Steel Doors and Frames: a. Allied Steel Products, Inc. b. American Steel Products Corp. c. Curries Mfg., Inc. d. Deronde Products. e. Impco Door Corporation. f. Karpen Steel Products, Inc. g. Overly Manufacturing Co. h. Pioneer Industries /Div. CORE Industries, Inc. i. Precision Metals, Inc. j. Security Metal Products, Inc. k. Superior Fireproof Door, Inc. 2.02 MATERIALS A. Cold - Rolled Steel Sheets: Commercial - quality, level, carbon steel, complying with ASTM A 366. B. Hot - Rolled Steel Sheets and Strips: Commercial - quality carbon steel, pickled and oiled, complying with ASTM A 569, free of scale, pitting, or surface defects. C. Galvanized Steel Sheets: Zinc- coated carbon steel sheets of commercial quality, complying with ASTM A 526 and ASTM A 525 with A60 or G60 coating designation, mill phosphatized. D. Stainless Steel Sheets: Commercial - quality stainless steel, AISI Type 302/304, complying with ASTM A 167, exposed finish No. 4 polish. E. Supports and Anchors: Fabricate of not less than 16 -gage sheet metal. Newport Terrace Landfill 08100 -13 Steel Doors and Frames Galvanize afte0abrication units to be built into esior walls, complying with ASTM A 153, Class B. F. Inserts, Bolts, and Fasteners: Manufacturer's standard units, except hot -dip galvanize items to be built into exterior walls, complying with ASTM A 153, Class C or D as applicable. G. Shop - Applied Paint: Rust - inhibitive enamel or paint, either air -drying or baking, suitable as base for specified finish paints on steel surfaces. 2.03 DOORS A. General: Provide flush design doors, 1 -3/4 inches thick, seamless hollow construction, unless otherwise indicated. For single - acting swing doors, bevel both vertical edges 1/8 inch in 2 inches. For double- acting swing doors, round vertical edges with 2 -1/8 -inch radius. 2. Unless otherwise required for acoustical or thermal doors, provide filler of fiberboard, mineral -wool board, or other insulating material solidly packed full door height to fill voids between inner core reinforcing members. 3. Reinforce doors with rigid tubular frame where stiles and rails are less than 8 inches wide. Form tubular frame with 16 -gage steel, welded to outer sheets. B. Painted Exterior Doors: Fabricate exterior doors of 2 outer, galvanized, stretcher - leveled steel sheets not less than 16 gage. Construct doors with smooth, flush surfaces without visible joints or seams on exposed faces or stile edges, except around glazed or louvered panel inserts. Provide weep -hole openings in the bottom of doors to permit escape of entrapped moisture. Reinforce inside of doors with vertical galvanized sheet steel sections not less than 22 gage. Space vertical reinforcing 6 inches o.c. and extend full door height. Spot -weld at not more than 5 inches o.c. to both face sheets. Continuous truss -form inner core of 28 -gage galvanized sheet steel reinforcing may be provided as inner reinforcement, in lieu of above. Spot -weld truss -form reinforcement 3 inches o.c. vertically and horizontally over entire surface of both sides. 2. Reinforce tops and bottoms of doors with 16 -gage horizontal steel channels welded continuously to outer sheets. Close top and bottom edges to provide flush, waterproof weather seal, as integral part of door construction or by addition of inverted steel channels. C. Painted Interior Doors: Fabricate interior doors of 2 outer, cold - rolled, stretcher - leveled steel sheets not less than 18 gage. Construct doors with smooth, flush surfaces, without visible joints or seams on exposed faces or stile edges, except around glazed or louvered panel inserts. 1. Reinforce inside of doors with vertical, hot - rolled, not less than 22 -gage steel Newport Terrace Landfill 08100 -14 Steel Doors and Frames sections. Spaclovertical reinforcing 6 inches o.c. ana'extend full door height Spot -weld at not more than 5 inches o.c. to both face sheets. Continuous truss - form inner core of 28 -gage sheet metal reinforcing may be provided as inner reinforcement in lieu of above. Spot -weld truss -form reinforcement 3 inches o.c. vertically and horizontally over entire surface of both sides. 2. Reinforce tops and bottoms of doors with 18 -gage, horizontal steel channels, welded continuously to outer sheets. D. Finish Hardware Reinforcement: Minimum gages of steel reinforcing plates for the following hardware: 1. Hinges and Pivots: 7 gage thick by 1 -1/2 inches wide by 6 inches longer than hinge, secured by not less than 6 spot welds. 2. Lock Face, Flush Bolts, Closers, and Concealed Holders: 12 gage. 3. All Other Surface- Mounted Hardware: 16 gage. 2.04 HOLLOW METAL PANELS Provide hollow metal panels of same materials, construction, and finish as specified for doors. 2.05 FRAMES A. Fabricate frames of full - welded unit construction, with corners mitered, reinforced, continuously welded full depth and width of frame. Knockdown type frames are not acceptable. 1. Form frames of minimum 14 -gage galvanized steel sheets for exterior, and either cold or hot - rolled sheet steel of the following minimum gages for interior: a. Openings up to and including 4' -0" wide: 16 gage. b. Openings over 4' -0" wide: 14 gage. 2. Form countertop of stainless steel sheets with #4 polish for openings indicated to receive stainless steel countertops. (Roll up Service Windows) B. Finish Hardware Reinforcement: Minimum gages of steel reinforcing plates for the following hardware: 1. Hinges and Pivots: 7 gage thick by 1 -1/2 inches wide by 6 inches longer than hinge, secured by not less than 6 spot welds. 2. Strikes, Flush Bolts, and Closers: 12 gage. 3. Surface- Mounted Hold -Open Arms and Panic Devices: 12 gage. Newport Terrace Landfill 08100 -15 Steel Doors and Frames C. Mullions and Transom Bars: Provide closed or tubular mullions and transom bars where indicated. Fasten mullions and transom bars at crossings and to jambs by butt - welding. Reinforce joints between frame members with concealed clip angles or sleeves of same metal and thickness as frame. Provide false head member to receive lower ceiling where frames extend to finish ceilings of different heights. D. Head Reinforcing: Where installed in masonry, leave vertical mullions in frames open at top for grouting. E. Jamb Anchors: Furnish jamb anchors as required to secure frames to adjacent construction, formed of not less than 18 -gage galvanized steel. 1. Masonry Construction: Adjustable, flat, corrugated, or perforated, t- shaped to suit frame size, with leg not less than 2 inches wide by 10 inches long. Furnish at least 3 anchors per jamb up to T -6" height; 4 anchors up to 8' -0" jamb height; one additional anchor for each 24 inches or fraction thereof over 8' -0" height. 2. Metal Stud Partitions: Insert type with notched clip to engage metal stud, welded to back of frames. Provide at least 4 anchors for each jamb for frames up to T -6" in height; 5 anchors up to 8' -0" jamb height; one additional anchor each 24 inches or fraction thereof over 8' -0" height. F. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, formed of not less than 14 -gage galvanized steel sheet, as follows: Monolithic Concrete Slabs: Clip -type anchors, with 2 holes to receive fasteners, welded to bottom of jambs and mullions. 2. Separate Topping Concrete Slabs: Adjustable type with extension clips, allowing not less than 2 -inch height adjustment. Terminate bottom of frames at finish floor surface. G. Head Anchors: Provide 2 anchors at head of frames exceeding 42 inches wide for frames mounted in steel stud walls. H. Head Strut Supports: Provide 3/8 -inch by 2 -inch vertical steel struts extending from top of frame at each jamb to supporting construction above, unless frame is anchored to masonry or to other structural support at each jamb. Bend top of struts to provide flush contact for securing to supporting construction above. Provide adjustable wedged or bolted anchorage to frame jamb members in compliance with UL 63, Structural Reinforcing Members: Provide as part of frame assembly, where indicated at mullions, transoms, or other locations that are to be built into frame. J. Head Reinforcing: For frames over 4' -0" wide in masonry wall openings, provide continuous steel channel or angle stiffener, not less than 12 gage for full width of opening, welded to back of frame at head. Newport Terrace Landfill 08100 -16 Steel Doors and Frames K. Spreader Bars: Ovide removable spreader bar acro*ottom of frames, tack welded to jambs and mullions. L. Rubber Door Silencers: Except on weather - stripped doors, drill stop in strike jamb to receive 3 silencers on single -door frames and drill head jamb stop to receive 4 silencers on double -door frames. Install plastic plugs to keep holes clear during construction. M. Plaster Guards: Provide 26 -gage steel plaster guards or dust cover boxes, welded to frame, at back of finish hardware cutouts where mortar or other materials might obstruct hardware operation and to close off interior of openings. 2.06 LOUVERS A. Door Louvers: Fabricate louvers and mount flush into doors without overlapping moldings on surface of door facing sheets. B. Provide internal support as recommended by louver manufacturer. Prime pains after fabrication, except stainless steel. Interior Louvers: Sightproof, stationary type, constructed of inverted Y- shaped blades formed of 20 -gage cold -rolled steel, except 20 -gage stainless steel for stainless steel doors. C. Louvered Panels: Provide for installation in frames where indicated. Exterior Louvers: Not less than 16 -gage galvanized steel sheet. Fabricate units with stationary, weatherproof Z- shaped blades and U- shaped frames, not less than 1 -3/8 inches thick. Space louver blades not more than 1 -1/2 inches o.c. Assemble units by welding. Provide removable insect screens on interior side of frame, consisting of 14 by 18 bronze wire mesh in rigid, formed metal frame. Interior Louvers: Not less than 18 -gage cold - rolled steel sheet. Fabricate units with stationary, sightproof inverted V- shaped blades and U- shaped frames, not less than 1 -3/8 inches thick. Space louver blades not more than 3 inches o.c. Assemble units by welding. 2.07 STOPS AND MOLDINGS A. Provide stops and moldings around solid, glazed, and louvered panels where indicated. B. Form fixed stops and moldings integral with frame, unless otherwise indicated. C. Provide removable stops and moldings where indicated or required, formed of not less than 20 -gage steel sheets matching steel of frames. Secure with countersunk flat or oval head machine screws spaced uniformly not more than 12 inches o.c. Form corners with butted hairline joints. D. Coordinate width of rabbet between fixed and removable stops with type of glass or panel and type of installation indicated. Newport Terrace Landfill 08100 -17 Steel Doors and Frames 2.08 FABRICATION, GRERAL 0 A. Fabricate hollow metal units to be rigid, neat in appearance, and free from defects, warp, or buckle. Accurately form metal to required sizes and profiles. Wherever practicable, fit and assemble units in the manufacturer's plant. Clearly identify work that cannot be permanently factory- assembled before shipment, to assure proper assembly at the project site. Weld exposed joints continuously; grind, fill, dress, and make smooth, flush, and invisible. 1. Interior Doors: Minimum 18 -gage face sheets. 2. Exterior Doors: Minimum 16 -gage face sheets. B. Exposed Fasteners: Unless otherwise indicated, provide countersunk flat or oval heads for exposed screws and bolts. C. Thermal -Rated (Insulating) Assemblies: At exterior locations and elsewhere as shown or scheduled, provide doors and frames that have been fabricated as thermal insulating assemblies and tested in accordance with ASTM C 236 or C 976. Unless otherwise indicated, provide assemblies U -value rating of 0.68 to .19 Btu /(hr by sq ft by deg F). D. Sound -Rated (Acoustical) Assemblies: Wherever shown or scheduled, provide door and frame assemblies that have been fabricated as sound - reducing type, tested in accordance with ASTM E 90, and classified in accordance with ASTNI E 413. Unless otherwise indicated, provide acoustical assemblies with sound ratings of STC 33 or better. E. Finish Hardware Preparation: As follows: Prepare doors and frames to receive finish hardware, including cutouts, reinforcing, mortising, drilling, and tapping in accordance with final Finish Hardware Schedule and templates provided by hardware supplier. Comply with applicable requirements of ANSI A 115 series specifications for door and frame preparation for hardware. 2. Reinforce doors and frames to receive surface- applied hardware. Drilling and tapping for surface- applied finish hardware may be done at project site. 3. Locate finish hardware as shown on final shop drawings, or if not shown, in accordance with "Recommended Locations for Builder's Hardware for Custom Steel Doors and Frames," published by Door and Hardware Institute. F. Shop Painting: Clean, treat, and paint exposed surfaces of steel doors and frames, including galvanized surfaces, but excluding stainless steel surfaces. Clean steel surfaces of mill scale, rust, oil, grease, dirt, and other foreign materials before application of paint. 2. Apply pretreatment to cleaned metal surfaces, using cold phosphate solution Newport Terrace Landfill 08100 -18 Steel Doors and Frames - (SSPC -PT2), h0phosphate solution (SSPC -PT4), Pasic zinc chromate -vinyl butyryl solution (SSPC -PT3). 3. Apply shop coat of prime paint within time limits recommended by pretreatment manufacturer. Apply a smooth coat of even consistency to provide a uniform dry film thickness of not less than 0.7 mils. Newport Terrace Landfill 08100 -19 Steel Doors and Frames PART 3 -EXECUTION • • 3.01 INSTALLATION A. Frames: Provide custom steel frames for doors, transoms, side lights, borrowed lights, and other openings, of size and profile as indicated. 1. Install frames and accessories in accordance with shop drawings, manufacturer's data, and as herein specified. 2. Setting Masonry Anchorage Devices: Provide masonry anchorage devices where required for securing frames to in -place concrete or masonry construction. Set anchorage devices opposite each anchor location, in accordance with details on final shop drawings and anchorage device manufacturer's instructions. Leave drilled holes rough, not reamed, and free from dust and debris. 3. Floor anchors may be set with powder- actuated fasteners instead of masonry anchorage devices and machine screws, if so indicated on final shop drawings. 4. Placing Frames: Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces and spreaders, leaving surfaces smooth and undamaged. a. At in -place concrete or masonry construction, set frames and secure in place with machine screws and masonry anchorage devices. b. Place frames at fire -rated openings in accordance with NFPA Standard No. 80. c. Make field splices in frames as detailed on final shop drawings, welded and finished to match factory work. d. Remove spreader bars only after frames or bucks have been properly set and secured. B. Door: Fit non - fire -rated doors accurately in their respective frames, with the following clearances: 1. Jambs and Head: 3/32 inch. 2. Meeting Edges, Pairs of Doors: 1/8 inch. 3. Bottom: 318 inch, where no threshold or carpet. 4. Bottom: 1/8 inch, at threshold or carpet. C. Place fire -rated doors with clearances as specified in NFPA Standard No. 80. Newport Terrace Landfill 08100 -20 Steel Doors and Frames 0 0 3.02 ADJUST AND CLEAN A. Final Adjustments: Check and readjust operating hardware items just prior to final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including doors or frames that are warped, bowed, or otherwise unacceptable. B. Prime Coat Touch -Up: Immediately after erection, sand smooth any rusted or damaged areas of prime coat and apply touch -up of compatible air -drying primer. C. Stainless Steel Touch -Up: Immediately after erection, smooth any abraded areas of stainless steel and polish to match undamaged finish. END OF SECTION 08114 Newport Terrace Landfill 08100 -21 Steel Doors and Frames SECTION 11180 LANDFILL GAS EXTRACTION WELLS PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section consists of furnishing all labor, materials, equipment, and appurtenances necessary to drill, install, test, and make ready 14 landfill gas (LFG) extraction wells, including wellhead assemblies, Cast Iron Valve boxes, valves, flexible connectors, at the locations shown on the Contract Drawings and specified herein. B. The well screens, seals, gravel, and soil backfill packs shall be set at depths shown on the Contract Drawings or as designated in the field by the Engineer. It is expected that combustible gas will be venting from boreholes drilled to install extraction wells. The Contractor's bid price shall include provision for all equipment and procedures necessary to safely install wells under such conditions and comply with the requirements of Section 01030 - Special Provisions. C. Related Work Described Elsewhere: 1. Section 02220 - Excavation, Backfilling, and Compaction. 2. Section 15010 - Polyvinyl Chloride (PVC) Piping. 3. Section 15012 - High- Density Polyethylene (HDPE) Piping. 4. Section 15016 -Valves. D. All work shall be performed by qualified workmen in accordance with the best standards and practices of the trade. E. The Contractor, at all times, shall keep the premises free from accumulation of waste materials or rubbish caused by his operations. Upon completion of the work, he shall remove all his waste materials and rubbish from the site, as well as all his tools, construction equipment, machinery, and surplus materials, and shall leave the work 'Broom Clean." 1.02 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. In general, the following data or Shop Drawings shall be submitted to the Engineer for approval two weeks prior to construction: Newport Terrace Landfill 11180 -1 Landfill Gas Extraction Wells 1. Solid and slotted HDPE pipes. 2. Sieve analysis for gravel. 3. Bentonite data. 4. Cast Iron Valve boxes. 1.03 SAFETY REQUIREMENTS 0 A. The Contractor shall be required to comply with the safety requirements as specified in Section 01030 - Special Provisions. PART 2. PRODUCTS 2.01 PIPE AND FITTINGS A. All PVC pipe and fittings shall conform to the requirements of Section 15010 - Polyvinyl Chloride (PVC) Piping. B. All HDPE pipe and fittings shall conform to the requirements of Section 15012 - High Density Polyethylene (HDPE) piping. 2.02 GRAVEL A. Gravel used for backfilling annular space around the slotted well casing (LFG extraction well) shall be clean, washed, and well graded in size 1 -inch to 1-1/2 - inch. The gravel shall be composed of clean, hard, and durable fragments or particles, free from dirt, vegetation, or other objectionable matter, and free from an excess of soft, thin elongated, laminated or disintegrated pieces. 2.03 BENTONITE A. The bentonite material shall be granular bentonite and shall be Benseal as manufactured by Baroid Drilling Fluids, Inc. of Houston, Texas, Crumbles 8 Mesh as manufactured by Colloid Environmental Technologies Company (CETCO), Enviroplug No. 8 as manufactured by Wyoben, or approved equal. 2.04 VALVES A. PVC cock valves and gate valves shall conform to the requirements of Section 15016 - Valves. 2.05 NUTS AND BOLTS A. For above- and below- ground installation, bolts shall conform to the requirements of ASTM A307. Unless stated otherwise, all bolts shall be carbon steel, Grade B, Newport Terrace Landfill 11180 -2 Landfill Gas Extraction Wells 0 0 heavy hex, hot dip zinc - coated in accordance with the requirements of Class C of ASTM A153. Nuts shall conform to the requirements of ASTM A563. Nuts shall be Grade A, heavy hex, hot dip zinc - coated in accordance with Class C of ASTM A153. Washers shall be Grade A, hot dip zinc - coated in accordance with Class C of ASTM A153. PART 3. EXECUTION 3.01 WELL INSTALLATION A. General: 1. Materials delivery, storage, and handling: a. All HDPE blank casing and slotted casing supplied under this Contract shall be shipped, stored, and handled in accordance with the recommendations of the manufacturer. 2. Material Inspection: a. Prior to well installation, all pipes, fittings, slotted casings, valves, gravel, and bentonite shall be inspected by the Contractor in the presence of the Engineer for conformance with the standards and specifications. b. All materials not meeting the requirements of the applicable specifications shall be rejected. B. Borehole Drilling: 1. Prior to drilling, the Contractor shall stake the locations of the wells as shown on the Drawings and have them approved by the Engineer. Some wells may be relocated to suit the field conditions. 2. Contractor shall coordinate the start of drilling with the Engineer. 3. Provide at all times a thoroughly experienced, competent driller during all operations at the drill site. The driller shall be pre - qualified by the Engineer. The Contractor shall submit to the Engineer drillers qualifications as part of bid submittal. 4. Boreholes shall be of diameter as shown on the Contract Drawings. 5. Drilling shall continue in each borehole to the depths as indicated on the Contract Drawings. The Contractor will not be paid for over - boring beyond the depths shown on the Contract Drawings, unless authorized in writing by the Engineer. Newport Terrace Landfill 11180 -3 Landfill Gas Extraction Wells 0 0 6. In the event that a borehole must be abandoned, the Contractor shall plug and abandon the hole from the bottom to within 5 feet of the surface using a mixture of bentonite powder and soil (5 pounds of bentonite per cubic foot of soil) and from 5 feet to the surface using a cement grout or graded bentonite plugging material, in a manner approved by the Engineer. The Engineer will determine the need for abandonment. The Contractor will be paid for the time and materials expended in plugging the abandoned borehole at the price quoted in his bid, provided that the abandonment is not due to the Contractor's negligence, carelessness, or defective equipment. 7. The contractor is advised that the depth of the well and the length of perforations may be adjusted in the field based on conditions encountered, particularly the thickness of cover material and the depth of refuse. In the case of wells penetrating native soil beneath refuse, if directed by the Engineer, the contractor shall cease drilling and fill the lower portion of the well penetrating native soil with bentonite plug. The depth of the plug shall be such that the top of the plug shall be at least two (2) feet above the undisturbed native soil layer, in refuse. 8. On completion of the drilling operation and before commencement of well casing installation, the Contractor shall place a working platform, made from either steel or wood, over the borehole. The platform shall be of sufficient size and structural strength to support expected loads during well installation. Platform size shall be such that all the edges rest on the undisturbed ground at least 3 feet from the edge of the borehole, which will give workers sufficient time to get away from the borehole in the event of a well cave -in. 9. The Contractor shall prepare a log for each LFG extraction during drilling. Well logs shall include the names of the person(s) logging the hole and an as- built description, including a well detail which indicates well depth, extend and type of filter pack, location and depths of bentonite and soil plugs, interval of perforations, existing grade elevation, etc.. 10. The Contractor shall comply with the requirements of South Coast Air Quality Management District (SCAQMD) Permit to Construct/Operate during drilling of the LFG Extraction wells. C. Casing Placement: 1. The blank and slotted casing shall be installed straight and plumb in the center of the borehole at the depths shown on the Contract Drawings. During installation, a cap shall be placed over the top of the casing to prevent introduction of dirt and debris. If the pipe is installed out of plumb, the Contractor shall correct the alignment at his own expense. D. Gravel /Sand Placement: Newport Terrace Landfill 11180 -4 Landfill Gas Extraction Wells 0 0 1. The annular space surrounding the slotted well casing shall be filled with specified filter pack of clean gravel backfill to an elevation, above the top of the slotted casing, as indicated on the Contract Drawings. E. Soil Placement: 1. Soil backfill shall be placed at the designated locations along the borehole, of thickness as shown on the Contract Drawings. F. Bentonite Plug Placement: 1. Bentonite plugs shall be placed from the bottom to the top of the plug level as shown on the Contract Drawings. Bentonite plugs shall be of thickness as shown. 2. Consistency, method of mixing and placement of the bentonite plug shall be submitted to the Engineer for his review and approval prior to placing of the bentonite plug. The Contractor will not be allowed to install the bentonite plug prior to written approval of the consistency, method of mixing, and placement of the plug. No method will be permitted that does not force bentonite plug from the bottom of the plug to the top. The Contractor shall contact the manufacturer for his recommendations regarding method of mixing and placement of bentonite plug. The following is one of the methods that Contractor may adopt for bentonite plug placement: After placing the gravel in the borehole to an elevation of 1 foot above the slotted casing, the Contractor shall place on top of gravel a soil plug of the thickness shown on the Contract Drawings. Prior to placement of the bentonite plug, the Contractor shall thoroughly wet the soil plug. He shall then pour Benseal bentonite and water simultaneously (through a tremie pipe lowered to the bottom elevation of the plug and pulled slowly upwards as bentonite is being poured in the borehole) into the hole in a systematic way to achieve a uniform plug. A minimum of two, 50 -lb bags of Benseal will be required to construct one -foot thick bentonite plug in a borehole of 18 -inch diameter. The amount of water necessary to be poured into the borehole will be as recommended by the bentonite manufacturer or by predetermining through experimenting with a small quantity of bentonite the actual amount of water required to achieve a good thick mud consistency mixture. When the bentonite plug has reached the specified thickness, more water shall be poured on top of the plug and adequate hydration time will be allowed before any backfilling operation commences. A minimum hydration time for bentonite seal shall be 20 minutes or as recommended by the manufacturer. Newport Terrace Landfill 11180 -5 Landfill Gas Extraction Wells 0 0 3. No backfilling operations shall be permitted until the bentonite has hydrated. Hydration time for bentonite plug is a minimum 20 minutes or as recommended by the manufacturer. 3.02 DISPOSAL OF CUTTINGS A. The Contractor will not be allowed to dispose of cuttings from the boreholes, and other generated refuse, on the site. The Contractor shall dispose of all such materials to an appropriate landfill at no additional cost to the City. 3.03 CONTROL OF BOREHOLE EMISSION A. Contractor shall monitor and control emissions from boreholes in accordance with Section 01030 - Special Provisions. It is expected that combustible gas containing trace toxic constituents will vent from boreholes. It shall be Contractor's sole responsibility to control emissions in such a manner as to safely construct the wells, prevent violation of all applicable air quality regulations, and prevent worker exposure. END OF SECTION 11180 Newport Terrace Landfill 11180 -6 Landfill Gas Extraction Wells 0 SECTION 11185 LANDFILL GAS TREATMENT /DISPOSAL SYSTEM PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section consists of furnishing all labor, materials, equipment, and incidentals necessary to furnish and field test the Landfill Gas Treatment/Disposal System at Newport Terrace Landfill for City of Newport Beach, as shown on the Contract Drawings and as specified herein, including all appurtenances to provide a complete system ready for operation. 2. The Landfill Gas Treatment/Disposal System shall include the following four sub systems: a. Gas Handling System. b. Interconnecting Piping System. c. Treatment System. d. Control System. 3. All equipment and accessories shall have manufacturer's Shop Drawings approved by the Engineer prior to shipment and shall be tested in conformance with these Specifications prior to acceptance and final payment. 4. The Contractor shall be responsible for furnishing all equipment and accessories as described in these Specifications and/or as noted on the Contract Drawings and as required for satisfactory operation of the system. He shall assume complete system responsibility, including warranty, for all equipment whether he is the manufacturer or not. 5. The Contractor shall be responsible for all electrical wiring connections for operation and control of all equipment related to the Landfill Gas Treatment/Disposal System. 6. Parts of equipment shall be amply proportioned for all stresses, which may occur during operation, and for any additional stresses, which may occur during fabrication, transportation, handling, and erection. 7. If necessary, modifications shall be made in the manufacturer's standard product to make it conform to the specific requirements of the Specifications. Such modifications shall be noted in Shop Drawing submittals. 8. Equipment shall include all production line improvements made to the delivery or Contract date. All equipment shall comply with applicable requirements of the standards of ASME, AGA, NFPA, and the Underwriters' Laboratories Newport Terrace Landfill 11185 -1 Landfill Gas Treatment /Disposal System 0 0 panels shall bear U.L. labels, as of the bid submittal date. Equipment shall not have been in service, except for shop tests, at any time prior to delivery. The equipment shall be furnished factory- assembled to the extent possible and ready for installation. 9. A brass or stainless steel nameplate, no less than 2 -in by 4 -in, shall be attached to each piece of equipment in a conspicuous place. The following information in ' / -in letters (minimum) shall be plainly marked on the nameplate: name and address of the manufacturer, serial number, model number, and any other information necessary for complete identification. 1.02 SUBMITTALS A. Submittals shall be made in accordance with the General Conditions. In addition, the following specific information shall be provided: 1. Materials and Shop Drawings. Submittals shall include at least the following: a. Certified Shop Drawings showing all important details of construction, dimensions, and weight. b. Descriptive literature, bulletins, and /or catalogs of the equipment. c. A complete total bill of materials for all equipment. d. A list of manufacturer's recommended spare parts. e. The total weight of the equipment including the weight of the single largest item. f. Complete performance data that will indicate full compliance with the Specifications; performance curves; calculations showing the equipment gas -flow and motor corrections required for operation at job -site elevation as specified under Design Criteria. g. Complete control panel diagrams and elevations showing all components, wires, connections, and numbered terminals. h. Complete electrical interconnect diagram showing all wires and terminals between the control panel and external devices. i. All exceptions to the applicable requirements and Specifications provided in these Contract Documents. B. Complete assembly, foundation and installation drawings, complete wiring diagrams, control panel layout and control schematics, together with detailed specifications, and data covering actual materials used, parts, devices, and other accessories shall be submitted. Newport Terrace Landfill 11185 -2 Landfill Gas Treatment /Disposal System C. An operation and maintenance manual shall be furnished in accordance with the General Conditions for the LFG treatmenVdisposal system. The manual shall be prepared specifically for this installation and shall include all required catalog cuts, drawings, equipment list, descriptions, and information necessary to instruct operating and maintenance personnel unfamiliar with such equipment. D. A factory representative with complete knowledge of proper operation and maintenance shall be provided for a minimum of one 8 -hour day to instruct the Engineer on proper operation and maintenance of the LFG treatment system. If there are difficulties in operation of the equipment due to manufacturer's design or fabrication, additional service shall be provided at no cost to the City. 1.03 QUALIFICATION A. A manufacturer, who is fully experienced, reputable, and qualified in the manufacture of the equipment to be furnished, shall furnish the Landfill Gas Treatment/Disposal System, including all ancillary equipment. The equipment shall be designed and fabricated in accordance with the best practices and methods. The manufacturer shall have experience in supplying equipment for the landfill gas handling systems, and shall have a minimum of three years experience in design and manufacture of this type of equipment. 1.04 DESIGN CRITERIA A. Landfill Gas Blowers: All equipment specified herein is intended to be standard equipment for use in a landfill gas handling system. 2. Blowers shall be designed for continuous operation in an outdoor environment and shall conform to the following requirement measured at Standard 14.7 psia and 68 degrees F condition: a. Blowers for gas collection from Line -A Landfill area: Number required 2 Rated capacity each, scfm 250 -300 Minimum capacity each, scfm 150 Actual landfill gas pressure Inlet, inches of water (vacuum) 40 Outlet, inches of water (pressure) 20 Landfill gas inlet temperature Maximum, degrees F 120 Minimum, degrees F 60 Shaft speed, rpm 3,600 Nominal motor efficiency, percent 91 Minimum motor power factor, percent 87 Motor insulation Class F Motor service factor 1.15 Maximum motor horsepower 5.5 Newport Terrace Landfill 11185 -3 Landfill Gas Treatment /Disposal System Noise at 3 feet from unit 85 dbA LFG moisture content 100% Saturated b. Blowers for gas collection from Line -B areas: vicinity of P -21: Number required Rated capacity each, scfm Minimum capacity each, scfm Actual landfill gas pressure Inlet, inches of water (vacuum) Outlet, inches of water (pressure) Landfill gas inlet temperature Maximum, degrees F Minimum, degrees F Shaft speed, rpm Nominal motor efficiency, percent Minimum motor power factor, percent Motor insulation Motor service factor Maximum motor horsepower Noise at 3 feet from unit LFG moisture content 1.05 APPLICABLE CODES AND STANDARDS 2 50 -75 50 40 20 120 60 3,600 91 87 Class F 1.15 1 85 dbA 100% Saturated A. All equipment shall be manufactured in accordance with codes and guidelines as specifically detailed herein and in accordance with applicable portions of the following (latest edition): 1. Local Laws and Ordinances. 2. State and Federal Laws. 3. National Electrical Code. 4. National Electrical Manufacturers Association (NEMA). 5. Underwriters Laboratories (UL). 6. Uniform Building Code (UBC). 7. American National Standards Institute (ANSI). 8. American Society of Mechanical Engineers (ASME). 9. Institute of Electrical and Electronic Engineers (IEEE). 10. Instrument Society of America (ISA). 11. Industrial Risk Insurance (IRI). 12. Factory Mutual (FM). 13. National Fire Protection Agency (NFPA). 1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. Newport Terrace Landfill 11185 -4 Landfill Gas Treatment /Disposal System B. The equipment shall be delivered on site as fully assembled as transportation will allow. Factory- assembled parts and components shall not be dismantled for shipment unless permission is received in writing from the Engineer. C. Finished surfaces of all exposed openings shall be protected by wooden blanks, strongly built, and securely bolted thereto. D. Each box or package shall be properly marked to show its net weight in addition to its contents. 1.07 WARRANTY AND GUARANTEES A. The equipment manufacturer shall warrant the units against defects in workmanship and material for a period of one (1) year from the date of equipment acceptance by the Engineer. In the event that the equipment fails to perform as specified, the equipment manufacturer shall promptly repair or replace the defective equipment without any cost to the City (including handling and shipment costs) and such repair or replacement shall likewise be warranted against defects in workmanship and materials for a period of one (1) year from the date of repair or replacement accepted by the Engineer. PART 2. PRODUCTS 2.01 GENERAL A. All equipment shall be designed and proportioned to have liberal strength, stability, and stiffness and shall be especially adapted for the intended service. Ample room and facilities shall be provided for inspection, repairs, and adjustments. B. These Specifications are intended to give a general description of what is required, but do not cover all requirements of the equipment as offered. They are, however, intended to cover the furnishing, delivery, and field testing of all materials, equipment, and apparatus as required. Any additional auxiliary equipment necessary for proper operation of the proposed Landfill Gas Treatment/Disposal System not mentioned in these Specifications or shown on the Drawings shall be furnished and installed. C. At all levels of performance of each gas system, the sound pressure shall not exceed 85 dbA over a frequency range of 37.8 and 9,600 cycles per second. Measurement shall be made a distance of 3 feet from the outer face of the equipment. The equipment manufacturer shall certify that the equipment furnished for this project does not exceed the specified sound pressure. This written certification shall be submitted with the Shop Drawings. 2.02 GAS HANDLING SYSTEMS A. Blower and Motor Assemblies: Newport Terrace Landfill 11185 -5 Landfill Gas Treatment /Disposal System 1. Blower. Each blower unit shall be regenerative type. Impellers shall be mounted on one shaft supported on each end by bearings mounted in the outboard bearing housings. The blower shall be built from parts cast in patterns from which previous units have been built and tested. Blowers shall comply with the design criteria as specified in Item 1.04A of Part 1 - General, of this Section. 2. Blower Housings. The housings shall consist of cast aluminum sections held securely between cast iron inlet and outlets heads with steel tierods. a. No contact shall be made between the shaft rotor and the housing, other than through the bearings. Stuffing boxes shall be used as seals to insure no leakage of gas to the atmosphere or air into the landfill gas. b. The inlet and outlet connections shall be nickel - plated flanges, NPSC female threaded, and shall be an integral part of the heads. 3. Impellers: a. The impellers shall be one piece cast aluminum alloy, keyed to the shaft and held by a locknut. Hubs of the impellers shall butt against each other directly or through one -piece metal spacers. There shall be ample clearance and tip speed shall not exceed 375 -feet per second. b. Impellers shall be precisely machine balanced. Vibration shall not exceed 2 mils in the vertical plane measured at the blower bearing housings. 4. Diffusers. Diffuser sections, which receive the gas from the impeller and guide the gas to the next impeller shall be provided. The diffusing vanes shall be an integral part of the sections. 5. Shaft. Each shaft shall be made of 303 stainless steel of sufficient diameter to operate below first critical speed. 6. Bearing Housings. Each blower shall be provided with two antifriction bearings. It shall be possible to replace bearings without disconnecting any piping or disassembling the compressor casing. Both inlet and outlet bearings shall be sized for a minimum expected life of 10 years continued operation as defined by AFBMA B -10 standards. 7. Casing Drains. Each blower stage shall be provided with 3/8 -inch diameter casing drains with manual shut -off valves. 8. The blower shall have Chem-Tough TM surface conversion resistant treatment for all castings, Teflon lip seal in a stainless steel case standard for leakage containment to 25 cc /min or less, with stainless steel hardware throughout. 9. Motor. Each blower shall be direct - coupled to a horizontal 240 volt, 1- phase, 60 -hertz chemical duty motor with 303 stainless steel motor shafts. The motor rpm shall be 3,600. The maximum horsepower shall be as specified in Item Newport Terrace Landfill 11185 -6 Landfill Gas Treatment /Disposal System 0 41 1.4A above; however, the blower manufacturer shall be responsible for selecting the proper motor size to suit his equipment. The motor shall be explosion -proof with permanently sealed ball bearing for explosive gas atmospheres, Class I Group D minimum, and UL & CSA- approved. Bearings shall be of the antifriction type with an AFBMA L -10 life rating of not less than 25,000 hours. 10. The blower -motor assemblies shall be located, installed, and plumbed as shown on the Contract Drawings. 11. Auxiliary Equipment. The following auxiliary items shall be provided by along with the blowers: a. A bellows -type vacuum gauge shall be mounted at the inlet of the blower. The range of the vacuum gauge shall be 0 to 100 inches of water, and the gauge shall read "INCHES OF WATER." Graduations shall be at intervals of 1 inch of water. b. A bellows -type pressure gauge shall be mounted at the outlet of the blower. The range of the pressure gauge shall be 0 to 50 inches of water, and the gauge shall read "INCHES OF WATER." Graduations shall be at intervals of 1 inch of water. c. Dial -type temperature gauges shall be provided at the inlet and outlet of each blower. The gauge shall range from 0 to 200 degrees F. d. The manufacturer of the blowers shall provide flanged expansion joints, of sizes shown on the Contract Drawings, on the inlet and outlet of each blower. The manufacturer of the blowers shall provide one calibrated ammeter for each blower. The surge range shall be clearly indicated on the ammeter. The volume of gas in standard cubic feet per minute (scfm) shall be expressed as a function of ampere input (i.e., the ammeter shall have two scales: amps and scfm). The point of full load amps shall be clearly indicated on the ammeter. 12. Blower Controls: a. Blower -motor starters and controls shall be as provided as shown Electrical Contract Drawings. 13. Experience: a. Blowers shall be manufactured in the United States. Blower manufacturers shall have a minimum 3 years experience in the design and manufacture of this type of equipment. b. Blower Model: 1) For Collection LFG from the landfill Newport Terrace Landfill 11185 -7 Landfill Gas Treatment /Disposal System • • Rotron Regenerative Blowers, Model CP808FX5MWLR as Manufactured by AMETEX Technical and Industrial Products of Kent OH. 2) For mitigation of P -21 Rotron Regenerative Blowers, Model CP404FQ58MLR as Manufactured by AMETEX Technical and Industrial Products of Kent OH. 3) Or approved equal. B. Moisture Separator: 1. The moisture separator vessel shall be fabricated in schedule 10 stainless steel. The moisture separator shall be vertical cylindrical type, and size as shown on the drawing. 2. The demister shall be made from non - corrosive mesh and shall be supported on and held down by a high open area, stainless steel grid or equivalent. The demister shall be a minimum of 6 inches thick constructed with 316 SS material with mesh pad density of 5 lb/cu ft, and shall be carefully constructed to ensure a tight fit in the separator vessel, thus eliminating any gas passing by. The demister shall be as manufactured by ACS Industries, Houston, Texas; Koch Engineering Company, Inc., Fairfield, New Jersey; or equal. 3. The demister shall be able to remove 100 percent of droplets greater than 6 micron and shall also remove particulates having a density equal to or greater than water, which are greater than 6 micron in size. 4. At the design flow rates, temperatures and pressures, the demisters shall not have a pressure drop greater than 3 in. W.C. It shall be capable of withstanding no less than 4.0 psig vacuum. 5. Pressure Drop Monitoring. There shall be two minimum sized 2 -inch pipe couplings in the side of the filter, one each upstream and downstream of the filter element material, for the purpose of connecting differential pressure monitoring device(s). Pressure differential gauges shall be furnished and mounted on the face of the moisture separator. 6. Transparent liquid level gauge shall be mounted on the face of moisture separator. 2.03 INTERCONNECTING PIPING SYSTEMS A. Valves: 1. Valves: All valves shall comply with the requirement of Section 15016 - Valves -. . Newport Terrace Landfill 11185 -8 Landfill Gas Treatment /Disposal System 0 0 1. Piping. All piping for the gas handling system shall be Schedule 80 CPVC piping, conforming to the requirements of Section 15011 — Chlorinated Polyvinyl Chloride (CPVC) Piping C. Landfill Gas Flowmeter: 1. The landfill gas flowmeter shall comprise of Kurz Instruments Model 454Ft, FCI or approved equal. 2. The landfill gas flowmeter shall provide a 4 -20 mA signal from the flow of the landfill gas for connection to the remote indicator. The meters shall be factory calibrated for landfill gas (30 percent methane, 70 percent carbon dioxide) for a range of 100 to 400 scfm. The flowmeter shall be provided with a flow rate indicator (scfm), totalizer, and recorder to be located as shown on the Contract Drawings. 3. The recorders shall include a NEMA 4X enclosure, which the Contractor shall install on the inside flare control panel enclosure, as shown on the Contract Drawings. 4. The totalizer panels shall be installed in the flare control panels. 5. The strip chart recorder shall be Leeds & Northrup Model No. 112 -440- 000 -1- 61, or approved equal. LFG flows shall be printed in figures every 15 minutes on the chart. 2.04 TREATMENT SYSTEM A. Activated Carbon Adsorption Units 1. Activated carbon adsorption used in this project shall have a proven ability to remove VOC and other contaminants from the landfill gas. 2. To provide long life and superior resistance, the adsorption vessels shall be constructed in heavy -duty mild steel, and lined with a high thickness fusion bonded epoxy coating. Up -flow operation shall be recommended for these vessels. These vessels shall be equipped with forklift channels to ease the process of unit maintenance and carbon servicing. 3. The vessel shall meet the following specifications: Inlet/Outlet Connections (fnpt) 4" Manway 16" Height 88" Diameter 46" Maximum Flow (scf 600 Newport Terrace Landfill 11185 -9 Landfill Gas Treatment /Disposal System 0 0 Maximum Pressure (psi) 15 Maximum Vacuum (in. Hg) 7 Maximum Temperature ( °F) 175 Carbon Capacity (cubic Feet) 67 Carbon Capacity ( lbs.) 2,000 4. The carbon adsorption vessels shall be Model Kleen.Air 2000S as manufactured by Baker Filtration of Torrance, California, or approved equal. 5. Activated carbon used for the above vessels shall be Baker Filtration's R 4X8 series granular activated carbon, made from a selected grade of coal and shall be reactivated for use in control of VOCs. R 4X8 shall be processed under optimal conditions to developed its pore structure and maintain a high hardness number to resist abrasion during handling. 6. Activated Carbon shall have the following physical properties: Carbon Tetrachloride Activity: Apparent Density: Moisture Content (as Packed) Ash Content, % weight Hardness (Ball Abrasion): Particle Size: % plus 4 mesh % minus 8 mesh B. SulfaTreat - 410 HP 60% minimum (ASTM D 3467) 29 average Ib /ft3 (ASTM D 2854) 5% maximum (ASTM D 2867) 15% maximum (ASTM D 2866) 90% minimum (ASTM D 3802) 10% maximum 10% maximum 1. SulfaTreat -410 HP shall be used for removal of hydrogen sulfide and light mercaptan type odors from the landfill gas. 2. SulfaTreat -410 HP shall have the following physical properties: Appearance and odor: H2S removal Capacity: Apparent density: Graded granular size: Newport Terrace Landfill Landfill Gas Treatment /Disposal System Black granular, odorless up to 25% by weight 1.0 g /cc or approx. 62 Ibs /ft3 4 to 16 mesh 11185 -10 0 0 3. SulfaTreat -410 HP shall be used in the Kleen.Air 2000S vessel, as specified above. 4. Sulfa- Treat -410 HP system shall be extremely flexible and shall be capable of treating all concentrations of hydrogen sulfide to virtually any outlet concentration desired, and maintaining treatment during variation encountered in normal operation without operator adjustment. C. Flame Arrestor: 1. Flame arrestor shall be suitable for installation on line containing saturated LFG and shall be of the size shown on the Contract Drawings. 2. Flame arrestor shall have 125 -pound ANSI flanged connections. 3. The housing construction shall be aluminum. The bank assembly shall be all aluminum and shall be so arranged for easy removal from the housing to facilitate inspection and cleaning. The net free area through the bank assembly shall not be less than four times that of the corresponding size pipe. All grids of the bank shall be arranged for individual removal. The flame arrestor shall be Groth Equipment Corporation Model 7628, Varec Model 5010E, or equal. 2.05 CONTROLS 1. All electrical components shall be UL- recognized and FM- approved. The controls shall be designed for 120 -volt AC operation. All switching shall be accomplished in the "hot" circuit. 2. All controls, motor starter panels, circuit breakers, etc, will be as specified in the electrical specifications and as shown on the drawings. Automatic Telephone Dialer: 1. General: The system shall receive input from the various monitored items in the form of a change in the status of a dry contact. Upon such change, the system shall automatically dial up to sixteen pre - selected phone numbers. When answered, the system shall send voice messages reporting the specific alarm condition. The system shall also be capable of reporting the status of all monitored items upon receipt of an inquiry phone call. 2. The system shall make provisions for the following input alarms: a. Methane High Level b. Hydrogen Sulfide High Level. C. Spare. d. Spare. Newport Terrace Landfill 11185 -11 Landfill Gas Treatment /Disposal System 0 0 3. The automatic telephone dialer shall be a self- contained, solid state device. The dialer shall continuously monitor the presence of AC power and the status of up to eight independent N.O. or N.C. contact inputs. Each contact input channel shall be keyboard programmable as follows: alarm on open circuit, alarm on closed circuit, or no alarm (status report only on inquiry). Alarm or status shall be reported utilizing a solid state used recorder high fidelity voice. No tape or mechanical voice reproduction devices shall be used. AC power failure or violation of alarm criteria for any input shall cause the unit to go into alarm status and begin dial -outs and optional local announcements. Upon initiating an alarm call -out, the system shall speak only those channels currently in alarm status. On phone inquiry or during on -site status check, a warning message shall be provided if no dial -out phone numbers are entered, or if the alarm switch is disabled, or if backup battery charge is low, or if AC power is off or has been off since last reset. 4. Phone Link: The dialer shall be FCC approved. It shall operate on a standard dial -up rotary pulse or Touch Tone telephone line and shall be capable of calling from one to sixteen phone numbers, each up to 60 digits in length. Dedicated or leased phone line shall not be required. Programming Capability: Pre - programmed speech shall provide entry guidance and confirmation of programmable features. Coded programming shall provide direct access to specific programmable items via appropriate function codes. Both front panel and remote programming capability shall be provided for all functions. The user shall be permitted to selectively read channel status and to selectively read and alter any user entered S eech messages or parameter programming from any Touch Tone phone. The following parameters shall be alterable from their default values via keyboard entry at the dialer or remotely from any Touch Tone phone: Messages - Alarm and normal messages for each channel shall be user programmable via solid state voice recording. Permanent resident factory recorded messages shall be included to support user programming and to provide default warning messages which will allow the unit to be fully functional even when no user messages have been recorded. b. Alarm response delay - Each alarm channel response time shall be individually programmable 0.1 - 999.9 seconds. Default shall be 2.0 seconds. Power out response time shall be separately programmable. Newport Terrace Landfill 11185 -12 Landfill Gas Treatment /Disposal System 0 0 C. Delay between alarm dial -outs - Shall be programmable 0.1 -99.9 minutes. Default shall be 2.0 minutes. Input alarm criteria - Each digital channel shall be independently keyboard configured for OPEN /CLOSED contact alarm or "NO ALARM." Default shall be open circuit alarm. e. Built -in microphone - Shall be programmable ON /OFF. Phone dialing mode - Shall be programmable pulse, Touch ToneR, or high -speed dialing. Default shall be pulse dialing. g. Phone numbers - Sixteen phone numbers shall be programmable with each phone number up to 60 digits in length. Pauses and DTMF tones shall be provided for pager communication, etc. h. Alarm Call Grouping - Shall be programmable to selectively call the appropriate phone number according to current alarm(s). 6. Power and Memory Backup: Normal power shall be 105 -135 VAC, 15 Watts maximum. An integral gel cell rechargeable battery shall be furnished with built -in charger of the precision voltage controlled type. A "trickle charger" shall not be supplied. Battery backup times shall be 20 hours. Even if all power is removed, user - entered programming shall be kept intact for up to 10 years from date of shipment. 7. Construction: An enclosure shall be NEMA 4X. The auto - dialer shall be mounted in the flare control panel. a) A cable connector shall be provided for voice output to a local amplifier. b) Gas tube and solid state surge protection shall be integrally incorporated on the circuit board for all inputs including power, phone, and signal lines. Externally mounted protectors shall not be acceptable substitutes. c) The dialer shall be suitable for a maximum environmental temperature of 130EF at the enclosure. 7. Automatic dialer - shall be Verbatim Model VSS -4C as manufactured by RACO Manufacturing and Engineering Company. 2.06 NUTS AND BOLTS A. For above- and below - ground installation, bolts shall conform to the requirements of ASTM A307 -92a. Unless stated otherwise, all bolts shall be carbon steel, Grade B, heavy hex, hot dip zinc - coated in accordance with the requirements of Class C of ASTM Al 53. Nuts shall conform to the requirements of ASTM A563. Nuts shall be Grade A, heavy hex, hot dip zinc - coated in accordance with Class C Newport Terrace Landfill 11185 -13 Landfill Gas Treatment /Disposal System 0 of ASTM A153. Washers shall be Grade A, hot dip zinc - coated in accordance with Class C of ASTM A153. PART 3. EXECUTION 3.01 INSTALLATION A. The LFG treatment/disposal system shall be installed in strict accordance with the manufacturer's instructions and recommendations in the location shown on the Contract Drawings. B. The Contractor shall retain the services of the manufacturer or the manufacturer's designated factory- trained representatives for installation of the LFG treatment/disposal system, including all controls or accessories. C. Startup and debugging shall be considered completed when the manufacturer and Contractor have demonstrated that the LFG treatment/disposal system is operating optimally and without mechanical/ electrical and instrumentation problems. Debugging and startup of the equipment shall not be considered part of the erection or installation and, therefore, all startup and debugging efforts will be provided at no additional cost to the City nor will the time count against the manufacturer or his representative's required number of days. The Engineer shall be the sole judge as to whether the manufacturer and Contractor have completed startup and debugging. D. The Contractor shall submit a certificate from the equipment manufacturer stating that the installation of the equipment is satisfactory, that the equipment is ready for operation, and that the operating personnel have been suitably instructed in the operation and care of the system. 3.02 INSPECTION AND TESTING A. General: A factory representative shall be provided for one (1) days and shall have complete knowledge of proper operation and maintenance to inspect the final installation and supervise the test run of the equipment. 2. Experienced factory- trained personnel, tools, and testing equipment shall be provided as required to perform the installation of the equipment furnished by the manufacturer, as well as test, calibrate, and start up the complete LFG treatment/disposal system. Field tests shall not be conducted until such time that the entire installation is complete and ready for testing. Field Testing: Newport Terrace Landfill 11185 -14 Landfill Gas Treatment /Disposal System • 0 1. Upon completion of all the mechanical and electrical work, the Contractor shall conduct testing as specified herein to demonstrate that the equipment performs in accordance with all specifications. 2. The Contractor shall perform initial testing of the equipment, insuring to himself that the tests listed in the Demonstration Test paragraph below can be satisfactorily completed. 3. The Demonstration Test shall demonstrate that all items of these Specifications have been met by the equipment as installed and shall include, but not be limited to, the following tests: a. That the LFG treatmenVdisposal system has been properly installed and all parts are in correct alignment. b. That the system satisfactorily operates continuously for 14 days. c. That there are no mechanical or electrical defects in any of the parts. d. That the controls perform satisfactorily as to automatic starting and stopping, and remote control of blowers and associated equipment. END OF SECTION 11185 Newport Terrace Landfill 11185 -15 Landfill Gas Treatment /Disposal System 0 SECTION 11190 PNEUMATICALLY OPERATED LANDFILL GAS CONDENSATE AUTOMATIC PUMPING SYSTEM PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section consists of furnishing all labor, materials, equipment, and incidentals necessary to drill, install, test, and make ready for use pneumatically operated landfill gas condensate automatic pumping system, including all required piping, valves, foot valve at the pump suction line, bypass airline to the pump with a valve, check valve on the condensate discharge line, pneumatic operated fully automatic, controller -less positive displacement submersible pump, level controls, filter, regulator, lubricator, cycle counter, gauges, sump -head accessories, and equipment enclosure housing; all as shown on the Contract Drawings and as specified herein. B. Related Work Specified Elsewhere: 1. Section 02110 - Clearing and Grubbing. 2. Section 02220 - Excavation, Backfilling, and Compaction. 3. Section 15010 - Polyvinyl Chloride (PVC) Piping. 4. Section 15012 - High- Density Polyethylene (HDPE) Piping. 5. Section 15016 - Valves. 6. Division 16 - Electrical. 1.02 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. In addition, the following specific information shall be provided: 1. Complete specification, descriptive drawings, catalog cuts, and descriptive literature which shall include make, model, dimensions, weight, fixtures, and electrical schematics for the compressor, pneumatic submersible pump, air dryer, electrical components, and accessories. 2. Manufacturer's installation instruction. 3. Complete performance data that will indicate full compliance with the Specifications, and performance curve. 4. All exceptions to the applicable requirements and Specifications provided in these Contract Documents. Newport Terrace Landfill 11190 -1 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System 0 i 5. List of recommended spare parts of the compressor and pump. 6. An operation and maintenance manual shall be furnished in accordance with Section 01300 - Submittals. The manual shall be prepared specifically for this installation and shall include all required catalog cuts, drawings, equipment list, description, and information necessary to instruct operating and maintenance personnel unfamiliar with such a compressor and pump. 7. Manufacturer's warranty. 1.03 SAFETY REQUIREMENTS A. The Contractor shall be required to comply with the safety requirements as specified in Section 01030 - Safety Requirements. PART 2. PRODUCTS 2.01 GENERAL A. It is the intent of these specifications that the pneumatically operated landfill gas condensate automatic pumping system be supplied as a complete manufactured unit. B. Equipment furnished under this section shall be rated for service in harsh and potentially explosive environments, and shall have a proven performance of not less than five years in actual landfill condensate collection and pump service. C. The landfill gas condensate automatic pumping system shall be Real Environmental Auto Sump Series 7000, as manufactured by Real Environmental Products of Stockton, California, or Model LAPS - 201, as manufactured by CES- Landtec of Colton, California, or approved equal. 2.02 PIPE AND FITTINGS A. All PVC pipe and fittings shall conform to the requirements of Section 15010 - Polyvinyl Chloride (PVC) Piping. B. All HDPE pipe and fittings shall conform to the requirements of Section 15012 - High- Density Polyethylene (HDPE) Piping. 2.03 EQUIPMENT ENCLOSURE HOUSING (VAULT) A. The filter /regulator, cycle counter, and one -way back flow check valve shall be located in a polyethylene vault assembly that is integrally mounted to the top of the condensate liquid sump. The vault shall be able to withstand continuous temperatures up to 180 0F, and intermittent temperatures of 212 0F. B. Equipment in the vault shall be arranged to be easily accessible for operation and maintenance. Newport Terrace Landfill 11190 -2 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System 0 0 C. Service connections, including discharge, pressure balance line, and high - pressure air inlet, shall be bulkhead- mounted on a common wall of the vault. 2.04 CONDENSATE SUMP PUMP A. Pump Construction 1. The liquid pump shall be a submersible air driven pump and shall be able to pump landfill gas condensate, based on proven performance with at minimum five (5) years landfill site experience. 2. Standard product design shall include complete pump assembly, including body, pump head, bottom fluid inlet check valve assembly, line fittings, 0- rings, discharge check valve, and float/actuator assembly to meet the following specifications: 3. Pump shall operate by compressed air and there shall be no electricity at the wellhead. Compressed air, filtered to 40 microns or less, shall be used to power the pump up to 120 psig. The pump shall be capable of handling oil or water in the compressed air line. 4. Pumps shall include an internal on /off level control; no bubbler tubes or in -well sensors shall be required to provide on /off level control. 5. Pump system shall be fully automatic, controllerless, requiring no surface mounted controllers, in -line control devices, or factory-set control cycle timers. 6. Pumps shall be a bottom - filling version. 7. Pumps shall be designed and constructed to fit in a 4 -inch well casing or larger. 8. Pumps shall be designed and constructed to allow complete field serviceability. B. Pump Performance and Design Requirements 1. Pump shall be capable of delivering a flow rate of 3 GPM at 70 -psi operation, at 100 ft TDH with 6 -inch submergence when equipped with 3/4 -inch discharge hose. 2. Fluid drawdown shall be 27 inches above the bottom of the pneumatic pump to achieve maximum drawdown. 3. Pump(s) shall have a maximum lift of at least 200 feet. Pump manufacturer shall have flow performance curves that are available upon request. 4. Pump(s) shall function properly over an operating pressure range of 5 PSI to 120 PSI. Newport Terrace Landfill 11190 -3 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System 0 0 5. Pump(s) shall only use air when the pump is discharging fluid. This will automatically conserve air and minimize utility costs. No bleed air lines or pilot lines with constant air flow will be accepted. 6. Pump mode of operation shall prevent air from entering discharge hose. 7. Pump(s) shall be capable of operation in wells under pressure or vacuum without requiring any pump modifications. C. Pump Construction Materials 1. Pump(s) shall be completely constructed of materials resistant to attack by hydrocarbons to meet the following specifications: 2. Pump casing shall be FRP (fiberglass) for resistance to chemical attack, swelling, cracking, abrasion, or other wear and tear. Also, the FRP casing is lightweight. Pump casing shall not be unfinished standard pipe stock. Ends shall be machined to assure precise fit of end cap 0-rings for proper seal and easy disassembly and reassembly without O -ring damage. 3. Pump frame, including the head, discharge tube and discharge check valve, shall all be stainless steel. No brass is acceptable. 4. The bottom - loading fluid inlet check valve assembly shall include an UHMW- PE plug for superior abrasion resistance and it shall be located in a housing that allows passage of solids up to 118 ". The valve shall exhibit a self - cleaning action and be able to pass coarse solids and viscous liquids without clogging. The check valve inlet shall be a minimum 1.6" diameter. The inlet check valve shall be readily field - serviceable. 5. The fluid discharge check ball shall be 718" diameter and be located in a stainless steel housing that allows passage of debris. The discharge check valve shall be readily field - serviceable. No flapping or sliding valves subject to clogging or improper seating are allowed. 6. Air, air exhaust and liquid fittings shall all be stainless steel. Fittings shall be sized for 318° ID air hose; 112" ID air exhaust hose, and 314" ID fluid discharge hose. All clamps shall also be stainless steel. 7. Internal floats shall be made from materials that are effective for landfill gas condensate. Floats shall be designed with minimal contact to the fluid discharge tube. 8. Pump air control valve mechanism shall have an air inlet and air exhaust valves located on opposite sides of the pump on a center pivot. The materials of construction shall offer maximum dimensional stability, durability, chemical resistance, and ease of adjustment or replacement. 9. Pump shall include a stainless steel pump support harness for attaching wellhead support to the pump. Newport Terrace Landfill 11190 -4 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System 0 0 10. The pump shall be short Model AP -4 bottom Loader, as manufactured by Clean Environment Equipment of Oakland, California, or approved equal. 2.05 FILTER/REGULATOR AND CYCLE COUNTER ASSEMBLY A. 5- micron filter shall be used for removing particulate, oil and water. B. The filter /regulator enclosure shall have a zinc housing and zinc bowl. C. An automatic drain valve shall be mounted on the bottom of the zinc bowl. D. The air line connection size for the filter /regulator shall be'/ -inch FNPT. E. The filter /regulator shall be rated for an inlet pressure of 150 psig. F. The regulator shall be capable of controlling air pressure from 10 — 120 psig. G. The filter shall have less than 1 -psi pressure drop while passing 20 SCFM airflow at 100 psig. H. The filter /regulator shall include a 0 - 160 psi gauge. I. The cycle counter shall have a 6 -digit digital display that cannot be reset. The cycle counter can be field- adjusted dependent upon distance from the pump. J. Filter /regulator and cycle counter should be hard piped together as a single assembly. K. The filter /regulator cycle counter assembly shall include a one -way check valve to prevent backflow of air and /or liquid. 2.06 PUMP HOSES A. Air hose shall be 318" ID Goodyear InstaGrip® with working pressure at 300 psi and burst pressure at 1,200 psi. B. Air exhaust hose shall be 1/2" ID Goodyear InstaGrip with working pressure at 300 psi and burst pressure at 1,200 psi. C. Fluid discharge hose shall be W ID Goodyear InstaGrip I with working pressure at 300 psi and burst pressure at 1,200 psi. 2.07 AIR BLOCK VALVE A. An inlet air block valve shall be installed to isolate the Sump's air components from the air supply. B. The block valve shall have a bleed port to bleed downstream pressure in the off position. Newport Terrace Landfill 11190 -5 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System 0 r C. The block valve shall be a '/ inch MNPT stainless steel body ball valve with a stainless steel ball and Teflon seats. 2.08 RELIEF VALVE A. An ASME rated pressure relief valve shall be installed to protect the Sump's air components. B. The relief valve shall be constructed with brass body and resilient silicone seat. C. The valve set point shall be 125 psig. 2.09 CONNECTIONS A. High - pressure air line connections to the landfill condensate liquid pump system shall be 114 inch NPT. The air line connection to the system shall be rated for the maximum relief valve pressure setting of the compressed air system or 100 psig, whichever is greater. B. Materials used in the high - pressure liquid discharge line shall be rated for 100 psig pressure with a safety factor of 2. C. The pressure equalizing line which runs between the landfill condensate liquid pump system and the top of the LFG header shall be HDPE pipe, or other non- corrosive material 112 inch diameter or larger and shall be free draining. D. A 2 -inch HDPE by steel transition fitting shall be welded to the 2 -inch liquid inlet to the sump. The steel portion of the transition fitting shall be coated to protect it from corrosion. 2.10 HARDWARE A. Flange bolts and nuts are to be stainless steel. B. Bolts, nuts and washers in contact with LFG, condensate, or soil shall be stainless steel. 2.11 AIR COMPRESSOR A. Air compressor 1. The air compressor shall be single stage, air - cooled, oil injected rotary screw compressor, full feature Model GX 4, as manufactured by Atlas Copco of- Holyoke, MA, or approved equal. The compressor system shall be furnished complete with following: a. Compressor Element The compressor element shall be a rotary screw design consisting of: Newport Terrace Landfill 11190 -6 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System • Male rotor with five (5) lobes; • Female rotor with six (6) flutes; • Patented asymmetric rotor design; and • Cycloid profile at the pitch diameter. V -Belt power transmission shall drive the male rotor. b. Drive Motor The drive motor shall be 5.5 hp, horizontal AC squirrel cage induction type consisting of: • Foot mounted; • Service factor: 1.25; • Insulation: Class F, Class B rise; • Enclosure: TEFC; • Motor speed: 3600 RPM; • Voltage 230V/1 phase /60 hertz; and • Motor construction: Rugged cast frame, cast rotor, non - hygroscopic insulation and corrosion resistant hardware. c. Starter Cubicle The compressor unit shall be equipped with a CSA/UL listed control cubicle, consisting of: • Direct on line motor starter: 240V /single phase /60 hertz; • Control circuit transformer for 115V AC controls. d. Oil System The oil system shall be of the differential pressure type consisting of: • Approved air /oil separator reservoir tank with inverted spin -on separator element, oil fill tube with pressure relieving plug, minimum pressure /check valve, oil level sight glass, and oil drain valve; • Oil filter inverted spin -on type rated at 10 microns; and Newport Terrace Landfill 11190 -7 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System 0 0 • Aircooled unit with an aluminum oil cooler which is cooled by a dedicated fan with TEFC motor e. Air System The air system consists of: • Dry type air intake filter rated at 3 microns; • Minimum pressure /check valve; air /oil separator tank with iol separator element; and • Unit shall have a moisture separatorltrap including both automatic and manual drain valves. f. Assembly The full feature GX 4 unit shall include all of the standard equipment mounted on a fully enclosed metal floor /base, made from industrial grade steel that is tank mounted on a 60 gallon ASME tank. The compressor unit shall be completely piped and assembled, including the control cubicle (with starter) and aftercooler with separator /trap. It shall also include the necessary sound attenuated panels to yield 61 -64 dB (a) noise levels. g. Integral Refrigerated Dryer The integral refrigerated dryer shall consist of: • Evaporator; • Refrigerant compressor; • Capillary tube; • Environmentally friendly R1 34a refrigerant; • Pressure dewpoint gauge; and • Integrated PDX (particulate and coalescing) filter 90.1 micron, 0.1 ppm) h. Electro- Pneumatic Control Panel The electro- pneumatic control panel consists of the following gauges and indicators for simple efficient operation: • Pressure gauge; • Hourmeter; Newport Terrace Landfill 11190 -8 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System • Dry on /off switch; • Compressor Start/Stop Emergency Switch; • Reset button; and • Alarm Indicator. 2. The Contractor shall be required to submit a manufacturer's prorated warranty for 2 years against air compressor failure and free oil analysis for two years. 3. The compressor shall be a stand -alone unit, capable of delivering a minimum airflow of 16.2scfm at 150psig. PART 3. EXECUTION 3.01 DELIVERY, STORAGE, AND HANDLING A. Pneumatic landfill_ gas condensate automatic pumping system, and all of its accessories, pipes, and fittings, shall be off - loaded, stored, and handled with extreme care to avoid any structural damage to the system. All items shall be closely inspected for damage prior to off - loading. All damaged items shall be rejected and sent back immediately to the manufacturer /supplier. Damage occurring, as a result of storage or handling shall be cause for rejection. 3.02 INSTALLATION A. Pneumatic landfill gas condensate automatic pumping system: 1. It shall be the responsibility of the Contractor to coordinate the location of the pumping system and related appurtenances. 2. The system shall be installed strictly in accordance with the manufacturer's instructions and recommendations in configuration shown on the Contract Drawings. 3.03 TESTING A. Factory Testing: 1. All equipment shall be factory tested for compliance with the operational requirements specified herein, and a certification of the results of these tests shall be submitted to the Engineer. B. Testing of Installed Equipment: 1. Prior to acceptance, an operational test of the pneumatically operated landfill gas condensate automatic pumping system shall be performed to determine if the installed equipment meets the purpose and intent of the specifications. Tests shall demonstrate that the equipment is not mechanically, structurally, Newport Terrace Landfill 11190 -9 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System 0 E or otherwise defective; is in safe and satisfactory operating condition; and conforms to the specified operating characteristics. Tests shall include checks for excessive vibration, leaks in all piping and seals, correct operation of control systems and equipment, proper alignment, excessive noise levels, and power consumption. 2. If any deficiencies are revealed during any test, such deficiencies shall be corrected and the tests shall be re- conducted. END OF SECTION 11190 Newport Terrace Landfill 11190 -10 Pneumatically Operated Landfill Gas Condensate Automatic Pumping System 0 0 SECTION 15010 POLYVINYL CHLORIDE (PVC) PIPING PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section consists of furnishing all labor, materials, equipment, and incidentals necessary to install and test polyvinyl chloride (PVC) piping for well casings and LFG laterals piping, complete in place with flexible connectors and ready for use. 2. All piping system components shall be the product of one manufacturer. 1.02 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. In addition, the following specific information shall be provided: 1. Catalog information confirming the pipes and fittings conform to the requirements of the Specifications. 1.03 DAMAGE CONTROL A. Transportation. Care shall be taken during transportation of the pipe to ensure that it is not cut, kinked, or otherwise damaged. B. Handling Pipe Lengths: 1. Ropes, fabric, or rubber- protected slings and straps shall not be used when handling pipes. 2. Chains, cables, or hooks inserted into the pipe ends for lifting shall not be used. Two slings spread apart shall be used for lifting each length of pipe. Pipe or fittings shall not be dropped onto rocky or unprepared ground. C. Storage. Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects that could damage the pipe. 1. Stacking of the pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. 2. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. Newport Terrace Landfill 15010 -1 Polyvinyl Chloride (PVC) Piping 0 0 PART 2. PRODUCTS 2.01 PIPING MATERIALS A. Except where noted, all LFG pipes and fittings shall be Schedule 80 polyvinyl chloride (PVC). B. Pipe and fittings shall be manufactured from a PVC compound which meets the requirements of Type 1, Grade 1 PVC, as outlined in ASTM D1784. A Type 1, Grade 1 compound is characterized as having the highest requirements for mechanical properties and chemical resistance. C. The compound from which pipe is produced shall have a design stress rating of 2,000 psi at 73 degrees Fahrenheit, as listed by the Plastic Pipe Institute (PPI). D. Pipe shall conform to the requirements of ASTM D1785. Pipe shall be homogeneous throughout and shall be free from cracks, holes, foreign inclusions, and other defects. E. Pipe and fittings shall be manufactured from materials approved by the National Sanitation Foundation (NSF). F. Fittings shall conform to the requirements of ASTM D2466 for socket type and ASTM D2464 for threaded type. G. When required, flanges shall be socket -type ANSI Class 125 pound with soft rubber gaskets. The bolts for the flanges shall be stainless steel. H. All pipe and fittings shall be manufactured by CertainTeed, Carlon, National Pipe Company, or approved equal. PART 3. EXECUTION 3.01 INSTALLATION A. Each pipe and fitting delivered to the job site shall be inspected by the Contractor in the presence of the Engineer for flaws, cracks, dimensional tolerances, and compliance with referenced standards. Only pipe and fittings accepted by the Engineer shall be installed. B. The installation of PVC pipe and fittings shall be strictly in accordance with the manufacturer's recommendations and as outlined in ASTM D2774, at locations shown on the Contract Drawings. C. Except where noted, PVC pipes shall be plain or bell end to be joined with socket and solvent cementing. Joining of pipes shall be in accordance with the manufacturer's recommendations. At a minimum, the following procedures shall be followed when joining PVC pipe: 1. All burrs, chips, etc., shall be removed from the pipe interior and exterior. Newport Terrace Landfill 15010 -2 Polyvinyl Chloride (PVC) Piping 0 E 2. All loose dirt and moisture shall be wiped from the interior and exterior of the pipe end and the interior of the fitting. 3. A coating of CPS primer, as manufactured by the pipe supplier, shall be applied to the entire interior surface of the fitting socket and to an equivalent area on the exterior of the pipe prior to applying solvent cement. 4. The solvent cement shall comply with the requirements of ASTM D2564 and shall be applied in strict accordance with the manufacturer's specifications. 5. Pipe should not be primed or solvent welded when it is raining or when atmospheric temperature is below 40 degrees Fahrenheit or above 90 degrees Fahrenheit when under direct exposure to the sun. 6. All pipes shall be inspected for cuts, scratches, gouges, etc., prior to installation. Any imperfections shall be removed as a complete cylinder. 7. All taps in the pipe shall be made, and necessary plugs shall be inserted by the Contractor, as shown on the Contract Drawings. 8. Pipe and fittings shall be selected such that there be as small a deviation as possible at the joints and inverts present a smooth surface. Pipe and fittings which do not fit together to form a tight - fitting joint shall be rejected. 9. Pipe cutting shall be done only with mechanical cutters. END OF SECTION 15010 Newport Terrace Landfill 15010 -3 Polyvinyl Chloride (PVC) Piping L SECTION 15011 w CHLORINATED POLYVINYL CHLORIDE (CPVC) PIPING PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section consists of furnishing all labor, materials, equipment, and incidentals necessary to install and test chlorinated polyvinyl chloride (CPVC) piping within the Blower - Carbon Station. 1.02 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. In addition, the following specific information shall be provided: 1. Catalog information confirming the pipes and fittings conform to the requirements of the Specifications. 1.03 DAMAGE CONTROL A. Transportation. Care shall be taken during transportation of the pipe to ensure that it is not cut, kinked, or otherwise damaged. B. Handling Pipe Lengths: 1. Ropes, fabric, or rubber - protected slings and straps shall be used when handling pipes. 2. Chains, cables, or hooks inserted into the pipe ends for lifting shall not be used. Two slings spread apart shall be used for lifting each length of pipe. Pipe or fittings shall not be dropped onto rocky or unprepared ground. C. Storage. Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects that could damage the pipe. 1. Stacking of the pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. 2. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. Newport Terrace Landfill 15011 -1 Chlorinated Polyvinyl Chloride (CPVC) Piping 0 0 PART 2. PRODUCTS 2.01 PIPING MATERIALS A. Except where noted, all LFG pipes and fittings shall be Schedule 80 chlorinated polyvinyl chloride (CPVC). B. Pipe and fittings shall be manufactured from a CPVC compound which meets the requirements of Type IV, Grade 1 PVC, as outlined in ASTM D1784. A Type IV, Grade 1 compound is characterized as having the highest requirements for mechanical properties and chemical resistance. C. The compound from which pipe is produced shall have a design stress rating of 2,000 psi at 73 degrees Fahrenheit, as listed by the Plastic Pipe Institute (PPI). D. Pipe shall conform to the requirements of ASTM F -441. Pipe shall be homogeneous throughout and shall be free from cracks, holes, foreign inclusions, and other defects. E. Pipe and fittings shall be manufactured from materials approved by the National Sanitation Foundation (NSF). F. Fittings shall conform to the requirements of ASTM F438 and F -439 for socket type and ASTM F -437 for threaded type. G. When required, flanges shall be socket -type ANSI Class 150 pound with soft rubber or neoprene gaskets. Bolts for the flanges shall be stainless steel. PART 3. EXECUTION 3.01 INSTALLATION A. Each pipe and fitting delivered to the job site shall be inspected by the Contractor for flaws, cracks, dimensional tolerances, and compliance with referenced standards. Only pipe and fittings accepted by the Engineer shall be installed. B. The installation of CPVC pipe and fittings shall be strictly in accordance with the manufacturer's recommendations, at locations shown on the Contract Drawings. C. Except where noted, CPVC pipes shall be plain or bell end to be joined with socket and solvent cementing. Joining of pipes shall be in accordance with the manufacturer's recommendations. At a minimum, the following procedures shall be followed when joining CPVC pipe: 1. All burrs, chips, etc., shall be removed from the pipe interior and exterior. 2. All loose dirt and moisture shall be wiped from the interior and exterior of the pipe end and the interior of the fitting. Newport Terrace Landfill 15011 -2 Chlorinated Polyvinyl Chloride (CPVC) Piping 3. A coating of CPS primer, as manufactured by the pipe supplier, shall be applied to the entire interior surface of the fitting socket and to an equivalent area on the exterior of the pipe prior to applying solvent cement. 4. The solvent cement shall comply with the requirements of ASTM F -493 and shall be applied in strict accordance with the manufacturer's specifications. 5. Pipe should not be primed or solvent welded when it is raining or when atmospheric temperature is below 40 degrees Fahrenheit or above 90 degrees Fahrenheit when under direct exposure to the sun. 6. All pipes shall be inspected for cuts, scratches, gouges, etc., prior to installation. Any imperfections shall be removed as a complete cylinder. 7. All taps in the pipe shall be made, and necessary plugs shall be inserted by the Contractor, as shown on the Contract Drawings. 8. Pipe and fittings shall be selected such that there be as small a deviation as possible at the joints and inverts present a smooth surface. Pipe and fittings which do not fit together to form a tight - fitting joint shall be rejected. 9. Pipe cutting shall be done only with mechanical cutters. 3.02 TESTING A. The Contractor shall conduct a pneumatic pressure test on installed CPVC piping. He shall furnish all necessary equipment and materials, and make all taps in the pipe, as required. The Engineer shall be notified at least 72 hours in advance of testing. The test shall be witnessed by the City and /or Engineer. B. All installed pipes shall be subjected to air test pressure of 5 psig for a period of 1 hour. During this period, no loss of pressure shall be observed. C. Any section of pipe, which fails to meet the stipulated pressure test, shall be checked by the Contractor and corrective measures taken. The test shall then be repeated, at no additional cost to the City, until test results meet the specified requirements. D. No pipe installation will be accepted unless and until it meets the pressure test requirements. E. Equipment. The Contractor shall provide the following equipment for the pressure test: 1. Pneumatic compressor separator -dryer system capable of providing oil -free dry air and equipped with one or more full capacity safety relief valves set at a pressure of not more than 105 percent of the required test pressure. 2. Pressure gauges of suitable sizes. Newport Terrace Landfill 15011 -3 Chlorinated Polyvinyl Chloride (CPVC) Piping F. Procedure: 1. Pneumatic testing shall be performed using accurately calibrated instruments and oil -free, dry air. Tests shall be performed on piping after the piping has been completely installed. All parts of the piping system shall be subjected to the test pressure of 5 psig for 1 hour. During this period, no loss of pressure shall be observed. The Contractor shall recognize the hazards associated with air testing and shall take all necessary precautions to protect test personnel. All piping to be tested shall be secured to prevent damage to adjacent piping and equipment in the event of a joint failure. Any appurtenant instruments or devices that could be damaged by the test shall be removed from the piping or suitably isolated prior to applying the test. 2. Test Records: Records shall be made of each piping system installation during the test. These records shall include: a. Date of test. b. Description and identification of piping tested. c. Test pressure. d. Remarks, to include such items as: (1 Leaks (type, location). (2 Repairs made on leaks.) e. Certification by Contractor and signed acknowledgment by the Engineer. 3.03 CERTIFICATION OF COMPLETION A. Upon completion of the backfilling operation over the piping system, the Contractor shall certify the following to the Engineer: 1. The piping system has been constructed in accordance with the approved project plans and specifications. 2. The piping system has been field tested and has passed all of the required tests in the approved project plans and specifications. 3. The piping system has not been damaged during the backfilling operation or construction. END OF SECTION 15011 Newport Terrace Landfill 15011 -4 Chlorinated Polyvinyl Chloride (CPVC) Piping • SECTION 15012 HIGH - DENSITY POLYETHYLENE (HDPE) PIPING PART1. GENERAL 1.01 DESCRIPTION A. Work Included: The work described in this section consists of furnishing all labor, materials, equipment, and incidentals necessary to install and test high density polyethylene (HDPE) piping and pipe fittings for LFG headers and laterals, condensate and air lines, complete in place and ready for operation as shown on the Contract Drawings and as specified herein. B. Related Work Described Elsewhere: Section 02210 - Clearing and Grubbing. 2. Section 02220 - Excavation, Backfilling, and Compaction. 1.02 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. In addition, the following specific information shall be provided: A statement, in writing, from the pipe manufacturer, stating that he is listed with the Plastic Pipe Institute as a qualified extruder for polyethylene resin being used to manufacture the pipe for this project. 2. Catalog information confirming the pipes and fittings conform to the requirements of the specifications. 3. Certification and Test Reports. The Contractor shall submit to the Engineer a manufacturer's certification and test reports as follows: That the HDPE pipe was manufactured from resins in compliance with these Specifications. The certificate shall state the specific resin, its source, and the specific information required by ASTM 1248. The pipe shall not contain recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the raw material. The pipe shall be homogenous throughout and free of visible cracks, holes, foreign inclusions, or other deleterious defects and shall be identical in color, density, melt index, and other physical properties. 4. The HDPE pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. This stress regression testing shall have been done in accordance with ASTM D -2837, and the manufacturer shall provide a product supplying a minimum hydrostatic design Newport Terrace Landfill 15012 -1 High- Density Polyethylene (HDPE) Piping 0 0 basis (HDB) of 1,600 psi, as determined in accordance with ASTM D -2837. The manufacturer must warrant the pipe to be free from defects in material and workmanship in accordance with ASTM D -3350 and F -714. 1.03 DAMAGE CONTROL A. Transportation. Care shall be taken during transportation of the pipe that it is not cut, kinked, or otherwise damaged. B. Handling Pipe Lengths: 1. Ropes, fabric, or rubber - protected slings and straps shall be used when handling pipes. 2. Chains, cables, or hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be used for lifting each length of pipe. Pipe or fittings shall not be dropped onto rocky or unprepared ground. C. Storage. Pipes shall be store on level ground, preferably turf or sand, free of sharp objects that could damage the pipe. 1. Stacking of the pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. 2. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. 1.04 EXCAVATION AND BACKFILL A. All excavation (if required) in the preparation of pipe bedding shall be performed in accordance with the requirements of Section 02220 - Excavation, Backfilling, and Compaction. B. During trenching and backfilling, the Contractor shall comply with the safety requirements of Section 01030 - Safety Requirements. PART 2. PRODUCTS 2.01 PIPING MATERIALS A. The polyethylene pipe shall be high performance, HDPE pipe, conforming to ASTMD -1248 (Type III, Class C). Minimum cell classification values shall be PE345434C, as referenced in ASTM D -3350. The SDR for each type of pipe shall be as shown on the Contract Drawings. The pipe shall contain a minimum of 2 percent carbon black. Newport Terrace Landfill 15012 -2 High- Density Polyethylene (HDPE) Piping B. Fittings: 0 1. Fittings shall be butt fusion type, meeting the requirements of ASTM D -3261. All fittings shall be rated to match the system piping to which they are fused. At the point of fusion, the outside diameter and minimum wall thickness shall meet the outside diameter and minimum wall thickness specifications of ASTM F -714 for the same size of pipe. Pipe connections between dissimilar materials shall be joined by stub end and backing flange. 2. Flanges, when required, shall be of plate type ANSI 616.5 -131, Class 125 lb. 3. The bolts for the flanges shall be galvanized carbon steel. For above- and below - ground installation, bolts shall conform to the requirements of ASTM A307 -92a. Bolts shall be carbon steel, Grade B, heavy hex, hot dip- coated in accordance with the requirements of Class C of ASTM A153. Nuts shall conform to the requirements of ASTM A563. Nuts shall be Grade A, heavy hex, hot dip zinc- coated in accordance with Class C of ASTM A153. Washers shall be Grade A, hot dip zinc- coated in accordance with Class C of ASTM A153. All flanges shall have gaskets. Gaskets are to be HYPALON or approved equal material for the service. C. The piping and pipefittings shall be comprised of new, first quality HDPE material. D. The Contractor shall submit a certification from the manufacturer of the piping and pipe fittings, stating that the piping meets physical property requirements for the intended application. E. Each standard and random length of pipe in compliance with this specification shall be clearly marked at a minimum: (1) pipe size, (2) SDR number, and (3) class and profile numbers. PART 3. EXECUTION 3.01 PREPARATION A. Contractor shall stake out pipe alignment and a site survey of the area shall be completed and approved by the Engineer before installation can begin. This will allow the Engineer to determine if any change in the collection system design is needed. B. The Manufacturer shall furnish complete written instructions for the storage, handling, installation,, fusion, and repair of the piping in compliance with this Specification and the conditions of this warranty. C. The interior of all pipe shall be thoroughly cleaned of all foreign material before being lowered in the trench and shall be kept clean during laying operations by means of plugs, or other industry- approved methods. Newport Terrace Landfill 15012 -3 High- Density Polyethylene (HDPE) Piping 0 3.02 INSTALLATION A. Aboveground Installation: 1. Thermal expansion and contraction plays a critical role in the above -grade installed pipes. Temperature changes both externally and internally will cause the pipe to expand or contract, and limiting these expansions and contractions are very important. 2. Prior to installation of the pipe, the Contractor shall prepare grade along the pipe route to lines and grades, as shown on the Contract Drawings. The grade shall be finished relatively smooth to accommodate movements of the pipe in all directions during expansion and contraction. 3. The Contractor shall then install the pipe on the prepared surface to lines and grades, and maintain a minimum slope in the direction of the condensate flow as indicated on the Contract Drawings. 4. The change in direction or change in grade for all HDPE piping shall be achieved by using the proper type of pipe fittings. 5. The pipe anchors shall be placed along the pipeline at the intervals as shown and specified on the Contract Drawings. B. Below- Ground Installation: 1. Trench excavation shall be located as shown on the Contract Drawings, and shall be by open cut from the ground surface. Trenching, backfilling, and compaction shall conform to the requirements of Section 02220 - Excavation, Backfilling, and Compaction. 2. Trenches shall be excavated to maintain depths as shown on the Contract Drawings. 3. The Contractor shall be responsible for maintaining alignment and depth of the pipeline. Contractor shall survey installed pipe to insure compliance with plans prior to backfilling. 4. Proper facilities shall be provided for lowering sections of pipe into trenches. Under no circumstances shall pipe be laid in water, and no pipe shall be laid when trench or weather conditions are unsuitable for such work. Diversion of drainage or dewatering of trenches during construction shall be provided as necessary. All pipe in place shall be inspected by the Engineer and surveyed before backfilling. 5. Lowering Pipe Into Trench. Care shall be exercised when lowering pipe into the trench to prevent damage to or twisting of the pipe. C. Cutting shall be done with approved mechanical cutters in a manner that will note damage the pipe. Pipe shall be firmly and uniformly supported on the bedding Newport Terrace Landfill 15012 -4 High- Density Polyethylene (HDPE) Piping • • material. Pipe interior shall be kept thoroughly clean as the work progresses. Care shall be taken that pipe is not disturbed until joints are cured. Any adapters for joining shall be in accordance with the pipe manufacturer's printed instructions. D. Special Precautions. Pipe connected to heavy fittings, manholes, and rigid structures shall be supported in such a manner that no subsequent relative movement between the pipe and the joint with the rigid structures is possible. E. Joining (HDPE Pipe). Sections of the HDPE pipe (40 -foot joints) shall be joined into continuous lengths by the butt fusion method above or beside the trench and shall be performed in strict conformance with the pipe manufacturer's recommendations using approved equipment. Butt fusion operation shall only be conducted by the factory trained and certified fusion operator. All valves and transition piping shall be by flange or mechanical joint connections. Joining and installation of pipe shall be accomplished under the direction of an authorized manufacturer's representative. F. Handling Pipeline. The handling of the pipeline shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. G. All taps in the pipe as shown on the Contract Drawings shall be made and necessary plugs shall be inserted by the Contractor. H. Pipe and fittings shall be selected so that there will be as small a deviation as possible at the joints and so that inverts present a smooth surface. Pipe and fittings that do not fit together to form a tight- fitting joint will be rejected. All pipe cuts shall be square, perpendicular to centerline of pipe. J. Damaged pipe that results in reduction of the wall thickness by more than approximately 10 percent should be cut out and discarded. Damaged pipe shall be repaired according to manufacturer's recommendations. K. The Contractor shall protect the pipe and workers from the build -up of static electricity, which can be generated in the pipe by friction from the handling of pipe in storage, shipping, and installation. The Contractor shall minimize the hazard of discharge by applying a film of water to the work surface, to drain away the static electricity. Other recommendations by the pipe manufacturer will be acceptable. 3.03 TESTING G. The Contractor shall conduct a pneumatic pressure test on installed HDPE header. He shall furnish all necessary equipment and materials, and make all taps in the pipe, as required. The Engineer shall be notified at least 72 hours in advance of testing. The test shall be witnessed by the City and /or Engineer. H. All installed pipes shall be subjected to air test pressure of 100 psig for a period of 1 hour, except for the LFG headers and lateral pipes. The LFG headers and laterals shall be tested at 10 psig for a period of 1 hour. During this period, no loss of pressure shall be observed. Newport Terrace Landfill 15012 -5 High- Density Polyethylene (HDPE) Piping 0 • The piping, except at the joints and flanged connections, shall be backfilled prior to air testing. Upon the approval of the Engineer and after passing the air testing program, the joints shall be backfilled. J. Any section of pipe, which fails to meet the stipulated pressure test, shall be checked by the Contractor and corrective measures taken. The test shall then be repeated, at no additional cost to the City, until test results meet the specified requirements. K. No pipe installation will be accepted unless and until it meets the pressure test requirements. L. Equipment. The Contractor shall provide the following equipment for the pressure test: 3. Pneumatic compressor separator -dryer system capable of providing oil -free dry air and equipped with one or more full capacity safety relief valves set at a pressure of not more than 105 percent of the required test pressure. 4. Pressure gauges of suitable sizes. M. Procedure: 3. Pneumatic testing shall be performed using accurately calibrated instruments and oil -free, dry air. Tests shall be performed on piping after the piping has been completely installed. All parts of the piping system shall be subjected to the test pressure, as indicated above, for period of 1 hour. During this period, no loss of pressure shall be observed. The Contractor shall recognize the hazards associated with air testing and shall take all necessary precautions to protect test personnel. All piping to be tested shall be secured to prevent damage to adjacent piping and equipment in the event of a joint failure. Any appurtenant instruments or devices that could be damaged by the test shall be removed from the piping or suitably isolated prior to applying the test. 4. Test Records: Records shall be made of each piping system installation during the test. These records shall include: a. Date of test. b. Description and identification of piping tested. c. Test pressure. d. Remarks, to include such items as: 1) Leaks (type, location). 2) Repairs made on leaks. e. Certification by Contractor and signed acknowledgment by the Engineer. Newport Terrace Landfill 15012 -6 High- Density Polyethylene (HDPE) Piping 0 0 3.04 CERTIFICATION OF COMPLETION B. Upon completion of the backfilling operation over the piping system, the Contractor shall certify the following to the Engineer: 4. The piping system has been constructed in accordance with the approved project plans and specifications. 5. The piping system has been field tested and has passed all of the required tests in the approved project plans and specifications. 6. The piping system has not been damaged during the backfilling operation or construction. END OF SECTION 15012 Newport Terrace Landfill 15012 -7 High- Density Polyethylene (HDPE) Piping 0 0 SECTION 15016 VALVES PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work described in this section consists of furnishing all labor, materials, equipment, and incidentals necessary to install and test various valves for LFG collection system, complete in place and ready for operation as shown on the Contract Drawings and specified herein. 1.02 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. In addition, the following specific information shall be provided: 1. Complete specifications, descriptive drawings, and catalog cuts. 2. Manufacturer's warranty. PART 2. PRODUCTS 2.01 GENERAL A. All valves shall be complete with all necessary operators, actuators, hand - wheels, worm and gear operators, wrenches, and other accessories or appurtenances, which are required for the proper completion of work, included under this Section. B. Valves shall be suitable for the intended service. Renewable parts, including discs, packing, and seats, shall be of types recommended by valve manufacturer for intended service, but not of lower quality than specified herein. C. Valves and operators shall be suitable for the exposure they are subjected to, enclosed in valve chamber or exposed, as applicable. D. All valves shall have the name of the manufacturer and sizes cast on the body or bonnet or shown on a permanently attached plate in raised letters. E. For the purpose of designating the type and grade of valve desired, a manufacturer's name is given in the following specifications. Valves of equal quality by other manufacturers will be acceptable. Newport Terrace Landfill 15016 -1 Valves 2.02 METALLIC VALVES A. Butterfly Valves: 1. All valve shafts shall be connected to operators by use of keys and keyways. The use of compression or friction connection will not be accepted. 2. The butterfly valves, for low- pressure /vacuum landfill gas services, shall have cast -iron wafer -style valve body with contoured 316 stainless steel disc, Type 316 stainless steel stem, Acetal stem bushing, and Viton replaceable resilient seat. Valves shall be bubble -tight at 150 -psi differential pressure and shall be suitable for installation between ANSI 125 -pound flanges. 3. All butterfly valves shall open left or counterclockwise when viewed from the stem. Manual valve operators shall be either worm gear or lever type, as shown on the Contract Drawings. All operators shall have adjustable mechanical stop limiting devices to prevent over - travel of disc. Should an adjustment of the disc be required to maintain a bubble -tight seal, this adjustment shall be made externally without removing the operator housing cover. The operator shall be designed such that all adjustments can be made under pressure and without the possibility of dirt getting into the operator lubricant. Any adjustments through the lower shaft will not be acceptable. Operator components shall, at the extreme operator positions, withstand without damage a pull of 200 lb for hand -wheel or an input torque of 300 ft -lb for operating nuts. 4. Interior of valve body and valve disc except for valve seat and stainless steel valve seat ring shall be coated with a fusion bonded, thermosetting epoxy coating in accordance with AWWA C550, latest revision. Coating shall be holiday -free with a minimum thickness of 12 mils. Surfaces shall be clean, dry, and free from rust and grease before coating. 5. All butterfly valves shall be manufactured by Demco /Copper Cameron Valves, DeZurik, Keystone Valves U.S.A., Kennedy Valve Manufacturing Company, or approved equal. 6. All exterior surfaces of butterfly valves shall be clean, dry and free from rust and grease before coating. The exterior ferrous parts of all valves shall be shop primed at the factory with one coat, minimum dry film thickness 1.5 mils, of a primer with rust - inhibitive pigments and synthetic resins. Following installation, aboveground valves shall be finish painted in accordance with following table: Surface Preparation Paint Material Minimum Coats, Cover Abrasive Blast (SP 6) Rust - Inhibitive 1 coat, 2 MDFT* Primer Alkyd Enamel 2 coats, 4 MDFT* Newport Terrace Landfill 15016 -2 Valves 0 • MDFT = Total Minimum Dry Thickness in mils. 7. For above- and below - ground installation, bolts shall conform to the requirements of ASTM A307 -92a. Bolts shall be carbon steel, Grade B, heavy hex, hot dip- coated in accordance with the requirements of Class C of ASTM A153. Nuts shall conform to the requirements of ASTM A563. Nuts shall be Grade A, heavy hex, hot dip zinc - coated in accordance with Class C of ASTM A153. Washers shall be Grade A, hot dip zinc - coated in accordance with Class C of ASTM Al 53. 2.03 PVC VALVES A. PVC Butterfly Valves. PVC butterfly valves shall be PVC wafer -style valve, single piece body design, rated at 150 psi bubble -tight shut -off. Body and disc shall be molded of PVC Type 1, Grade 1, cell classification conforming to ASTM D -1784. The shaft shall be Type 416 stainless steel, blowout proof, and have engagement over the full length of the disc. The disc shall have double "O" ring seals of top and bottom trunnions of the same material as the valve liner. Liner shall be molded and formed around the body, functioning as a gasket on each side of the valve. Liner and "O" rings shall be Viton. Valves shall be hand -lever operated. Hand levers shall have slotted guards and locking devices to allow valve disc to be locked in inter - mediate positions between fully opened and fully closed. The valve shall be of line size and shall fit between 125 -pound ANSI flanges. Valves shall be manufactured by Chemtrol, Asahi /America, or approved equal. B. PVC Cock Valves. Gas and pressure sampling valves shall be 114 -inch PVC cock valves. Valve seats and seals shall be EPDM. Valves shall have 1/4 -inch MPT on one end and hose connection on the other end. Valves shall be as manufactured by Chemtrol, Asahi /America, or equal. C. PVC Gate Valves. PVC gate valves shall be threaded type manufactured of the same PVC Type 1, Grade 1 molding compound as the fittings to assure compatibility. The valve stem shall be non - rising type and oversized to provide added strength to resist distortion or cracking on heavy usage application. The wedge, or gate, shall be top quality polypropylene material for positive sealing and smoother operation. "O" ring shall be used at the stem and bonnet nut to eliminate the need for continued retightening. Valves shall withstand a cold pressure of 20 psi. Valves shall be manufactured by Chemtrol, Asahi /America, or approved equal. 2.04 CPVC TRUE UNION BALL VALVES A. CPVC True Union Ball Valves. All thermoplastic ball valves shall be True Union construction from CPVC Type IV Cell Classification 23447 conforming to ASTM D 1784. All 0-rings shall be Viton. All valves shall have Safe -T -Shear stem and double stop polypropylene handle. All valve union nuts shall have buttress threads. All valves seal carriers shall be Safe -T- Blocked. All valves components shall be replaceable. Valves shall be certified for portable water use by NSF International and shall be pressure rated at 235psi. for water at 73 0F . Valves shall be manufactured by Spears Manufacturing Company, or approved equal. Newport Terrace Landfill 15016 -3 Valves PART 3. EXECUTION 3.01 INSTALLATION A. Valves of the size and type shown on the Drawings shall be set plumb and installed at the locations indicated on the Drawings. Valves shall be installed in accordance with manufacturer's installation instructions and with the Details shown on the Drawings. B. Valves shall be installed such that they are supported properly in their respective positions, free from distortion and strain. Valves shall be installed such that their weight is not borne by blowers and equipment that are not designed to support the weight of the valve. C. Valves shall be carefully inspected during installation; they shall be opened wide and then tightly closed and the various nuts and bolts shall be tested for tightness. Special care shall be taken to prevent any foreign matter from becoming lodged in the valve seat. Check and adjust all valves for smooth operation. D. Install valves with the operating stem in either horizontal or vertical position. E. Allow sufficient clearance around the valve operator for proper operation. F. Clean iron flanges by wire brushing before installing flanged valves. Clean flange bolts and nuts by wire brushing, lubricate threads with oil or graphite, and tighten nuts uniformly and progressively. Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing threaded valves. Joints shall be airtight. 3.02 TESTING A. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Joints that show signs of leakage shall be repaired prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. B. If requested by the Engineer, the valve manufacturer should furnish an affidavit stating the materials options furnished and/or that he has complied with these and other referenced Specifications. END OF SECTION 15016 Newport Terrace Landfill 15016 -4 Valves SECTION 16010 BASIC ELECTRICAL REQUIREMENTS PART 1. GENERAL 1.01 WORK INCLUDED A. The work described in this section consists of furnishing all labor, materials, equipment, and installation required for the complete, satisfactory, and approved electrical systems as indicated on the Contract Drawings and called for in these Specifications, or as may be reasonably implied by either. The work shall include the Landfill Gas Collection and Control System at Newport Terrace Landfill for Public Works Department, City of Newport Beach, as shown on the Contract Drawings and Specifications herein. B. The Contractor shall install complete and operating electrical systems consisting of the following: 1. Conduit installation as shown on the Contract Drawings for: a. Power, control, and lighting for the landfill gas collection and control system. 2. Complete distribution of power and control as shown on the Contract Drawings, including feeders, grounding, lighting, switches and receptacles, and all other equipment as shown on the Contract Drawings. 3. Contractor shall make all final connections to equipment, furnished by other trades. 1.02 CODES AND STANDARDS A. Reference within these Specifications to standards, codes, or reference specifications implies that any item, product, or material so identified must comply with all minimum requirements as stated therein, unless indicated otherwise. Only the latest revised editions are applicable. B. The Specifications, codes, and standards listed below form a part of these Specifications: 1. National Electrical Code (NEC). 2. Underwriters' Laboratories (UL). 3. National Electrical Manufacturers Association (NEMA). 4. Insulated Cable Engineers Association (ICEA). 5. American Society for Testing and Materials (ASTM). C. Testing and Laboratory Listing /Approval: Equipment and material shall be UL listed where standards have been established, and shall be identified for the purpose intended. Obtain and pay for all necessary laboratory testing, inspection, Newport Terrace Landfill 16010 -1 Basic Electrical Requirements and approval of unlisted equipment or material where listing is required by the City Department of Building and Safety. 1.03 DRAWINGS A. The Contract Drawings indicate the extent and general arrangements of equipment and wiring systems. If any departures from the drawings are deemed necessary by the Contractor, details of such departures and reasons therefore shall be submitted to the Engineer for approval within 30 days after award of the Contract. No such departures shall be made without the prior written approval of the Engineer. All items not specifically mentioned in the Specifications or noted on the drawings but obviously necessary to make a complete working installation shall be included. 1.04 SUBMITTALS A. Shop Drawings: 1. Each package of shop drawings shall be bound as a unit and shall contain a first sheet with the project name, location, date submitted, name and address of the contractor, name and address of the equipment supplier, and a list of the contents. 2. The submittal drawings shall include materials, dimensions, fabrication details, installation instructions, standards compliance, and UL approval. Where a data sheet contains details covering various sizes or ratings of equipment, clearly mark the items applicable to the project. 3. Submit drawings for circuit breaker panels, equipment control centers, overcurrent protective devices, and control enclosures showing dimensions, nameplate nomenclature, electrical rating, wiring diagrams, and schematics. B. Operation and Maintenance Manuals: 1. The operation and maintenance manuals shall include the name, address, and phone number of the supplier and nearest manufacturer's representative and shall contain a complete parts list for each system. 1.05 EQUIPMENT MANUAL AND OWNER INSTRUCTIONS A. Upon completion of the work, the Contractor shall prepare and deliver to the Engineer three complete sets of the operation and maintenance manuals for each electrical and equipment control installed. The manuals shall consist of detailed drawings of catalog sheets for each component, replacement parts lists, wiring diagrams, maintenance instructions, and description of system operation 1.06 COORDINATION WITH OTHER UTILITIES A. Installation of conduits for power shall be thoroughly- coordinated with other utilities on the site. Details of routing, size of bends, and termination at each end of service shall be verified on the job site. Newport Terrace Landfill 16010 -2 Basic Electrical Requirements 0 0 1.07 COORDINATION WITH OTHER TRADES A. The Contractor shall plan and lay out the electrical work in order to be compatible with the site, equipment location, and panel mounting. 1.08 STORAGE A. All materials shall be stored in a safe, orderly manner. Materials shall not be stored directly on the ground or floor and shall be kept clean, dry, and free from damage or deteriorating elements. Damaged or rusted materials shall not be installed. 1.09 MATERIALS A. All equipment, materials, and components shall be new, standard, current products by manufacturers regularly engaged in the production of such equipment and be the manufacturer's latest design. All components by same manufacturer shall be mechanically and electrically compatible with rating of apparatus in which they are installed. All materials shall bear the label of Underwriters Laboratory for the intended use in all cases where this labeling is available or shall be materials reviewed by the code enforcing authorities and Engineer. Equipment of a similar nature shall be identical. 1.10 ACCESSORIES A. All hardware and accessory fittings shall be of a type designed, intended, or appropriate for their use, complement the items with which they are used, and shall have corrosion protection suitable for the atmosphere in which they are installed. All such hardware shall be U.S. standard sizes. 1.11 INSTALLATION A. All materials shall be installed at the locations shown on the drawings and in accordance with the specific manufacturer's recommended installation methods. B. All equipment shall be set level at the correct heights, properly aligned, and, where in sections, shall be bolted together. C. Secure all materials and equipment firmly in place. Do not weld electrical materials for attachment and/or support. D. All screws, bolts, nuts, clamps, fittings, or other fastening devices shall be made up tight. E. All materials and equipment shall be installed complete, including screws or bolts, covers, plates, fittings, etc. F. Follow the installation directions and recommendations of the materials and equipment manufacturers. Newport Terrace Landfill 16010 -3 Basic Electrical Requirements C7 0 G. Connections to motors shall be made with weatherproof flexible metal couplings. 1.12 IDENTIFICATION A. Electrical equipment shall be clearly and permanently labeled with a securely fastened nameplate. Nameplates shall be 1/16 -inch thick engraved laminated plastic and shall have 3/16 -inch high white letters on a black background. Plates shall be provided for all control panel, strobe lights and circuit breaker panels. B. All conductors shall be permanently tagged at wire trough and terminal boxes. Feeders shall be identified at every accessible point with a permanent tag indicating circuit number. Conductor tags shall be non - conductive. C. All circuits and equipment shall be identified to correspond with drawings and specifications. D. Panel board shall contain a typewritten directory behind a plastic cover, located on inside of door. E. Install equipment identification nameplate at the top center of the equipment, using a rubber -based adhesive. 1.13 CONNECTION A. Make all connections for gas collection and control system and control devices. Install and connect blower motor starters and controls, including exact wiring requirements as determined in accordance with control wiring diagrams furnished for the equipment. 1.14 TESTING A. Upon completion of the work, the Contractor shall energize, start up, and test operate all the systems and equipment in the presence of the Engineer and Owner. All testing and measuring instruments and equipment required to test each system shall be provided by the Contractor. Any defects or variances from standard or specified conditions found during these tests shall be corrected by the Contractor at no cost to the Owner. The following tests shall be performed: 1. The main service and all feeders and branch circuits shall be energized from the normal power source. Ammeter and voltmeter readings shall be made and recorded as follows: a. Phase to phase and phase to ground voltage at the main service connection at motor starters or MCC and panel board. 2. All circuit breakers shall be manually tripped and reset. 3. All defective lamps found during test shall be immediately replaced. 4. All receptacles and light switches shall be tested to verify they are connected properly. Newport Terrace Landfill 16010 -4 Basic Electrical Requirements • 0 5. All motors and controls shall be checked to verify correct connection and operation. 6. Wire trough and panel board shall be inspected prior to installing covers to verify correct sizes and color- coding. 7. A complete operating test of the instrumentation and control systems shall be made to verify correct operation of each system and all related equipment. B. Prior to the final test, continuity tests and insulation resistance tests shall be performed to assure there are no shorts or unintentional grounds in the entire electrical system. Test reading shall be recorded and given to the Engineer. 1.15 PERSONNEL AND EQUIPMENT A. The Contractor shall provide the following: 1. Qualified personnel to conduct all testing. 2. The services of the equipment manufacturer's representative to assist in testing their equipment, when the service is specified. 3. The services of the equipment manufacturer's representative to assist the Contractor in the repair or troubleshooting of their equipment in the event that said equipment fails to pass all tests. 4. All labor and equipment required for testing. 1.16 CLEAN -UP AND PAINTING A. After all systems and equipment have been installed, the Contractor shall clean all electrical equipment inside and outside the enclosures. All grease, dust, rust, and chipped plaster and concrete shall be removed from the installed equipment. Each piece of equipment shall be thoroughly cleaned and left in brand new condition. The project will not be accepted as being finished until all such dirt and contamination has been removed. The Contractor shall provide touch -up painting where finished surfaces have received minor scratches during installation. B. Where electrical equipment with painted surfaces has been installed in finished areas, any such damage to the painted surfaces that cannot be corrected with minor touch -up painting shall be refinished at the factory at no cost to the Owner. Equipment installed in finished areas having noticeable damage to the finished surface will not be accepted. PART 1. PRODUCTS (NOT USED) PART 2. EXECUTION (NOT USED) END OF SECTION 16010 Newport Terrace Landfill 16010 -5 Basic Electrical Requirements SECTION 16050 BASIC MATERIALS AND METHODS PART1. GENERAL 1.01 WORK INCLUDED A. The work included in this section covers the work necessary to completely furnish and install the materials specified hereinafter. 1.02 STANDARD A. Materials shall bear UL labels where applicable. 1.03 SUBMITTALS A. Submit for review properly identified manufacturer's literature and shop drawings identifying materials, electrical characteristics, interrupting rating and data, components, and enclosure. PART 2. PRODUCTS 2.01 OUTLET AND DEVICE BOXES A. Cast Steel (CS) Boxes. Provide boxes of cast ferrous metal with gasketed, watertight, cast ferrous metal covers and stainless steel screws. Provide boxes with threaded conduit hubs and cast mounting lugs where lugs are required. Use Crouse -Hinds or Appleton Type FS or FD boxes, or equal. 2.02 WIRING DEVICES A. Switches: 1. Weatherproof Switches. Use switches mounted in a cast metal box with gasketed, weatherproof device plate as specified. 2. Acceptable Manufacturers: Bryant, General Electric, Hubbell, Pass and Seymour, or equal. B. Receptacles: 1. Duplex. Provide specification grade receptacles meeting NEMA WD 1 performance standards and Federal Specification W -C -596, and having a contact arrangement such that contact is made on two sides of each inserted blade without detent. Use two -pole, three -wire grounding type receptacles rated 20 amps, 125 volts, NEMA Configuration 5 -20R, and with screw -type wire terminals colored brown. Receptacle shall be mounted in a cast metal box with gasketed, weatherproof device plate. Newport Terrace Landfill 16050 -1 Basic Materials and Methods 0 2. Acceptable Manufacturers: Seymour, Sierra, or equal. C. Device Plates: 1. Weatherproof (WP) Plates: Bryant, General Electric, Hubbell, Pass and a. Where weatherproof receptacles are designated, the receptacle shall be installed in the specified box with a gasketed, weatherproof, cast metal or stainless steel cover plate with individual cap over each receptacle opening and stainless steel mounting screws. Utilize plates with caps held tightly closed with stainless steel springs when receptacle is not in use. Acceptable Manufacturers: Bryant, General Electric, Hubbell, Pass and Seymour, or equal. b. Where weatherproof switches are designated, the switch shall be installed in the specified box with a gasketed, weatherproof, cast metal cover plate incorporating an external operator for the internal switch and with stainless steel mounting screws. Acceptable manufacturers and types: Crouse - Hinds DS -181 or DS -185, Appleton FSK -1 VTS or FSK -1 VS, or equal. 2.03 TERMINAL BLOCKS 0 TO 600 VOLTS A. Provide 600 -volt terminal blocks for termination of all control circuits entering or leaving equipment, panels, or boxes. Provide screw clamp compression, dead front barrier type terminal blocks with current bar providing direct contact with wire between the compression screw and yoke. Provide yoke, current bar, and clamping screw constructed of high strength and high conductivity metal. Utilize yoke that guides all strands of wire into the terminal. Utilize current bar providing dependable vibration -proof connection. Supply terminals constructed to allow connection of wire without any special preparation other than stripping. Rail mount individual terminals to create a complete assembly and provide terminals constructed such that jumpers can be installed with no loss of space on terminal or rail. B. Size all terminal block components to allow insertion of all necessary wire sizes and types. Supply terminal blocks with marking system allowing the use of preprinted or field- marked tags. Supply UL- approved terminal blocks manufactured by Weidmuller, Ideal, Electroert, or equal. 2.04 CONTROL RELAYS A. Provide magnetic control relays, NEMA Class A600 (10 amps continuous, 7,200 VA make, 720 VA break), industrial control type with field convertible contacts, and meeting the requirements of NEMA ICS 2. Provide Cutler- Hammer Type M- 600, General Electric Type CR120B, or equal. B. Where time delay relays are specified or required, unless otherwise noted, provide magnetic control relays with a timer attachment adjustable from 0.2 to 60 seconds (minimum) and field convertible from ON delay to OFF delay and vice - versa. Newport Terrace Landfill 16050 -2 Basic Materials and Methods f 0 2.05 ELAPSED TIME METERS A. Provide synchronous motor - driven, elapsed time meters, 0 to 99,999.9 hours range, non -reset type, suitable for semi -flush panel mounting. Provide General Electric Type 240, 2 -1/2 -inch Big Look unit, Eagle Signal Bulletin 705 unit, or equal. PART 3. EXECUTION 3.01 OUTLET AND DEVICE BOXES A. Installation: 1. Mount boxes approximately at heights as indicated on the drawings 2. Mount all boxes plumb and level. 3. Install boxes in a secure, substantial manner supported independently of conduit by attachment to the wall or mounting panel. 3.02 WIRING DEVICES A. Switches. Mount switches at the heights indicated on the drawings. Mount switches for switch operation in the vertical position. B. Receptacles. Mount weatherproof receptacles with the hinge for the protective cover above (not at side or below) the receptacle opening. C. Device Plates. Provide metal type device plates. END OF SECTION 16050 Newport Terrace Landfill 16050 -3 Basic Materials and Methods E SECTION 16110 RACEWAYS PART 1. GENERAL 1.01 WORK INCLUDED u A. The work included in this section covers the work necessary to furnish and install raceways for electrical and control wiring as shown on the drawings and specified herein. 1.02 STANDARDS A. Size of raceways shall be not less than NEC requirements but in no case shall be less than indicated on the drawings. Drawings are diagrammatic and routing of conduits shall be made by the Contractor to avoid interference with other work. B. Materials shall bear UL labels. 1.03 RELATED WORK A. Section 16450 - Grounding. 1.04 SHOP DRAWINGS A. Submit for review properly identified manufacturer's literature and shop drawings giving materials, finishes, dimensions, weights, and standards compliance. PART 2. PRODUCTS 2.01 MATERIALS A. Electrical Metallic Tube. Use electrical metallic tube, including bushings, couplings, elbows, nipples and other fittings by meeting the requirements of UL and NEC. B. Rigid Steel Conduit. Use rigid steel conduit, including bushings, couplings, elbows, nipples, and other fittings, galvanized by hot - dipping, and meeting the requirements of UL and NEC. Do not use set screw -type couplings, bushings, elbows, nipples, and other fittings, unless approved by the Engineer. C. Flexible Metal Conduit, Liquid- tight. Unless as noted on the drawings at air blower motors, use UL listed liquid -tight flexible metal conduit consisting of galvanized steel flexible conduit covered with an extruded PVC jacket and terminated with nylon bushings or bushings with steel, or malleable iron body and insulated throat and sealing O -ring. Newport Terrace Landfill 16110 -1 Raceways 0 0 PART 3. EXECUTION 3.01 INSTALLATION A. Changes in directions of raceway runs shall be made with symmetrical bends or cast metal fittings. Field -made bends and offsets shall be made with a hickey or conduit bending machine specifically for size and type of conduit used. Minimum radius shall be 8 times conduit diameter for rigid metal conduit. Crushed or deformed raceways shall not be used. Use factory formed fittings for surface raceways. B. Except where boxes, panels, and other equipment have threaded openings, make conduit connections as follows: 1. Double locknuts, one inside and one outside. 2. Provide malleable iron or steel bushing with Bakelite liner molded and bonded into the bushing. 3. Place bushing on end of conduit in addition to locknuts. C. Location and use of each type of conduit: 1. Electrical Metallic Tube shall be used for aboveground installation. 2. Galvanized rigid steel conduit shall be used installed aboveground where exposed to physical damage. 3. Liquid -tight flexible metal conduit shall be used for connections to vibrating equipment in wet and damp locations and exterior locations. Install liquid -tight flexible metal conduit so that liquids run off surface and drain away from fittings. Provide not less than 18 -inch and not more than 24 -inch length. D. Raceway fastening and supports: 1. Supports: a. Secure support and fasten in place raceways at intervals of not more than 4 feet, within 3 feet of any bend and every outlet orjunction box. This shall apply on vertical runs as well as horizontal runs. b. Support individual horizontal conduits not larger than 1 -1/2 inches in diameter by means of one -hole pipe straps. 2. Fastenings: a. To Wood: Wood screws, sheet metal screws, or screw -type nails. Newport Terrace Landfill 16110 -2 Raceways b. To Concrete or Solid Brick Masonry: By expansion bolts. Holes drilled to a depth of more than 1 -112 inch in reinforced concrete beams or to a depth of more than 314 inch in concrete joists shall avoid cutting the main reinforcing bars. Holes not used shall be filled with mortar. c. To Steel Work: Machine screws, welded threaded studs, or spring- tension clamps. Raceways or pipe straps shall not be welded to steel structures. d. Nail -type nylon anchors or threaded studs driven in by a powder charge and provided with lock washers and nuts may be used in lieu of expansion bolts or machine screws. e. Threaded C- clamps shall not be used. END OF SECTION 16110 Newport Terrace Landfill 16110 -3 Raceways 0 SECTION 16120 E WIRES, CABLES, AND CONNECTIONS PART 1. GENERAL 1.01 WORK INCLUDED A. The work included in this section covers the work necessary to furnish and install wires, cables, and connectors for electrical and control circuits as shown on the drawings and specified herein. 1.02 STANDARDS A. Materials to bear UL labels. 1.03 SUBMITTALS A. Submit for review properly identified manufacturer's literature and shop drawings giving wire size, insulation type, rated voltage and temperature, and NEC designation. PART 2. PRODUCTS 2.01 MATERIALS A. Power Conductors (600 Volts and Below): 1. Conductors shall be rated at 600 volts and conform to NEMA WC -7 and ICEA 5 -61 -402. 2. Conductors shall be composed of 98 percent annealed copper only, stranded in size #8 AWG or larger. Furnish conductor sizes for circuits as shown on drawings. Minimum size shall be #12 AWG except as otherwise specified for control wiring. 3. All conductors shall be 600 -volt minimum, type THWN, rated 75 degrees C wet or dry maximum conductor temperature with polyvinyl chloride insulation, and shall comply with UL standard for thermoplastic insulated wire. 4. All conductors shall be plainly marked on outer surface at least every two feet with name of manufacturer, and size and grade of insulation. B. Color code all service, feeder, and branch circuit wire as follows: 1. 1201240 -Volt System: White - Neutral; Black - Phase A; Red - Phase B. 2. Bonding conductor - green. Newport Terrace Landfill 16120 -1 Wires, Cables, and Connections 0 E 3. Solid colored insulation shall be used on all conductors #10 AWG and smaller and colored vinyl tape banding over black insulation at all accessible locations for #8 AWG and larger. C. Control Wiring: 1. All control wiring conductors shall be 600 volt type TW or THWN. Minimum size shall be #14 AWG. 2. Conductors for control wiring shall be color coded, using color coding different than for.the power conductors specified above. D. Instrumentation Wiring: 1. All instrumentation wires shall be soft annealed bare or tinned copper with PVC flame retardant insulation, 300 volt rating, 105 °C temperature rating, overall cable shield and with a drain wire. All instrumentation wires shall be 18 AWG. E. Connectors, Terminals, and Splices: 1. Provide connectors, terminals, and splices for all power and lighting circuits using 600 -volt wire and cable as follows: a. Provide connectors, terminals, and splices, for all wire, cable, and equipment and bus connections that are designed and approved for the specific type and size of conductors being connected. b. Connectors and terminals shall be designed and UL- approved for use with the associated conductor material and shall provide a uniform compression over the entire contact surface. Solderless terminal lugs shall be used on all stranded conductors. c. Pressure -crimp type connectors, terminals, and splices shall be applied with a mechanical or hydraulic tool with proper size crimping dies for making each connection. The tool shall be of the type that will not release until the correct pressure has been applied. PART 3. EXECUTION 3.01 INSTALLATION A. Conductors shall not be pulled into conduit until all mechanical work is complete. B. Pulling lubricants shall be of the type accepted for the particular cable insulation and as recommended by the cable manufacturer. C. Conductors in panelboards, junction boxes, pull boxes, etc., shall be formed, grouped, and taped to present a neat and orderly appearance. Newport Terrace Landfill 16120 -2 Wires, Cables, and Connections 0 0 D. Leading end of each conductor pulled shall be carefully examined for damage to jacket. If damaged, cable shall be extended and further checked for damage with only good cable to remain. E. At each outlet, allow not less than 6 inches of slack for connection to load. F. Tape all connections in 600 -volt wire and cable as follows: 1. Tape all connections, splices, taps, and exposed barrels of terminal lugs with half - lapped layers of 3M Scotch 33, vinyl plastic tape, or equal, applied to a thickness equal to the conductor insulation and, in addition, apply at least two half - lapped layers of 3M Scotch 88 vinyl plastic tape over the first layers of tape. G. Wire and Cable Marking: 1. Identify each phase of all feeder conductors with 3M Scotch 35, or equal, vinyl plastic marking tape. 2. All feeders and branch circuit conductors and all control, alarm, and instrumentation wires shall be identified at all terminations, junction boxes, and pull boxes as follows: a. Use Brady Company, or equal, self- sticking vinyl cloth wire markers for all wire and cable identification. b. Identify all conductors of control, alarm, and instrumentation systems with wire numbers or terminal letters as indicated on the drawings. Where markings are not indicated, the Contractor shall assign his own markings and indicate them on the "Record Drawings' set of construction drawings. H. Installation of 600 -volt Wire and Cable: 1. Install wire and cable in conduits and other enclosures as indicated. 2. Except as otherwise indicated or specified, all wire and cable shall be installed in continuous runs between terminal points without splicing. 3. Make splices and taps only in wire trough from terminals in terminal boxes and other accessible enclosures. 4. When pulling wire or cable, do not subject the wire or cable to a tension greater than 50 percent of the yield strength of the conductor. Pulling lugs shall be attached to the conductor with a sleeve or grip over the cable sheath to prevent the insulation from slipping. 5. Use a UL- approved lubricant to decrease friction when pulling cable in ducts and conduits. 6. Do not subject cable to a bending radius less than 8 times the cable's outside diameter during or after installation. Newport Terrace Landfill 16120 -3 Wires, Cables, and Connections 0 0 7. In wire trough, make splices first then encapsulate them in an epoxy resin sealing and potting compound. Encapsulation of compression sleeve splices shall be with preformed molds. 8. Pulling of wires and cable into conduits shall be done in a manner which will in no way damage the insulation. 9. Sufficient lengths of wire shall be left at pull boxes for connecting to equipment and apparatus without straining. 10. Pull together cables to be installed in a single conduit. Wire Sizes. Drawings indicate wire and conduit sizes for typical equipment. If sizes shown on the drawings are not appropriate for the equipment chosen by the Contractor, wires and conduit shall be sized for the proper current - carrying capacity in accordance with the NEC, at no extra cost to the Owner. J. Terminations: 1. Terminate solid conductors at screw terminals or mechanical connectors furnished on devices and equipment. 2. Terminate stranded conductors at mechanical connectors furnished on equipment. Where no connectors are included, provide suitable mechanical connectors. 3. Termination of stranded conductors on screw terminals will not be permitted. Provide suitable size compression or mechanical -type connector with spade tongue. 3.02 TESTING A. Continuity tests and insulation- resistance tests shall be performed to assure there are no shorts or unintentional grounds. The insulation resistance shall be measured with a 500 -volt DC megger (conductor -to- conductor and conductor -to- ground) and should read greater than one megaohm. Test readings shall be recorded and a certified copy given to the Engineer. END OF SECTION 16120 Newport Terrace Landfill 16120 -4 Wires, Cables, and Connections 0 SECTION 16450 GROUNDING PART 1. GENERAL 1.01 WORK INCLUDED A. The work included in this section covers the work necessary to provide a grounding system complete as indicated on the drawings and specified herein. 1.02 QUALITY ASSURANCE A. Materials shall bear UL label. B. The electrical system and equipment shall be grounded in accordance with the requirements of the NEC and as specified. C. Grounding system installation shall conform to NFPA 70 and the NEC. D. Grounding system shall be installed as shown on drawings. E. Install in all nonmetallic conduit runs insulated, green equipment grounding conductors and bond them in accordance with the NEC. PART 2. PRODUCTS 2.01 MATERIALS A. The grounding conductor shall be an insulated copper wire of size indicated. Where not indicated, the conductor shall be in accordance with the requirements of the NEC except that minimum size shall be No. 12. Inaccessible connections shall be made with the exothermic welding process using equipment manufactured by Burndy or Erico Products. Accessible connections shall be made with multiple bolt silicon bronze connectors specifically designed and approved for the connection to be made. Connectors shall be as manufactured by Bumdy or O.Z. Gedney Electric. Grounding jumpers shall be provided across metal parts that are separated by non - conducting materials or joined so that there is a high resistance at the joints. Grounding cable shall not be buried directly in concrete, but a conduit sleeve shall be provided where cable passes through concrete. Grounding cable buried in earth shall be tinned. B. Grounding Source: 1. The ground source shall consist of ground conductors and the existing grounding system as shown on drawings. Newport Terrace Landfill 16450 -1 Grounding 0 0 2. Maximum resistance to ground shall be limited to 25 ohms. Two additional ground rods shall be driven if required to maintain this level. Maximum ground resistance to each individual rod shall be 25 ohms. C. Ground Rods. Unless as specified on the Contract Drawings, copper clad steel rod shall be not less than 314 inch in diameter, 10 feet long, driven full length into the earth. Maximum ground resistance shall not exceed 25 ohms under normal dry conditions. D. Parts To Be Grounded. Parts to be grounded include equipment enclosures, fittings, fixtures and devices, cable sheaths, neutral of transformers, wire trough and raceways, motor frames, non - current carrying parts of appliances and devices, and all other parts and equipment as required by NEC. Neutral wire shall never be used as grounding means. E. Conductor. All grounding cable shall be green insulated copper stranded cable, soft drawn or annealed, sized as indicated on drawings. PART 3. EXECUTION 3.01 INSTALLATION A. All connections to equipment, bus, or conduit shall be made with approved type of solderless connector and shall be unpainted and thoroughly cleaned before connection is made to insure a good metal contact. B. All connections, which will be inaccessible after completion of project shall be made by exothermic weld process. C. The lighting fixture shall be grounded by means of a conductor between the outlet box and fixture. All locknut connections to cabinets, pull boxes, junction boxes, etc., shall be drawn up sufficiently tight to assure a continuous metal -to -metal bond. D. Bond all conduits, wire trough, motor control center, and similar locations using bonding bushings. E. Provide a bonding wire in all flexible conduits and connect to the boxes at each end in an approved manner. F. Flexible conduit shall not be used as a grounding medium. G. Ground receptacles to their outlet boxes by means of a grounding conductor from the green terminal on the receptacle to a grounding screw in the outlet box. END OF SECTION 16450 Newport Terrace Landfill 16450 -2 Grounding • • SECTION 16920 LOW- VOLTAGE MOTOR CONTROL PART 1. GENERAL 1.01 DESCRIPTION A. Work Included: 1. The work included in this section consists of furnishing all labor, materials and installation of complete motor control panels and field test the landfill gas and hydrogen sulfide gas blower control systems, at the Landfill Gas Collection and Control System at Newport Terrace Landfill for Public Works Department, City of Newport Beach, as shown on the Contract Drawings and as specified herein. 2. The motor control panel shall be duplex motor starter panels include but not limited to the following components: a. NEMA -3R Enclosure b. Full voltage non - reversed starter, starter size as indicated on the Contract Drawings c. Overload and Over - current Protection Devices d. Equipment mounted on panel covers as specified on the Contract Drawings e. Din Rail Time Clock Control f. All circuit protection and bus bracing of motor control panel shall have minimum of coordinated fault current interrupting capacity as indicated on the Contract Drawings. 3. All equipment and accessories shall have manufacturer's Shop Drawings approved by the Engineer prior to assembly and shall be tested in conformance with NEMA standard and the system operation requirements. 1.02 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section 11187- Landfill Gas Collection and Control System. B. Section 16010 - Basic Electrical Requirements. C. Section 16050 - Basic Materials and Methods. D. Section 16450 - Grounding. 0 1.03 Submit for review properly identified manufacturer's literature and shop drawings, including the following: A. Dimensioned outlined drawings (Plan and Elevations). B. Motor Control Panels listing type, trip, and interrupting ratings of all included circuit breakers. C. Wiring diagram in ladder form of complete electrical control, including all electrical interlock provided from flare control panel, pilot devices, and terminal blocks for remote connections, as required for field installation. D. Internal construction drawings and details. E. Standards compliance. F. Nameplate details. PART 2. PRODUCTS 2.01 MOTOR CONTROL, PANEL, GENERAL A. Provide each motor with suitable controller devices and enclosure that will function as specified for the respective motors and meeting the requirements of NEMA ICS 2, the NEC, and UL. B. Provide each motor controller with thermal overload protection in all ungrounded phases. Use protection consisting of thermal overload relays, meeting the requirements of NEMA ICS 2, which are sensitive to motor current and mounted within the motor controller. Use overload protection devices of the inverse- time -limit type. C. Provide controller- mounted overload relays of the manual -reset type with externally operated reset button. Select and install overload relay heaters after the actual nameplate full -load current rating of the motor has been determined. D. Install and connect any required thermal protector monitoring relay provided by motor manufacturer in motor - control circuit. 2.02 FULL VOLTAGE COMBINATION MAGNETIC STARTER A. Provide combination magnetic motor starters meeting the requirements of NEMA ICS 2, Class A in NEMA -3R enclosures, with the rating, voltage systems, controls, and enclosure shown. 2.03 CIRCUIT BREAKER A. General: 6 0 1. Provide circuit breaker panel boards meeting standards established by UL, NEMA PB 1, and the NEC. Furnish panels with fully rated short circuit current equipment rating. Provide panels having interrupting capacity as indicated on the drawings. Provide panel boards and circuit breakers suitable for use with 75 degrees C full NEC rating capacity. B. Circuit Breakers: 1. Furnish indicating type molded circuit breakers providing ON /OFF and TRIPPED positions of the operating handle. Furnish thermal magnetic, quick -make, quick -break circuit breakers that are non - interchangeable in accordance with the NEC. Do not use single -pole circuit breakers with handle ties where multiple circuit breakers are indicated. Utilize multiple circuit breakers designed so that an overload on one pole automatically causes all poles to open. Provide circuit breakers meeting requirements of NEMA AB -1. Provide bolt -on type breakers in all circuit breaker panels. C. Acceptable Manufacturers: General Electric, Square D, Westinghouse or equal. PART 3. EXECUTION 3.01 All components shall be mounted in strict accordance with manufacturer's specification. 3.02 Conduit Termination. Every conduit terminating at the motor control and circuit breaker panels shall have grounding bushing attached and this bushing shall be bonded to the ground bus. END OF SECTION 16920 • By crtYOFrMO NAIM CITY OF NEWPORT BEACH !UL 10 t[1. 01 CITY COUNCIL STAFF REPORT APPPO� Agenda Item 1 1 July 10, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Lloyd Dalton, PE 949 -644 -3328 or Idalton @city.newport- beach.ca.us SUBJECT: NEWPORT TERRACE LANDFILL GAS COLLECTION AND CONTROL SYSTEM - AWARD CONTRACT NO. 3651 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3651 to Innovative Construction Solutions, Inc., for the Total Bid Price of $818,800, and authorize the Mayor and the City Clerk to execute the contract after the Newport Condominium Association and the City have deposited funds into an escrow account as required by their settlement • agreement. 3. Establish an amount of $80,000 to cover the cost of unforeseen construction expenses. 4. Approve Amendment No. 1 to SCS Engineer's current agreement to provide for construction support services in the not -to- exceed amount of $83,162 and authorize the Mayor and City Clerk to execute the Amendment. 5. Approve an On -Call Professional Services Agreement for Capital Improvement Program Consultant Services with Gail P. Pickart, P.E. and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: On October 13, 2004, the Newport Condominium Association (NCA), an association of owners of real property within Newport Terrace Tract (see attached vicinity map - Exhibit A), filed a lawsuit entitled Newport Condominium Assn v. City of Newport Beach in United States District Court, Central District of California, Orange County Division. The action arose out of a dispute over who is responsible for post- closure maintenance of the former Newport Terrace landfill, which was owned and operated by the City from approximately 1953 to 1965. The settlement of the dispute required that the NCA and the City jointly •remediate the landfill gas collection system, with the NCA paying half of all costs actually incurred in regards to the work, up to a maximum of $500,000, and the City paying the 0ewport Terrace Landfill Gas Collection and Con stem - Award of Contract No, 3651 July 10, 2007 Page 2 remainder. Pursuant to the settlement, the NCA and the City are required to deposit $500,000 into an escrow account. Subsequently, City staff retained a design consultant to prepare plans and specifications for the remediation work. At 11:00 a.m. on June 27, 2007, the City Clerk opened and read the following Total Bid Prices for the project: Bidder Total Bid Price Low Innovative Construction Solutions, Inc. $818,800 2 LFG Control Corporation $871,000 3 NRC Environmental Services, Inc. $956,000 The low Total Bid Price is 18% below the Engineer's estimate of $1,000,000 (see attached bid summary- Exhibit B). The low bidder, innovative Construction Solutions, Inc. (ICS), possesses a State of California General Engineering Contractor A License as specified in the contract documents. ICS has experience in landfill collection systems and has satisfactorily completed landfill collection projects for other public agencies. Because of the specialized nature of the work and the financial partnership between the City and the NCA, City staff and its design consultant determined to prequalify experienced landfill contracting firms to perform the remediation work. Qualifications were solicited from four firms, and each of those who submitted bids for the project were deemed prequalified. The NCA concurs in awarding Contract No. 3651 to ICS; however, staff recommends making the award to ICS contingent upon the City and NCA funding the escrow account as required by the settlement, which should occur during the week of July 9, 2007. The scope of work for this project includes removing curbs, walkways, asphalt pavement, irrigation systems, plant materials, turf and other obstructions along the new landfill gas collection alignment; drilling and installing gas extraction wells, condensate pumps and sumps; installing a manhole in 19th Street to receive the condensate; trenching and installing new gas collection mains; remodeling the blower building; removing and replacing gas treatment equipment in the blower building; installing new electrical service in the blower building; reconstructing curbs, walkways, asphalt pavement, etc.; replacing irrigation systems, plant materials and turf; and cleaning up the site. The Contractor is to complete all work within 100 working days after the Notice to Proceed is issued, which should occur on or about August 15. Work should then be substantially completed by January 11, 2008. Liquidated damages will be $1000 per calendar day. Plans and specifications were prepared by SCS Engineers of Long Beach, a firm that specializes in landfill - related projects. SCS was also contracted by the City to assist in prequalifying firms to bid the remediation work. n U • • Newport Terrace landfill Gas Collection and conaystem - Award of Contract No. 3651 July 10, 2007 Page 3 • At staff's request, SCS has proposed to provide construction support for the project, including meetings; review and approve submittals; respond to requests for information; prepare change orders; provide construction inspection to assure compliance with their plans and specifications; prepare as -built drawings; coordinate work with the NCA, regulatory agencies, etc. Staff feels that SCS's scope of work and their $83,162 not -to- exceed fee are appropriate for the project, and recommends that their current professional services agreement be amended (see attached draft Amendment and Proposal - Exhibit C) to provide for construction support to the City's contract administrator. • • On -Call Professional Services Agreements allow staff to retain specialized services that are regularly required for various projects at fees that are set for a two year period of time. Gail P. Pickart, P.E. will supplement Public Works' senior staff, which has been severely depleted due to the retirement of three senior engineers who would normally administer such contracts. Mr. Pickart has proposed to provide contract administration for the project and will oversee and assist SCS in its duties; issue progress payments and change orders, and manage the project until completion. Mr. Pickart is well - qualified to perform these tasks in that he is the City's contract administrator for the soon- to -be- completed Back Bay Science Center project and he was the City's Subdivision Engineer during the period of time when Newport Terrace tract was subdivided and built. Staff feels that Mr. Pickart's scope of work and his $27,600 not- to- exceed fee are appropriate, and recommends approval of the on -call professional services agreement (see attached draft Professional Services Agreement and Proposal - Exhibit D) to provide for contract administration for the Newport Terrace Landfill project. ENVIRONMENTAL REVIEW: The project is Categorically Exempt from provisions of the California Environmental Quality Act (CEQA) pursuant to Section. 15301, Class 1 of the CEQA Implementing Guidelines. This exemption covers operation, repair, maintenance, minor alteration, etc., of existing structures, facilities, mechanical equipment, etc., involving no expansion of use of that existing at the time of the City's determination. A Notice of Determination has been filed with the Orange County Clerk's office. FUNDING: Sufficient funds are available for award, construction contingency, construction support and contract administration in the following accounts: Account Description Account Number Amount Newport Condominium Association's Contribution Escrow Account $500,000 City's Environmental Liability Fund Escrow Account 509.562 Total $1,009562 fewport Terrace landfill Gas Collection and Contratem - Award of Contract No. 3651 July 10, 2007 Page 4 Proposed uses are as follows: Vendor Innovative Construction Solutions, Inc. Innovative Construction Solutions, Inc. SCS Engineers Gail P. Pickart, PE Prepared AW I-loid'[Pton, Design Purpose Amount Construction contract $818,800 Contingency 80,000 Construction support 83,162 Contract administration 27,600 Total $1,009,562 Submitted by: Attachments: Exhibit A - Vicinity Map Exhibit B - Bid Summary Exhibit C — Draft Amendment No. 1 and SCS's Proposal Exhibit D — Draft Amendment No. 6 and Gail P. Pickart's Proposal • • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: Newport Terrace Landfill Gas Collection and Control System BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: 3651 DATE: 27-Jun-07 TIME: 11:01 a.m. ENGINEER'S ESTIMATE: $1,000,000.00 BY: CHECKED: DATE: PROJECT MANAGER: Lloyd Dalton]Gall Pickart Add or deduct: Disposal of Drill Cuttings Add: Plug or abandon borehole kwsors *redlcontractl00 -01BBID SUM C- 3651.4s $58Ron $136/ton $1001ton $20lfoot • or age 1 Is Engineer's Estimate Innovative Construction Solutions LFG Cor oration NRC Environmental ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 100,000.00 100,000.00 125,000.00 125,000.00 80,000.00 80,000.00 25,000.00 25,000.00 2 Construct Landfill Gas Remediation 1 LS 900, 000.00 900 ,000.00 693,800.00 693,800.00 791,000.00 791,000.00 931,000.00 931,000.00 3 4 5 6 7 8 9 10 EE 1,000,000.00 LOW 818 800.00 2ND 871 000.00 3RD 956 000.00 Add or deduct: Disposal of Drill Cuttings Add: Plug or abandon borehole kwsors *redlcontractl00 -01BBID SUM C- 3651.4s $58Ron $136/ton $1001ton $20lfoot • or age 1 Is 0 AMENDMENT NO. 1 TO •PROFESSIONAL SERVICES AGREEMENT WITH SCS ENGINEERS FOR CONSULTING SERVICES IN CONNECTION WITH SELECTION OF CONSTRUCTION CONTRACTOR FOR NEWPORT TERRACE LANDFILL GAS SYSTEM MODIFICATIONS THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this _ day of 2007, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City ") and SCS ENGINEERS, an corporation whose principal place of business is 3900 Kilroy Airport Way, Suite 100, Long Beach, California, 90808 -6816 ( "Consultant'), is made with reference to the following: RECITALS A. On December 31, 2006, City and Consultant entered into a Professional Services Agreement, hereinafter referred to as "Agreement," for selection of qualified construction contractors to bid the Newport Terrace Landfill Gas System Modifications. B. City desires to have Consultant provide construction support services in connection with the construction of the gas system modifications at Newport • Terrace Landfill. C. City desires to compensate Consultant for additional professional services to be rendered to City. D. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 1 ", as provided herebelow. NOW, THEREFORE, the parties hereto agree as follows: 1. Consultant shall provide the services outlined in the July 2, 2007 proposal from Consultant attached hereto as "Exhibit A" and incorporated in full by this reference. 2. Total additional compensation for services performed pursuant to this Amendment No. 2 for all work performed, including all reimbursable items and subconsultant fees, shall not exceed Eighty Three Thousand One Hundred Sixty Two Dollars ($83,162) as outlined in Exhibit A. 3. The term of Agreement shall be extended to June 30, 2008. '4. Except as expressly modified herein, all other provisions, terms, and covenants • set forth in Agreement shall remain unchanged and shall be in full force and effect. n U • • IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: Aaron C. C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: By: LaVonne Harkless, City Clerk Attachment: Exhibit A — Proposal CITY OF NEWPORT BEACH A Municipal Corporation By: Steve Rosansky, Mayor for the City of Newport Beach CONSULTANT: By: (Corporate Officer) Title: Print Name: By: (Financial Officer) Title: Print Name: E \users\phw\shared\agreements\fy 07- 08\scs- newport terrace Bg -1.doc `A El Environmental Consultants July 2, 2007 File No. 01201221.07 Mr. Aaron C. Harp Assistant City Attorney City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92658 -8915 • 3900 Kilroy Airport Way Suite 100 Long Beach. CA 90806 -6816 562 426 -9544 FAX 562 427 -0605 http: / /www.scsengineem.com Subject: Proposal to Perform Construction Related Services for Newport Terrace Landfill Gas System Modifications Dear Mr. Harp: This letter constitutes a proposal for SCS Engineers (SCS) to perform a variety of construction related services supporting installation of the modifications to the Newport Terrace LFG System. As you know, the city recently received construction bids and is moving toward award of a contract. The city will require a number of services during and immediately after construction in order to assure that the system is installed properly, with minimum disruptions to the residents. This proposal describes a scope of work for the construction phase and our estimated cost of those services. Note that SCS will be working as an agent of the city. The intent of our work will be to provide assurance to the city that construction proceeds in conformance to the approved plans and specifications and applicable permits. SCS understands that at times our staff will be the only representative of the city at the jobsite. However, SCS will not be directing the contractor. If SCS observes work that is not in conformance to the plans, specifications and permits, SCS will advise the contractor and try to have the contractor correct the situation. If the contractor is not responsive or other problems arise, SCS will advise the city -- any action toward suspending work or mandating a change in. the contractor's mode of operation would have to come directly from the city to the contractor. For this reason we understand that the city will identify a contract administrator who will work with SCS and who will enforce, as appropriate, the city s authority over the contractor. SCOPE OF WORK Task 1. Pre - Construction Activities • Conduct pre - construction meeting at site. • Coordinate with NCA representatives. • Review and approve contractor submittals (shop drawings, catalog cuts, etc.). • Review and approve contractor Health and Safety Plan. Offices Nationwide 40 C� CJ 11 Mr. Aaron Harp - Assistant City Attorney July 2, 2007 Page 2 Task 2. Construction Inspection (Compliance with Plans and Specifications) • Full -time inspection of construction of buried elements (wells, buried header — we assume this will entail 35 working days for a staff professional, nine-hour-days). • Logging of well boreholes (to be performed by SCS inspector). • Sampling groundwater, if encountered (4 samples are assumed). This was required by the Regional Water Quality Control Board during its review of the plans. • Periodic inspections during construction of above -ground elements, including the blower facility (assume 6 weeks Q 2 days per week, 6 hours per day). • Periodic site visits by design engineer (8 assumed, 5 -hours per visit). • Issue clarifications; review change order requests, if any (assumed 24 hours for Sr. Tech Mgr). Task 3. Final Inspection and Testing • • Observe contractor testing of mechanical components. • Perform final inspection; issue punch list. • Issue certification of final construction. • Assume two full days for Sr. Tech Mgr. and inspector. Task 4. Prepare As -Built Drawings SCS will prepare a record set of as -built drawings based on the marked -up set maintained by the contractor at the site. Task 5. Protect Coordination This task encompasses overall coordination between the city, the NCA, and the LEA and other regulatory agencies (SCAQMD, RWQCB). We anticipate there will be a regular need for reporting and communications between the parties, interaction with residents, updating project schedules, and general troubleshooting (based on the history of the project). ESTIMATED COSTS Our total costs for construction oversight (Tasks 1 through 5) are estimated at $83,162. This is based on an assumed construction duration of 100 working days (approximately 4.5 months), of which the SCS inspector will be at the site for 47 days. We have indicated our assumptions for the labor effort for individual tasks in the narrative above. We have also attached a spreadsheet with our estimated labor hours and costs for the work. C-11 J Mr. Aaron Harp - Assistant City Attorney July 2, 2007 Page 3 If this proposal is acceptable, we assume the City will process the appropriate contracting instrument. We look forward to our continuing relationship with the City of Newport Beach. If you have any questions about this proposal, please call the undersigned. Sincerely, A Mark B. Beizer,, T Senior Vice President SCS ENGINEERS Enclosure • • • 0 PROPOSAL FEE ESTIMATE -- NEWPORT TERRACE LFG SYSTEM CONSTRUCTION RELATED SERVICES Jul 2, 2007 ¢ �NruiUU �,29J�i5Rii4i -iln nvt ih'rna 4�geRii4* �tt xHM h rrr,.c rhr (arr PERSO,MNEL�?m x, �� t 5vp r 4iw h �1 2 r 5� t r e 9 t ii (iir t 3i ti v .tr tin,- .m,�xt „n r ��d t4 1_C 1.11 31.Sx �ix4� �,i 5 „r,-� iTotal Yt� � $ HS)mr,ARlOUnt $ Principal 4 0 0 0 24 28 225 6300 Project Director 0 0 0 0 0 0 190 0 Sr. Technical Manager 24 64 16 10 0 114 170 19380 Project Manager 0 0 0 0 0 0 150 0 Sr. Pro'. Professional 0 0 0 0 0 0 130 0 Proj. Professional 0 0 0 0 0 0 110 0 Staff Professional 12 387 16 0 0 415 90 37350 Project Adminstrator 0 0 0 0 0 0 80 0 Sr. Engineering Technician 0 16 0 0 0 16 75 1200 Desi ner /Detailer 0 32 0 16 0 48 75 3600 Adminstrative /Secretarial 0 0 0 0 8 8 65 520 Technician 0 0 0 0 0 0 65 0 Subtotals (Hrs) 40 499 32 26 32 629 $68,350 Labor Cost Per Task ($) 6060 49310 4160 2900 5920 • Subcontractors: • Consultants $ — architect, E 1600 1000 2400 0 0 5000 1 5000 Laboratory 0 1200 0 0 1200 1 1200 Travel: Auto Mileage (half-days) 2 0 0 0 0 2 40 80 Auto Mileage >100 mi 0 0 0 0 0 0 0.25 0 Auto Mileage full days) 0 55 0 0 0 55 80 4400 Repro & Blueprints $ 0 0 0 200 0 200 1 200 Laborato $ 0 0 0 0 0 0 1 0 Equipment $ 0 2000 0 0 0 2000 1 2000 Misc. Supplies $ 0 0 0 0 0 0 1 0 Total ODC Per Task ($) Total Cost Per Task ($) Tasks: 1. Pre - construction 2. Construction Observation 3. Final Inspection 4. As -built drawings 5. Project Coordination 1680 8600 2400 200 0 7992 59200 6920 3130 5920 Total ODC 12880 Admin (15 %ODC) 1932 TOTAL ESTIMATE $83,162 0 PROFESSIONAL SERVICES AGREEMENT WITH • GAIL P. PICKART P.E. FOR ON -CALL CAPITAL IMPROVEMENT PROJECT CONSULTANT SERVICES THIS AGREEMENT is made and entered into as of this day of 2007, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and GAIL P. PICKART, P.E., an individual whose address is 3810 East Coast Highway, Suite 4, Corona del Mar, California 92625 ( "Consultant'), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has a need for on -call assistance for project consultant services in connection with the construction of various capital projects. C. City desires to engage Consultant to perform on -call engineering services throughout the City on an as need basis ( "Project "). D. Consultant possesses the skill, experience, ability, background, certification and •. knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Gail P. Pickart. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned Parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31 day of December, 2008, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall provide "On -Call' consultant services as described in the • Statement of Qualifications attached as Exhibit °A." Upon verbal or written • • • request from the Project Administrator, Consultant shall provide a letter proposal for services requested by the City (hereinafter referred to as the "Letter Proposal "). The Letter Proposal shall include the following: A. A detailed description of the services to be provided; B. The position of each person to be assigned to perform the services, and the name of the individuals to be assigned, if available; C. The estimated number of hours and cost to complete the services; and D. The time needed to finish the specific project. No services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Consultant shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis, in accordance with the provisions of this Section and the Schedule of • Billing Rates attached hereto as Exhibit "B" and incorporated herein by� reference. 2 E 0 No rate changes shall be made during the term of this Agreement without the prior • written approval of the City. Consultant's compensation for services performed in; accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed the fees identified in the Letter Proposal, as approved by the Project Administrator. Any Letter Proposal that sets forth fees in excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a separate Professional Service Agreement approved by per Council Policy F -14. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person and/or classification of employee who performed the work, a brief description of the services performed and /or the specific task in the letter proposal to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in the Letter Proposal. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement and the Letter Proposal, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City- to be necessary for the proper completion of the Project, but which is not included within the Letter Proposal and which the parties did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates set forth in Exhibit B. • i • 5. PROJECT MANAGER Consultant shall designate a Project Manager; who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Gail P. Pickart to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Stephen G. Badum shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. • 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards All services shall • be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By El 0 • delivery of completed work, Consultant certifies that the work conforms to • the requirements of this Agreement and all applicable federal, state and local laws and the professional standard of care. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to fumish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. S.' HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties ") from and against any and ail claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work performed or services provided under this Agreement including, without limitation, defects in workmanship or materials or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attomey's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are . 5 0 9 • applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or.employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City s designated Project Administrator and any other agencies that may have jurisdiction or • interest in the work to be performed. City agrees. to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insur @lnce of the type • and amounts described below and in a form satisfactory to City. G A. Certificates of Insurance. Consultant shall provide certificates of • insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City s Risk Manager. D. Coverage Requirements. 1. Workers' Compensation Coverage. Consultant does not employ any employees and is exempt from Worker's Compensation insurance. coverage. • 2. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. F. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or • subcontracted out without the prior written approval,of City. Any of the following 7 . shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of • _ implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon written request. • Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes the release of information. ■ 20. RECORDS • Consultant -shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum .period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant to this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records during regular business hours. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 21. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the • time period, from the date of withholding of any amounts found to have been improperly withheld. 22. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 24. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially • affected by the work performed under this Agreement, and (2) prohibits such • • • persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 25. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Stephen G. Badum Public Works Department City of Newport Beach 3300 Newport Boulevard • Newport Beach, CA 92663 Phone: 949 - 644 -3311 Fax: 949 - 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Gail P. Pickart 3810 East Coast Highway, Suite 4 Corona del Mar, CA 92625 Phone: 949 - 872 -9053 Fax: 949 - 640 -1076 26. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the • - steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 10 Notwithstanding the above provision, City shall have the right, at its sole • discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days' prior written notice to Consultant. In the everit of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 27. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, regulations and permit requirements and be subject to approval of the Project Administrator and City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach • of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 30. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 31. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. • 11 0 • 32. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 33. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 34. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 35. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not • discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: A•• -- Aaron C. C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: CITY OF.NEWPORT BEACH A Municipal Corporation Mayor for the City of Newport Beach CONSULTANT: By: By: LaVonne Harkless, Gail P. Pickart City Clerk Title: Attachments: Exhibit A — Statement of Qualifications •Exhibit B — Schedule of Billing Rates f :\users\pbwlshared\agreements\fy 07 -081on• all servicesVickart-0n call.doc 12 . Gail P. Pickart, P.E. Consulting Civil Engineer 3810 East Coast Highway, Suite 4 Corona del Mar, California 92625 (949) 872 -9053 (949) 640 -1076 (Fax) July 6, 2007 Mr. Steve Badum City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Subject: On -Call Consulting Civil Engineering Services Dear Steve: • I am pleased to submit this proposal to augment the City's Public Works Department staff by providing on -call professional civil engineering services for specific projects as may be identified from time -to -time on an as- needed basis. The actual costs for my services will be established when the scope of a project is determined and fees are computed in accordance with the attached Fee Rate Schedule. The type of services that I am prepared to provide fall within the general categories of project management and construction contract administration. I have been providing those types of services for the Back Bay Science Center on Shelhnaker Island in the Upper Newport Bay Ecological Reserve since February 2002. Similarly, I provided project management services for the MacArthur Boulevard Widening (East Coast Highway to Ford Road) and the Arches Interchange Reconstruction projects from 1994 through 1999. I am a sole practitioner and have more than 40 years of experience in municipal and land development related civil engineering work. My career in municipal engineering began in October 1966 with my employment in the City of Newport Beach Public Works Department. It continued until my resignation in July 1976 when I accepted a position with a private consulting civil engineering company. After ten years with consulting civil engineering firms, I started my own company in March 1987 and have been self - employed ever since. My interests and experience are in the area of project management and I can handle projects from inception through budgeting, design and construction, culminating in completed • improvements and facilities. EXHIBIT A • • Mr. Steve Badum • July 6, 2007 Page 2 I am familiar with the Public Works Department staff members as well as the staffs of other departments that are integral to project management. I believe that I can contribute to the Department's success by sharing a small part of the overall work load through the handling of specific projects. Thank you for this opportunity and I anticipate a beneficial relationship. S' cerely, n �j Gail P. Pickart, P.E. RCE 19832 n LJ 11 U I 1 U E • FEE RATE SCHEDULE Effective January 1, 2007 Gail P. Pickart, P.E. 3810 East Coast Highway, Suite 4 Corona del Mar, CA 92625 (949) 872 -9053 (949) 640-1076 (Fax) I. Professional Services Tie Rate Per Hour Principal $150.00 Project Manager 115.00 Clerical/Word Processing 45.00 H. Reimbursable Expenses Exhibit "B" 1. Travel involving airlines, trains, and overnight lodging will be billed at cost. 2. Reproduction, blueprinting, photocopying, and photographing will be billed at cost. III. Outside Services Invoice costs of services and expenses charged by independent contractors, consultants, specialists, and professional or technical firms in support of services provided by Gail P. Pickart, P.E., will be billed at 1.15 times cost.