Loading...
HomeMy WebLinkAboutC-3804 - Wastewater Pump Station Rehabilitation - Diamond Avenue, Back Bay Drive, Bren Tract, Polaris Drive, and Harbor Ridgew OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC November 9, 2012 Mr. Fouad Houalla Metro Builders & Engineers Group 2610 Avon Street Newport Beach, CA 92663 Subject: Wastewater Pump Rehabilitation - C -3804. Dear Mr. Houalla: On November 8, 2011, the City Council of Newport Beach accepted the work for 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 November 18, 2011. Reference No. 2011000588581. Western Surety Company and the bond number Faithful Performance Bond. Sincerely, 44, � Leilani 1. Brown, MMC City Clerk Enclosure Orange County Recorder on The Surety for the contract is is 58669932. Enclosed is the 3300 Newport Boulevard Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644-3005, Fax: (949) 644 -3039 - www.city.newport- beach.ca.us Executed in Four - Counterparts Bond No.: 58669932 Premium: $20,199.00 Premium is for Contract Term and is Subject to Adjustment Based on Final Contract Price CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MANI :4 ITIM11 ZVI k, at 2M. CONTRACT NO. 3804 BOND NO. 58669932 •' .! The premium charges on this Bond is $ $20,199-00 being at the rate of $ 14.4018.70 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Houalla Enterprises, Ltd., dba Metro Builders & Engineers Group, Ltd., hereinafter designated as the 'Principal', a contract for construction of WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE, Contract No. 3804 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. 3804 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and western Surety 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 One Million, Nine Hundred Ninety -Four Thousand, One Hundred Twelve and 001100 Dollars ($1,994,112.00) 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 falls 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. 33 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 some 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 exec ad by the Principal and Surety above named, on the stn day of January 2010 Houalla Enterprises, Ltd., dba Authoriz Signature Metro Builders & Engineers Group, Ltd. (Principal) Fouad H ualla, President western Surety Company Name of Surety A/6tf,#415rized Agent 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619- 682 -3507 Telephone Janis Theodore, Attorney -in -Fad Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRAC'iTQR AND SURETY MUST BE ATTACHED 4 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of On 2 /gj40 personally appeared before me, SHELLY JEAN IRVINE Commission # 1832001 Notary Public - California i = Orange y C County v Momm. Expires Jan 19.2013+ who proved to me on the basis of satisfa tory evidence to be the person whose Tamey'�t) s/ re subscribed to 5orized within instrument and ackndwledged me that she /they executed the same in edtheir capacity�s), and that by er/t eir signature on tlSe instrument the person, or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS rryy (tipitgd and official seal. Place Notary Seal and /or Stamp Above OPT10N Though the information below is not required by law, it and could prevent fraudulent removal and re Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer—Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: prove val to per§,gps�rElying on the document ¢meni l�anotherdocument. Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): • Individual • Partner — ❑ Limited ❑ General Top of thumb here • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: ®2008 National Notary Association-9350 De Sato Ave, P.O. Box 2402•Chatsworth, CA 91313- 2402- www.NationelNotary.org Itema5907 Reorder Call Toll-Free 1.800.876.6827 v Jestern Surety Con pany POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey W Cavignac, James P Schabarum II, M Wager, Janis Theodore, Lisa Hitt, Individually of San Diego, CA, its true and lawful Attomey(s) -in -Fact with Hill power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. to Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 9th day of June, 2009. ywETy WESTERN SURETY COMPANY ,.7 C wJ Op90R4f�> ��� z QJN OMB Pout :F Bnrflat, Senior Vice President State of South Dakota } 7Z ss County of Minnehaha On this 9th day of June, 2009, before me personalty came Paul T. Brutlat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; drat it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires }44441444hYN,Y44h4hM1YM1M144 } D. KREI.I + November 30, 20f2 { O SEAL r �SOUTH DA.tOTA r }4M1M14h444V4M1M1M1Y1M444M1i4h# D. Krell, Na y Public CERTIFICATE I, L, Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in forec. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this Btb day of ,Tanriarkr gni n WESTERN SURETY COMPANY ,9'o99oagr� °s„ 3y 4 1� P L. Nelson, Assistant Secretary Form F4280-09 -06 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of San Diego On January 8, 2010 before me, Kelly Weaver, Notary Public Date Herb Insert Name and Tale of the Officer personally appeared Janis Theodore Names) of Signer(.) u_ Place Notary Srel Above who proved to me on the basis of satisfactory evidence to be the person(.) whose name(-* is/a44 subscribed to the within instrument and acknowledged to me that#e /she /#wy executed the same intri8/her /#leir authorized capacity(ee), and that by+0!eher/their signature(.) on the instrument the person(.), or the entity upon behalf of which the person(* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my n an icia at. Signature n ra of Motar OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s):_._, D Partner — D Limited iD General ® Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: Number of Signer's Name: 0 Individual D Corporate Off icer— Title(s)_ ❑ Partner — D Limited E.) General D Attorney in Fact D Trustee ❑ Guardian or Conservator © Other: Signer Is Representing: OFFICE OF THE CITY CLERK Leilani 1, Brown, MMC December 23, 2011 Mr. Fouad Houalla Metro Builders & Engineers Group 2610 Avon Street Newport Beach, CA 92663 Subject: Wastewater Pump Rehabilitation - C-3804 Dear Mr. Houalla: On November 8, 2011, the City Council of Newport Beach accepted the work for 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 November 18, 2011, Reference No. 2011000588581. The Surety for the bond is Western Surety Company and the bond number is 58669932. Enclosed is the Labor & Materials Payment Bond. Sincerely, 1. trown , �MMC C4n( L ,'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 Executed in Four- Counterparts bona No.: 58669932 Premium is included in the Performance Bond CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3804 BONG NO. 58669932 :s" 11 :s • WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Houaila Enterprises, Ltd., dba Metro Builders & Engineers Group, Ltd., hereinafter designated as the " Principal," a contract for construction of WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE, Contract No. 3804 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. 3804 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 wilt pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Western Surety 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 One Million, Nine Hundred Ninety -Four Thousand, One Hundred Twelve and 001100 Dollars ($1,994,712.00) 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 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. 29 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to fife 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 at 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 duly execute by the above named Principal and Surety, on the 8th day of January 1tI Houalla Enterprises, Ltd., dba Autht Metro Builders & Engineers Group, Ltd. (Principal) Fouad Western Surely Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 618 - 682 -3507 Telephone I /fir :! Signature orized Janis Theodore Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHES} RE State of California County of U I On ate personally appeared SNEICY JEAN IRVINE Commission # 1632001 < -o� Natary Public - California z Z orange County M Comm. Ex /tres Jan 19. 201 j Place Natary Seal and/or Stamp Above who proved to me on the basis of satisfactory evidence to be the person whose names re, subscribed to th within instr merit and acknowledged to me that to she /they executed the same in a/hheritheir authorized capac4l' S), and that by erltheir signatureA on the instrument the persor06), or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my Though the information below is not required by law, it and could prevent fraudulent removal and re Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above:,— Capacity(ios) Claimed by Signer(s) Signer's Name: C Corporate Officer — Title(s): VMHMM 17 Partner -- D Limited J General Top of mums here C7 Attorney in Fact • Trustee • Guardian or Conservator 0 Other: Signer Is Representing: seal. top relying on the document to another document. Number of Pages: Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — 0 Limited C General Top of thumb here • Attorney in Fact • Trustee • Guardian or Conservator D Other: Signer Is Representing: 92903 Naliaaal Notary Aseoaation- 9350 De Soto Ave.. P n. Box 2402 •Chetewooh. CA 91313 -2492 • wviw.NalionelNnlarv.ora ltam4S497 P>nrhar C »IITn14Fra l,Rn6.R7fi AR97 Jestern Surety Cori ipany POWER. OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey W Cavignae, James P Schabarum II, M Wager, Janis Theodore, Lisa Hitt, Individually of San Diego, CA, its true and lawful Attomey(s )-in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Sy -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. to Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 9th day of June, 2009. ,werr WESTERN SURETY COMPANY �q'4ppQR,q��O¢y F are °Ae'� Paul . Brunat, Senior Vice President State of South Dakota 1 iT as County of Minnehaha On this 9th day of June, 2009, before me personally came Paul T. Bmfiat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires +4} ^r«4^44r4444444} «44}}4 R `= D. KRELL `+ November 30, 2012 +�??� NOTARY PUBLIC + i1 isJSOUTH DAKOTA sI 34 }44 }4M144}}444 }h}444444 {• D. Krell, NoTiry Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my time and affixed the seal of the said corporation this fit h day of j4nU"i ryr 7n I n . a`re WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Farm F4280.09.06 STATE OF CALIFORNIA County of San Diego On January 8 2010 before me, Kelly Weaver, Notary Public Bate Here Insert Namo and Title of the Officer personally appeared Janis Theodore Name(s) of Signer(s) (`t � Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(g) whose name(-* is/a44 subscribed to the within instrument and acknowledged to me that�he /she /tkey executed the same inteather /i4efr authorized capacity('res), and that bytrteherftit,* signature{e) on the instrument the personf*, or the entity upon behalf of which the personH acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my h nAd' al s Signature Sign r o N oPr�oNac Though the information below is not required by taw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Cl Individual 0 Corporate Officer— Title(s). D Partner — ❑ Limited Q General 91 Attorney in Fact 1. Trustee Guardian or Conservator Other: Signer Is Representing: Signer's Name 0 individual ❑ Corporate Officer — Title(s)_ 0 Partner — 0 Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator 0 Other: Signer Is Representing: RECEE�, RECORDING REQUESTED BYA�� WHEN RECORDED�f,�f �"T r1N lO 20 City Clerk //- C i�IE 0F ��� City of Newport Beach THE CITY CLERK 3300 Newport Bouleepygf,;c ,.!,`,''ORT BEACH Newport Beach, CA 92663 Recorded in Official Records, Orange County Tom Daly, Clerk -Recorder IIIIIIIIlII"J11111!IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII!IIIIIIIIIIIIIIIIIIIIIIIIII NO FEE 2011000588581 10:06 am 11/18/11 276 418 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 Metro Builders & Engineers Group, Ltd. of Newport Beach, CA, as Contractor, entered into a Contract on February 9, 2010. Said Contract set forth certain improvements, as follows: Wastewater Pump Station Rehabilitation - (C-3804) Work on said Contract was completed, and was found to be acceptable on November 8, 2011, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Western Surety Company. Works Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on No at Newport Beach, California. BY r ra�wP®+�� City Clerk ! ' ;: ' 1 OFFICE OF THE CITY CLERK Leilani I. Brown, MMC November 9, 2011 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • 2010 -2011 Ocean Piers Maintenance (C -4682) • Balboa Island & Other City Sewer Main Points Repairs (C -3802) • 2010 -2011 Citywide Slurry Seal (C -4604) • Central Balboa Water & Sewer Improvements (C -4067) • Wastewater Pump Station Rehabilitation (C -3804) • Ocean Front Street and Alley Replacement (C -4316) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, r S. Nv- Leilani I. Brown, MMC City Clerk Enclosures 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 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 Metro Builders & Engineers Group, Ltd. of Newport Beach, CA, as Contractor, entered into a Contract on February 9, 2010. Said Contract set forth certain improvements, as follows: Wastewater Pump Station Rehabilitation - {C -3804} Work on said Contract was completed, and was found to be acceptable on November 8. 2011, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Western Surety Company. Works Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ����t at Newport Beach, California. BY � r City Clerk NOV 01 8 2011 8, 2011 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen G. Badum, Public Works Director 949- 644 -3311, sbadum newportbeachca.aov PREPARED BY: Andy Tran, Senior Civil Engineer ^ APPROVED: _ t-�� TITLE: Wastewater Pump Station Rehabilitation - Completion and Acceptance of Contract No. 3804 On February 9, 2010, City Council awarded Contract No. 3804 to Houalta Enterprises, Ltd., dba Metro Builders and Engineers Group, Ltd., for a total contract cost of $1,994,112 plus a 10% allowance for contingencies. This contract involved the rehabilitation of four wastewater pump stations and construction of a new replacement wastewater pump station as identified in the City's Wastewater Master Plan. The required work is now complete and staff requests City Council accept and close out the contract. RECOMMENDATIONS: 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion. 2. 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. 3. Release the Faithful Performance Bond one year after Council acceptance. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following account: Account Description Total Account Number Amount 7532- C5600100 $2,151,669.80 $2,151,669.84 Wastewater Pump Station Rehabilitation - Completion and Acceptance of Contract No. DISCUSSION: 3804 November 08, 2011 Page 2 Overall Construction Contract Cost and Time Summary Contract Final Cost at Benchmark Actual Contract Time Award Amount Completion Target Contract Time Under ( -) (days) or Over ( +) $1,994,112.00 $2,151,669.80 Contract +79% 288 9 Plus 10% This contract consisted of rehabilitating four wastewater pump stations and constructing one new replacement wastewater pump station as identified in the City's Wastewater Master Plan. The improvements included on -site redundant electrical power at four of the stations. These improvements will help reduce the potential of sanitary sewer overflows and are also needed to comply with the waste discharge requirements set forth by the State Water Resource Control Board. The contract focused on electrical improvements at the Diamond Avenue, Back Bay Drive, Polaris Drive and Harbor Ridge pump stations. The existing Bren Tract pump station was demolished and reconstructed at the intersection of Newport Hills Drive West at Ford Road. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $1,994,112.00 Actual cost of bid items constructed: $1,986,442.00 Change Orders $165,227.80 Final contract cost: $2,151,669.80 There were several miscellaneous change orders such as additional fencing and the relocation of conflicting utilities that were approximately $50,000. Unfortunately, the contractor encountered unforeseen bedrock at the Bren Tract site while constructing the sewer pipelines from the new replacement pump station to the existing pump station. This existing field condition resulted in change order that was approximately $115,000 and required an additional 6 weeks to construct the sewer pipelines. Soil borings by the new replacement pump station site that were completed during the design phase did not reveal the bedrock condition. The contractor was allowed an additional 88 working days to complete the work associated with change orders. A summary of the project schedule is as follows: Wastewater Pump Station Rehabilitation - Completion and Acceptance of Contract No. 3804 November 08, 2011 Page 3 Estimated Completion hate per 2010 Baseline Schedule: May 27, 2011 Project Awarded for Construction: February 9, 2010 Completion Date per the Contract & Approved Extensions: August 8, 2011 Actual Substantial Construction Completion Date: July 26, 2011 ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ( "CEQA °) pursuant to Section 15301 (Repair, maintenance and minor alteration of existing public facilities with negligible expansion) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: Attachments: Location Map cv, of 4 It PACW'IC OCEAN PS So I JA� ovkl Wwoov ©� or. �kNoe &eoll 11 �os SP8 , PS s4® .j 73 vs 0 -'tsc RELEASE OF STOP NOTICE Work of Improvement: Waste Water Pump Station Rehabilitation/ Diamond Avenue — Back, Bay Drive, Bren Tract Pump Stations. Reputed Ordinal Contractor: Metro Builders & Engineers Group LTD 261 G Avon Street, Suite A Newport Beach, California 92663 -4787 Amount: $5,658.79 YOU ARE HEREBY NOTIFIED that Wesco Distribution, Inc., 'hereby releases that certain verified claim of stop notice dated October 5, 2010, in the amount of $5.658.79 for labor and/or materials furnished to Engineers Sales - Service Company, Inc., dtb /a Essco Pumps & Controls, 4935 Telegraph Road, Los Angeles, California 90022 for that certain work of improvement on the job of the City of Newport Beach, 3300 Newport Beach Boulevard, Newport Beach, CA 92663, and commonly referred to as Waste Water Pump Station Rehabilitation/ Diamond Avenue — Back Bay Drive, Bren Tract Pump Stations. WESCO DISTRIBUTION, INC. Dated: November 5, 2010 Robert D. Schwartz Authorized Representative Date Copies Sent To: City Council city Manager City Attorney v/ File I.--- ? VERIFICATION t, Robert D. Schwartz, declare that I an attorney at law, duly authorized to practice law in the State of California and am a member of Poindexter & Doutrd, Inc., attorneys for claimant Wesco Distribution, Inc. ( "Wesco" ). I am authorized to, and hereby, make this verification on Wesco's behalf. I have read this RELEASE OF STOP NOTICE and know the contents thereof. I am informed and believe and thereon allege that the matters stated in the foregoing document are true. I declare trader penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this 5th day of November, 2010 in Los Angeles, California. ROBERT D. SCHWARTZ E XTENSION: H3$ Emaa: rxAwa*IZ�polawyere.com LAW OFFICES OF r'l �: -! \ r- POINDEXTER & DOUTRE, INC. 7 iI OFT -7 N1 Ei - 30 ONE WILSHIRE BUILDING - SUffE 2420 624 SOUTH GRAND AVEN U LOS ANGELES, CALIFORNIA 90017.3325 t213) 6288297 FACSIMILE (253) 48&9890 STOP NOTICE October 5, 20'10 CERTIFIED MAIL RETURN RECEIPT REQUESTED #7007 0710 0001 8394 9945 City of Newport Beach 3300 Newport Boulevard Attn: Accounts Payable Newport Beach, California 92663 ,1 6" 214 GRANT AVENUE, SUITE 400 �., -SAN FRANCISCO. CALIFORNIA 94108 (415) 398 -581 1 "FAC, jiMILE (4153 398B608 Bent To: City Council —� City Manager City Attorney `v Fil P Work of Improvement: Waste Water Pump Station Rehabilitation/ Diamond Avenue — Back Bay Drive, Bren Tract Pump Stations Reputed Original Contractor: Metro Builders & Engineers Group LTD 2610 Avon Street, Suite A Newport Beach, California 92663 -4787 Amount: $5,658.79 Y( )I,I U 1- TCD.E'.''T)NT NI- L-TV E u vii -rv5: I. WESCO Distribution, Inc., c/o 3425 E. Van Buren, Suite 140, Phoenix, Arizona 85008, has furnished electrical materials to Engineers Sales- Seivice Company, Inc., d /b /a Essco Pumps & Controls, 4935 Telegraph Road, Los Angeles, California 90022. 2. The contract price and reasonable value of the materials actually furnished and not paid for is $5,568.79. The amount in value of all materials agreed to be and actually f u- nished is approximately $100,000.00. There is now due and owing the sum of $5,658.79, principal, plus interest and reasonable court and litigation costs incurred thereon. City of Newport Beach Attn: Accounts Payable October 5, 2010 Page 2 3. The City of Newport Beach is requested to withhold the sum of $5,658.79 plus interest, court costs and reasonable costs of litigation as provided by law from the original contractor (as that term is defined in California Civil Code §3095), the name of which is believed to be Metro Builders & Engineers Group LTD, 2610 Avon Street, Suite A, Newport Beach, California 92663 -4787 or anyone acting on behalf of the original contractor or its successor in interest. NATSCO 1)XST:WRTTTt0N INC. r By: (. Robert D. Sc wartz Attorney for Claimant cc: Brian Boito Catherine Puffer 8650- 056lEssco /Stop Notice VERIFICATION I, Robert D. Schwartz, declare that I am an attorney at law and represent claimant Wesco Distribution, Inc. { "Wesco " }. I am authorized to, and hereby, make this verification on behalf of Wesco. I have read the foregoing Stop Notice and know the contents thereof. I am informed and believe and thereon allege that the matters stated in the foregoing document are true. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Ex—c :tee. tbis Sth Lii ,v of October, 20110 in L <I$ Ang„t!.,s, Cal;fom;a a � 7 EF. Robert D. Schwartz W1410MOMOMcy STATE OF CALIFORNIA, COUNTY OF LOS ANGELES I am employed in the County of Los Angeles, State of California. I am over the age of 18 and not a party to the within action. My business address is 624 South Grand Avenue, Suite 2420, Los Angeles, California 90017 -3325. On October 5, 2010, I served the foregoing document(s) described as STOP NOTICE on the interested party(ies) in this action [ } by placing the true copies thereof enclosed in sealed envelopes addressed as stated on the attached mailing list: [X] by placing the [X] the original [ ] a true copy thereof enclosed in sealed envelopes addressed as follows: City of Newport Beach 3300 Newport Boulevard Attn: Accounts Payable Newport Beach, California 92663 [X] VIA CERTIFIEDIRETURN RECEIPT REQUESTED #7007 0710 0001 8394 9945 as follows: I am "readily familiar" with the firm's practice of collecting and processing correspondence for mailing. Under that practice it would be deposited with the U. S. postal service on that same day with postage thereon fully prepaid at I,os Angeles, California in the ordinary course of business. I am aware that on motion of the party served, service is presumed invalid if the postal cancellation date or postage meter date is more than one day after the date of deposit for mailing stated in this affidavit. [ ] (BY PERSONAL SERVICE) I delivered such envelope by hand to the offices of the addressee(s): [X] (State) I declare under penalty of perjury under the laws of the State of California that the above is true and correct. ] (Federal) I declare that I am employed in the office of a member of the bar of this court at whose direction the service was made. Executed on October 5, 2010, at Los Angeles, California. Esther Williams _�'.. Y� i Type or Print Name Signature IP.V7OMLES OF POINDEXTER & DOUTRF:, INC. ONE WILSHIRE BUILDING - SUP 2420 624 SOUTH GRAND AVENUE LOS ANGELES, CALIFORNIA 5001 73325 5650 -056 CERTIFIED MAIL RETURN RECEIPT REQUESTED #7007 0710 0001 8394 9945 g " Cz I CITY OF NEWPORT BEACH r V `3W z ".rte,,3�... Z_ 3300 Newport Brnllevard� `' Attn: Accounts Payable Y. a _ , 0 G 3 0 9 7 -5 7 cc 2 r 0" fig A. c CERTIFIED MAIL RETURN RECEIPT REQUESTED #7007 0710 0001 8394 9945 g " Cz I CITY OF NEWPORT BEACH 3300 Newport Brnllevard� Attn: Accounts Payable Y. a Newport Beach, California 92663 -. 11iin. >xttl 11 zli IEx x;3 f't .i ?i!1 i �ij rr7.i l� i ?t1jt CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 22nd day of December, 2009, at which time such bids shall be opened and read for WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE BREN TRACT POLARIS DRIVE AND HARBOR RIDGE Title of Project Contract No. 3804 $2,062,500 Engineer's Estimate by phen G. Badum c Works Director Bidders are required to attend the MANDATORY pre -bid meeting at the Diamond Avenue Pump Station on December 22009 at 9:00 AM. Your bid will be considered non - responsive if you do not attend the pre -bid meeting. Prospective bidders may obtain one set of bid documents for $100.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project. "A" For further information, call Andy Tran, Project Manag at(949)644-3315 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: hffi)1/www.Newport8eachCA.a ov CLICK: Online Services /Bidding & Bid Results CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND.. ..... - .................................................................... 28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ........................... .. ............................................................... SP -1 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 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. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 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. 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 — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 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. 5975 99 Contractor's License No. & Classification M tla.o 9 u I t✓DE s i' etJb1tJef4S becc1e? brp . i e � * Authorize4Sig atre/Tit1le I:�LI-'�.11007 Date 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of ten percent of the bid amount Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE, Contract No. 3804 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 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 18th day of D cember 2009. Metro Builders & Engineers Group, Ltd. Jk��` Name of Contractor (Principal) Authorized Signature/Title Fouad Houalla, President Western Surety Company Q0 I Name of Surety orized Agent Signature 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety (619)682-3507 Telephone Janis Theodore Attorney -In -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 5 r Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey W Cavignae, James P Schabarum II, M Wager, Janis Theodore, Lisa Hitt, Individually of San Diego, CA, its true and lawful Atmmey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority herebygiven, ere hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 9th day of June, 2009. +.yarrre WESTERN SURETY COMPANY Q dr/�Ta \sgAV 1� Paul . BmOaf, Senior Vice President Stare of South Dakota ss County of Minnehaha On this 9th day of June, 2009, before me personally came Paul T. BruBat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires D. KRELL November 30, 2012 VOTARY PUBLIC (L SOUTH DAKOTA �i ♦'Yp,YV11Y \YN�,�Vt•N4 \YYY4 D. Krell, Norary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in form, and fuller certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seat of the said corporation this 18th day of December 2009 Form F4290.09 -06 '+1M`arro WESTERN SURETY COMPANY Q'I' Qooa� °s - \uE p Qy /ll /M /- �i[.0[L4221� L. Nelson, Assistant Secretary `'r Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CALIFORNIA •. ACKNOWLEDGMENT a'a ai "a ✓L"er�7 °,Y "aY "az "e>L" ` N'%`" NLe>;' aL" a" d- a"' aai` Y ' "d' °viV: "�L°p✓"> "3W,.>L`;N;`U, aL" ✓""� "el;"d '[T aL`d STATE OF CALIFORNIA County of San Diego On December 18, 2009 before me, Kelly Weaver Notary Public Date Here Insed Name and Title of the Officer personally appeared Janis Theodore Name(s) of Signers) Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(-) whose names) is /er4 subscribed to the within instrument and acknowledged to me thatfie /sheAihey executed the same intriafher /!heir authorized capacity(ies), and that byfits/herAheir signature( on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. .--% _ Witness OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Capacity(ies) Claimed by Signer(a) Signer's Name: ❑ Individual ❑ Corporate Officer — Title($): ❑ Partner — ❑ Limited ❑ General ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Top of thumb here ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Top of thumb here ❑ Other: Signer Is Representing: ACKNOWLEDGMENT State of California County of Ot y On VOY11 jtr 221 Z(b°) before me, Ml (IA kJ5by). Nhtz% -(U Vb11 u (insert name and title of the cifficer) personally appeared Art f- Mt kAf t who proved to me on the basis of satisfactory evidence to be the persoAN whose nam*) is /aKe subscribed to the within instrument and acknowledged to me that he /s4e/+key executed the same in his /h'br(ftir authorized capacit^5), and that by his/her/Neir signatureN on the instrument the peFSO *4 or the entity upon behalf of which the personN acted, executed the instrument. I certify under PENAL O ERJURY under the laws of the State of California that the foregoing paragraph is true a correct. yw. 7 JESSICA FUSON 3 NOTARY PUBLIC • CAUFORMIA WITNESS my nd and o ci sEal. COMMISSION X91743010 � ORANGE COUNTY Vy Comm. Exp. Apr1130, 2011 Signature (Seal) =6 &AMBNum=974"tSrc= PlInT this r)ao Western Surety Company (a member of CNA Insurance Companies) This rating IS A.M. Best #:00974 NAIC#:13188 FEIN*460204900 to-co pa as ST 'ale Address P.O. Box S017 Phone: 605-3 Sioux Falls, SO 57117 Fax: 605-330-7416 UNITED STATES Web: �r .cnasuretv.corn Best's Ratings M frftnc LN Rating: A(Excellent) Long-Term: a Financial Size Category. X ($500 Million to $750 Million) Outlook: Stable Outlook Stable Action: Affirmed Action: Affirmed Date: December 16, 2006 Effective Date'. December 116,208 d*� J Denotes UnderRevIew Raflnga Sae ratIngIefinitions. �ReportsandNews f P-i Visit our NewsRoom for the latest news and press releases for this company and its A.M. Best Group. 0 ek A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 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: Address: N ©� Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Bidder aJP y' Authorized Sign tur /Title i 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $500,000, provide the information below. Each project must include the construction of a minimum 0.25 million gallon per day wastewater or water pumping station involving telemetry and/or similar mechanical projects of equivalent complexity. Bidder is required to list a minimum of three projects meeting the above criteria. No. 1 Project Name/Number C;•.:4 % eJ, Se ;sw� V�grc,ales , Project Description S en f31.4" Approximate Construction Dates: From 3 07 To: t� O S Agency Name („ i-ki A� 4-0V1 --, �4 V, Contact Person t-kl c6ete-1 1A) 01�t Telephone (9 8 7 - S'5-06 S,01v Lf,03E. Original Contract Amount $ Final Contract Amount $ % If final amount is different from original, please explain (change orders, extra work, etc.) li vwA-re, u3oc)6= - has. cal &) S 6o .� r i c 1 s y n kwaw n t bid -f 1 -►.e . Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 0 No. 2 Project Name/Number Desks,-, 'K Project Description C'M6Ab' yr-irry kx�s w c►', ,-,� ne•�. �;1- Approximate Construction Dates: From 6 To: Agency Name Mt,¢m OC 1" 'tra n5 Do r4 ,: io-v, Contact Person li ; : Telephone (2P3) Qat-44-7 �� t97, 739 Original Contract Amount $ Final Contract Amount $ �{, / 5 7� 7 3 2_ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number PAr1e- tAcAl.t 161 o L Z( (Z -V �•n�c`f i��5: Project Description 1 ns Sq -�► f. S—-T�� 1�,^L Approximate Construction Dates: From It To:� Agency Name _ CO,,ter -czrel o Contact Person L.krcu1-4c rl�e l ru��-h Telephone (�J 70Y - [o(e92 Original Contract Amount $ 0 Final Contract Amount $ �,7 y, y82 If final amount is different from original, please explain (change orders, extra work, etc.) rCXAre W6,rlt_ Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 4 Project Name/Number S ccr,.. c co k-, Project Description Approximate Construction Dates: From 7 f To: Agency Name cS-�—. t o- l,a ty e� Contact Person 901 , bhh So r Telephone (Ue) ?7403 la, 97q,a--714 Original Contract Amount $ Final Contract Amount $ q�y Oqr p 3 If final amount is different from original, please explain (change orders, extra work, etc.) Che, N:S= r1 `rx 4-rc, Wo Tl— Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number v4 Project Description (,re�r.d.�a�{Lr Trca��2r•� p( t1 r.4 Approximate Construction Dates: From b 7 To: Agency Name 091 ►-orLU6tt .�, Ek ,L, Pa} moo, -ter Contact Person _ Gha_A SLA err , 1 l Telephone /?7 S- $� 2(071 f Original Contract Amount $ Final Contract Amount $ V( , `7 it If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name/Number t'l-p—w tlJy W cLs t -c3 4� -b; ✓ 7, /-0 Project Description CtinS'(r,, L+ 1 }.eco 6 v cjJo-sAt s Approximate Construction Dates: From 0-7 To: Agency Name rJ��-'fool`.'►- r `( (`u v�$Pe f-� a `i1p,. Ar# G.or ` Contact Person 24L,5 ► ee-ekco2a- Telephone (2-13) o'a-a--- `Z9 7 q, 9'77 1VLt O Original Contract Amount $ Final Contract Amount $ cf, 57?, 0 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal Contractor's current financial conditions. I�Iti-rno 6vI LOCA -S > u►�Jftets (rwP L7V Pius IoEic� Bidder Authorized Signature/Title ,�d r 12 Completed Projects Metro Builders and Engineers Croup Ltd. 2610 Avon Street, suite A Contact: Ajith Peiris Newport Beach, CA 92663 (213) 9224771 Project: (949) 515 -4350 Tel, (949) 515 -4351 FAX Owner: City of Huntington Beach Contract Value: Contact: Michael Wolfe - Integrated Design Services Design and construction of approx 12,500 sq ft bus maintenance facility including Phone Number: (949) 387 -8500 % Done By Metro: Project: City Hall Seismic Upgrades 6/15/2009 Location: 2000 Main Street, Huntington Beach, CA Contact: Contract Value: $5,904,838.00 (909) 708 -6692 Description: Seismic Retrofit of 6 -story building using concrete frame w/ bonded steel braces. % Done By Metro: 65 % Contract Value: Completion Date: 12/15/2009 Installation of precast concrete holding tanks and sewer piping for RV campsites. Owner: Metropolitan Transportation Authority Contact: Ajith Peiris Phone Number: (213) 9224771 Project: Division 3 Maintenance Building Annex Location: 630 W Avenue 28, Los Angeles, CA Contract Value: $4,197,739.00 Description: Design and construction of approx 12,500 sq ft bus maintenance facility including building shell, equipment, utilities, etc. % Done By Metro: 85 % Completion Date: 6/15/2009 Owner: County of San Bernardino - A/E Dept. Contact: Larry Herkelraij Phone Number: (909) 708 -6692 Project: Park Moabi Holding Tanks & RV Connections Project Location: 1 Park Moabi Rd, Needles, CA Contract Value: $588,020.00 Description: Installation of precast concrete holding tanks and sewer piping for RV campsites. % Done By Metro: 100% Completion Date: 5/4/2009 Owner: Department of Parks and Recreation Contact: Bill Johnson Phone Number: (916) 445 -8763 Project: Kenneth Hahn State Recreational Area - Baldwin Hil Location: 6300 Hetzler Road, Culver City, California 90232 Contract Value: $6,974,274.04 Description: Construction of approx. 8,000 sq ft visitor center, hiking trails, parking area, and scenic overlook point % Done By Metro: 65 % Completion Date: 1 /l /2009 .... ............................... _ .......... Completed and In- Progress Projects Metro Builders And engineers Croup Ltd. Page 1 of 6 12/22/2009 Owner: Elsinore Valley Municipal Water District Contact: Greg Kowalski Phone Number: (951) 674 -3146 Project: Back Basin Groudwater Treatment Location: 601 Malaga Rd, Lake Elsinore, CA Contract Value: $8,211,711.00 Description: Construction of Groundwater Treatment Plant and associated equipment, piping, etc. % Done By Metro: 65 % Completion Date: 9/l/2008 Owner: Metropolitan Transportation Authority Contact: Raul Pedroza Phone Number: (213) 922 -4797 Project: New Bus Washes at Div 5, 7, 10, & 18 Location: Various Locations Contract Value: $4,577,040.25 Description: Construction of 4 new bus washes, canopies, and miscellaneous improvements at bus % Done By Metro: maintenance stations % Done By Metro: 65 % Completion Date: 5/1/2008 Owner: City Of Laguna Beach Contact: Wade Brown Phone Number: (949) 497 -3311 Project: Public Parking and Corporation Yard Location: 1900 Laguna Canyon Rd. Laguna Beach, CA 92651 Contract Value: $8,498,306.00 Description: Design/Construction of approx 22,000 sq fl pre - manufactured steel building w/ CMU % Done By Metro: exterior walls for the City Corporate Yard, and construction of public parking lot % Done By Metro: 65 % Completion Date: 12/31/2007 Owner: City of Los Angeles Board of Public Works Contact: Michael Henderson Phone Number: (213) 978 -1906 Project: Watts Junior Art Center Location: 10624 S Graham St., Los Angeles, CA Contract Value: $2,777,711.00 Description: New Art Center Building, Concrete, Electrical % Done By Metro: 65 % Completion Date: 12/15/2007 Owner: Elsinore Valley Municipal Water District (EVMWD) Contact: Loren Sorber Phone Number: (951) 674 -3146 Project: Lake Elsinore Phase 11 Aeration Project Location: 1306 Lakeshore Drive, Lake Elsinore, CA 92530 Contract Value: $2,171,711.00 Description: Lake Aeration % Done By Metro: 75 % Completion Date: 6/1/2007 Completed and In- Progress Projects Page 2 of 12/22/2009 Metro Builders And engineers Group Ltd. Owner: Jurupa Community Services District Contact: Umesh Shah Phone Number: (951) 685 -7434 Project: Roger D. Teagarden ion exchange water treatment p Location: 4150 Etiwanda Ave., Mira Loma, CA 91752 Contract Value: $2,279,176.42 Description: Water Treatment Plant % Done By Metro: 85 % Completion Date: 6/1/2007 Owner: City of San Buenaventura Contact: Lucho Rodriguez Phone Number: (858) 658 -4789 Project: V WRF Odor Control Project Location: Ventura, CA Contract Value: $987,001.00 Description: Odor Control improvements % Done By Metro: 65 % Completion Date: 5/21/2007 Owner: City Of Anaheim - Public Works Contact: Carl Heimberger Phone Number: (714) 765 -5176 Project: Convention Center Katella Ave. Frontage Landscape Location: 800 W Katella Ave., Anaheim, CA 92802 Contract Value: $4,723,552.19 Description: Landscape &Irrigation, Concrete, Pavers, Fountain Design % Done By Metro: through streets Completion Date: 5/1/2007 Owner: City of San Diego Contact: Harry Nguyen, P.E. Phone Number: (858) 627 -3299 Project: Mid City Transit Facilities: University Ave. Location: San Diego, Ca Contract Value: $1,556,390.00 Description: Construction of Public Trans Bus Stop including sewer, water, electrical service through streets % Done By Metro: 65 % Completion Date: 1/9/2007 Owner: City of San Diego Contact: Harry Nguyen, P.E. Phone Number: (858) 627 -3299 Project: Mid City Transit Facilities: El Cajon Blvd. Location: San Diego, Ca Contract Value: $1,637,202.00 Description: Construction of Public Trans Bus Stop including sewer, water, electrical service through streets % Done By Metro: 65 % Completion Date: 1/9/2007 Completed and In- Progress Projects Metro Builders And engineers Croup Ltd. Page 3 of 6 12/22/2009 Owner: County of Orange Resources &Development Management Contact: Dave Gaffaney Phone Number: (714) 567 -7387 Project: James &Rosemary Nix Nature Center at Laguna Coast W Location: 18751 Laguna Canyon Road, Laguna Beach, CA 92651 Contract Value: $3,053,252.00 Description: New Nature Center Building, Concrete, Rammed Earth Wall, Electraical, % Done By Metro: 65 % Completion Date: 12/1/2006 Owner: Los Angeles County Metropolitan Transportation Aut Contact: David Walker Phone Number: (213) 922 -7453 Project: MTA - Long Beach Station Platform Extension Location: 128 W. 1 st. St., Long Beach, Ca Contract Value: $498,697.50 Description: Concrete, Electrical, Platform Extension % Done By Metro: 65 % Completion Date: 10/1/2006 Owner: Los Angeles County Metropolitan Transportation Aut Contact: Ajith Peiris Phone Number: (213) 9224771 Project: MTA L.A. County/USC Medical Center Busway Enhancem Location: Between downtown L.A. and El Monte. Contract Value: $1,375,239.00 Description: Bridge Improvements, Painting, SS cages, Landscaping % Done By Metro: 65 % Completion Date: 7/1512006 Owner: Pacific Islandia California - Sheraton Hotels Contact: Ross Crowder Phone Number: (714) 234 -2418 Project: Anaheim Sheraton Location: 900 S Disneyland Dr., Anaheim, CA 92802 Contract Value: $75,622.00 Description: Lighting Improvements % Done By Metro: ross @crgjpn.com. We do not have a fax on file. % Done By Metro: 65 % Completion Date: 2/15/2006 Owner: United States Postal Service Pacific Facilities Se Contact: Irwin Blamer Phone Number: (626) 400 -4001 Project: L.A. Bulk Mail Center Fire Alarm/Fire Sprinkler Up Location: 5555 Bandini Blvd., Bell, Ca 90201 -9997 Contract Value: $1,052,700.00 Description: Fire Alarm/Fire Sprinkler Upgrades % Done By Metro: 65 % Completion Date: 1/9/2006 ............................... _ ..................... Completed and In- Progress Projects Metro Builders And engineers Group Ltd. Page 4 of 6 12/22/2009 Owner: City of Anaheim Department of Public Works Contact: Chuck Smith Phone Number: (714) 239 -3344 Project: Anaheim Convention Center Katella Ave. Frontage Li Location: 800 W. Katella Blvd., Anaheim, CA 92802 Contract Value: $1,207,087.80 Description: Lighimg & Landscaping % Done By Metro: 65 % Completion Date: 1/1/2006 Owner: City of Los Angeles Dept. of Recreation and Parks Contact: Michael Henderson Phone Number: (213) 978 -2738 Project: Delano Recreation Center Location: Van Nuys, California Contract Value: $3,395,151.70 Description: Gym. Old contact Gary Halajian % Done By Metro: 65 % Completion Date: 12/1/2005 Owner: State of California Contact: Ron Birkhead Phone Number: 445 -8760 Project: Crystal Cove State Park Historic Dist. Phase I Crystal �/ Location: Laguna Beach, Ca Contract Value: Contract Value: $9,613,043.50 Description: Historic Restoration of Cottages, Retaining wall, Asphalt Pav 65 % rbirkQa parks.ca.gov , Installation of sewer, water, electrical services and sewer pump 6/1/2005 facilities. % Done By Metro: 65 % Completion Date: 1211 /2005 Owner: City of Dana Point Contact: Archie Rempher Phone Number: (760) 753 -1120 Project: Salt Creek Ozone Treatment Facility n_ Location: Dana Point, Ca Contract Value: $4,586,814.00 Description: Ozone Water Treatment Facility % Done By Metro: 65 % Completion Date: 12/t/2005 Owner: County of Los Angeles Contact: David Asato Phone Number: (626) 458 -2586 Project: Whittier Narrows - Phase I Sports Improvements Location: Whittier, CA Contract Value: $1,196,208.28 Description: Retrofit of Playgrounds, BMX Track % Done By Metro: 65 % Completion Date: 6/1/2005 Completed and In- Progress Projects Page 5 of6 Metro Builders And engineers Group Ltd. .............. 12/22/2009 Owner: U.S.P.S. Facility Office Service Contact: Martin Petry Phone Number: (650) 615 -7241 Project: San Bernardino - P&D Center Location: Redlands, CA Contract Value: $698,856.88 Description: Security Up- Grade, Door Hardware, Concrete Paving % Done By Metro: 65 % Completion Date: 3/15/2005 Owner: City of Los Angeles Dept. of Recreation and Parks Contact: Michael Henderson Phone Number: (213) 978 -1906 Project: Van Nuys Sherman Oaks Gym Location: Van Nuys, California Contract Value: $2,922,711.00 Description: Gym % Done By Metro: 65 % Completion Date: 1/1/2005 ............................ ....................................................................................... ............................... Completed and In- Progress Projects Page 6 of 12/22/2009 Metro Builders And engineers Group Ltd. Metro Builders and Engineers Group Ltd. 2610 Avon Street, Unit A Newport Beach, Ca, 92663 714- 515.4350, Fax 714 - 515 -4351 Hossein Kashfi Resume 1993 - Present Construction Manager for Metro Builders & Engineers Group Ltd. Work completed During this time 2003 - City of Los Angeles - L.A. River Front - Los Angeles, CA General site renovation, Slope repair, Landscape /Irrigation. 2003 - County of Los Angeles - Earvin (Magic) Jonhson Park - Los Angeles, CA Lake rehabilitation, New pumphouse, New pumps, Piping and valves. 2001 - LA County Parks and Rec. - Cerritos Community Park - Cerritos, CA Lake improvements. 2001 - City of Downey - Downey Intermodal Transit Center - Downey, CA New glass, steel building and bus facilities. 2001 - City of Los Angeles - Sepulveda Park West - Panorama City, CA New ball fields, Lighting, Building, and Site improvements. 1999 - City of Laguna Beach - Alta Vista Retaining Walls - Laguna Beach, CA Street stabilization /caisson and lagging. 1999 - City of San Diego - Challenger Mid. School Ball Field - San Diego, CA Baseball fields and site improvements. 1998 - City of Laguna Hills - El Conejo Park - Laguna Hills, CA Park improvements. "387,592.25" 1997 - County of LA Dep. PW. - Alondra Park Lake - Lawndale, CA "1,115,000" 10 Acre lake renovation including mechanical and aeration systems. 1997 - Calif. State San Bernardino - CSUSB Parking lot & Landscape San Bernardino, CA "1,650,000" 1000 Space parking lot including utilities and landscape. 1996 - County of Riverside - Airport Blvd. Bridge — Riverside, CA "255,000" New bridge with 60' long precast concrete girders and concrete deck. 1996 - City of Los Angeles - Angeles Gate Park II - San Perdo, CA "1,480,000" New high voltage electrical system, landscape and Irrigation, AC paving. 1995 - City of Los Angeles - Delongpre Park - Hollywood, CA "256,000" Underground Utilities, Concrete, Lighting irrigation, Landscaping. 1995 - City of Alhambra - Fremont Plaza - Alhambra, CA "805,000" Site utilities, water fire main line, electric, concrete, masonry, landscape. 1993 - City of Garden Grove - Shade Structure - Garden Grove, CA "125,000" New masonry and timber shade structure including plumbing, electrical, and landscape. M:IFiling CabinellArchivelAdministmtivelPrequalif ication101d Prequal FileslStaN ResumeslRes- hossein kashti. DOC Metro Builders and Engineers Group Ltd. 2610 Avon Street, Unit A Newport Beach, Ca, 92663 714 - 515.4350, Fax 714 - 515 -4351 Experience Projects: 1991 — 15 unit townhouse - Pomona, CA 1990 — Apartment building - Los Angeles, CA 1986 — Apartment building - Santa Ana, CA 1985 — Shopping Strip (8000 SF) - Santa Ana, CA 1984 — 7 unit Apartment building - Whittier, CA 1983 — 15 unit apartment townhouse - Anaheim, CA 1982 — 35 unit apartment building - Anaheim, CA 1980 M.S. in Construction Management & Civil Engineering USC, 1980 M. tFiling CabinetlArchiveWdministrativelPrequaliircationlO td Prequal FilestSta/i ResumeslRes- hossein kashfi.DOC CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE AND HARBOR RIDGE CONTRACT NO. 3804 NON -COLLUSION AFFIDAVIT State of California ) ss. Countyof (' &ktA bE ) VbdA ►d,A being first duly sworn, deposes and says that he or she is tPRii S Iot,,sfi Nl of e Gw%-QFRS S"W ICRP , 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 ofth ate of Californ' that the foregoing is true and correct mtm gu I !.Pros t &.-) bwfaEl2s •w ' b _ fia1 T Bidder civ -o P L7rb Authorized Signatur /Title Subscribed and sworn to (or affirmed) before me on this ZZ- day of lt'C; 2009 byrE' M t k �� ► personally know to me or proved to me on the basis of satisfactory evidence to be the person(,$) who appeared bef re me. certify under PENALTY OF PERJURY under the laws of the /Sta e of California that the foregoing paragraph is true and correct. Notary Public [SEAL] F, JFSSICA FUSON NOTARY PUBLIC •CALIFORNIA 52 My Commission Expires: �lr✓ , t n ; 2-0 it y COMMISSION 1743010 ORANGE COO UNTY My Comm. Exp. April 30, 2011 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE AND HARBOR RIDGE CONTRACT NO. 3804 DESIGNATION OF SURETIES Bidders name_ Meru n KVILDU-S 4 C0Jla1NEA.a &VOW, 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): OESTFlt.rJ Soe t-ry Co , - 5vi-eny Lt'5'5 ra-P-2E E 12oA10 , STE Ifo 1 spi6i DLEc-"o , CP, %9-108 to (� � (0$a � 350" � (�Dn.�'t7kLi' v i�✓1 �tMEQ-t�iLl.E `iso � Sfi��r Sri � boa (Pt 9 - -7 D 683 , 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name N1cc-azo (�Q, L,pta_s �i•sbrrl EES r?aouY� . Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2008 2007 2006 2005 2004 Total 200° No. of contracts 5 g $ (p 32 Total dollar Amount of Contracts (in Thousands of $)8 Iq X100 a-3 Zo0 I$ p I (ooc� �3 000 I o0 No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of em to ment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder M i3�iwFts d &&►NEFg,s r9rtnVpj Lits - Business Address: a (Dto AyoN S°r I r. R, tij twd o1C.'r e3rA6u, GA Business Tel. No.: Ctyq • glE. y 3 So g2celc3 State Contractor's License No. and Classification: 6q7 58g Title lPa*,�, 1'D E,u-r- The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date IT jILI 1(5 Title , Signature of bidder w a Date 2t oct Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners/joint ventures if submitted with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant. Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. �F> JESSICA FUSON NOTARY PUBLIC, CALIFORNIA N ' ` COMMISSION 4# 1743010ORAe P AQUN30, My Comm. E 2011 0 ACKNOWLEDGMENT State of Califor�ira.�� County of rq On C �Y►i �i°i'- 22 2(il`�`� before me, W" (CA M yl , Nof'M rL9 (insert name and title of the officer) personally appeared A re- '\A'k Y -o-+ l who proved to me on the basis of satisfactory evidence to be the person() whose name() is/Nre subscribed to the within instrument and acknowledged to me that he/sloe/they executed the same in his/hNr/Heir authorized capacity(iZ�s), and that by hisMer/tAir signature(,N) on the instrument the person(s), or the entity upon behalf of which the person() acted, executed the instrument. I certify under PENALTY F PERJURY under the laws of the State of California that the foregoing paragraph is true an corre JESSICA FUSON WITNESS my nd an of ici i seal. NOTARY PUBLIC - CALIFORNIA COMMISSION # 1743010 c ORANGE COUNTY fI " My Comm. Exp. April 30, 2011 Signature \!' (Seal) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 ACKNOWLEDGEMENT OF ADDENDA Bidders name omm gy I 1w6lio &Pcoe, bro. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si ilature 2 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE AND HARBOR RIDGE CONTRACT NO. 3804 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: lU�ti•M.o �vi�v�-s � �NGiNti�-S Name of individual Contractor, Company or Corporation: Business Address: P-Lolo AyotJ STS A, U&cA CA '92-(A3 Telephone and Fax Number: 9L[9 S/s �/3S0 9y9 • S� oI3S/ Fc�x California State Contractor's License No. and Class: 59 758 ' A B, crw--N (REQUIRED AT TIME OF AWARD) Original Date Issued: Expiration Date:__ %I � / b // List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: 1�6% r kas In : , Re, ►G d- &Aanav The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone COO" 0 U -1k Pe,?A (nf,.sT, SV -0t ✓TA" 4LF9 5 5- 43S0 10 n'vnry C•r. ire Ar N2WeMn - a J::, CA, JaJ61v3 Corporation organized under the laws of the State of CA 18 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 4DUpsLa P,Lqk "9= SrrS, U'p C�t.o U For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. .,. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /6 Are any claims or actions unresolved or outstanding? Yes /1 C'�- 19 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. -Fr1Ae Hv ukuA (Print name of Owner or President Nt��Ro 3� uvrrQs > Corp tion/Company) Bidder Authorized Signature/Title Title ' a -/a -i I A C� Date On Qcc . 22-12 Mcl before me, Notary Public, personally appeared A�rcf-.c- 1•.-t ; who proved to me on the basis of satisfactory evidence to be the persons) whose namers.) is/are subscribed to the within instrument and acknowledged to me that he/sN/Ney executed the same in his/ham/their authorized capacity(iN), and that by his/hisr/their signature() on the instrument the person(), or the entity upon behalf of which the person( -s) acted, executed the instrument. I certify under P Pd�4 Y OF PERJURY under the laws of the State of California that the foregoing aragrapb is true and correct. WITNESS my hand anti official seal. Notary Public in and for said State (SEAL) My Commission Expires: Apw) 1 3(2i Z.0 11 20 JESSICA FUSON NOTARY PUBLIC - CALIFORNIA COMMISSION # 1743010 e ORANGE COUNTY My Comm. Exp. April $0, 2011 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 CONTRACT THIS AGREEMENT, entered into this _ day of , 2010, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Houalla Enterprises, Ltd., dba Metro Builders & Engineers Group, Ltd., a California corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE "The work necessary for the completion of this contract consists of A. Diamond Avenue Pump Station All materials, equipment, supplies and labor for construction, maintenance and removal of the temporary bypass pumping/piping system; removing the existing wet well access hatch, suction piping, electrical equipment and appurtenances, and other miscellaneous demolition; rehabilitation of the wet well interior; construction of the wet well access hatch, suction piping, dry well appurtenances, pump station control panel enclosures, conduit and wiring, and miscellaneous site work. B. Back Bay Drive Pump Station All materials, equipment, supplies and labor for construction, maintenance and removal of the temporary bypass pumping /piping system; removing the existing dry well access hatch, site paving, fencing, electrical equipment and appurtenances, and other miscellaneous demolition; rehabilitation of the wet well interior; lining of the suction piping, construction of the dry well access hatch, dry well appurtenances, pump station control panel enclosure, conduit and wiring, retaining wall, site paving, pump station bypass connection modifications, ventilation terminals, and miscellaneous site work. C. Bren Tract Pump Station All materials, equipment, supplies and labor for temporary toilets at the Bonita Sports Park Restrooms; demolitionlabandonment of the existing pump station, portions of the forcemain and influent sewer system, coordination and removal of utilities to station, electrical demolition and safe off and other miscellaneous demolition; construction of the new wet well dry well pump station, influent sewers /manholes and forcemain, coordination of utility services to new pump station, traffic control, rerouting of 6 -inch industrial waste sewer line and miscellaneous site work. D. Polaris Drive Pump Station All materials, equipment, supplies and labor for construction, maintenance and removal of the temporary bypass pumping /piping system; electrical equipment and appurtenances, control panel enclosure and retaining wall, and other miscellaneous demolition; rehabilitation of the wet well interior; lining of the suction piping, construction of the pump station control panel /generator enclosure, electrical panels, generator set, conduit and wiring, ventilation terminals, and miscellaneous site work. 22 E. Harbor Ridge Pump Station All materials, equipment, supplies and labor for construction, maintenance and removal of the temporary bypass pumping/piping system; removing the existing dry well access hatch, fencing, electrical equipment, and other miscellaneous demolition; rehabilitation of the wet well interior; lining of the suction piping, construction of the wet well access hatch, generator set, pump station control panel, conduit and wiring, fencing, pump station bypass connection modifications, ventilation terminals, and miscellaneous site work." 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, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3804, 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. 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 One Million, Nine Hundred Ninety -Four Thousand, One Hundred Twelve and 00/100 Dollars ($1,994,112.00). 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. 0a] 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. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). 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: Andy Tran (949) 644 -3315 CONTRACTOR Houalla Enterprises Ltd., dba Metro Builders & Engrs' Group, Ltd. 2610 Avon Street, Unit A Newport Beach, CA 92663 949 - 515 -4350 949 - 515 -4351 Fax INSURANCE Without limiting Contractor's indemnification of City, and ria or to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. Certificates of Insurance. Contractor shall provide original 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 at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 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. 2. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. 3. 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 24 latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 4. Coverage Requirements. a. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California, Section 3700 of the Labor Code In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. b. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. c. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor 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. 5. 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. 6. 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 elected or appointed 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 25 afforded to City, its elected or appointed officers, officials, employees, agents or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. 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. vi. The insurer shall agree to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. b) 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. Timely Notice of Claims — Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this agreement. 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. 7. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 8. 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. 26 G. 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 Contractors 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 G.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. 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. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. 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. 27 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: CITY CLERK U APPROVED AS TO FORM: Cy � -WAN'i ynett . Bea�.t amp Assistant City Atto e CITY OF NEWPORT BEACH A Municipal Corporation By:�G/ Mayor HOUALLA EN METRO BUILDI 0 .PRISES LTD, DBA AND ENGR'S GROUP LTD (forporate Officer) Title:P � jg��-k Print Name: A FinanciAbl Officer) to, Title: clo Print Name: o �. Please note: Corporations must complete and sign both places above even if each office is held by the same individual W Executed In Four - Counterparts Bond No.: 58669832 Premium: $20,199.00 Premium is for Contract Tenn and is Subject to Adjustment Based on Final Contract Price CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 380 BOND NO. 58669932 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ $20.199.00 , being at the rate of $14.4018.70 thousand of the Contract price_ WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Houalla Enterprises, Ltd., dba Metro Builders & Engineers Group, Ltd., hereinafter designated as the 'Principal", a contract for construction of WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE, Contract No. 3804 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. 3804 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Western Surety 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 One Million, Nine Hundred Ninety -Four Thousand, One Hundred Twelve and 001100 Dollars ($1,994,112.00) 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 speed in this Bond; otherwise this obligation shall become null and void. 33 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 8th day of January Houalle Enterprises, Ltd., dba Metro Builders & Engineers Group, Ltd. (Principal) Westem Surety Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 819 -882 -3507 Telephone Principal and Janis Theodore, Attorney -In -Fad Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND .SURETY MUST BE ATTACHED 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of On Z-/If 140 personally appeared before me, SHELLY JEAN IRVINE Commissions 1832001 -i Notary Public • California Orange County My Comm. Expires Jan 19.2013+ who proved to me on the basis of aatisfa cry evidence to be the person whose name re subscribed to within instrument and acknomeogea Ee that h she/they executed the same in dtheir a prized apacity ' ), and that by r /t sir signaturef� on the instrument the person, or the enti yt upon behalf of which the person a) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS mv.hand and official seal. Place Notary Seal and/or Stamp Above OPTION Though the information below is not required by law, it and could prevent fraudulent removal and a Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capaclty(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual • Partner — ❑ Limited ❑ General Top of thumb here • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: Prove va to ying on the document Ihment another document. Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual • Partner — ❑ Limited ❑ General Top of thumb here • Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: ®2008 Natbnel Notary Aawatabon•93M De Soto Am. P.O. Box 2402•Chataworth, CA 91313-2492•wvnv.Nalimalhbtary.org Itema5 R Mr..c all rai +rae 1�1i 1 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey W Cavignac, James P Schabarum II, M Wager, Janis Theodore, Lisa Hitt, Individually of San Diego, CA, its true and lawful Attomey(s }in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 9th day of June, 2009. TMe WESTERN SURETY COMPANY ory �d'Ew�F Pa� flat, Senior Vice President State of South Dakota County of Minnehaha ss On this 4th day of June, 2009, before me personally came Paul T. Bru(14 to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he (mows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was an affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like mdmrity, and acknowledges same to be the act and deed of said corporation. My commission expires I D. KRELL November 30, 2012 $(RNOfARY PUBLICr i a SOUTH Dmum $ D. Krell, Nonry Public CERTIFICATE I, L. Nelson, Assisted Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in farce. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 8t h day of .Tarn iaryl . xrl I n `""eTM WESTERN SURETY COMPANY 0 hhr ~ L. Nelson, Assistant Secretary Form F4290 -09-06 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CAUFORNIA ALL-PURPOSE ACKNOWLEDGMENT d' aV>'s> " d� U"• y� y `Y �t%<'"t%{ �'e% { ✓' "drU .y "d' °tl `d' °•Y °ai `:JC. { °tY el' { "d'JCd "d'. tlCdT d d" `"N •S °t% ° 'U, STATE OF CALIFORNIA County of San Diego On January 8, 2010 before me, Kelly Weaver, Notary Public Date Here Inert Name antl idle of the ummr personally appeared Janis Theodore Name(s) at Signer(s) r� Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(sj is /asa subscribed to the within instrument and acknowledged to me thathe /sheAkW executed the same in+Wher /OmW authorized capacity(iea), and that byi'rislherkheir signature(* on the instrument the personf*, or the entity upon behalf of which the persona) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my an icia eal. Signature n re of No a OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capecity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here Number of Pages: Signer's Nan ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Top oT dwmb here ❑ Other: Signer Is Representing: Bond No.: 58869932 Executed In Four- Counterparts Premium is Included in the Performance Bond CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE CONTRACT NO. 3804 BOND NO. 58889932 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Houalla Enterprises, Ltd., dba Metro Builders & Engineers Group, Ltd., hereinafter designated as the 'Principal," a contract for construction of WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE, Contract No. 3804 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. 3804 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 aboiit the performance of the work agreed to be done, or for any work or [abor 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, Western Surety 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 One Million, Nine Hundred Ninety -Four Thousand, One Hundred Twelve and 001100 Dollars ($1,994,112.00) 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 attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 29 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 duly executV by the above named Principal and Surety, on the 8th day of January , 20Aff Houalla Enterprises, Ltd., dba Authi Metro Builders 8, Engineers Group, Ltd. (Principal) Fouad Westem Surety Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 819-882 -3507 Telephone �, i4 % I irized Agent Signature Janis Theodore, Attomey -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED gill CALIFORNIA ALL - PURPOSE ACKNOWLEDOM1ENT State of California County of omme On S/4 D before me, Date personally appeared SHELLY JEAN IRVINE Commission N 1832001 a Notary Public • California Orange CUM M Comm. fx Tres Jan 19, 2013+ Place Nalary Seal andlor Stamp Above who proved to me on the basis of satisfactory evidence to be the person whose name /fare subscribed to th@ within inst ment and acknowledged to me that I&she /they executed the same in e /their authorized capaci%Ws), and that by /her /their signaturao on the instrument the persor►(S), or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my Though the information below is not required by law, and could prevent fraudulent removal and Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual O Partner — ❑ Limited ❑ General Top of thumb here • Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: =1� ®91MIfl Nnennal Nnh. ry dswriaFnnx A?Ln nn Rnfn ]vw_ P (1 Mx 9dfQxflMawnrtn_ CR seal. tosand reVng on the document fi to another document. Number of Pages: Signer's Name: ❑ Corporate Officer — Thle(s): ❑ Individual • Partner — ❑ Limited ❑ General Top of thumb here • Attorney in Fact ❑ Trustee O Guardian or Conservator ❑ Other: Signer Is Representing: h m#M7 Reorder Call TolWM 1- 600.8766827 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey W Cavignae, James P Schabarum II, M Wager, Janis Theodore, Lisa Hitt, Individually of San Diego, CA, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, arc hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 9th day of June, 2009. Tie WESTERN SURETY COMPANY �vye Paul . Bmflat, Senior Vice President Slue of South Dakota 1 County of Minnehaha J ss On this 9th day of June, 2009, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument that he knows the seal of said corporation; that the seat affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authoriry given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires { \\ \4444M \M444 \ \\ \ \ \ \ \\ / ee D. KRELL November 30, 2012 + NOTARY PUBLIC S J8OM CAK0UUW CERTIFICATE Ila D. Krell, No'&y Public 1, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this Rt- h day of .Tani ra t: I 9nl n WESTERN SURETY COMPANY s 6r &� fi �� L. Nelson, Asswistanntt Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CALIFORNIA •• ACKNOWLEDGMENT y y ^•' .y�y..� mac'• d - vs":>a" .r. s;�.• .-y..y. a. °e..,v..y..' yd 3 i w ✓r�:r :•s-y ✓ 'u ter' -,r rit r e7�yr. STATE OF CALIFORNIA County of San Diego On January 8, 2010 before me, Kelly Weaver, Notary Public Date Here Insert Name and Tile of the Officer personally appeared Janis Theodore Name(s) of Signer(s) t� who proved to me on the basis of satisfactory evidence to be the persons) whose name( islw4 subscribed to the within instrument and acknowledged to me that he /shefApey executed the same in*Wherlt4o r authorized capacity(ies), and that by+rt&herkhefr signature(* on the instrument the person(, or the entity upon behalf of which the person(* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Wilness my In Otary ' ial s Signature Place Notary Seal Above Sign r u OP TIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General KI Attorney in Fact IN 19,11"11111 M117i Ili V ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Other: Signer Is Representing: Number of Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top CERTIFICATE OF LIABILITY INSURANCE Cavignac 4 Associates 650 D street, Suite 1800 San Diego, CA 92101 -8005 certificatenocavignac.ccm INSURED metro Builders 4 Engineers Group, Ltd. 3610 Avon Btraet Newport Beach, CA 92663 COVERAGES ONLY AND INSURERS DATE(MMIDONYYY) 01/08/10 INFORMATION CERTIFICATE �. EXTEND OR NAIC # INSURER B: TRAVELERS IND CO OP CT ]4682 INBURER C: wzwxEESTBR FIRE =a CO 21121 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. RI SR Im kDVL h= POLICY NUMBER DTEC07639L491TIL09 POLICY EFFECTIVE 11101109 POLICY EXPIRATION 11/01/10 LIMITS EACH OCCURRENCE $ 11000,000 A X GENERAL LIABILITY % COMMERCIAL GENERAL LIABILITY PREMISES I. ocalrenca $ 300,000 CLAIMS MADE aOCCUR MED EXP one Perem) $5,000 PERSONAL& AOV INJURY $ 1,000,000 X Prop Ding $10,000 Dad. GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OPAGG $ 2,000,000 POLICY X PRO- LOC JECT F-1 B X AUTOMOBILELIABILITY ANY AUTO BA7639L49109 11/01/09 11/01/10 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 % BODILY INJURY IPer I'amon) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per eccide d) $ HIREDAUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT S OTHER THAN EA ACC S ANY AUTO S AUTO ONLY: AGE C EXCESS Y I UMBRELLA LIABILITY OCCUR 7 CLAIMS MADE G2201574A003 11/01/09 11/01110 EACH OCCURRENCE S 4,000,000 AGGREGATE $4,000,000 $ DEDUCTIBLE X $ RETENTION $ 10,000 1 E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY R ANY PROPRIETOR/PARTNEEXECUTWE — D730E7639L49109 11101/09 11/01/10 X TWO STATU O TH- E.L.EACHACCIDENT $ 1,000,000 OFFICERMEMBER EXCLUDED'! (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY UNIT $ 1,000,000 Ues, describe under EC PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Bet Wastewater Pleb Station Rehabilitation, Contract #3804. City of Newport Beach, its elected or appointed officers, agents, officials, a =loyees, and volunteers are additional insured with respect to general liability and auto liability per attached. Waiver of subrogation applies to general liability, auto liability, and workers compensation per attached. I,CRI1rIVl'11C rlVL VCR Vr\I \I,GLLl111V1\ -1V V.aytl WL iVi 11VL- paYmvaG VG ilf �ivlY• SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Newport Beach DATE THEREOF, THE ISSUING INSURER WILL fi1Og0Y7rMAIL 30• DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public Works Department 3300 Newport Blvd. Newport Beach, CA 92663 AUTHORIZED REPRESENTATIVE USA ACORN 25 (211D9101) Eethariw CLJ 1988 -2009 ACORD 14165651 The ACORD name and logo are registered marks of ACORD reserved. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section 11) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury", and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the Independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: I. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surreys, field or- ders or change orders, or the preparing, approving, or falling to prepare or ap- prove, drawings and specifications; and II. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by 'your work" and included in the "products - completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other Insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance' specifically requires that this insurance apply an a primary basis or a primary and non - contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance ". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 OB OS ® 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY L How, when and where the "occurrence' or offense took place; if. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any Injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" Is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit" and the date received; and II. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit' as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received In connection with the claim or "suit ", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance° which would cover the additional Insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to 'other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and 'property damage" oc- curs and the "personal Injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 ® 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 COMMERCIAL AUTO (b) A partner (if you are a partnership); (e) A member Of you are a limited liability com- pany); (d) An executive officer, director or Insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- lice of the "accident" or loss ". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss ", provided that the "accident! or "bas" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL. ERRORS OR OMISSIONS The following Is added to Paragraph B.Z., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- led additional premium or exercise our right of cancellation or non - renewal. Page 4 of 4 ® 2009 The Travelers Companles, Inc. CA T3 53 09 09 Includes the copyrighted material of Insurance services Office, Inc. with its permission. COMMERCIAL GENERAL LIABILITY 2. This insurance does not apply to damage to S. This Provision B. does not apply if coverage premises while rented to you, or temporarily for Damage To Premises Rented To You of occupied by you with permission of the COVERAGE A. BODILY INJURY AND owner, caused by: PROPERTY DAMAGE LIABILITY (Section I — a. Rupture, bursting, or operation of pres- Coverages) is excluded by endorsement. sure relief devices; C. BLANKET WAIVER OF SUBROGATION b. Rupture or bursting due to expansion or swelling of the contents of any building or structure, caused by or resulting from wa- ter; c. Explosion of steam boilers, steam pipes, steam engines, or steam turbines. 3. Paragraph e. or LIMITS OF INSURANCE (Section III) is deleted and replaced by the following: Subject to 3. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under COVERAGE A. for the sum of all damages because of 'property damage" to any one premises while rented to you, or temporarily occupied by you with permission of the owner, caused by: fire; explosion; light- ning; smoke resulting from such fire, explo- sion, or lightning; or water. The Damage To Premises Rented To You Limit will apply to all property damage" proximately caused by the same "occurrence ", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or light- ning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be the higher of: a. $300,000; or b. The amount shown on the Declarations for Damage To Premises Rented To You Limit. 4. Paragraph a. of the definition of "insured con- tract" (DEFINITIONS — Section V) is deleted and replaced by the following: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for damage to premises while rented to you, or tempo- rarily occupied by you with permission of the owner, caused by: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water, is not an "insured contract"; We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you; ongoing operations performed by you or on your behalf, done under a contract with that person or organization; "your work "; or "your products ". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury' or "property damage" occurs or the "personal injury" or "advertising injury' offense is committed. D. BLANKET ADDITIONAL INSURED — MANAG- ERS OR LESSORS OF PREMISES WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization (referred to below as "additional insured ") with whom you have agreed in a written contract, exe- cuted before the "bodily injury" or "property dam- age" occure or the "personal injury" or "advertle- ing injury' offense is committed, to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you, subject to the following provisions: 1. Limits of Insurance. The limits of insurance afforded to the additional insured shall be the limits which you agreed to provide in the writ- ten contract, or the limits shown on the Decla- rations, whichever are less. 2. The insurance afforded to the additional in- sured does not apply to: a. Any "bodily injury' or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense which is committed, after you cease to be a ten- ant in that premises; b. Any premises for which coverage is ex- cluded by endorsement; or c. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. 3. The insurance afforded to the additional in- sured is excess over any valid and collectible Page 2 of 6 Copyright, The Travelers Indemnity Company, 2004 CG 0316 07 04 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any Injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COVERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following Is added to Paragraph A.1., Who Is An Insured, of SECTION II — LIABILITY COV- ERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership Interest and that Is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or forth the or- ganlzaton or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL EFFECTS K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS executed by you before the "bodly injury" or "property damage' occurs and that is in affect during the policy period, to be named as an addi- tional Insured is an "Insured" for Liability Cover- age, but only for damages to which this insurance applies and only to the extent that person or or- ganization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The follcvving is added to Paragraph A.1., Who Is An Insured, of SECTION g — LI- ABILITY COVERAGE: The following is added to Paragraph c. in A.t., An "employee" of yours Is an "insured" while Who Is An Insured, of SECTION 11— LIABILITY operating an "auto" hired or rented under a COVERAGE: contract or agreement in that "employee's" Any person or organization who N required under name, with your permission, while performing duties related to the conduct of your busi- a written contract or agreement between you and ness that person or organization, that is signed and CA T3 53 OB 09 ® 200a The Travelers Companies, Ina Page 1 of 4 Includes the copyaghxed metehiel of Insurance Services Once, Inc. Wh its permission. IR TRAVELERS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76 (00) POLICY NUMBER: WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description ALL PERSONS OR ORGANIZATIONS TRAT ARE PARTIES TO A CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT, PROVIDED YOU EXECUTED TER CONTRACT BEFORE THE LOSS. CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 01/2812010 Dept./Contact Received From: Shauna Oyler Date Completed: 01/28/2010 Sent to: Shauna Oyler By: Michelle Ross Company /Person required to have certificate: Metro Builders & Engineers Group, Ltd. GENERAL LIABILITY INSURANCE COMPANY: Travelers Indemnity Co. of America A. INSURANCE COMPANY: Travelers Property Casualty Co. of America B. AM BEST RATING (A: VII or greater): "A +" (XV) AM BEST RATING (A: VII or greater) "A +" (XV) C. ADMITTED Company (Must be California Admitted): C. Is Company admitted in California? ® Yes ❑ No $1,000,000 plus D. LIMITS (Must be $1M or greater): What is limit provided? $4,000,000 Umbrella E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (Completed Operations status does min for Waste Haulers): not apply to Waste Haulers) ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The $4,000,000 Umbrella City its officers, officials, employees and volunteers): Is it ADDITIONAL INSURED WORDING TO INCLUDE (The City its included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be ® Yes ❑ No included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does 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. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Travelers Indemnity Co. of America 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, $21VI min for Waste Haulers): $1,000,000 plus What is limits provided? $4,000,000 Umbrella 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? N/A ❑ 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. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: Westchester Fire Insurance Company B. AM BEST RATING (A: VII or greater): "A +^ (XII) C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Ed. 8 2009 ►/ ■ Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 1 of 1 Department of Consumer Affa12hoard Contractors State Li Contractor's License Detail - License # 597589 DISCLAIMER: A license status check provides information taken from the CSLB Ilcense database. Before retying on this information, you should be aware of the following limitations. b CSLB complaint disclosure is restricted by law (B &P 7124.6). if this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and /or legal action information. -y Per B &P 7071.17, only construction related civil judgments reported In the CSLB are disclosed. Arbitrations are not listed unless the contractor falls to comply with the terms of the arbitration. '>> Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: 597589 Extract Date: 01/0512010 HOUALLA ENTERPRISES LTD dba METRO BUILDERS & ENGRS' GRP LTD Business Information: 2610 AVON NEWPORT BEACH, CA 92663 Business Phone Number: (949) 515 -4350 Entity: Corporation Issue Date: __...._ ...... .. ... 07103/1990 .. __....... ___............ __.. _.. _............... ..... .... ......._____.. .... ------- Expire Date: ......................... .... 07/3112010 .. _.. ......_..__...... _ ....... _ ....... .. ....... ' ......... __...... ......, _._.. License Status: .. _.... ... This license is current and active. All information below should be reviewed. ......... ............................... .......... ..... ... ......... .............. .... . CLASS DESCRIPTION B GENERAL BUILDING CONTRACTOR Classifications: '"'' ""'" " ' '" "' " "' "' — "' A . GENCRAL ENGINFjERING CONTRACTOR C10 ELECTRICAL CONTRACTORS BOND ' This license filed Contractor's Bond number WCL1210862 in the amount of $12,500 with the bonding company OLD REPUBLIC SURETY COMPANY. Effective Date: 1210112007 Contractor's Bonding History Bonding: BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) FOUAD RIAD HOUALLA certified that heishe owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 08/2112008 BQI's Bonding History _ This license has workers compensation insurance with the TRAVELERS INDEMNITY COMPANY OF CONNECTICUT Policy Number: DTEUB7639L49109 Workers' Compensation: Effective Date: 11101/2009 Expire Date: 1110112010 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses Conditions of Use i Privecy.Policy Copyright 02009 State of California https: / /www2. cslb. ca. gov/ OnlineServices /CheckLicense /LicenseDetail.asp 01/05/2010 California Business Search Page 1 of 1 7,11i�fi5771171ia ; `use 1C Pc� tc l Smc'rt<i,irl Em# Strtic:.L })rEIE��Pc�i"t?E:N DISCLAIMER: The information displayed here is current as of JAN 01, 2010 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation HOUALLA ENTERPRISES LTD. Number: C1432479 Date Filed: 3/22/1988 Status: active Jurisdiction: California Address 2610 AVON ST UNIT A NEWPORT BEACH, CA 92663 Agent for Service of Process FOUAD HOUALLA 2610 AVON ST UNIT A NEWPORT BEACH, CA 92663 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. -------------- - - - - -- Cost Encompass Det Acct. Type: License #: Bus. ID: Name: Owner Name: Owner Phone: Owner Type: Exp. Date: S Addy: S Addy 2: Addr3: Zip: B Addr1: B Addr2: B Addr3: B Zip: Phone: FEIN: SEIN: Established: SIC: Owner #: # of Emps: us r1: us r2: us r3: usr4: usr5: us r6: usr7: all Business Tax BT98034959 0021519 METRO BUILDERS & ENGINEERS GRP HOUALLA, FOUAD C 6/30/2010 2610 AVON ST #A NEWPORT BEACH CA 92663 2610 AVON ST #A NEWPORT BEACH, CA 92663 949 - 5154350 4748 1432479 7/111998 1522 -OTH RESIDENTIAL CONSTRUCTION 0021519 7 3210 BT98034959 Emergency Contact Info Contact: Phone: Page 1 of 1 http: // apps. citynet .newportbeachca.govlmasteridIENC _ detaii.asp ?EID= BT98034959 01/05/2010 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE AND HARBOR RIDGE CONTRACT NO. 3804 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663-8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3804 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: SCHEDULE "A" - DIAMOND AVENUE PUMP STATION ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A-1. Lump Sum Mobilization, Demobilization, Potholing and Cleanup c6or N-urivew @ & f",/E'.S -T ' USS Dollars and tJo Cents Lump Sum A-2. Lump Sum Traffic Control and Public Safety Protection 'vweo rtHroUSPn\►p @ Dollars and K'47> Cents Lump Sum SCHEDULE "A" - DIAMOND AVENUE PUMP STATION (continued) ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A-3. Lump Sum Furnish, Install, Maintain and Remove Temporary Bypass Pumping System t f14 Dollars and _ n Cents Lump Sum A-4. 2 EA Construct 48 -inch Sewer Manhole @lr�,�n�.� �L4.:r�., Svc. Dollars and M0 Cents Each A-5. Lump Sum Demolition @_ St -ver, f4v,-Jf< Q Dollars and +I -o Cents Lump Sum A-6. Lump Sum Wet Well Rehabilitation r6jet., Dollars and h Cents Lump Sum A-7. Lump Sum Furnish and Install Suction Piping and Sump Pump 6AV&-,.9_,j <,%K -Ar,4CKC..J @_ 4"t 4vv,. rg_Dollars and V10 Cents Lump Sum A-8. Lump Sum Furnish and Install Wet Well Access Hatch @�1•�►—� Sly,, Dollars and ✓1 o Cents Lump Sum $ 17, '700 $ 31, 8'00 SCHEDULE "A" - DIAMOND AVENUE PUMP STATION (continued) ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A-9. Lump Sum Furnish and Install Electrical Improvements @ Dollars and KI -0 Cents 2r 51-b a Lump Sum $� A-10. Lump Sum Site. Work *_ vv,n4GCln @ S._.v'�.Y. 4yy-,Ar-zj Dollars and a Cents Lump Sum A-11. Lump Sum As -Built Plans -two +t,.o VSA -d -N,,`e-t Dollars and rtio Cents Lump Sum SCHEDULE `A' - SUBTOTAL PRICE IN WRITTEN WORDS and V%.p 4-ki f Dollars Cents $ 331 030 Subtotal Price (Figures) SCHEDULE "B" - BACK BAY DRIVE PUMP STATION ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRir.F B-1. Lump Sum Mobilization, Demobilization, Potholing and Cleanup 'Elt,vC'V-' vSA..d Es�►�� @ wu+,olr Dollars and no Cents Lump Sum B-4. Lump Sum Demolition 5jvt,, 4u -i-, 4ke v s 4 v J @ fcvrv. tb►eidr,-ee/ Dollars and h Cents Lump Sum $ I7t "loo B-5. Lump Sum Modification to Pump Station Bypass Connection and 00 Cents Lump Sum $2.9, 3 2-0 B-2. Lump Sum Traffic Control and Public Safety Protection �jGvcv. •-Ino � S tiv,� Dollars and 6-sv Cents Lump Sum B-3. Lump Sum. Furnish, Install, Maintain and Remove Temporary Bypass Pumping System @ -,60C FV hsAr-cwP Dollars and Vw Cents Lump Sum $ B-4. Lump Sum Demolition 5jvt,, 4u -i-, 4ke v s 4 v J @ fcvrv. tb►eidr,-ee/ Dollars and h Cents Lump Sum $ I7t "loo B-5. Lump Sum Modification to Pump Station Bypass Connection and 00 Cents Lump Sum $2.9, 3 2-0 SCHEDULE "B" - BACK BAY DRIVE PUMP STATION (continued ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE B-6. Lump Sum. Wet Well Rehabilitation @_ acv r 1-►v,�,���_Dollars and I� Cents Lump Sum B-7. Lump Sum Relining of Existing Pump Station Suction Lines .,w-e,K4z , -%llpvcoLy j @ NWi NM,.Ar-,-d Dollars and �n c� Cents Lump Sum $) *71-7C) B-8. Lump Sum Furnish and Install Sump Pump and Ventilation Terminals x-,41 44'."e- 4kv Lr, --t @ Dollars and _Cents Lump Sum oO B-9. Lump Sum Furnish and Install Dry Well Access Door and Appurtenances Ayr r .l�gvu Dollars and Cents Lump Sum $ g7 B-10. Lump Sum Furnish and Install Electrical Improvements @ Dollars and yb Cents Lump Sum B-11. Lump Sum Site Work Or 44 s 4-60S ,-d @ 4-krc c_ uv,.,keg Dollars and VIM Cents Lump Sum $�Q B-12. Lump Sum As -Built Plans hwo 4Aovsw.a( k -rt e_ @ 1ka' .ind „t !n Dollars and ✓lo Cents Lump Sum $_ Ao_,�(,3n SCHEDULE `B' - SUBTOTAL PRICE IN WRITTEN WORDS -Dollars and yLn Cents $ 3G2, a 3 L4 Subtotal Price (Figures) SCHEDULE "C" - BREN TRACT PUMP STATION ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE C-1. Lump Sum Mobilization, Demobilization, Potholing and Cleanup �lcu�r c�.lnou S �• r1 at @ kynj'r"C� Dollars and VLZ Cents Lump Sum � I & C-2. Lump Sum Traffic Control and Public Safety Protection S2vlw .-I'1�pu satin[ @ chil4 Dollars and (rug Cents Lump Sum C-3. Lump Sum. Furnish, Install, Maintain and Remove Portable Toilets at the Bonita Canyon Sports Park Restrooms FoV r -Pk' v ca wd .V'e_ @ Dollars and KID Cents Lump Sum $ C-4. Lump Sum Demolition `,^e -i s -"el @ Dollars and Cents Lump Sum" a3 C-5. Lump Sum Construct Wet Well Dry Well Pump Station @ tbwySa ti 4 r a r.e_ Dollars and y1c Cents Lump Sum $p SCHEDULE "C" - BREN TRACT PUMP STATION (continued) I I cM UUAN I I I Y ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRIrF PRIrF C-6. Lump Sum. Construct Influent Sewer System WMrvlcrP �4v Dollars and h{j Cents Lump Sum C-7. Lump Sum Construct 6 -Inch Forcemain m-"& `i6 vSoll.-d @_ Ar k0ollars IL and Ito Cents Lump Sum C-8. Lump Sum Furnish and Install Electrical Improvements @ Dollars and r.o Cents Lump Sum C-9. Lump Sum Furnish and Install Natural Gas Service Dollars and Cents Lump Sum C-10. Lump Sum Reroute and Construct 6 -Inch Integrated Waste (IW) Sewer System Dollars and rio Cents Lump Sum $ _f /� 3s- IZS�o� C-11. Lump Sum Site Work @ -�� N�rr�Q�.c� Dollars and 0.0 Cents Lump Sum C-12. Lump Sum As -Built Plans .kwo 4V,04A_Vtj @ Dollars and Yin Cents Lump Sum $ it 300 $ A R &0 SCHEDULE `C' - SUBTOTAL PRICE IN WRITTEN WORDS StXerhol�� �,.o�Sdv� N� �►'.r�-bsh4--,_Dollars and Cents $ %gyp �Co Subtotal Price (Figures) SCHEDULE "D" - POLARIS DRIVE PUMP STATION I i LM DUAN I I I Y ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRI('F D-1. Lump Sum Mobilization, Demobilization, Potholing and Cleanup 'X.k .fie ►1 �hC1 c/ S It, rlot tit J kq- @ "r'Ar Dollars and Y�ln Cents Lump Sum 'ii • D-2. Lump Sum Traffic Control and Public Safety Protection @ l Dollars and KO Cents Lump Sum $ 74 o2 D-3. Lump Sum. Furnish, Install, Maintain and Remove Temporary Bypass Pumping System @__ x4;__ "44111 -ZS Dollars and Y'w Cents Lump Sum s-2:14 5D D-4. Lump Sum Demolition @ Wit• fo-v reA0A41v4'7 Dollars and vtiO Cents Lump Sum $ d D-5. Lump Sum Wet Well Rehabilitation -I rte{ Vj °c- Dollars and ►� Cents Lump Sum $35,(4�o SCHEDULE "D" - POLARIS DRIVE PUMP STATION (continued) I I UVI DUAN I I I Y I I EM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE D-6. Lump Sum. Relining of Existing Pump Station Suction Lines -I L#V-54 V-.( @ 4uw,Are--� Dollars and Yl,[� Cents Lump Sum D-7. Lump Sum Furnish and Install Electrical Improvements ++ @ Dollars and ►n-G� Cents Lump Sum $ 17, 7bo 8S coo D-8. Lump Sum Furnish and Install Natural Gas Service Dollars and wn Cents Lump Sum D-9. Lump Sum Construct Electrical Equipment and Concrete Base Slab �*% �t vL 4v0 �eC @ a� Dollars and % D Cents Lump Sum D-10. Lump Sum Site Work 41wtuCA,,J @ Dollars and 111A2 Cents Lump Sum $ 17.7700 D-11. Lump Sum As -Built Plans / 4k. -,-,c // +wo `-�o �✓�d `k. -,- t @ f WAKAf4A lgk fe+4 Dollars and li-a Cents Lump Sum SCHEDULE'D'- SUBTOTAL PRICE IN WRITTEN WORDS �tuo �I�►�o�r-�( �;� �o r5n 46JSa+ Dollars and n o Cents $ Subtotal Price (Figures) SCHEDULE "E" - HARBOR RIDGE PUMP STATION ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE E-1. Lump Sum Mobilization, Demobilization Potholing and Cleanup r j¢�en �;t„o�ysa ++pors� @ and YLO Cents Lump Sum I ko0 E-2. Lump Sum Traffic Control and Public Safety Protection Dollars and Cents Lump Sum E-3. Lump Sum. Furnish, Install, Maintain and Remove Temporary Bypass Pumping System @_ 1;: - L_ _\Vlndr-c7 Dollars and kw Cents Lump Sum $ p E-4. Lump Sum Demolition @ 5c../ +k _Dollars and Vk2 Cents Lump Sum $ l7, 7o0 E-5. Lump Sum Wet Well Rehabilitation Dollars and KO Cents Lump Sum SCHEDULE "E" - HARBOR RIDGE PUMP STATION (continued ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE E-6. Lump Sum. Relining of Existing Pump Station Suction Lines @ at�Y' }b �h re cQ Dollars and �t Lump Sum Cents $.1112,00 E-7. Lump Sum Modification to Pump Station Bypass Connection @ -Vt&- Z-14-,0Dollars and V%_0 Cents Lump Sum $ A31 (ooO E-8. Lump Sum Furnish and Install Dry Well Access Door and Appurtenances @ 0_,�ft�n�L Dollars and ✓M Cents Lump Sum $ 91 2 0 E-9. Lump Sum Furnish and Install Electrical Improvements V:41 � n nf- 4t"e @ lrtx jL k a,-,V-e_J Dollars and ny Cents Lump Sum $ gl 30� E-10. Lump Sum Furnish and Install Natural Gas Service e— Dollars and ►-�� Cents Lump Sum $ E-11. Lump Sum Site Work Sw�ti�•-ten �v�5� @ 54ven Dollars and �o Cents Lump Sum $ 1-71-700 E-12. Lump Sum As -Built Plans @ Dollars and Cents Lump Sum $ a134oO SCHEDULE `E' - SUBTOTAL PRICE IN WRITTEN WORDS F�� ��Cv sa yr N �`''`°� �-�-G Dollars and Y110 Cents $ a S%, yry Subtotal Price (Figures) TOTAL PRICE IN WRITTEN WORDS FOR BID SCHEDULES A B C D AND E: VOJV, IL -t-1 ort Nr.JV- tAVVJOR-tio vim" FoutZ v AT�jo oNE 4yNs DR -fp - wy-L VE- Dollars and�1 l� Cents $ I `� �, / / 2. Total Price (Figures) Date 941 g3s0%5 V-� . s,s. y3 sl x Bidder's Telephone and Fax Numbers M Ego Bidder Bidder's At Signature and Title 597 Sg q A, 1 � G - y -) 41 o AVO r4 S -r . STI N SCOOT- Q�c�► r Bidder's License No(s). Bidder's Address CA qi4&3 and Classification(s) Note: This contract will be awarded based on the lowest total bid price for all five (5) bid schedules. DQc-14-09 04:30pm From—MoGRAW HI I DODGE 7149370917 T-532 P 07/11 F-331 Fuge: 6 of 5 S ecial Pro% Jslons Sacggn 64.4 Wo king.Hnurs Replace 1st p 1lragrsph with the following: "Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday." Special P ati jisions Section 6-11 ConstrucA„on Phasing Add the folio, wing: 07a minimize constructlon imports during the summer s6ason, Contractor sl .all not perform any work at the Diamond Avenue pump Station between Memorial Da,t (May 31, 2010) and Labor Day (September 6, 2010). i Bidders mu: I sign this Addendum No.1 and attach it to the bid prepe"l. Bid may not be dans dered unless this signed Addendum No. 7 is attached. 1 have carefully examined this Addendum and have included ft1111 payment in my Proposal, l Wm OU I U7 r Bidder's Name (Please Print) i:lu erslpbvulsh� 86WntradWy n8-101wastewaiRr pump Mflon 1mpmvemcrnt a.38W$ddendum ftdoc t OnIT-ynVTqunn 7PI7U--MWgn.]W 9Z:%T 6002—;VT-;)$Q Day -14 -09 04:20pm From- McGRAW HILL FW DODGE 71b9370917 T -532 P 03111 F -331 -10 ~, per: 1 of 5 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM N©. 7 WASTEW.ITER PUMP STATION REHABILITATION -- DIAMOND AVENUE, BACK NAY DRIVE, BREN TRACT, POLARIS DRIVE AND HARBOR RIPSE CONTRACT NO. 3004 DATE: Dec ember 9, 2009 BY: Deputy PW DT-mftffWV E691neer TO: ALL PLANHOLDERS The followin 7 changes, additions, deletions, or clarifications shall be made; to the contract documents. All other condltlons:shall remain the same. The mandaory pre -bid meeting was held on December 2, 2009 at 9.0a a.m. at the Diamond Ai -enue wastewater pump station. Per the contract documents, bids h9m oritnary contractors who did not attend this m sting will„ lie _aonsidaMd non - resporsive..agd will not be consjdemd., The pre-bid meeting sign-in sheet Is attached to this Adde idum No. 1. The following questions were discussed at the meeting: Dilaamond Ai tenue -Pumo Stati o Question N o. I. Will con" —Opr be allowed to dswater directly to the gravity sewer system? City Respo ise: Yes. Contractor shall assume that water quality tnr tmard will not be necessary. 7ewatedng system shall include a settling tank. Question A o. 2: Will Contractor be allowed to completely dose the; alleys • during construction ? City Respol Ise: Contractor will be allowed to close the allays to Vehiculai traffic: during working hou s only. Both alleys shall be re.opaned to vehicular traffic at the: end of each working day irnrrnAUTCUlnn - rRTU- •MHNn:M sz :vT 6002- 4T -oaa Dee -14 -00 04:29pm From- McGRAN HILL FYI DODGE 7149370917 T -532 P 04/11 F -331 Page: 2 of 5 Quenon Ni P. 3: Will City provide electrical power far the temporary sewer bypass pumps? City Respor se: No, The contractor Will be responsible for providing power for the temporary sower bypass pumps, The contractor may elect to use/coordinate/acquire a temporary eh octrfc service from SCE to power the bypass pumping operations. Question N2. 4: All stations except the Diamond Avenue P.S. indicate that a housekeepirt I pad per Detail 8 on Sheet 54 Is required under the meter enclosure and control panel Is there one needed here or is it existing? For all requiring ibis detail, grout is the recomr fended pad material. What type of grout is required? City Respot se: There is no housekeeping pad at the Diamond Avenue P.S. The contractor shall construct the 8" Pee pavement to drain away from and jaround the the meter enclos ire and control panel Toward the cemer of the alley. The housekeeping pads for the other rttations shall be constructed from concrete, not grout. The mix design for the concrete pae s shall be structural concrete per Sheet 3 of 60, Structural Notes, Concrete Note 7 of the drawings. i Question Nrr, 6: At the Diamond Avenue P.S., Sheet 6 of 60, Construction Note 1 indicates 8" thick PCC pavement to be installed in the shadowed area. Sheet Note 2 on Sheet 5 of 63 indicates to remove concrete pavement as required for the installation of control panel and conduit. Note 3 continues to say that all items not specifically shown for removal shall be protected in place. Are we to remove the road section ortrenches only? Sheet 6 alse shows a conceptual routing of temporary forcemain. Will this section be trench paveri or require a road section to be paved upon removal of Ithe temporary forcemaln? city Respor so: The shaded area denoted by Construction Note 1 calls for complete removal and reconstruction of S' thick PCC pavement, not trenches only.' See attached Sheet 6 of 63 for revised limits of PCC pavement reconstruction. The trenches for the temporary foreemain may be temporarily trench paved. Temporary pavement shall be replaced with 8" thick PCC pavement upon removal of temporary forcemain i Back Bay „pt We By,,, a n9joflan , Question No, 1: What are the City requirements for temporary AC patchbabb? City Response: Hot mix AC shall be used for all temporary AC patchbacke. Question Ne. 2: Will the signmin sheet be made available to all the meeting 2ttendees? City Response: The sign -In sheet will be ached to this addendum whichiwill be mailed to all plan ho,ders. Question Nc. 3: Can the bypass pumps be powered with the City's portable generator set that will a mntualy be stationed at this site? ; Dos -14 -09 04:29pm From- McGRAW HILL FW DODGE 7149370917 T -532 P 05/11 F -331 Page: 3 or a I City Respor se: No. The contractor shall provide their own temporary power source for bypass puml ping per contract specifications. Other Direa ionllnformation Provided During the Pre-3]d Meeting: a The C ity has standardized on ESSCO Pumps & Controls on all of their wastewater pump stations citywide for sewage pumps and their respective control panels. The corm I panels at all five sites and sewage pumps at Bren Tract shot be supplied by ESSC O Pumps & Controls. The imntact info for I-SSCO Pumps , I Controls is as follow :: ESSC 0 Pumps & Controls 4935 Telegraph Road Los A Tgeles, CA, 90022 Office, (323) 261 -2181, Fax. (323)261 -1523. www.I :sscopumps.com Rim Tract 1 rump SIA-Wn Question Ni r. t: Can the City provide copies of the geotech rWft7 City Respor se: Geotech reports for Bran Tract PS, Back Bay Drive PS and Polaris Drive PS can be d twmloaded from the City's PTP site at fto.11wnai . ' _ne o ea Sew r Pu Station ah h Re aids! Question Ni r. 2: What are the traffic control plan requirements? City Respmise: At this site only, the contractor shall be required to retain a licensed tralt7c engine5er to design traffic control measures, prepare a traffic conboll plan and gain approval froi n the City. The Wit control plan shall maintain at least one lane of traffic in each directic in at all time. question No o. 3: Can the sidewalk be closed in front of the new pump station location? City Respor ise: Temporary closure of the sidewalk In front of the new pump station will be permitter, However, safe access to the hiking trail adjacent to the new pump station shall be pro%ided throughout the duration of construction. Question N.1.4: Shad 22, Construction Note 2, says the W precast concrete wet well shall have a cast-in-place base. Is there any dimensional information avaiiible on she or thlokness? li there a rebar design requirement? j City Respoi ism: The attached revised Sheet 23 of 00 shows the dimansilans of Ahe wet well base. F ebar requirements are also shown on this sheet. r Queaftn N P. B: The construction of the Bran Tract Pump Station will require sharing. Are there an j geotaehnlcal recommendations or soil pressure allowances offered to assist anTTnnxf_sann 11TH- AV110014 8z*T 6002 -'DT -32[12 De3-14 -09 04:29pm From- McGRAW HILL FW DODGE 7149370917 T -532 P 06 /11 F -331 Page: 4 of a in a shoring design? Will the area next to the station bas alksered Id, storing excavated material for I aackfill? Clgr Response: Refer to the response to Question No. 1 regarding shoring and geatechnical questions. Excavated material to be used for backfill may jba stoned at the pump stator site. Excess excavated matedal shall be hauled away. I PpJarls D ` s Purng— station Question No. 1; Is continuous (24 hours per day, 7 days per week) operation and monitoring o the temporary bypass pumping system required? City Respturse: Yes, the contractor must follow all of the requirements of the contract documents -. s they pertain to the temporary bypass pumping system including full time on- site monitort ig and recording of wet well levels, pumping rates, etc. it was noted Mat the Contractor is required to develop a spill recovery plan as per the contract documents. Question Ni a. 2: Can the sidewalk that Is adjacent to the pump station be closed? City Respar se; Yes. The contractor may dose the sidewalk in front of ft pump station within the lirr lb of construction. Question No a. 3: Where can tools, equipment, materials, etc. be staged at each site? City Respoirse: Per contract special Provisions Section 7 -10.2, Contractor shall be responsible I :i obtain an area For the storage of equipment and materials. Queslian Nr a, 4: An earthwork note on Sheet 39 of fit states `Subgrade preparation and retaining wa I backfill per geotechnical report'. Is there a report available? Do the recommends tans of this report offer similar subgrade preparation for the Bran Tract Pump Station also' The back of the specifications offer boring logs in Appendix A. Is there s baring map i vailable? City Raaspnr ase: Refer to the response to Question No. 1 for ft Bran Tract Pump Station. Thee is a separate geotechnical report forthe Polaris Drive PumpiStation. Harbor Ridg o Pume 8tettan Question Nc . 1: Can the City provide pictures of the Harbor Ridge site? City Respon se; Photos can be downloaded from the city FTP site at ft.cci ±.newport- beach.ca.usammr Pumo SWlon Re b /Harbor Ridge PS Photos) IdnTT'nn)TTCAih1 'nTR— MVMrrM nu:irt Rocz- $i -oza .W Dac -14 -09 04:30pm From- WcGRAW HILL FW DODGE 7149370917 T -832 P 07/11 F -331 Page: $ of 5 S cial Prof Isions sec(jgn s.,?A woina_Nours Replace tat F aaragrsph with the following: "Normal working hours are limited to 7:00 a-m. to 4:30 p.m., Monday through Friday." Special P •csions seeden_s -14 Conskuct)on Phasing Add the folio' wing: •To minimize construction impacts during the summer season, Contractor sl all not perform any work at the Diamond Avenue Pump Statidn between Memorial Da t (May 31, 2010) and Labor Day (September 6, 2010). ; Bidders ma: at sign this Addendum No. 7 and attach Itto the bid proposal. Bid may not be eons dered unless this signed Addendum No.1 is attached. 1 have Carefully examined this Addendum and have included tali paymerrt in my Proposal, i Bidder's Name (Please Print) f b=eralpbaeA1a11a WWnva ft G91fteetmWer pump st flan ApTwemard a43BUaWddendum *t.dcc .TnTTnnYTMVn'1 T71R- MVWE)nW gg111 Bom -3T-M I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 1 1 2 3 3 3 3 3 3 3 3 4 4 4 4 4 4 4 INDEX FOR SPECw PROVISIONS 1 OF 4 CONTRACT NO. 3804 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3 -2.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 54 LOCATION 5 -2 PROTECTION 5 -7 ADJUSTMENTS TO GRADE 5-8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 64 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 1 1 2 3 3 3 3 3 3 3 3 4 4 4 4 4 4 4 INDEX FOR SPECw PROVISIONS 1 OF 4 6 -7 TIME OF COMPLETION 5 6 -7.1 General 5 6 -7.2 Working Days 5 6 -7.4 Working Hours 5 6 -9 LIQUIDATED DAMAGES 5 6 -11 CONSTRUCTION PHASING 6 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 6 7 -7 COOPERATION AND COLLATERAL WORK 6 7 -8 PROJECT SITE MAINTENANCE 6 7 -8.5 Temporary Light, Power and Water 6 7 -8.6 Water Pollution Control 7 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 7 -10.1 Traffic and Access 7 7 -10.2 Storage of Equipment and Materials in Public Streets 8 7 -103 Street Closures, Detours, Barricades 8 7 -10.4 Safety 8 7- 10.4.1 Safety Orders 8 7 -10.5 "No Parking" Signs 9 7 -107 Notice to Residents 9 7 -15 CONTRACTOR LICENSES 9 7 -16 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 10 9-3 PAYMENT 10 9 -3.1 General 10 9 -3.2 Partial and Final Payment 17 PART 2--- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 17 201 -1 PORTLAND CEMENT CONCRETE 17 201 -1.1.2 Concrete Specified by Class 17 SECTION 207 PIPE 17 207 -9 IRON PIPE AND FITTINGS 18 207 -9.2 Ductile Iron Pipe for Water and other Liquids 18 207 -9.2.2 Pipe Joints 18 207 -9.2.3 Fittings 18 INDEX FOR SPECIAL PROVISIONS 2OF4 207 -9.2.4 Lining and Coating 18 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection 18 SECTION 214 PAVEMENT MARKERS 19 214-4 NONREFLECTIVE PAVEMENT MARKERS 19 214 -5 REFLECTIVE PAVEMENT MARKERS 19 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 19 300 -1 CLEARING AND GRUBBING 19 300 -1.3 Removal and Disposal of Materials 19 300 -1.3.1 General 19 300 -1.3.2 Requirements 19 300 -1.5 Solid Waste Diversion 19 SECTION 302 ROADWAY SURFACING 20 302 -5 ASPHALT CONCRETE PAVEMENT 20 302 -5.1 General 20 302 -5.4 Tack Coat 20 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 20 302 -6.6 Curing 20 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 20 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 20 303 -5.1 Requirements 20 303 -5.1.1 General 20 303 -5.4 Joints 21 303 -5.4.1 General 21 303 -5.5 Finishing 21 303 -5.5.1 General 21 303 -5.5.2 Curb 21 SECTION 310 PAINTING 21 310-5 PAINTING VARIOUS SURFACES 21 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 21 310 -5.6.8 Application of Paint 21 INDEX FOR SPECIAL PROVISIONS 30F4 SECTION 02050 SECTION 02710 SECTION 05125 SECTION 05310 SECTION 06100 SECTION 07145 SECTION 07600 SECTION 07990 SECTION 09900 SECTION 09960 SECTION 11010 SECTION 11175 SECTION 11500 SECTION 15070 SECTION 15074 SECTION 15120 SECTION 15800 SECTION 16050 SECTION 16100 SECTION 16620 SECTION 16950 APPENDIX A * Included for reference only TECHNICAL SPECIFICATIONS DEMOLITION 02050 -1 PRECAST CONCRETE VAULTS 02710 -1 MISCELLANEOUS METAL WORK 05125 -1 ACCESS DOORS AND FRAMES 05310 -1 ROUGH CARPENTRY 06100 -1 WATER PROOFING FOR UNDERGROUND STRUCTURES 07145 -1 FLASHING AND SHEET METAL 07600 -1 SEALANTS AND CAULKING 07990 -1 PAINTING AND COATING 09900 -1 REHABILITATION OF CONCRETE STRUCTURES WITH A PROTECTIVE COATING 09960 -1 MECHANICAL EQUIPMENT 110104 PUMPING EQUIPMENT 11175 -1 TEMPORARY PUMPING SYSTEMS 11500 -1 MISCELLANEOUS PIPING AND APPURTENANCES 15070 -1 HANGERS AND SUPPORTS 15074 -1 MISCELLANEOUS VALVES AND APPURTENANCES 15120 -1 VENTILATION 15800 -1 ELECTRICAL GENERAL PROVISIONS 16050 -1 LOCAL CONTROL PANELS 16100 -1 PACKAGED ENGINE GENERATOR SYSTEM 16620 -1 ELECTRICAL TESTS 16950 -1 *GEOTECHNICAL BORING LOGS (B Bren Tract and Polaris Drive Wastewater Pump Stations) 4 OF CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS Au WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE AND HARBOR RIDGE CONTRACT NO. 3804 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. S- 5218 -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. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of: A. Diamond Avenue Pump Station All materials, equipment, supplies and labor for construction, maintenance and removal of the temporary bypass pumping /piping system; removing the existing wet well access hatch, suction piping, electrical equipment and appurtenances, and other miscellaneous demolition; rehabilitation of the wet well interior; construction of the wet well access hatch, suction piping, dry well appurtenances, pump station control panel enclosures, conduit and wiring, and miscellaneous site work. SP 2 o 22 B. Back Bay Drive Pump Station All materials, equipment, supplies and labor for construction, maintenance and removal of the temporary bypass pumping /piping system; removing the existing dry well access hatch, site paving, fencing, electrical equipment and appurtenances, and other miscellaneous demolition; rehabilitation of the wet well interior; lining of the suction piping, construction of the dry well access hatch, dry well appurtenances, pump station control panel enclosure, conduit and wiring, retaining wall, site paving, pump station bypass connection modifications, ventilation terminals, and miscellaneous site work. C. Bren Tract Pump Station All materials, equipment, supplies and labor for temporary toilets at the Bonita Sports Park Restrooms; demolition /abandonment of the existing pump station, portions of the forcemain and influent sewer system, coordination and removal of utilities to station, electrical demolition and safe off and other miscellaneous demolition; construction of the new wet well dry well pump station, influent sewers/manholes and forcemain, coordination of utility services to new pump station, traffic control, rerouting of 6 -inch industrial waste sewer line and miscellaneous site work. D. Polaris Drive Pump Station All materials, equipment, supplies and labor for construction, maintenance and removal of the temporary bypass pumping /piping system; electrical equipment and appurtenances, control panel enclosure and retaining wall, and other miscellaneous demolition; rehabilitation of the wet well interior; lining of the suction piping, construction of the pump station control panel /generator enclosure, electrical panels, generator set, conduit and wiring, ventilation terminals, and miscellaneous site work. E. Harbor Ridge Pump Station All materials, equipment, supplies and labor for construction, maintenance and removal of the temporary bypass pumping /piping system; removing the existing dry well access hatch, fencing, electrical equipment, and other miscellaneous demolition; rehabilitation of the wet well interior; lining of the suction piping, construction of the wet well access hatch, generator set, pump station control panel, conduit and wiring, fencing, pump station bypass connection modifications, ventilation terminals, and miscellaneous site work. 2 -9 SURVEYING 2-9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City and Orange County survey records used for the project design to provide.all construction survey services that are required to construct the improvements. The design surveyor for this project is Stantec and can be contacted at (949) 923 -6205. At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48- hours in advance of any work. In addition, the filing of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the completion of SP 3 of 22 Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. 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 -9.6 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 City Surveyor 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 the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall 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. SECTION 4- -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor sP4022 shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 -- UTILITIES 5 -1 LOCATION. Add the following after the P paragraph: "Upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5 -2 PROTECTION. Add the following: '9n 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.° 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City-owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer /storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager, at (949) 718 -3402. 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 a "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 a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. SP 5 of 22 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 the Contract within 200 consecutive working days after the date on the Notice to Proceed. 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 Days. Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), 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 41h 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), December 25th (Christmas), and December 318t (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Mondq is a holiday. If January 1St, July 4th November 11th December 24th December 25t or December 31st falls on a Saturday, the Friday before is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.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 $123.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the SP 6 of 22 Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1000.00 per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 6 -11 CONSTRUCTION PHASING. With the exception of the Bren Tract Pump Station, the contractor shall not work on any of the other pump stations simultaneously. More specifically, the Contractor is allowed to work on the Bren Tract Pump Station and only one other pump station simultaneously. Following the completion of work at any one pump station, the completed pump station shall be tested and be placed on -line prior to commencement of work on the next pump station. All work shall be phased in this manner for the duration of the project. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City s Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operation Manager, at (949) 718 - 3402." 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "if the Contractor elects to use 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." SP7of22 Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7 -8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-8.6 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 any catch basin, Newport Harbor, the beach, 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:Uwww.newportbeachca.gov." 7 -8.6.1 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. 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 will be approved by the Engineer prior to any 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 -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), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at. all times. The Contractor shall cooperate with the Engineer to SP 8 of 22 provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. 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) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of 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 during construction.' 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meeting, a traffic control plan for the Bren Tract Pump Station. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. 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 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 the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners." 7 -10.4 Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with SP9of22 all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the 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 signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's 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 "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Residents. The Contractor shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer of Record or City Inspector shall be documented on the "As- Built" drawings. The "As- Built" mark -ups 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. SP 10 of 22 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. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: SCHEDULE A: DIAMOND AVENUE PUMP STATION Item No. A -1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this work, mobilization, demobilization, preparing and updating a construction schedule as requested by the Engineer, potholing and verification of existing utilities of potential conflict, and site clean up. Item No. A -2 Traffic Control and Public Safety Protection: Work under this item shall include delivering all required notifications and temporary parking permits, posting of signs and all costs incurred notifying residents. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest Edition, and City of Newport Beach Requirements. The Contractor shall provide public safety protection required by the project including, but not limited to, signs cones, barricades, flashing arrow board /sign, K -rail, temporary striping, flagpersons, and installation of temporary chain link fence around the construction area. Item No. A -3 Furnish, Install, Maintain and Remove Temporary Bypass Pumping System: Work under this item shall include, but is not limited to, installation of temporary sewage pumps, valves, piping /forcemain, controls, instrumentation, and appurtenant material and work for the rehabilitation of the existing wet well, complete and operable. The work shall also include maintenance of the system and full coordination with the City operation staff during the course of the temporary system operation; and removal of temporary pumping piping and control systems. The removed temporary pumping equipment, piping and appurtenances shall be removed from the job site at completion of construction. Item No. A-4 Construct 48 -inch Sewer Manholes: Work under this item shall include, but not limited to, all labor tools and equipment for sawcutting, excavation, shoring, dewatering, construction of sewer manhole, opening and plugging existing sewer main to facilitate temporary bypass system, connection to temporary bypass forcemain, relocation of sewer existing sewer laterals, backfilling and compaction, replacement of concrete pavement, and all work items as required to complete the work in place. Depth of manhole is approximately 9 -feet deep. SP 11 of 22 Item No. A -5 Demolition: Work under this item shall include the removal and disposal of the items indicated on plans and other incidental items which include, but is not limited to, suction piping, exhaust fan, sump pump, wet well access hatch, PCC and AC pavement, miscellaneous concrete, electrical equipment, conduit, wiring and other miscellaneous items. Item No. A-6 Wet Well Rehabilitation: Work under this item shall include all labor, material and equipment required to rehabilitate and line the existing wet well. Work shall include roughening of existing concrete, surface preparation, cleaning and polyurethane lining application of all interior surfaces of the wet well complete in place and operable. Item No. A -7 Furnish and Install Suction Piping and Sump Pump: Work under this item shall include ductile iron pipe and fittings, all miscellaneous piping, pipe supports, wall coring, coatings; sump pump and associated piping and all appurtenances complete in place and operable. Item No. A -8 Furnish and Install Wet Well Access Hatch: Work under this item includes furnishing and installing one 316 H -20 stainless steel access hatch and all appurtenant material and work, complete in place and operable. Item No. A -9 Furnish and Install Electrical Improvements: Work under this item requires coordination with Southern California Edison (SCE) and includes furnishing and installing control panel, power pedestal, disconnect switch and generator receptacle, conduit, wiring, boxes, switches, receptacles, alarms, floats, etc. and all appurtenant material and work, complete in place and operable. Item No. A -10 Site Work: Work under this item includes construction of PCC pavement, removable bollards and all miscellaneous and incidental site work complete in place. Item No. A -11 As -Built Plans: Work under this item shall include redlining of the plans throughout the project and providing the redline plans at the completion of the project. SCHEDULE B: BACK BAY DRIVE PUMP STATION Item No. B -1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this work, mobilization, demobilization, preparing and updating a construction schedule as requested by the Engineer, potholing and verification of existing utilities of potential conflict, and site clean up. Item No. B -2 Traffic Control and Public Safety Protection: Work under this item shall include delivering all required notifications and temporary parking permits, posting of signs and all costs incurred notifying residents. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest Edition, and City of Newport Beach Requirements. The Contractor shall provide public safety protection required by the project including, but not limited to, signs cones, SP U of 22 barricades, flashing arrow board /sign, K -rail, temporary striping, flagpersons, and installation of temporary chain link fence around the construction area. Item No. B -3 Furnish, Install, Maintain and Remove Temporary Bypass Pumping System: Work under this item shall include, but is not limited to, installation of temporary sewage pumps, valves, piping /forcemain, controls, instrumentation, and appurtenant material and work for the rehabilitation of the existing wet well, complete and operable. The work shall also include maintenance of the system and full coordination with the City operation staff during the course of the temporary system operation; and removal of temporary pumping piping and control systems. The removed temporary pumping equipment, piping and appurtenances shall be removed from the job site at completion of construction. Item No. B-4 Demolition: Work under this item shall include the removal and disposal of the items indicated on plans and other incidental items which include, but is not limited to, site paving, exhaust fan, sump pump, drywell access door, ventilation terminals, electrical equipment, conduit, wiring, chain link fence and other miscellaneous items. Item No. B -5 Modification to Pump Station Bypass Connection: Work under this item shall include, but is not limited to, all labor, materials, and equipment required to modify the existing pump station bypass connection and forcemain piping per plans, concrete coring, pipe supports and all other miscellaneous work and appurtenances complete in place and operable. Item No. B -6 Wet Well Rehabilitation: Work under this item shall include all labor, material and equipment required to rehabilitate and line the existing wet well. Work shall include roughening of existing concrete, surface preparation, cleaning and polyurethane lining application of all interior surfaces of the wet well complete in place and operable. Item No. B -7 Relining of Existing Pump Station Suction Lines: Work under this item shall include all labor, material and equipment required to rehabilitate and line the existing pump station suction lines complete in place and operable. Item No. B -8 Furnish and Install Sump Pump and Ventilation Terminals: Work under this item shall include ventilation terminals and appurtenances; sump pump, associated piping and all appurtenances complete in place and operable. Item No. B -9 Furnish and Install Dry Well Access Door and Appurtenances: Work under this item includes furnishing and installing one 316 parkway rated stainless steel access door, reinforced concrete support, and appurtenant material and work, complete in place and operable. Item No. B -10 Furnish and Install Electrical Improvements: Work under this item requires coordination with Southern California Edison (SCE) and includes furnishing and installing of control panel, power pedestal, conduit, wiring, boxes, switches, receptacles, alarms, floats, etc. all appurtenant material and work, complete in place and operable. Item No. B -11 Site Work: Work under this item includes construction of AC pavement, aggregate base, retaining wall, housekeeping pads, miscellaneous concrete, SP 73 of 22 chain linking fencing and vinyl slats and all miscellaneous and incidental site work complete in place. Item No. B -12 As -Built Plans: Work under this item shall include redlining of the plans throughout the project and providing the redline plans at the completion of the project. SCHEDULE C: BREN TRACT PUMP STATION Item No. C -1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this work, mobilization, demobilization, preparing and updating a construction schedule as requested by the Engineer, potholing and verification of existing utilities of potential conflict, and site clean up. Item No. C -2 Traffic Control and Public Safety Protection: Work under this item shall include delivering all required notifications and temporary parking permits, posting of signs and all costs incurred notifying residents. This item also includes preparing traffic control plans prepared and signed by a California licensed Traffic Engineer, furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest Edition, and City of Newport Beach Requirements. The Contractor shall provide public safety protection required by the project including, but not limited to, signs cones, barricades, flashing arrow board /sign, K -rail, temporary striping, flagpersons, and installation of temporary chain link fence around the construction area. Item No. C -3 Furnish, Install, Maintain and Remove Portable Toilets at the Bonita Canyon Sports Park Restrooms: Work under this item shall include, but is not limited to, furnishing, installing, maintaining and removing four (2 mens and 2 womens) portable toilets (porta -potty type) at each of the two affected park facilities. The maintenance shall include cleaning and restocking the toilets twice per week or as frequently as determined by the Engineer. Item No. C-4 Demolition: Work under this item shall include the removal, disposal and abandonment of the items indicated on plans and other incidental items which include, but is not limited to, AC Paving, concrete curb /gutter /sidewalk, demolition /abandonment of pump station and sewer manholes and pipes, portions of the influent sewer system, ACP forcemain and electrical demolition and safe off. Item No. C -5 Construct Wet Well Dry Well Pump Station: Work under this item shall include shoring, removal of shoring, excavation; haul off of spoils and disposal, construction of reinforced concrete pump station, retaining walls, housekeeping pads, pump support blocks, stairways and wet well; dry pit sewage pumps and motors, piping, valves, flow meter, supports and appurtenances; ventilation system, sump pump and piping; hand railing, chain link fencing, access hatches, water service, grading and all other appurtenant materials and work complete in place and operable. Item No. C-6 Construct Influent Sewer System: Work under this item shall include construction of 8 -inch influent sewer piping, manholes, connection to existing manholes, sawcutting, pavement removal, excavation, shoring, bedding, compaction, pavement and SP 14 of 22 sub -base repair /replacement, testing, reconstruction of drop manhole and all appurtenant material and work, complete in place. Item No. C -7 Construct 6 -Inch Forcemain: Work under this item shall include 6- inch forcemain piping, fittings, connection to existing forcemain, sawcutting, pavement removal, excavation, shoring, bedding, compaction, pavement and sub -base repair /replacement, testing, and all appurtenant material and work, complete in place. Item No. C -8 Furnish and Install Electrical Improvements: Work under this item includes coordination with Southern California Edison (SCE), furnishing and installing control panel, power pedestal, generator set, conduit, wiring, boxes, switches, receptacles, alarms, floats, etc. all appurtenant material and work, complete in place and operable. Item No. C -9 Furnish and Install Natural Gas Service: Work under this item includes coordination with Gas Company, construction of natural gas service and housekeeping pad, trenching, sawcutting, pavement removal, excavation, bedding, compaction, shoring, repaving/resurfacing, and all miscellaneous and incidental site work complete in place. Item No. C -10 Reroute and Construct 6 -Inch Integrated Waste (IW) Sewer System: Work under this item includes furnishing and installing of both the temporary and permanent 6 -inch pipe and fittings, cleanouts, draining and legal disposal of sewer system contents, coordination with IW Sewer System Owner (GRS), sawcutting, pavement removal, excavation, shoring, bedding, compaction, pavement and sub -base repair /replacement and all appurtenant material and work, complete in place. Item No. C -11 Site Work: Work under this item includes drainage piping, minor grading, miscellaneous concrete, chain linking fencing, water service, piping and hose valve/bib /rack assembly, reconstruction of PCC curbs, gutters, sidewalks, curb ramps, and AC pavement replacementirepair, grinding of AC pavement, restoration of existing landscaping, and all miscellaneous and incidental site work complete in place. Item No. C -12 As -Built Plans: Work under this item shall include redlining of the plans throughout the project and providing the redline plans at the completion of the project. SCHEDULE D: POLARIS DRIVE PUMP STATION Item No. D -1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this work, mobilization, demobilization, preparing and updating a construction schedule as requested by the Engineer, potholing and verification of existing utilities of potential conflict, and site clean up. Item No. D -2 Traffic Control and Public Safety Protection: Work under this item shall include delivering all required notifications and temporary parking permits, posting of signs and all costs incurred notifying residents. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest Edition, and City of Newport Beach Requirements. The Contractor shall provide SP 15 of 22 public safety protection required by the project including, but not limited to, signs cones, barricades, flashing arrow board /sign, K -rail, temporary striping, flagpersons, and installation of temporary chain link fence around the construction area. Item No. D -3 Furnish, Install, Maintain and Remove Temporary Bypass Pumping System: Work under this item shall include, but is not limited to, installation of temporary sewage pumps, valves, piping/forcemain, controls, instrumentation, and appurtenant material and work for the rehabilitation of the existing wet well, complete and operable. The work shall also include maintenance of the system and full coordination with the City operation staff during the course of the temporary system operation; and removal of temporary pumping piping and control systems. The removed temporary pumping equipment, piping and appurtenances shall be removed from the job site at completion of construction. Item No. D-4 Demolition: Work under this item shall include the removal and disposal of the items indicated on plans and other incidental items which include, but is not limited to, electrical panel enclosure and retaining wallffootings, electrical equipment, conduit, wiring, etc, ventilation terminals, and other miscellaneous items. Item No. D -5 Wet Well Rehabilitation: Work under this item shall include all labor, material and equipment required to rehabilitate and line the existing wet well. Work shall include roughening of existing concrete, surface preparation, cleaning and polyurethane lining application of all interior surfaces of the wet well complete in place and operable. Item No. D -6 Relining of Existing Pump Station Suction Lines: Work under this item shall include all labor, material and equipment required to rehabilitate and line the existing pump station suction lines complete in place and operable. Item No. D -7 Furnish and Install Electrical Improvements: Work under this item requires coordination with Southern California Edison (SCE) and includes furnishing and installation of control panel, power pedestal, generator set, conduit, wiring, boxes, switches, receptacles, alarms, floats, etc. all appurtenant material and work, complete in place and operable. Item No. D -8 Furnish and Install Natural Gas Service: Work under this item includes coordination with Gas Company, construction of natural gas service and housekeeping pad, trenching, sawcutting, pavement removal, excavation, bedding, compaction, shoring, repavingfresurfacing, and all miscellaneous and incidental site work complete in place. Item No. D -9 Construct Electrical Equipment and Concrete Base Slab: Work under this item shall include site grubbing and clearing, earthwork, shoring, construction of reinforced concrete base slab and equipment pad; reinforced concrete enclosure, stucco coating with color at the City's selection, mansard style roof with roof tile/color at City's selection all appurtenant material and work, complete in place. Item No. D-10 Site Work: Work under this item includes furnishing and installation of housekeeping pads, incidental drainage piping, minor grading, miscellaneous concrete, chain linking fencing, ventilation piping and terminals, reconstruction of PCC curbs, gutters, sidewalks, and AC pavement replacement/repair, removal of conflicting tree trunk SP 16 of 22 and roots behind electrical panel, restoration of existing landscape and irrigation system and all miscellaneous and incidental site work complete in place. Item No. D -11 As -Built Plans: Work under this item shall include redlining of the plans throughout the project and providing the redline plans at the completion of the project. SCHEDULE E: HARBOR RIDGE PUMP STATION Item No. E -1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this work, mobilization, demobilization, preparing and updating a construction schedule as requested by the Engineer, potholing and verification of existing utilities of potential conflict, and site clean up. Item No. E -2 Traffic Control and Public Safety Protection: Work under this item shall include delivering all required notifications and temporary parking permits, posting of signs and all costs incurred notifying residents. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest Edition, and City of Newport Beach Requirements. The Contractor shall provide public safety protection required by the project including, but not limited to, signs cones, barricades, flashing arrow board /sign, K -rail, temporary striping, flagpersons, and installation of temporary chain link fence around the construction area. Item No. E -3 Furnish, Install, Maintain and Remove Temporary Bypass Pumping System: Work under this item shall include, but is not limited to, installation of temporary sewage pumps, valves, pipingfforcemain, controls, instrumentation, and appurtenant material and work for the rehabilitation of the existing wet well, complete and operable. The work shall also include maintenance of the system and full coordination with the City operation staff during the course of the temporary system operation; and removal of temporary pumping piping and control systems. The removed temporary pumping equipment, piping and appurtenances shall be removed from the job site at completion of construction. Item No. E-4 Demolition: Work under this item shall include the removal and disposal of the items indicated on plans and other incidental items which include, but is not limited to, dry well hatch, ventilation terminals, electrical panel, electrical equipment, conduit, wiring, etc, ventilation terminals, wooden fencing, piping and other miscellaneous items. Item No. E -5 Wet Well Rehabilitation: Work under this item shall include all labor, material and equipment required to rehabilitate and line the existing wet well. Work shall include roughening of existing concrete, surface preparation, cleaning and polyurethane lining application of all interior surfaces of the wet well complete in place and operable. Item No. E-6 Relining of Existing Pump Station Suction Lines: Work under this item shall include all labor, material and equipment required to rehabilitate and line the existing pump station suction lines complete in place and operable. SP 17 of 22 Item No. E -7 Modification to Pump Station Bypass Connection: Work under this item shall include, but is not limited to, all labor, materials and equipment required to modify the existing pump station bypass connection and forcemain piping and fittings per plans, 4 -inch plug valve, pre -cast vault and 316 Stainless Steel H -20 access hatch and all other appurtenant work complete in place and operable. Item No. E -8 Furnish and Install Dry Well Access Door and Appurtenances: Work under this item includes furnishing and installing one 316 parkway rated stainless steel access door, reinforced concrete support, and appurtenant material and work, complete in place and operable. Item No. E -9 Furnish and Install Electrical Improvements: Work under this item requires coordination with Southern California Edison (SCE) and includes furnishing and installation of control panel, power pedestal, generator set, conduit, wiring, boxes, switches, receptacles, alarms, floats, etc. all appurtenant material and work, complete in place and operable. . Item No. E -10 Furnish and Install Natural Gas Service: Work under this item includes coordination with Gas Company, construction of natural gas service and housekeeping pad, trenching, sawcutting, pavement removal, excavation, bedding, compaction, shoring, repaving /resurfacing, and all miscellaneous and incidental site work complete in place. Item No. E -11 Site Work: Work under this item includes furnishing and installation of housekeeping pads, incidental drainage piping, minor grading, miscellaneous concrete, replacement/reinstallation/modification of wooden fencing and gates, ventilation piping and terminals, water piping and hose valve/bib /rack assembly, reconstruction of PCC curbs, gutters, sidewalks, and AC pavement replacement/repair, restoration of existing landscape and irrigation system and all miscellaneous and incidental site work complete in place. Item No. E -12 As -Built Plans: Work under this item shall include redlining of the plans throughout the project and providing the redline plans at the completion of the project. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction of curbs, gutters, sidewalks, and curb ramps shall be Class 560 -C -3250. Refer to Sheet 3 of the plans for structural concrete specifications." SP 18 of 22 SECTION 207 - -PIPE 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 207 -9.2.2 Pipe Joints. Add to this section, "All flanged pipe joints shall be joined utilizing type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full - faced, cloth reinforced Buna -N rubber. Flex and Transition coupling used to join pipe in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe hardness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all- thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. AII bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All Fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints." 207 -9.2.3 Fittings. Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21 -10) and a shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full -faced Buna -N, nylon impregnated rubber." 207 -9.2.4 Lining and Coating. Revise this section to read: 'The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with a uniform thickness of cement mortar the sealed with bituminous coating in accord with AWWA C104 (ANSI A21 -4). The outside surface of ductile iron pipe fittings shall be coated with bituminous coating 3 -mils thick in accord with ANSI A 21.6 on ANSI A21.51." 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this section to read: "Ductile iron pipe fittings and valves buried underground SP 19 of 22 shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene." SECTION 214 — PAVEMENT MARKERS 214 -4 NON9EFLECTIVE PAVEMENT MARKERS Add to This Section: "All new non - reflective pavement markers types A and AY shall be ceramic" 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." 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 material 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: hdp: / /www. city. newport- beach.ca.us/GSV /Frachised Haulers.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. 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. " 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 % 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 SP 20 of 22 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. SECTION 302 - -- ROADWAY SURFACING 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 -B2 -AR -4000. All cracks '/. -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by 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 compacted 95% minimum 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 approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." SP 21 of 22 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" 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 must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at SP 22 of 22 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW - AWAY' signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." TECHNICAL SPECIFICATIONS SECTION 02050 DEMOLITION PART 1- GENERAL 1.01 WORK OF THIS SECTION A. The WORK of this Section includes furnishing materials, equipment and labor necessary to perform demolition work on the project site as shown on the Contract Drawings B. In areas where demolition is required, cut back flush and seal any pipe stub -outs remaining, and remove exposed piping, conduits, fixtures, junction boxes, light fixtures, water fixtures, and supports. Switches, receptacles, and boxes shall also be removed. Concealed piping and conduits shall be removed or capped and abandoned as necessary to facilitate the demolition work. 1.02 STANDARD SPECIFICATIONS Except as supplemented or specifically modified herein or shown otherwise on the Contract Drawings, the entire work under this Section shall be in compliance with the provisions in the applicable Sections of the Edition that was in effect on the date that the Contract Drawings were signed and sealed by the Design Engineer and includes all Supplement(s) of the Standard Specifications for Public Works Construction (SSPWC) also known as the "Green Book". In case of conflict between any requirements set forth in this Section, the Contract Drawings and any provisions of the foregoing Standard Specifications, the requirements shown on the Contract Drawings shall govern over the requirements set forth herein and the requirements set forth herein and the requirements set forth herein shall govern over the SSPWC. 1.03 SUBMITTALS A. The following shall be submitted. Demolition Schedule: The Contractor shall submit a complete coordination schedule for demolition work including shut -off and continuation of utility services prior to start of the WORK. The schedule shall indicate proposed methods and operations of facility I-"WEClSI20 W7BWIeac96000emrLW=LW7= C-S80e ROM Spem).000 OEM XrMN SECTION 02M- t demolition, and provide a detailed sequence of demolition and removal work to ensure uninterrupted operation of occupied areas. PART 2 — PRODUCTS (Not Used) PART 3 — EXECUTION 3.01 GENERAL A. Structures shall be demolished and removed in compliance with SSPWC subsection 306 -5 and the requirements indicated herein. 3.02 POLLUTION CONTROL A. Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used for dust suppression. B. Water shall not be used when it creates hazardous or objectionable conditions such as flooding, erosion, sedimentation, or pollution. 3.03 PROTECTION A. Safe passage of persons around the area of demolition shall be provided. Operations shall be conducted to prevent injury to people and damage to adjacent buildings, structures, and other facilities. B. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be demolished. C. Existing landscaping materials, structures, and appurtenances which are not to be demolished shall be protected and maintained as necessary. D. Unless otherwise indicated, the Contractor shall protect and maintain all utilities in the proximity of the facilities to be demolished. E. The Contractor shall protect the nearby existing equipment such as control panels and others from dust caused by demolition activities by covering, drop - curtains and other similar methods. 3.04 STRUCTURE DEMOLITION A. Building structures and appurtenances shall be demolished, as shown and required to complete work, in compliance with governing regulations. B. Small structures may be removed intact when approved by authorities having jurisdiction. C. Demolition shall proceed in a systematic manner, from top of structure to ground. N.WRQC4-7SMWW618WWecWQDdmOpe=AI CVW(ToCh Spe ).dc DEMOLMON SEC7pN02050 -2 D. Concrete and masonry shall be demolished in small sections. Use bracing and shoring to prevent collapse. E. Demolition equipment shall be dispersed throughout structure and demolished materials removed to prevent excessive loads on supporting walls, floors or framing. 3.05 BELOW -GRADE DEMOLITION A. Footings, foundation walls, below -grade construction and concrete slabs on grade shall be demolished and removed to a depth which will not interfere with new construction, but not less than 12 inches below existing ground surface or future ground surface, whichever is lower. All floors of basements, vaults, and other underground structures shall be broken up. B. Below -grade areas and voids resulting from demolition of structures shall be completely filled to a minimum compaction of 95 %. C. All fill and compaction shall be in accordance with Section 02350. D. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as indicated. 3.06 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities which shall not be closed or obstructed without permission from the Owner. Alternate routes shall be provided around closed or obstructed traffic ways. B. Site debris, rubbish, and other materials resulting from demolition operations shall be removed and disposed of in compliance all laws and regulations. Burning of removed materials from demolished structures shall not be permitted. 3.07 PATCHING AND REPAIRING A. The Contractor shall provide patching, replacing, repairing and refinishing of damaged areas involved in demolition as necessary to match the existing adjacent surfaces. B. The Contractor shall repair all damages caused to adjacent facilities by demolition at no additional cost to the Owner. t^.1 MWC75WQ467"W- WOOdeanL�penlsyem C-W04 ff hSp w). c UEMOMON SECTION 0250 -5 C. After patching and repairing has been completed, the Contractor shall carefully remove splatterings of mortar from adjoining work and repair any damage caused by such cleaning operations. 3.08 CLEANING A. During and upon completion of work, the Contractor shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean condition. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition and return adjacent areas to condition existing prior to start of work. END OF SECTION 02050 N.� dI=LRPMISI)M 09804 (teem SPem)dw OENOLRION SECTION 02050 -4 SECTION 02710 PRECAST CONCRETE VAULTS PART 1- GENERAL 1.01 DESCRIPTION This section describes the materials, manufacture, and installation of precast concrete vaults. The CONTRACTOR shall furnish and install precast concrete vaults, including necking, frames and covers, pipe connections, warning sign, and other appurtenances where specified or shown on the drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 300 B. Section 306 C. Section 303 D. Section 05125 E. Section 07145 F. Section 07990 G. Section 09900 H. Section 15070 1.03 SUBMITTALS Earthwork Underground Conduit Construction Concrete and Masonary Construction Miscellaneous Metalwork Waterproofing Sealants and Caulking Painting and Coating Miscellaneous Piping and Appurtenances B. Shop drawings shall be submitted in accordance with the Special Provisions and the following. C. Submit manufacturer's catalog data on precast concrete vaults. Show dimensions and materials of construction by ASTM reference and grade. PART2- PRODUCTS 2.01 PRECAST CONCRETE VAULT A. Manufacturers: Precast concrete vaults and covers shall be manufactured in a plant especially designed for that purpose and shall conform to the size, shape and dimensions indicated on the plans. Vaults and covers shall be Olson Precast Company, Ameron, Best Concrete Products, Brooks Products, Inc., or approved equal. V:V1R0VEC7S120 M7BgA0OCW00 OES&%%PECSLV&L s"ao4(TECH SPECS) DW SECTION2710.1 B. Design Loads: Design loads shall consist of dead load, live load, impact, and in addition, loads due to water table and any other loads which may be imposed upon the structure. Live loads shall be based on H -20 loading per AASHTO standard specifications for highway bridges. Design wheel load shall be 16 kips. The live load shall be that which produces the maximum shear and bending moments in the structure. C. Concrete: Concrete for vaults shall be in accordance with Section 03300. D. Sectional Vaults: Sectional precast concrete vaults shall be used where specified on the drawings. Precast concrete sections and rings shall be manufactured by process that will produce a dense, homogeneous concrete section of first quality. The sections shall have a minimum wall thickness of 4 inches if steel- reinforced and 6 inches if not reinforced.Cement used in manufacturing the sections shall be Type V Portland Cement as specified in ASTM C 150. Mortar for bonding joints shall consist of one part cement to TA parts of sand, by volume. E. Covers: Covers shall be fabricated with supports to prevent permanent deflection. 2.02 VAULT FRAMES AND COVERS Materials: Unless noted otherwise, vault frames and covers shall be Type 316 stainless steel as specified in Section 05130 - Access Doors and Frames, unless noted otherwise. 2.03 JOINT SEALANT COMPOUND The sealing compound and joint sealant shall be permanently adhesive flexible plastic material complying in every detail to Federal Specification S -S -00210 (GSA -FSS), or approved equal. 2.04 WARNING SIGNS At every entrance to the wet well, emergency storage tank and manhole shall be fitted with a permanently affixed, plastic warning sigh, located between the two top steps, if applicable, against the wall, with the inscription °CAUTION - VENTILATE BEFORE ENTERING" in clear, large lettering. The sign shall be attached to the concrete with 4 Type 316 stainless steel screws and anchors. µ1PROUECTSI 20404679001DMMDESNOPECSISPECS psgW aWH SPECSAWC MECASTCONCRETE VAULTS SECTION 2710 4 PART 3 - EXECUTION 3.01 EARTHWORK A. Earthwork: General: Excavation and backfill for precast concrete vaults shall be in accordance with Section 02220 and the requirements herein. Excavation limits shall be large enough to accommodate the structure and permit grouting of openings and backfilling operations. 2. Sub -base: The bottom of the structure shall be placed on 12 inches of compacted, crushed rock sub -base, graded level and to the proper elevation as shown on the plans and shall conform to the specifications. 3.02 VAULT INSTALLATION A. Vault Wall Openings: Openings of "knock -outs" in precast concrete vaults shall be located as shown on the drawings and shall be sized sufficiently to permit passage of the largest dimension of pipe and/or coupling flange. Upon completion of installation, all voids or openings in the vault walls around shall be filled with Class 1 concrete or mortar, using an epoxy for bonding concrete surfaces, as specified in Section 03300, B. Backfill: After the structure and all appurtenances are in place and approved, backf ill shall be placed to the original groundline or to the limits designed on the plans. C. Watertightness: All joints between precast concrete vault sections and plans shall be made watertight. The sealing compound shall be installed according to the manufacturer's recommendations to provide a watertight joint. D. Installed Elevation: Vaults shall be built up so that the cover is flush with the surrounding surface unless otherwise specified on the drawings or by the City's representative in the field. The Contractor is responsible for placing the cover at the proper elevation and slope when paving is to be installed, and shall make all necessary adjustments so that the cover meets these requirements. 3.03 VAULT COATINGS A. INTERIOR COATINGS 1. The interior concrete surfaces of all manholes (walls and floor) shall be coated in accordance with the requirements of Section 09900, unless a particular manhole is otherwise indicated. Interior coating shall comply with the requirements of the City of Newport Beach. N.MWECT5M4 a67900W0CW00 DESHSPW.MPECS CMM OXCH SPECS)DWC PRW.AST00WREMVXXTS SECTION 2710 4 B. EXTERIOR COATINGS 1. The exterior surfaces of all manholes shall be coated in accordance with the requirements of Section 09900. Coating shall consist of two (2) coats providing a total of 16 mils MDFT. END OF SECTION 02710 V MOJECT MM087SDOIDOCIdQD DESNSPECSI SPECS CWW(TECH SPECS)DOC PRECAST CONCRETE VAULTS SECTION 2710 4 SECTION 05125 MISCELLANEOUS METALWORK PART 1- GENERAL 1.01 DESCRIPTION A. This section describes materials, fabrication, and installation of miscellaneous metalwork, wedge anchors, stainless -steel fasteners, and grating. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 09900: Painting and Coating. B. Standard Specifications for Public Works Construction. 1.03 DESIGN CRITERIA A. Structural Connections and Framing: AISC specifications for the design, fabrication, and erection of structural steel for buildings, latest edition. B. Handrails, walkways, ladders, personnel platforms: OSHA. 1.04 SUBMITTALS A. Submit drawings in accordance with the Special Provisions. B. Submit drawings of fabricated items. Show dimensions and reference materials of construction by ASTM designation and grade. C. Certificates that steels comply with the indicated standards. 1.05 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included with the structure to which the metal is attached. PART 2- PRODUCTS 2.01 ALUMINUM Structural shapes shall conform to ASTM B 308, Alloy 6061 -T6. Plates and sheets shall conform to ASTM B 209. Tubing shall conform to ASTM B 241. 2.02 BOLTS Y. W7WECTS1 4W67dM10OCWOD DESNISPE SISPE SC%VO4 (TECH SPECS) DOC MISCELLANEOUS METALWORK SECTION 5125 -1 A. All bolts, concrete inserts, anchors, nuts and washers shall be type 316 Stainless Steel, unless noted otherwise. B. Stainless -steel bolts shall be ASTM A 193, Grade B8M, or ASTM F 593, Type 316. Nuts shall be ASTM A 194, Grade 8M, or ASTM F 594, Type 316. Use ASTM A 194 nuts with ASTM A 193 bolts; use ASTM F 594 nuts with ASTM F 593 bolts. Provide washer for each nut and bolt head. Washers shall be of the same material as the nuts. 2.03 GALVANIZING Zinc coating for plates, bolts, anchor bolts, and threaded parts shall be in accordance with ASTM A 153. Structural steel, pipe, and tubing shall be zinc coated in accordance with ASTM A 123. 2.04 STAINLESS -STEEL PLATE AND MEMBERS Except where otherwise specified, stainless steel plate and members shall be Type 316, ASTM A 167. 2.05 GRATING Grating shall be aluminum, unless noted otherwise. Main bars shall be of the thickness and depth required to support 300 pounds per square foot, but not less than 1/4" thick and 2" deep. Spacing of main bars shall not exceed 2" on center. Cross bar spacing shall not exceed 4" on center. All grating and frame to be installed in the dry well and wet well shall be type 316 stainless steel, unless noted otherwise on the plans. Gratings and frames for storm drain systems shall be fumished in accordance with the City Standard Plans. 2.06 FRAMES AND SUPPORTS FOR GRATING AND CHECKERED PLATES Fabricated frames and supports for grating and checkered cover plates shall be stainless steel. Comers of embedded angle frames shall be mitered and welded with the welds ground smooth. 2.07 LADDERS General: Ladders shall be fabricated as shown on the drawings and shall comply with OSHA Safety Standards. Ladders shall be of welded steel construction and galvanized after fabrications or stainless steel where indicated on the drawings. NIPRO.IECTS12S15Cg�9pgDOCK00 M%ASPECSSPECS C,=4 (TECH SPECS) DOC MISCELLANEOUS METALWORK SECTION 5125 -2 PART 3- EXECUTION 3.01 STORAGE OF MATERIALS Storage of structural materials, either plain or fabricated, shall be above ground on platforms, skids, or other supports. Keep materials free from dirt, grease, and other foreign matter and protect from corrosion. 3.02 FABRICATION AND ERECTION A. Fabricate miscellaneous metal items to straight lines and true curves. Drilling and punching shall not leave burrs or deformations. Continuously weld permanent connections along the entire area of contact. Exposed work shall have a smooth finish with welds ground smooth. Joints shall have a close fit with corner joints coped or mitered and shall be in true alignment. Unless specifically indicated on the drawings, there shall be no bends, twists, or open joints in any finished member nor any projecting edges or corners at intersections. Exposed ends and edges of metal shall be slightly rounded. All bolt holes shall be 1/16 inch in diameter larger than bolt size. B. Clean the surfaces of metalwork to be in contact with concrete of rust, dirt, grease, and other foreign substances before placing concrete. C. Set embedded metalwork accurately in position when concrete is placed and support it rigidly to prevent displacement. 3.03 BOLTING A. Use steel bolts to connect structural steel members except where Type 316 stainless steel bolting is shown on the drawings. B. Drive bolts accurately into the holes without damaging the thread. Protect bolt heads from damage during driving. Bolt heads and nuts shall rest squarely against the metal. Where bolts are to be used on beveled surfaces having slopes greater than 1 in 20 with a plane normal to the bolt axis, provide beveled washers to give full bearing to the head or nut. Where self - locking nuts are not furnished, bolt threads shall be upset to prevent the nuts from backing off. C. Bolts shall be of the length that will extend entirely through but not more than 1/4 inch beyond the nuts. Draw bolt heads and nuts tight against the work. Tap bolt heads with a hammer while the nut is being tightened. After final tightening, lock the nuts. V; IP RW WTSVDlD/V9WOOC"DESNISPECSWPECS C4M (TECNSPECS)LDOC SECTION 5125 .9 3.04 REPAIR OF GALVANIZED SURFACE Repair or replace metal with damaged galvanized surfaces at no additional cost to the City. Accomplish repair of galvanized surfaces by use of DRYGALV as manufactured by the American Solder and Flux Company; Cold Galvanizing Repair Compound as manufactured by Rust - Oleum; or equal. Apply in accordance with the manufacturer's instructions. 3.05 LADDERS Ladder rungs shall have a minimum diameter of 3/< -inch. The distance between rungs, cleats, and steps shall not exceed 12 inches and shall be uniform throughout the length of the ladder. The minimum clear length of rungs or cleats shall be 16 inches. Ladders shall be mounted to provide clearance in back of ladder so that the distance from the centerline of rungs, cleats, or steps to the nearest permanent object in back of the ladder shall be not less than 7 inches. The anchoring system shall be type 316 stainless steel. 3.06 GRATINGS A. Measurement: Grated areas shall be field measured for proper size. B. Banding: Grating shall be completely banded. C. Grating Angles: Seat angles for grating shall be set so that the top of the vertical leg is flush with the concrete floor. Seat angles and anchors shall be stainless steel. 3.07 ALTERNATIVE TREAD STAIRS NOT USED 3.08 CORROSION PROTECTION A. Coat aluminum surfaces to be embedded or which are in contact with concrete or masonry, per Section 09900 before installation. Allow the paint to dry before the aluminum is placed in contact with the concrete. B. Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar metallic surfaces from direct contact by use of neoprene gaskets or washers. A. Coat non - galvanized structural steel surfaces. Paint material and color of finish coat shall be same as exterior of the piping. END OF SECTION 05125 vwHaECTSMN ac7WMWCW00 DESMSPECSSxcs CUM (TECH SPSCSAUx MISCELLANEOUS METALWORK SECTION 6125 .4 SECTION 05130 ACCESS DOORS AND FRAMES PART1- GENERAL 1.01 DESCRIPTION This section describes the materials, manufacture, and installation of access doors and frames and appurtenances where specified or shown on the drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 2.5.3: Shop Drawings and Submittals B. Section 303: Concrete, Mortar and Related Materials. 1.03 SUBMITTALS A. Shop drawings shall be submitted in accordance with the Special Provisions and the following. B. Submit manufacturer's catalog data on access doors and frames. Show dimensions and materials of construction by ASTM reference and grade. C. Shop drawings and load design calculation for access door. PART 2- PRODUCTS 2.01 ACCESS DOOR AND FRAME A. The access door and frame shall be installed where access door hatch is required or specified. The access door shall be single -leaf (Type J) or double -leaf (Type JD) as noted on the plans and manufactured by The Bilco Company, New Haven, CT., or approved equal. The door and frame shall be designed and fabricated for withstanding a live load of 300 lb per square foot, for parkway weight of H -20 load for traffic weight, where noted, unless noted otherwise. Door leaf shall be 1 /a" (min.) type 316 stainless steel diamond pattern plate with shop welded beams to withstand the specified load. Channel frame shall be 1 /d' (min.) type 316 stainless steel and an anchor flange around the perimeter and firmly cast in concrete. The door shall be equipped with heavy stainless steel hinges, stainless steel pins, compression spring operators for easy operation, and an automatic hold -open arm with release handle. A snap lock with removable handle and a separate lock device with hasp in a box keyed to City's master key system shall be provided. All hardware and trim shall be type 316 stainless steel. The door and frame shall be installed in accordance with the manufacturer's instructions. Safety v'PRawcTsQ%0w9w00c 00 DsSMSPwsopEcs rsws OwH3PEDS).DDc ................................................... ............................... chains shall be provided with each door. The door and appurtenances shall be furnished with warranty against defects in material and workmanship for a period of five years minimum. The door and door frame shall be designed and fabricated to drain water from the door and discharge to a proper drain system. The door frame shall be equipped with a 1 1/2-inch (Min.) drain coupling in the bottom at location as shown on the plans for connection to a drain pipe. PART 3 - EXECUTION 3.01 REVIEW AND REMOVAL OF EXISTING DOORS FOR REPLACEMENT For those existing access doors or hatches which are to be removed for replacement, the Contractor shall review them and verify and locate the existing components such as lock boxes, drain connections and appurtenances attached to the door frame and shall provide that data to the access door manufacturer to have the needed connections or components incorporated with new access doors. The Contractor shall also review any existing equipment, stairway or piping support system connected to the door frame and shall provide and install equivalent support and anchor systems to firmly support the equipment, stairway and/or piping on the dry well concrete structure prior to removing the door and frame. The Contractor shall prepare and provide shop drawings of the proposed equivalent support system to the Engineers for review. 3.02 DESIGN AND FABRICATION The access door shall be designed and fabricated so that the side(s) with hinges are perpendicular to the side for access. The lock and lifting mechanism shall be located at or near the access side. 3.03 INSTALLATION The access door shall be installed to accommodate the surrounding improvement. The surface shall be completely flush with the finish surface of concrete that is to cast with the door and frame. END OF SECTION 05130 V WR0.ECTSMDt0$ff79W1001.'" DESNWECSLSPE(S C,78N OECH SPEM) -DOC ACCESS DOORS AND FRAMES SECTION 05190 -2 SECTION 06100 ROUGH CARPENTRY PART 1- GENERAL 1.01 DESCRIPTION This Section describes the requirements for furnishing and installing rough carpentry, including wood framing, timber for posts and beams, rooftop equipment bases and support curbs, wood grounds, nailers, blocking, and wall and roof sheathing as indicated. 1.02 RELATED SECTIONS Section 09900 - Painting and Coating 1.03 SUBMITTALS A. Material Certificates: 1. Where dimensional lumber is to comply with minimum allowable unit stresses, furnish listing of species and grade selected for use and evidence of compliance with specified requirements. 2. Compliance may be a signed copy of lumber producer's grading rules showing design values for selected species and grade. 3. Design values, where applicable, shall be as approved by Board of Review of American Lumber Standards Committee. B. Wood Treatment Data: Treatment manufacturer's instructions for handling, storing, installing and finishing of treated material. 1. Pressure Treatment: Include certification by treating plant stating chemicals and process used, net amount of preservative retained and conformance with applicable standards. 2. For water -bome preservatives, include statement that moisture content of treated materials was reduced to specified levels prior to shipment. 1.04 QUALITY ASSURANCE A. Rough carpentry work shall comply with UBC Chapter 23. rwaaECTSTOW879MDOMW DESM SPECSISPECS C-VX (TECH SPE(S).DOC ROUGH CARPENTRY SECTICN08180.1 1.05 PRODUCT HANDLING A. Keep materials under cover and dry. Protect against exposure to weather and contact with wet or damp surfaces. B. Stack lumber, plywood and other panels; provide for air circulation within and around stacks and under temporary coverings. C. For lumber and plywood pressure treated with waterbome chemicals, sticker between each course to provide air circulation. PART 2- PRODUCTS 2.01 LUMBER A. Manufacture lumber to comply with PS 20 and with applicable grading rules of inspection agencies certified by ALSC Board of Review. B. Factory-mark each piece of lumber identifying grading agency, grade, species, moisture content at time of surfacing, and mill. C. Nominal sizes are indicated, except as indicated by detail dimensions. Provide actual sizes as required by PS 20, for moisture content specified for each use. 1. Provide dressed lumber, S4S, unless otherwise indicated. 2. Provide seasoned lumber with 19% maximum moisture content at time of dressing and shipment for sizes 2 inches or less in nominal thickness. 2.02 DIMENSIONAL LUMBER A. Light Framing: "Stud" or "Standard" grade lumber for stud framing, "Standard" grade for other light framing, any species. B. Structural and Structural Light Framing: Douglas Fir -Larch (Coast Region) graded and marked in accordance with the Standard Grading Rules No. 16 of the West Coast Lumber Inspection Bureau. Refer to Structural Drawings for grade. 2.03 TIMBERS A. Timber (5- inches and thicker): No. 1 Grade Douglas Fir. Provide appearance grade where exposed. ,...,, 4tlLS. 4 �. 2.04 MISCELLANEOUS LUMBER A. Provide wood for support or attachment of other work, including, rooftop equipment curbs and support bases, bucks, nailers, blocking, grounds, and similar members. Moisture Content: 19- percent maximum for lumber items not specified to receive wood preservative treatment. 2. Grade: "Standard" grade light framing size lumber of any species or board size lumber as required; "No. 3 Common" or "Standard" grade boards in accordance with WCLIB or WWPA rules. 2.05 NON - COMBUSTIBLE SHEATHING A. Walls: Georgia Pacific "Dens -Glass Gold Firestop Type X," or approved equal, 5/8 -inch thick. Sheathing shall be one hour rated when tested in accordance with ASTM E119. B. Roofs: Georgia Pacific "Dens -Deck Firestop Type X," or approved equal, 5/8 -inch thick. Sheathing shall be UL Classified Type X when tested in accordance with ASTM E119. 2.06 MISCELLANEOUS MATERIALS A. Fasteners and Anchors: Provide size, type, material and finish indicated and recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. 2. Provide timber connectors of the size and type indicated, including nails, bolts, and other fasteners. Timber connectors shall comply with UBC Section 2311 and Chapter 23, Division III. 3. Provide hot -dip galvanized or stainless steel fasteners and anchors. Fasteners galvanized by other than the hot -dip process will not be permitted. B. Sill Sealer Gaskets: Glass fiber resilient insulation in strip form, 1 -inch thick compressible to 1/32 -inch thick, width to suit sill member. 2.07 WOOD TREATMENT A. Preservative Treatment: Comply with applicable requirements of AWPA Standards C2 Lumber and C9 Plywood. Mark each treated item with the U.9PROJECT'51 WMG79WWOCWWDESNa- ECSlSPECS C48W{TECH SPECS }DOC ROUGH CARPENTRY SECTION 08100.3 2.04 MISCELLANEOUS LUMBER A. Provide wood for support or attachment of other work, including, rooftop equipment curbs and support bases, bucks, nailers, blocking, grounds, and similar members. 1. Moisture Content: 19- percent maximum for lumber items not specified to receive wood preservative treatment. 2. Grade: "Standard" grade light framing size lumber of any species or board size lumber as required; "No. 3 Common" or "Standard" grade boards in accordance with WCLIB or WWPA rules. 2.05 NON - COMBUSTIBLE SHEATHING A. Walls: Georgia Pacific "Dens -Glass Gold Firestop Type X," or approved equal, 5/8 -inch thick. Sheathing shall be one hour rated when tested in accordance with ASTM E119. B. Roofs: Georgia Pacific "Dens -Deck Firestop Type X," or approved equal, 5/8 -inch thick. Sheathing shall be UL Classified Type X when tested in accordance with ASTM E119. 2.06 MISCELLANEOUS MATERIALS A. Fasteners and Anchors: 1. Provide size, type, material and finish indicated and recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. 2. Provide timber connectors of the size and type indicated, including nails, bolts, and other fasteners. Timber connectors shall comply with UBC Section 2311 and Chapter 23, Division Ill. 3. Provide hot -dip galvanized or stainless steel fasteners and anchors. Fasteners galvanized by other than the hot -dip process will not be permitted. B. Sill Sealer Gaskets: Glass fiber resilient insulation in strip form, 1 -inch thick compressible to 1/32 -inch thick, width to suit sill member. 2.07 WOOD TREATMENT A. Preservative Treatment: Comply with applicable requirements of AWPA Standards C2 Lumber and C9 Plywood. Mark each treated item with the V:IPRWECTSM0467WMDDCW60 OESNISPECSISPECS C MW (TECH SPECS) WC ROUGH CARPENTRY SECTKM 06100 -5 E. Nailing Requirements: Comply with UBC Section 2325.1 and as indicated on the Structural Drawings. 3.02 WOOD GROUNDS, NAILERS, AND BLOCKING A. Provide where indicated and required for screening or attachment of other work. Form to shapes indicated and cut as required for true line and level of work to be attached. Coordinate location with other work involved. B. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. C. Provide permanent grounds of dressed, preservative treated, key- beveled lumber not less than 1 -1/2- inches wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. 3.03 WOOD FURRING A. Install plumb and level with closure strips at edges and openings. Shim wood as required for tolerance of finished work. B. Firestop furred spaces on walls at each floor level, with wood blocking or incombustible materials, accurately fitted to close furred spaces. C. Furring to Receive Gypsum Wallboard: 1 -inch x 2 -inch furring at 16- inches on center vertically. 3.04 WOOD FRAMING, GENERAL A. Comply with UBC Section 2326.11. B. Provide framing members of size and on spacing indicated, and frame openings as indicated. Do not splice structural members between supports. C. Anchor and nail as indicated. D. Install fireblocking and draftstopping as specified in UBC Section 708. 3.05 STUD FRAMING A. General: Use wood studs spaced 16- inches on center with long dimension perpendicular to direction of wall or partition of wall or partition unless otherwise indicated. Provide single bottom plate and double top Y.IPROJECTSW04OW"IDOC" DESMSPECSISPECS C-38M (TECH SPECS}DOC HOUGH CARPENTRY SECTION 08188 -8 plates 2- inches thick by width of studs; single top plate may be used for non -load bearing partitions. Nail or anchor to supporting construction. B. Construct corners and intersections with not less than 3- studs. C. Provide miscellaneous blocking and framing for support of facing materials, fixtures, specialty items and trim. D. Provide continuous horizontal blocking row at mid - height of single story partitions over 8 -feet high and at midpoint of multi -story partitions, using 2- inch thick members of same width as wall or partitions. E. Frame openings with multiple studs and headers. Provide header members of thickness equal to width of studs. 1. For non - bearing partitions, frame openings as indicated on structural drawings. 2. For load- bearing partitions, provide multiple jamb studs and headers as indicated. 3.06 JOIST FRAMING A. Comply with UBC Section 2326.8. B. Install with crown edge up and support on each member with not less than 1 -1/2- inches of bearing on wood. C. Attach to wood bearing members by toe nailing or metal connectors; frame to wood supporting members with wood ledgers or metal connectors. D. Frame openings with headers and trimmers supported by metal joist hangers; double headers and trimmers where span of header exceeds 48- inches. E. Do not notch in middle third of joists; limit notches to 1/6 depth of joist, 1/3 at ends. F. Do not bore holes larger than 1/3 depth of joist or locate closer than 2- inches from top or bottom. G. Provide solid blocking at ends of joists unless nailed to header or bearing member. H. Lap members framing from opposite sides of beams, girders or partitions not less than 4- inches or securely tie opposing members together. Provide solid blocking over supports. N.VM*CTSI W46790W==OESMiPECSSPECS C,?M (TECH SPECS) DOC HOUGH CARPENTRY SECTION G6100 6 I. Provide bridging between joists where nominal depth to thickness ratio exceeds 6, at intervals of 8 feet. Use bevel cut 1 -inch x 4 -inch or 2 -inch x 3 -inch wood bracing, double- crossed and nailed both ends of joists, or use solid wood bridging 2 inches thick by depth of joist, end nailed to joist. 3.07 RAFTER AND CEILING JOIST FRAMING A. Comply with UBC Section 2326.12. B. Ceiling Joists: Provide member size and spacing indicated and as specified for joist framing. Face nail to ends of parallel rafters. C. Rafters: Notch to fit exterior wall plates and toe nail or use special metal framing anchors. 1. Double rafters to form headers and trimmers at openings in roof framing, and support with metal hangers. 2. Where rafters abut ridge, place directly opposite each other and nail to ridge member or use ridge hangers. 3.08 TIMBER FRAMING A. Comply with UBC Chapter 23, Division III. B. Provide wood beams and girders of the size and spacing indicated. Install with crown edge up and provide not less than 4 -inch bearing on supports. Provide continuous members unless shown; tie together over supports if not continuous. C. Provide wood posts of sizes shown. Provide metal anchoring and attachment devices. 3.09 INSTALLATION OF CONSTRUCTION PANELS A. General: 1. Floor Sheathing: Comply with UBC Section 2322.1. 2. Wall Sheathing: Comply with UBC Section 2314. 3. Roof Sheathing: Comply with UBC Section 2322.2. B. Comply with applicable recommendations of APA Form No. E30F. C. Fastening Methods: Fasten panels as specified. V.1PRaXC7S12DtOP5740PtDOL' DESV0PECSWS0u^ C-MM ffWHSPEW) WC ROUGH CARPENTRY SECTION 06100.7 1. Combination Subflooring- Underayment: Glue -nail to framing. 2. Subflooring: Glue -nail to framing. 3. Sheathing: Nail to framing. 4. Underlayment: Nail or staple to subflooring. Fill and sand edge joints of underlayment to receive resilient flooring. 5. Plywood Backing Panels: Nail to supports. 6. Allow 1/16 -inch gap between plywood sub - flooring panels. 3.10 NON - COMBUSTIBLE SHEATHING A. Walls: Use maximum size boards to minimize joints. Locate edge joints parallel to and with vertical orientations on framing. Stagger intermediate end joints of adjacent lengths. Attach with fasteners spaced in accordance with manufacturer's recommendations. Drive fasteners to bear tight against and flush with surface of sheathing. B. Roofs: Install with FM approved fasteners installed flush with the sheathing surface. Space fasteners in pattern required for FM Class 1 -60 wind uplift resistance. Lay sheathing parallel to metal deck ribs and stagger end joints. When installed over roof insulation, install with fasteners passing through sheathing and roof insulation. 3.11 SOUND CONTROL WORK A. Specified requirements apply to framing for interior partitions indicated as sound partitions. B. Isolate sill plates from direct contact with structure by installing over either continuous isolation strips or two continuous 1/4-inch beads of acoustical sealant applied at quarter points of plate width. END OF SECTION 06100 V. DESM4PEC ir_q 63909(TECHSPECS )-OOC ROUGH CMPENM AF(,j lLffiIPSVfO.yg v.. _ SECTION 07145 WATERPROOFING FOR UNDERGROUND STRUCTURES PART 1 - GENERAL 1.01 DESCRIPTION This section covers furnishing and applying coating to the exterior surface of underground of concrete and masonry wall and concrete top slab. 1.02 PROTECTION OF MATERIALS All material shall be delivered to the job site in their original unopened containers bearing the manufacturer's name, brand and batch number. 1.03 SUBMITTALS Prior to construction, the Contractor shall submit the product data to the City for review and approval in accordance with Section 1 of these Specifications. 1.04 SUBSTITUTIONS Request for material substitution shall be made in writing, and will be approved by the City and /or the City in writing. PART 2 - MATERIALS A. The material shall be Sika -proof Membrane, Select Shield 300A, Koppers Bitumastic Super Service Black, Koppers Bituplastic No. 28, or approved equal in conformance with these specifications. B. The material shall be an approved waterproofing/damproofing composition for use on exterior concrete and masonry structures. C. Approved materials shall conform to the following physical properties: a. Percent solids: 50 minimum. b. Tack force time: 30 minutes approximate (initial set). c. Tensile strees : 150 psi minimum 21 days (ASTM D412). d. Ultimate elongation: 1500% minimum 21 day (ASTM D412). e. Moisture vapor transmission: 0.03 perms 21 day (ASTM E96). f. Ultraviolet resistance: No degradation (ASTM D822). g. Adhesion in peel (ASTM D903) : 20 lbs. Peel strength with 0 % adhesion loss "RQ)ECTSMd0WW0I,JbC 0r Lu IMISSP= C,906(TSM SPOM).dw WATERPROOFING FOR UNOMOROUND STRUCTURES 0770.47 PART 3 - CONSTRUCTION 3.01 AREAS OF APPLICATION The areas to be applied with the specified coating including the below grade exterior surface of the concrete structures, pre -cast concrete vault and masonry wall. 3.02 SURFACE PREPARATION A. The concrete and masonry surfaces shall be thoroughly cleaned up and free of grease, curing compound or other deleterious material. B. The concrete and masonry surfaces shall be prepared in accordance with the coating material manufacturer's recommendations. 3.03 APPLICATION A. Two coats of Seka -proof Membrane, Select Shield 300A, Kopper Bitumastic Super Service Black, Koppers Bituplastic No. 28 or an approved equal, shall be applied by brush, spray or roller or as recommended per the manufacturer to completely cover the area at a maximum coverage of 80 square feet per gallon per coat, or if thicker coating, as the manufacturer's recommended usage rate. B. Each coat shall be free of runs, skips or "holidays ". C. All work shall be done in accordance with the manufacturer's recommendations, except for the above usage rate of the coating material. D. The application of the coating shall commence only after the concrete or masonry is cleaned and dry. E. Backfill against the waterproofing applied structures shall be done at least 24 hours after the completion of water proofing. END OF SECTION 07145 dimMp rs-pm C4M(TOO SWM).dac WATERPROOFING FOR UNOEAOPMNO STRUCNHES 07U&2 SECTION 07990 SEALANTS AND CAULKING PART 1- GENERAL 1.01 1.02 1.03 1.04 DESCRIPTION This section includes materials and installation of sealants and caulkings. This specification is intended to be general in scope as to locations of caulking and sealants. CONTRACTOR shall examine all Drawings and Details thoroughly and familiarize himself with the extent of the caulking and sealing involved. Only a complete and absolutely watertight and weathertight job will be accepted. RELATED WORK SPECIFIED ELSEWHERE A. Section 303: Concrete, Mortar and Related Materials. SUBMITTALS Prior to purchase or delivery of materials, submit the following in accordance with the Special Provisions. A. Samples and Technical Data Submit technical data by all manufacturers of proposed materials. 2. Submit material manufacturers' printed preparation and application instructions. B. Shop Drawings and Mock -Ups. When requested, submit the following in accordance with these Specifications: Full -size details indicating all the necessary components for each type of joint to be sealed. 2. Observed field conditions and measurements. Mock -up units or test sections shall be also scheduled after receiving written approval of shop drawings by the CITY. WARRANTY CONTRACTOR shall fully guarantee all materials and workmanship under this Section for a period of one (1) year from the date of final acceptance of the structure against all defects in both workmanship and materials and he shall promptly correct and/or replace such faulty work if so notified, at no additional cost to the CITY. V'Vn JECTSL -040 7900dw"de lSpecelSpm C- Md(Tech Spe )dec SEALANTS AND CAULVJNO SECTION 07990 -1 1.05 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. PART 2 - PRODUCTS 2.01 SEALANT COMPOUNDS Materials shall conform to Fed. Spec. TT- S- 00227E(3) for multi - component sealant, or to Fed. Spec. TT- S- 00230C(2) for single- component sealant. Properties and adhesion of 1 -part sealants shall be equal to 2 -part materials. Sealants shall be Type I or Type II, as applicable. Sealants shall be limited to acceptable compounds compositions which are polysulfide, polyurethane, and silicone. For metal buildings, use Class "A" sealants, and for other locations, use Class "B" sealants each conforming with above referenced Federal Specifications or with ASTM C -920 like characteristics. Above -grade sealants shall be resistant to ultra - violet deterioration. A. For joints in waterbearing surfaces, use only polyurethane sealants certified and approved by manufacturer for continuous or intermittent submergence in water or sewage. B. Silicone type sealant shall be used only on above grade joints that are not subject to vehicular or pedestrian traffic. C. Acceptable polyurethane materials are "Sikaflex/2c Polyurethane Elastomeric Sealant," as manufactured by Sika Chemical Corp., and "Select Seal, U -227 Reservoir Grade," as manufactured by SPC, or approved equal. 2.02 COLORS As selected to match adjoining surfaces. Special colors may be required. 2.03 PRIMER Where required, shall be used as recommended in writing by the sealant manufacturer. Primer shall have been tested for non - staining characteristics and durability on samples of actual surfaces to be sealed. Y.' IPAQIECrs120loas79oo�noelaaneeSnlSp6otsve�a C-W417¢ _-Pc ) d*C SEALANTS AND CAULKING 2.04 BACK -UP MATERIALS AND PREFORMED JOINT FILLERS Use non - staining material, compatible with sealant and primer, and of a resilient nature, such as closed cell polyethylene rod, or elastomeric tubing or rod (neoprene, butyl, or EDPM). Materials impregnated with oil, bitumen, or similar shall not be used. Size and shape shall be as indicated by joint details in Drawings and shall be as recommended by sealant manufacturer in writing. Sealant shall not adhere to back -up material. 2.05 BOND BREAKERS Where required, shall be polyethylene tape, aluminum foil or other material as recommended by sealant manufacturer in writing. PART 3 - EXECUTION 3.01 GENERAL A. Perform work of this Section by material manufacturer's approved applicator in strict conformance with manufacturer's printed instructions, or perform such operations under direct supervision of qualified representative of material manufacturer. B. Applicator shall examine all surfaces and report to the General CONTRACTOR all conditions not acceptable. 3.02 PREPARATION A. Thoroughly clean all joints, removing all foreign matter such as dust, oil, grease, water, surface dirt, frost and old caulking materials. Sealant must be applied to the base surface. Previously applied paint or primer must be entirely removed. B. Porous materials such as concrete masonry or stone should be cleaned where necessary be grinding, blast - cleaning, mechanical abrading, acid washing or combination of these methods to provide a clean, sound base surface for sealant adhesion. 1. Laitance shall be removed by acid washing, grinding, or mechanical abrading. 2. Form oils shall be removed by blast - cleaning. 3. Loose particles present or resulting from grinding, abrading or blast - cleaning shall be removed by blowing out joints with oil -free compressed air (or vacuuming) prior to application of primer or sealant. NWl MECTS120a0a6r90 c100cWWdia- LIPM1*q CVU(rech Spo=).0oc C. Non - porous surfaces, such as metal and glass, shall be cleaned either mechanically or chemically. Protective coatings such as methacrylite lacquer on metallic surfaces shall be removed by a solvent that leaves no residue. Solvent shall be used with clean cloths or lintless paper towels. Do not allow solvent to air dry without wiping. Wipe dry with clean, dry cloth, or lintless paper towels. D. Joint areas to be protected with masking tape or strippable films shall be cleaned before application of tape or film. E. All joints to receive sealant shall be as indicated on shop or Project Drawings. Do not seal joints until they are in compliance with drawings or are acceptable to the Engineer. 1. Joints to receive sealant shall be a minimum of 3/8 in. wide by 1/2 in. deep, unless otherwise approved. 2. For joints in concrete or masonry: depth of the sealant may be equal to the width of joints up to Y2 inch wide. For joints '/2 inch to 1 inch wide: depth shall be Yz inch. For expansion and other joints, 1 to 2 inches wide: depth shall be no greater than Yz the applied sealant width. For joints exceeding 2 in. (5 cm) in width: depth shall be as directed by sealant manufacturer. F. Joints to receive sealant, back -up material or pre - formed joint filler shall be cleaned out, raked to full width and depth as required by Applicator. 3.03 APPLICATION A. Install back -up material or joint filler, of type and size specified, at proper depth to provide sealant dimensions as detailed. Back -up material shall be of suitable size and shape; and compressed 25% to 50% to fit joints as required. Sealant shall not be applied without back -up material and/or bond breaker strip. When using back -up tube avoid length -wise stretching. Tube or rod shall not be twisted or braided. B. Apply masking tape, where required, with primer as recommended by sealant manufacturer. C. Prime surfaces, where required, with primer as recommended by sealant manufacturer, D. Follow sealant manufacturer's instruction regarding mixing (if required), surface preparation, priming, and application procedure. NWU&:CTSIYDM7"1GbCWW d&M%ssPMLS.M G3&M(T&c Spe )dcc SEALANTS AND CAUWN6 SECDON 979Ww4 . ..................... E. Apply sealant under pressure with hand or power actuated gun or other appropriate means. Gun shall have nozzle of proper size and provide sufficient pressure to completely fill joints as designed. All joint surfaces shall be tooled to provide the contour as indicated on Drawings. When tooling joints, use tooling solution recommended by manufacturer. Remove masking tape immediately after joints have been tooled. For sealant application when air temperature is below 40 °F (4 0C), consult sealant manufacturer for recommendations. 3.04 CLEAN -UP AND PROTECTION Clean adjacent surfaces of sealant as work progresses. Use solvent or cleaning agent as recommended by sealant manufacturer. All finished work shall be left in a neat, clean condition. 3.05 QUALITY CONTROL The sealant joints shall be uniformly smooth, free of wrinkles, flush with adjacent surfaces and absolutely water tight. Adjacent surfaces that have been soiled by the application of the sealing compound shall be wiped clean and be left neat. The work will be adjusted defective due to the sealant's hardening, cracking crumbling, melting, shrinking, leaking, or running. END OF SECTION 07990 V"IPR(XGCTSM0467QIVftCWM de 1508=1.Spe C4M (Tedr Spef Xdw SEALANTS AND CANLKING SECTION 07990.5 SECTION 09900 PAINTING AND COATING PART1- GENERAL 1.01 DESCRIPTION This section includes materials and application of painting and coating systems for the following surfaces unless noted on the plans or elsewhere in the specifications. A. Exposed Metal. B. Buried Metal. C. 'Submerged Metal. D. Surfaces in Contact with Concrete. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 05125: Miscellaneous Metal Work. B. Section 11175: Pumping Equipment. C. Section 15070: Miscellaneous Piping and Appurtenances. D. Section 15120: Miscellaneous Valves and Appurtenances. 1.03 SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the work of this Section: 1. References herein to "SSPC Specifications" or "SSPC" shall mean the published standards of the Steel Structures Painting Council, 4400 Fifth Avenue, Pittsburgh, PA 15213. 1. References to "NACE" shall mean the published standards of the National Association of Corrosion Engineers, P.O. Box 986, Katy, TX 77450. NIPRWECT9=40SV9WUwWW de- A,=L4pe C4M (rwh Spe ).dae PAINTING AND COATING SECTION 09M•1 1.04 SUBMITTALS A. Submit shop drawings and samples in accordance with the Special Provisions. B. Submit manufacturer's data sheets showing the following information: 1. Percent solids by volume. 2. Minimum recommended dry-film thickness per coat for prime, intermediate, and finish coats. 3. Recommended surface preparation. 4. Recommended thinners. 5. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. 6. Application instructions including recommended equipment and temperature limitations. C. Submit two (2) color charts for City's selection. D. Qualifications of Painting Subcontractor: 1. Copy of a valid State of California license as required for the application of coatings. 2. Five references which show that the painting subcontractor has previous successful experience with the indicated coating systems. Provide the name, address, telephone number of the City of each installation. The Contractor shall obtain the references form the subcontractor and submit them to the City. 1.05 CITY'S MANUAL The Contractor shall submit all such certificates to the City within 7 days of completion of each paint system. 1.06 QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be used to monitor all phases of surface preparation, application, and inspection throughout the duration of the project. Procedures and practices not µ de lSpe=Lb C W4 (TeM SA ).doe PAINTING AND COATING SECTION 09M -2 specifically defined herein may be used provided they meet recognized and acceptable professional standards and are approved by the Engineer. B. All materials furnished and all work accomplished under the Contract shall be subject to inspection by the Engineer. The Contractor shall be held strictly to the true intent of the specifications in regard to quality of materials, workmanship, and diligent execution of the Contract. The Engineer reserves the right to inspect any and all work procedures employed by the Contractor to ensure that said procedures are in absolute compliance with the governing specification, industry accepted inspection criteria, and coating manufacturers published information. The Contractor is responsible for provide safe accessibility and adequate lighting to inspection personnel upon request of the Engineer. The Contractor is responsible for having on -site at all times recently calibrated inspection equipment available for use by the Engineer. C. Work accomplished in the absence of prescribed inspection may be required to be removed and replaced under the proper inspection, and the entire cost of removal and replacement, including the cost of all materials bome by the Contractor. In the event that a pre- identified schedule is put in place and approved by the City, some work may proceed without full inspection presence. Any rejection of said work at the time of inspection will require all unsatisfactory conditions to be repaired at the Contractor's expense. D. Application: No coating or paint shall be applied when the surrounding air temperature or the temperature of the surface to be coated or painted is outside the published material manufacturer's recommendations to wet or damp surfaces or in rain, snow, fog or mist; when the temperature is less than 5 °F above the dew point; when it is expected the air temperature will drop below manufacturer's recommendations, or less than 5 °F above the dew point within eight hours after application of coating or paint. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric or equivalents. If above conditions are prevalent, coating or paint application shall be delayed or postponed until conditions are favorable. The days coating or paint application shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. 1.07 INSPECTION AND TESTING A. General: The Contractor shall give the City a minimum of 3 days' advance notice of the start of any field surface preparation work or coating v:PMXCTSL2�00de t% sMPM"M(FOO Spees) varmwc am COAnNG SECTION 09M -9 application work, and a minimum of 7 days; advance notice of the start of any shop surface preparation work. B. All such work shall be performed only in the presence of the City unless the City has granted prior approval to perform such work in its absence. C. Inspection by the City or the waiver of inspection of any particular portion of the work shall not relieve the Contractor of its responsibility to perform the work in accordance with this Specification. D. Inspection Devices: The Contractor shall furnish, until final acceptance of such coatings, inspection devices in good working condition for the detection of holidays and measurement of dry-film thickness of protective coatings. Dry-film thickness gauges shall be made available for the City's use at all times while coating is being done, until final acceptance of such coating. The Contractor shall furnish the services of a trained operator of the holiday detection devices until the final acceptance of such coatings. Holiday detection devices shall be operated only in the presence of the City. E. Film Thickness Testing: On ferrous metals, the dry film coating thickness shall be measured in accordance with the SSPC "Paint Application Specification No. 2" using a magnetic -type dry film thickness gauge such AS Mikrotest Model FM, Elcometer Model 111/1 EZ, or equal. Each coat shall be tested for the correct thickness. On non - ferrous metals and other substrates, the coating thicknesses shall be measured at the time of application using a wet film gauge. A. Evaluation of Surface Preparation: Evaluation of blast cleaned surface preparation work will be based upon comparison of the blasted surfaces with the standard samples available from the NACE, using NACE standard TM- 01 -70. 1.08 SAFETY AND HEALTH REQUIREMENTS A. General: Ventilation, electrical grounding, and care in handling coatings, paints, solvents and equipment are important safety precautions during coating and painting projects. Contractor shall conform with safety requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals. The Contractor shall provide and require use of personal protective life saving equipment for persons working in or above the project site. B. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion- proof, or industrial design and shall be approved by the Engineer. Household -type venting equipment will not be acceptable. Ventilation shall reduce the concentration of air contaminants V': IPM*CTS20"7900W6Wd—lSAA4l9pe,s C -kMITe SPM)dW PAINTING AND COATING SECTION 09M -4 to the degree a hazard does not exist by ducting air, vapors, etc. from the confined space. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. Forced air duction during last cleaning and coating application operations is mandatory. If dehumidification equipment is used, equipment must be operated on a continuing basis during all blasting, coating and curing operations, including shifts during which no work is being conducted. 1.09 WARRANTY INSPECTION A warranty inspection may be conducted during the eleventh month following completion of all coating and painting work. The City shall establish the date for the inspection and shall notify the Contractor at least 30 days in advance. The Contractor and a representative of the coating material manufacturer shall attend this inspection. All defective work shall be repaired in accordance with these specifications and to the satisfaction of the City. The City may, by written notice to the Contractor, reschedule the warranty inspection to another date within the one -year correction period, or may cancel the warranty inspection altogether. If a warranty inspection is not held, the Contractor is not relieved of its responsibilities under the Contract Documents. 1.10 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. 1.11 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the unit price or lump sum bid amount for the item to be painted or coated as stated in the proposal. PART 2- PRODUCTS 2.01 GENERAL A. Definitions: The terms "paint," "coatings," and "finishes" are used herein, shall mean surface treatments, emulsions, enamels, paints, epoxy resins, and all other protective coatings, except galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or finish coat. The "DFT" means minimum dry-film thickness. B. The Contractor shall use coating materials suitable for the intended use and recommended by the manufacturer for the intended service. VWRaMCTM20a0a079001dDCW00 desnOw=Opm C-MM ffmh Som).doe PmNnNG AND OOAmn SECDON 09900.5 C. In any coating system only compatible materials from a single manufacturer shall be used in the work. Particular attention shall be directed to the compatibility of primers and finish coats. If necessary, subject to the approval of the City, a barrier coat shall be applied between existing prime coat and subsequent field coats to ensure compatibility. D. All colors and shades of colors of all coats of paint shall b as selected or specified by the City. Each coat shall be of a slightly different shade, to facilitate inspection of surface coverage of each coat. Finish colors shall be as selected from the manufacturer's standard color samples by the City. E. Products shall be standard products produced by recognized manufacturers who are regularly engaged n production of such materials for essentially identical service conditions. Paint shall be abrasion, sulfide and mildew resistant. F. Substitute or "Or- Equal" Submittals: Materials have been specified from catalogs of manufacturers in most cases, to show their type and quality of the coatings that are required. Materials by other manufacturers are acceptable provided that they are established as being compatible with and of equal quality of the coatings of the companies listed. In accordance with the requirements of the Special Provisions, the CONTRACTOR shall provide satisfactory documentation from the firm manufacturing the proposed substitute or "or- equal" material that said material meets the requirements and is equivalent or better that the listed materials in the following properties: 1. Quality 2. Durability 3. Resistance to abrasion and physical damage 4. Life Expectancy 5. Ability to re-coat in future 6. Solids content by volume 7. Dry-film thickness per coat 8. Compatibility with other coatings 9. Suitability for the intended service 10. Resistance to chemical attack 11. Temperature limitations in service and during application 12. Type and quality of recommended undercoats and topcoats 13. Ease of application 14. Ease of repairing damaged areas 15. Stability of colors B. The cost of all testing and analyzing proposed substitute materials that may be required by the City shall be paid by the Contractor. If the proposed substitution requires changes in the contact work, the Contractor shall bear all such costs involved and the costs of allied trades affected by the substitution. VVWQJECTSI)I0067900WocWW dmL4p=L4Pew C-W04 (Ted GPM).doc PAINTING AND COATING SECTION 09900 -6 2.02 PAINTING AND COATING SYSTEMS A. System No. 1 - Submerged Metal, Raw Water or Raw Sewage: Type: Coal -tar epoxy having a minimum volume solids of 70 %, conforming to MIL-P-23236. Service Conditions: Shall be used on metal structures or pipes (such as tanks, clarifier mechanisms, scum toughs, slide gates or other miscellaneous metal) submerged in raw water or raw sewage. Surface Preparation: SSPC SP -10 Prime Coat: Apply to a dry-film thickness of 8 mils: ICI /Devoe Devtar 5A; Tnemec 46H -413; International Intertuf 132; or approved equal. Finish Coat: Apply same as prime coat to give a total dry-film thickness of 16 mils. B. System No. 2 — Ferrous Surfaces in Water Passages and Submerged Surfaces of Pumps, Raw Water or Raw Sewage: Type: Amine cured epoxy having a minimum solids volume content of 80% and shall be suitable for long -term immersion service in potable water and wastewater. Service Conditions: Shall be used on metal surfaces in water passages of valves 4 -inch size and larger, exterior surfaces of valves, submerged surfaces of all pumps submerged in raw water or raw sewage. Surface Preparation: SSPC SP -5 Prime Coat and Finish Coat: Apply 3 or more coats to a dry-film thickness of 16 mils: ICI /Devoe Bar Rust 233H; Ameron Amercoat 395; Tnemec 139; or approved equal. C. System No. 3 - Exposed Metal, Atmospheric Weathering Environment: Type: Gloss alkyd enamel having a minimum volume solids content of 50% with alkyd primer. Service Conditions: For use on exterior metal and piping, fittings and appurtenances subject to sunlight and weathering. NIPRQ/ECTSI2P00087AMItlocW00de ISpeqLyV= 049800(TeM SPe ) doe PAINTING AND COATING SECTION 09900.7 Surface Preparation: SSPC SP- 6- Commercial Prime Coat: ICI /Devoe 4160, Tnemec 4 -55 (2 mils), or approved equal. Minimum volume solids shall be 49 %. Finish coat: Two coats of ICI /Devoe Devgard 4348, 1.5 mils each; two coats of Tnemec Series 2, 1.5 mils each; or approved equal. D. System No. 4 - Exposed Metal, Galvanized: Type: Synthetic resin primer (phosphoric acid or vinyl butyral acid). Service Conditions: Coat galvanized surfaces with this system before applying topcoat. Surface Preparation: SSPC SP -1 Prime Coat: ICI /Devoe Devran 205, Tnemec 32 -1210, or equal. Finish Coat:; ICI /Devoe Devthane 379, 2 mils; Tnemec 35, 2 mils; or equal. E. System No. 5 - Exposed Metal, Nonferrous: Type: Two - component vinyl wash or phosphorous acid primer, having a minimum volume solids of 8 %. Service Conditions: Coat nonferrous metal surfaces with the system before applying topcoat. Surface Preparation: SSPC SP -1 Prime Coat: ICI /Devoe Devran 205, Tnemec 32 -1210, or equal. Finish Coat: ICI /Devoe Devthane 379, Tnemec 35, or equal. F. System No. 6 - Buried Metal: Type: Coal tar or coal -tar epoxy having a minimum volume solids of 68% (ASTM D 2697). Service Conditions: Buried metal, such as valves, flanges, bolts, nuts, structural steel, and fittings. Surface Preparation: SSPC SP -6 - Commercial blast. V'IPFIOJECTS%21N008T9881dor. Wd&YASp=ISPO G390a(7e0 SOM) due PAINTING AND COATING SECTION 08988.8 Prime Coat: ICI /Devoe Devtar 5A, 15 mils; Tnemec 46 -450, 15 mils; Ameron 78 HB, 16 mils; or approved equal. Topcoat: ICl/Devoe Devtar 5A; Tnemec 46 -450, 15 mils; Ameron 78 HB, 16 mils; or approved equal. G. System No. 7— Aluminum and Concrete Insulation Type: Bituminous paint having a minimum volume solids of 68% coat -tar pitch based. Service Conditions: Shall be used to coat areas of aluminum grating, gates, stairs, or structural members in contact with concrete, unless otherwise noted on the plans or in the specifications. Surface Preparation: SSPC SP -1. Prime Coat: Apply synthetic resin wash primer (phasphoric acid or vinyl butyral acid) to surface as prime coat. Products: ICI /Devoe Devtar 5A; Tnemec 32 -1210; International — no primer required; or approved equal. Finish Coat: Two coats of 12 mil dry-film thickness each coat: ICI /Devoe Devtar 5A; Tnemec 46 -450; International Intertuf 100; or approved equal. H. System No. 8 — Exposed PVC Pipe Type: High solids epoxy coating having a minimum volume solids of 80 %. Service Conditions: Shall be used to coat exposed PVC piping in pump stations. Surface Preparation: Surfaces shall be cleaned and dried prior to application of coating. Finish Coat: Apply to dry-film thickness of 5 mils: ICI /Devoe BarRust 233H; Tnemec Series 69 Hi -build Expoxoline ll; International Interseal 670 HS; or approved equal. I. System No. 9 — Interior Surface of Ferrous -Metal Valves Type: Thermsetting powdered epoxy coating. 3 1'i J. K. L. Service Conditions: Shall be used to coat interior surfaces of ferrous metal valves, excluding seating areas and bronze and stainless steel pieces. Surface Preparation: SSPC SP -5. Protuberances, which may produce pinholes in the coating, shall be removed. Sharp edges shall be rounded. Surface contaminants, which may prevent bonding of the coating, shall be removed. Coating: Apply to a dry-film thickness of 12 mils in accordance with manufacturer's recommendation: 3M Scotchkote 134; or approved equal. System No. 10 — Exposed Concrete, Indoors and Outdoors Type: Water based acrylic latex having a minimum volume solids content of 35 %. Service Conditions: Shall be used to coat interior and exterior surfaces of exposed concrete. Surface Preparation: Surface preparation shall not begin until at least 30 days after concrete has been placed. All oil, grease and form release and curing compounds shall be removed by detergent cleaning per SSPC -SP1 before abrasive blast cleaning. Surfaces shall be clean and dry, and as recommended by the coating manufacturer before coating is started. Prime Coat: ICI Dulux 2000; Tnemec 54 -561; or approved equal. Finish Coat: Two or more coats, 7 -10 mil dry-film thickness: ICI Dulux Professional 2200 Acrylic; Tnemec 6 -465; or approved equal. System No. 11 — PVC Tape Service Conditions: Shall be used on all buried small steel and non- ferrous pipe. Surface Preparation: Prior to wrapping the pipe with PVC tape, the pipe and fittings first shall be primed using a primer recommended by the PVC tape manufacturer. Application: After being primed, the pipe shall be wrapped with a 20 -mil adhesive PVC tape, half- lapped, to a total thickness of 40 mils. System 12 - Masonry (Exterior Surface of Building) V: a9- lSpecvLW=CVW (re& Spam).00e PAINTM AND COATM SECTION 09900.10 Surface Preparation - Dirt, dust and loose particles shall be removed. Surfaces shall be thoroughly dry. Coating - Surface shall be coated with a water - repellant material that will not affect the color of the concrete, Amercoat No. 1955, Hunt Process MD7C, or equal. Application shall be in two (2) coats with low- pressure spray equipment, using a minimum of one gallon per 200 square feet of surface. Color shall be as required by the City. M. System 13 - Architectural Metalwork (Interior and Exterior Doors, Door Frames, and Window Sash: Interior Exposed Machinery, Equipment and Piping), except aluminum. Surface Preparation - Surfaces shall be hand tool cleaned in accordance with SSPC -SP -2 (Hand Tool Cleaning). Coating (Devoe Alternate) Prime Coat (as required): ICI /Devoe Devflex 4020 or approved equal. Finish Coat: Two (2) finish coats of ICI /Devoe Devflex 4206 or approved equal. Coating (National Lead Alternate) Prime Coat: National Lead 052 Primer or approved equal. Finish Coat: Two (2) finish coats of NALCO 57 W11 Series or approved equal. NOTE: Interior exposed galvanized metalwork, electric conduit, copper tubing, and brass piping hall receive a finish coating in a color and material consistent with the room color scheme as approved by the Engineer. N. System 14 - Architectural Woodwork (Interior and Exterior) Surface Preparation - Wood surfaces to be painted shall be cleaned of dirt, oil or other foreign substances with mineral spirits, scrapers, sandpaper or wire brushes. Finish surfaces exposed to view shall, if necessary, be made smooth by planning or sandpapering. Mil work shall be sandpapered where necessary and given a coat of the specified primer on all sides before installation. Small dry seasoned knots shall be surface scraped, sandpapered and thoroughly cleaned, and shall be given a thin coat of WP -578 Western Pine Association Knot Sealer before application of the priming coat. Large open, unseasoned knots and all beds or streaks of pitch shall be scraped off, or if the pitch is still soft, it shall be removed with mineral spirits or turpentine, and the resinous area shall be thinly coated with Knot Sealer. After priming, all holes and imperfections NIPRWWTSMM$6790MOdtoOOeaa L*MCS%Sg, y C qM (raW Sp=).doc SECTION 09900.11 shall be filled with putty or plastic wood (colored to match the finish coat), allowed to dry and sandpapered smooth. Painting of interior wood surfaces shall proceed insofar as practicable, only after masonry work has dried. Existing wood shall be cleaned of all loose or flaking paint and sandpapered as required. Finish color for all woodwork shall be furnished in accordance with the City and /or Homeowner's Association requirements. Coating (Devoe Alternate) Interior Prime Coat shall be ICI Sinco Prime 975N or approved equal. Exterior Prime Coat shall be ICI Sash and Trim Wood Primer 248N or approved equal. Interior Finish Coat: Two (2) finish coats shall be ICI SG45 NXX Sinco -Speed Semi -Gloss Enamel or approved equal. Exterior Finish Coat shall be ICI Sash and Trim GX22 Gloss Alkyd Enamel or approved equal. Coating (National Lead Alternate) Interior Prime Coat: National Lead 30P15, brush - applied or approved equal. Exterior Prime Coat: National Lead 010, brush- applied or approved equal. Finish Coat: Two (2) finish coats shall be National Lead 1200 Series, brush - applied or approved equal. 2.03 FINISH A. All buried ductile iron pipe and fittings, shall be coated with approximately 1 mil petroleum asphaltic coating. The coating shall be applied to the outside of all fittings in complete accordance with AWWA C 100, latest edition. All pipe shall be shop coated. After coating, buried pipe and fittings shall be encased in a 8 mil polyethylene tube in complete accordance with AW WA C 105, latest edition. B. Interior walls of wet well and manholes shall be coated as specified in Section 09950. C. All stainless steel bolt and screw surfaces in contact with aluminum shall be coated with Never -Seez by Never Seez Compound Corp., WLR No. 111 by Oil Research Inc., or equal. 2.04 AIR QUALITY REQUIREMENTS Materials shall comply with South Coast Air Quality Management District's Rule 1107 for shop coating and Rule 1113 for field coating. V UIRWECTS120 U979P01QXWW dasnluber .'sL- p" "0C(Tech Sp ,kdx SWTION 09M • 12 PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Do not sandblast or prepare more surface area than can be coated in one day. Remove all sharp edges, burrs, and weld spatter. B. Surface preparation shall conform with the SSPC specifications as follows: Solvent Cleaning SP -1 Hand Tool Cleaning SP -2 Power Tool Cleaning SP -3 White Metal Blast Cleaning SP -5 Commercial Blast Cleaning SP -6 Brush -Off Blast Cleaning SP -7 Pickling SP-8 Near -White Blast Cleaning SP -10 C. Wherever the words "solvent cleaning" "hand tool cleaning" "wire brushing" or "blast cleaning" or similar words are used in these specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structure Painting Council, Surface Preparation Specifications, ANSI A159.1) Specifications listed above. D. Sandblasting: The Contractor shall provide suitable enclosure, exhaust system, and bad house for sandblasting operations to prevent violations of applicable air quality requirements. 3.02 PAINTING SYSTEMS A. All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, dryers, and other additives shall be as recommended by the paint manufacturer for the particular coating system. B. Deliver paints to the job site in the original, unopened containers. 3.03 PAINT MIXING Prepare multiple- component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple - component coatings that have been mixed beyond their pot life. Provide small quantity kits for touchup painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. &2noplbst%_ "M rrn spncAtlx SECTION 0990D. 13 3.04 3.05 3.06 SURFACES NOT TO BE COATED Do not paint the following surfaces. Protect during the painting of adjacent areas: A. Stainless steel. B. Brass and copper tubing, submerged. C. Buried pipe, unless specifically required in the piping specifications. D. Equipment Name Plates and grease fittings. E. Aluminum grating. PROTECTION OF SURFACES NOT TO BE PAINTED Remove, mask, or otherwise protect hardware and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. SURFACES TO BE COATED Coat surfaces as described below: A. Coat above ground and exposed piping or piping as described in the various piping specifications. B. Coat valves as described in the various valve specifications. Above ground valves, or valves in vaults and structures, shall match the color of the connecting piping. C. Coat buried flanges, nuts and bolts, valves, flexible pipe couplings, exposed rebar in thrust blocks, and valve boxes as specified in the particular specifications for the above items. D. Coat above ground structural steel as described in the structural steel and miscellaneous metalwork specifications. E. Pipe supports in vaults and pump station shall match the color of the adjacent piping. F. Exposed indoor galvanized electrical conduits shall be coated per Section 2.02. Color of finish coat shall be OSHA Safety Orange. G. Mechanical equipment, such as pumps, shall be coated in accordance with Section 2.02. H. Concrete surfaces, floors, walls and ceilings, inside the dry well, control room and generator room. NwPoDJE07S4040WOWdwWOOdomt%p Lo pm CSBM(r9M spe ).a PAINTINGANDCOATING SECTION 09999 -14 3.07 FIELD TOUCH -UP OF SHOP - APPLIED PRIME COATS Surfaces that are shop primed shall receive a field touch -up of the same primer used in the original prime coat. 3.08 DRY -FILM THICKNESS TESTING A. If required by the City, measure coating thickness specified for metal surfaces with a magnetic -type dry-film thickness gauge. Test the finish coat (except zinc primer and galvanizing) for holidays and discontinuities with an electrical holiday detector, low- voltage, wet - sponge type. Measuring equipment shall be provided by the Contractor and subject to calibration testing by authorized inspector. Provide detector as manufactured by Tinker and Paser of K -D Bird Dog. Provide dry-film thickness gauge as manufactured by Mikrotest or Elcometer. Check each coat for the correct dry-film thickness. Do not measure within eight hours after application of the coating. B. If the item has an improper finish color or insufficient film thickness, the surface shall be cleaned and topcoated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power- sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections. 3.09 WORKMANSHIP A. Skilled craftsmen and experience supervision shall be used on all work. B. Clean drop clothes shall be used. All damage to surfaces resulting from the work hereunder shall be cleaned, repaired, and refinished to their original condition. C. All coatings shall be applied under dry and dust -free conditions. Coating shall be done in a workmanship manner so as to produce an even film of uniform thickness. Edges, corners, crevices, and joints shall receive special attention to insure that they have been thoroughly cleaned and that they receive an adequate thickness of coating material. The finished surfaces shall be free form runs, drops, ridges, waves, laps, brush marks, and variations in color, texture, and finish. The hiding shall be so complete that the addition of another coat would not increase the hiding. Special attention shall be given to insure that edges, corners, crevices, welds and similar areas receive a film thickness equivalent to adjacent areas. END OF SECTION 09900 VIPAOJECTSW40467awmc 400 d=WpeaLS = C SM (TOM SPM).doe PAWTING AND CDATING SECTION WWI -15 SECTION 09960 REHABILITATION OF CONCRETE STRUCTURES WITH A PROTECTIVE COATING PART 1 — GENERAL 1.01 SECTION INCLUDES A. Requirements for surface preparation, and protective coating application on the interior surfaces of the wet wells (and where indicated on the plans) to be performed by the Contractor. 1.02 RELATED SECTIONS A. Section 7 -10: Public Convenience and Safety 1.03 REFERENCES A. ASTM D638 - Tensile Properties of Plastics. B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. ASTM D4541 - Pull -off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584 - Volatile Matter Content. F. ASTM D2240 - Durometer Hardness, Type D. G. ASTM D543 - Resistance of Plastics to Chemical Reagents. H. ASTM C109 - Compressive Strength Hydraulic Cement Mortars. I. ASTM C396 - Compressive Strength of Cement Mortars. J. ACI 506.2 -77 - Specifications for Materials, Proportioning, and Application of Shotcrete. K. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. L. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. k WRWEC(S1 W4V79W%d0C W IWIOPMISq C4M (Tod6 $p ) dW REHABILITATION OF CONCRETE STRUCTURES WITH A PROTECTIVE COATING SECTION 99W I M. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. N. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. 1.04 SUBMITTALS A. The following items shall be submitted: 1. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. 2. Material Safety Data Sheets (MSDS) for each product used. 3. Project specific guidelines and recommendations. 4. Applicator Qualifications: a. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of the products to be used. b. Certification by the protective coating manufacturer that the equipment to be used for applying the products has been approved and Applicator personnel have been trained and certified for proper use of the equipment. C. Five (5) recent references of Applicator (projects of similar size and scope) indicating successful application of a high - build solvent -free epoxy coating by spray application. d. Proof of any necessary federal, state or local permits or licenses necessary for the project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. 1.05 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the protective coating manufacturer's recommendations. MIPROJECTSI204046790MWI O dw,169er 0pS C-3M (TOM SPe ).doc FIEHABMATION Of CONCRETE STRUCTURES WITH A PROTECTIVE COATING B. The protective coating for the wet well shall be performed by an Applicator that has performed this same type of work for at least five (5) years. The concrete surface, existing and new, shall be well cleaned and prepared to ensure the coating is firmly secured in place. The surface preparation including, but not limited to sandblasting, roughening, cleaning, patching and/or pre- coating with suitable materials, shall be performed by the same coating applicator. C. The City will have a NACE Certified Coating Inspector inspect the application of wet well coating application. The Inspector will observe daily operations, procedures and final product to ensure adherence to the specifications by Applicator. 1.06 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. Protective coating materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. C. Protective coating materials are to be handled according to their material safety data sheets. 1.07 SITE CONDITIONS A. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. B. Method statements and design procedures are to be provided by City when confined space entry, flow diversion, debris removal or bypass is necessary in order for Applicator to perform the specified work. 1.08 WARRANTY A. Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the City. YIPfA0.�ECT31204M67a00WaN /00deenl^yB(.YL4ja@cs G3B01(Tech Sp=).dw REHABILITATION OF CONCRETE STRUMRES WITH PROTECTIVE COATWS SECTION 9960 3 PART 2- PRODUCTS 2.01 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement) must be well cured prior to application of the protective coating. Generally, 28 days is adequate cure time for standard Portland cement. If earlier application is desired, compressive or tensile strength of the concrete can be tested to determine if acceptable cure has occurred. (Note: Bond strength of the coating to the concrete surface is generally limited to the tensile strength of the concrete itself.) With the City's prior approval, quick setting cement may be used for the surface repair. B. Cementitious patching and repair materials should not be used unless their manufacturer provides information as to its suitability for topcoating with an epoxy coating. Project specific submittals and procedures should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. C. Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 2.02 MANUFACTURER AND APPLICATOR A. Zebron Corporation, Inc., P.O. Box 2874, Newport Beach, CA, 92659 Phone: 800 - 824 -4214 The City approved applicator is Gregory Hex. E -Mail: Gregory@zebron.com. 2.03 REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the engineer and protective coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. B. As an example, the following products may be accepted and approved by the protective coating manufacturer and could be used within the specifications: 100% solids, solvent -free epoxy grout that can be troweled or sprayed and specifically formulated for optimum epoxy top coating compatibility. The epoxy grout manufacturer shall provide instructions for epoxy top coating procedures. d- ft9p —I.Spe 03BM (Teen SOM) d6e RENABUTATION OF CONCRETE STRUCTURES WITH A PROTECTNECOATINO SECTION 9966 4 2. Factory blended, rapid setting, high early strength, fiber reinforced, non - shrink repair mortar that can be trowelled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy top coating. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for top coating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface prepration procedures which permit optimum bond strength with the epoxy coating. 3. Shotcrete shall conform to all requirements of ACI- 506.2 -77 as published by the American Concrete Institute, Detroit, MI except as modified by these specifications. Shotcrete composed of Portland Cement, aggregate and water so proportioned as to produce a concrete suitable for pneumatic application. Shotcrete ingredients shall be selected, proportioned in such a manner as will produce sound concrete that is strong, dense and suitable for polymer top coating. Cured shotcrete shall have a minimum surface tensile strength of 300 psi. No coatings shall be applied prior to a full 28 day- cure unless test patches of coatings exhibit acceptable bonding characteristics and no outgassing as prescribed herein or the repair mortar manufacturer certifies acceptable topcoating parameters. 2.04 PROTECTIVE COATING MATERIAL A. Zebron Corporations 386 epoxy coating system - a 100% solids, solvent - free two- component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications (up to (depends on product) mils in a single coat). Product type Amine cured epoxy Color (see product data sheet) Solids Content (vol %) 100 Mix Ratio (see product data sheet) Compressive Strength (see product data sheet) Tensile Strength, psi (see product data sheet) Tensile Elongation, % (see product data sheet) Flexural Modulus, psi (see product data sheet) Hardness, Type D (see product data sheet) Bond Strength - Concrete > Tensile Strength of Concrete Chemical Resistance to: (Examples) Sulfuric Acid, 10% Immersion Service Sodium Hydroxide, 20% Immersion Service MEK Incidental Contact V U`RWECTSM0I67QWd0 "desnlSpec'sft= C,1M (Tech Spee ,ft RERABUTATION OF CONCRETE STRUCTURES WITH A PROTECTIVE COATING SECTION 9966.5 {include reagents relevant to the project) 2.05 PROTECTIVE COATING APPLICATION EQUIPMENT A. Manufacturer heated plural component spray equipment shall be used in the application of the specified protective coating. 2.06 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT (if spray applied) A. Spray applied repair mortars shall be applied with manufacturer approved equipment. PART 3 - EXECUTION 3.01 ACCEPTABLE APPLICATORS A. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. B. Protective coating must be applied by a Certified Applicator of the protective coating manufacturer and according to manufacturer specifications. 3.02 EXAMINATION A. All structures to be coated shall be readily accessible to Applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. D. Installation of the protective coating shall not commence until the concrete substrate has properly cured and been prepared in accordance with these specifications. D. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Where varying surface temperatures do exist, care should be taken to apply the coating when the surface temperature is falling versus rising (ie. late afternoon into evening ... as opposed to ... morning into afternoon). N.WAQIECFS1M0W900IduCNQDd"L9p LSp= C%qM (7eW gp=)d F19MILITATION OF CONCRETE STRUCTURES WITH PROTECTWECOATINO 3.03 SURFACE PREPARATION The surface to be coated with the specified product will be exposed to raw sewage, including a major portion of existing concrete exposed to raw sewage (e.g. existing wet well), a portion of existing dry well and a new top concrete slab. A. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify City of any noticeable disparity in the surfaces that may interfere with the proper preparation or application of the repair mortar and protective coating. B. All contaminants including: oils, grease, unsound or incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. C. All concrete that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. D. Surface preparation method(s) should be based upon the conditions of the substrate and the requirements of the epoxy protective coating to be applied. E. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Generally, this can be achieved with a low- pressure water cleaning using equipment capable of 5,000 psi at 4 gpm. Other methods such as high - pressure water jetting (refer to NACE Standard No. 5 /SSPC- SP12), abrasive blasting, shot blasting, grinding, scarifying or acid etching may also be used. Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. F. Infiltration shall be stopped by using a material which is compatible with the specified repair mortar and is suitable for top coating with the specified epoxy protective coating. G. Test prepared surfaces after cleaning but prior to application of the epoxy coating to determine if a specific pH or moisture content of the concrete is required according to manufacturer's recommendations. H. All surfaces should be inspected during surface prep and before the repair mortar is applied. V•LORWECTSLVO467900'docWW dw ISP csftmi C404 (ISM SPOCS00C REHA&LITATION OF CONCRETE STRUCTURES WITH A PROTECTIVE COMM SECTION 9060-7 3.04 APPLICATION OF REPAIR MATERIALS A. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Project Engineer's recommendations. B. Repair materials shall meet the specifications contained herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Project Engineer according to the City's requirements and the manufacturer's recommendations. C. Cementitious repair materials shall be trowelled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No bug holes or honeycomb surfaces should remain after the final trowel procedure of the repair mortar. D. The repair materials shall be permitted to cure according to manufacturer recommendations. E. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating manufacturer's representative or certified applicator to ensure proper finishing for suitability to receive the specified coating. F. After abrasive blast and leak repairs have been performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shot blast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair mortar and prior to application of the epoxy coating. G. All surfaces should be inspected during and after preparation and before the protective coating is applied. 3.05 APPLICATION OF PROTECTIVE COATING A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, and environmental controls during application, safety, and spray equipment. WPRC,WTSM04678wn'cwweetnls;p L.P= c4m (rem soom).cbe REHABILITATION Or PROTECTIVE COATING SECTION 99W 8 B. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. C. The protective coating material must be spray applied by a Certified Applicator of the protective coating manufacturer. D. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent -free, 100% solids, epoxy protective coating as further described herein. Spray application shall be to a minimum dry film thickness of 125 mils for the concrete surface in the existing wet well and at least 80 mils for the concrete surface of the existing dry well and the new top concrete slab. E. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. Air assisted spray application equipment may be acceptable, especially for thinner coats ( <10 mils), only if the air source is filtered to completely remove all oil and water. F. If necessary, subsequent top coating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, ideally within 12 hours but no later than the recoat window for the specified product. Additional surface preparation procedures will be required if this recoat window is exceeded. G. Fiberglass woven - roving fabric shall be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength where desired, such as the crown of pipes. Sloped surfaces of the floor may be made non -skid by broadcasting aluminum oxide or silica sand into the surface prior to gelation. 3.06 TESTING AND INSPECTION A. During application a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used to ensure a monolithic coating and uniform thickness during application. B. After the protective coating has set hard to the touch it shall be inspected with high - voltage holiday detection equipment. Surfaces shall first be dried, an induced holiday shall then be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced V IP%WECTSI20WWM a00 desnl*=LLpsm 0404 MOM APMAdw REHABILITATION OF CONCRETE STRUCTURES WITH PROTECTIVE COATING ly T.i i?.Rk &S7 holiday (refer to NACE RP0188 -99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating material can be hand applied to the repair area. All touch -up /repair procedures shall follow the protective coating manufacturer's recommendations. C. Measurement of bond strength of the protective coating to the substrate can be made at regular intervals and along different sections of the structure (i.e.. crown of pipe, wall, invert -- every 200 ft). Bond strength can be measured in accordance with ASTM D4541. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Applicator in strict accordance with manufacturer's recommendations. D. A final visual inspection shall be made by the Inspector and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Applicator. E. The municipal sewer system may be put back into non - severe operational service as soon as the final inspection has taken place. However, for severe corrosion duty such as high concentrations of acids, bases or solvents, 3 to 7 days and/or force cure by heat induction to the coated surfaces may be necessary prior to returning to service. Consult coating manufacturer for further details. END OF SECTION 099 60 NIPRNECTS1201006]900]*CW pder.,ISp tgpem C-3RW ffeeh4 )dw RENASILRATION OF CONCRETE STRUCTURES WIN PROTECTIVE COATING SECTION 9060.10 SECTION 11010 MECHANICAL EQUIPMENT PART1- GENERAL 1.01 DESCRIPTION This Section contains general information required to install mechanical equipment as shown on the Drawings and specified in the various individual Specifications. Included shall be all supervision, labor, materials, tools, equipment and services as required for installation and test operation of equipment, including the services of Manufacturer service engineers, receiving, unloading, storage, protection, installation and complete erection of all mechanical equipment required in these Specifications. Installation shall include, but not be limited to, placing, shimming, anchoring, grouting, cleaning, painting, lubricating, assembling, testing and adjusting of all mechanical equipment. Installation shall also include providing all required miscellaneous parts. 1.02 COORDINATION OF WORK The Contractor shall coordinate his work with other disciplines to provide a complete, operational installation. 1.03 RESPONSIBILITY FOR EQUIPMENT The Contractor shall be liable for all damage to the equipment which is to be furnished and installed under this Contract, as well as for any damage to structures or other property, real or personal, resulting from the movement of equipment or installation work. This liability shall continue until the installed equipment is accepted by the City's Representative. 1.04 QUALITY OF EQUIPMENT AND WORKMANSHIP A. Materials of Construction. Equipment and appurtenances shall be designed in conformity with the specified standards as listed herein. Equipment shall be constructed of materials for the conditions of exposure and of such strength to withstand all stresses that may occur during testing, installation, and all conditions of normal operation. B. Conformance to Shop Drawings. Machinery parts shall conform exactly to the dimensions shown on the Shop Drawings. The corresponding parts of the identical machines shall be made interchangeable. Clearance shall be provided for repairs, inspection and adjustment. V.'M0JCCT9W$04679Wttlw" eesnWi wLIP= C,3804 (TOM SPM).dW MECHANICAL EQUIPMENT SECTION 11010- 1 C. Appearance of Exposed Surfaces. Exposed surfaces shall be finished in appearance. All exposed welds shall be ground smooth and the corners of structural shapes shall be rounded or chamfered for personnel protection. D. Equipment Safety Devices. All machinery and equipment shall comply in all respects with the provisions of Federal, State and local laws and regulations regarding occupational safety. E. Seismic Design of Equipment and Their Anchorage. Equipment, together with their appurtenances, shall be designed to withstand seismic loadings according to the Uniform Building Code (latest edition). Equipment design shall consider various conditions of content levels, including both full and empty. Equipment design shall then be based on the most severe condition. Equipment manufacturers shall also be responsible for seismic design of the recommended anchorage system for their equipment. The Contractor shall install equipment using the manufacturer's recommended anchorage system or using the anchorage system otherwise shown or specified by these contract documents; implementing whichever system is most conservative, at no additional cost to the City. Shop drawings shall include seismic design calculations that shall be sealed by a registered Professional Engineer. The signing professional engineer shall be licensed in the State of California unless other registration is accepted by City. 1.05 EQUIPMENT GUARANTEES Contractor shall guarantee all equipment provided under this Contract in accordance with the Contract Documents. PART 2- PRODUCTS 2.01 ANCHORS AND SUPPORTS The Contractor shall furnish, install, and protect all guides, bearing plates, anchor and attachment bolts, and all other appurtenances required for the installation. Anchors and supports shall be as shown on the drawings or specified elsewhere. If not shown or otherwise specified, anchors and supports shall be of ample size and strength (refer to Section 1.3.5 herein for seismic design requirements) for the purpose intended and shall be approved by the City's Representative. Cast -in -place anchor bolts shall be furnished where required. Reference the contract drawings for sizes, locations, and materials of such cast -in -place V."W8CT=04WVS0&AWW00 d�lSpeasL* —C V07 (T-h Sp—Xc - MECNAMCN. EQUIPMENT SECTION 11010.2 anchors. The Contractor does not have the option of using expansion anchors in lieu of indicated or specified cast -in -place anchors, without Engineer's prior approval. The Contractor shall obtain and use shop drawings or suitable templates when required for proper placement of equipment anchors. 2.02 LUBRICATION A. General. The Contractor shall thoroughly lubricate all equipment in accordance with the equipment manufacturer's instructions. Lubricating oils and greases shall be of the type and viscosity recommended by the equipment manufacturer. A one year supply of all necessary lubricants shall be provided by the Contractor for each piece of equipment. B. Flushing Oil. All lubricants shall be fumished with flushing oils as recommended by the Manufacturer. This includes, but is not limited to, all gearing and bearings, regardless of whether they have been shipped with or without oil soluble protective coatings. C. Equipment "Run -In." Following flushing, oil lubricating systems shall be filled with "run -in" oil as recommended by the equipment manufacturer. The equipment shall be "run -in" at the no -load condition for a minimum of two (2) hours. Following "run -in" and inspection, the equipment is to be drained and flushed again with flushing oil and refilled with lubricant as recommended by the Manufacturer. The schedule for the above procedures is to be submitted for review by the City's Representative, at least two (2) weeks prior to the selected procedure starting date. D. Grease Fittings. The grease fittings on all mechanical equipment shall be such that they can be serviced with a single type of grease gun. Grease fittings shall be a standard button -head type. Where locally mounted grease fittings would be difficult to service, the fittings shall be extended by adequately sized tubing to a point that shall provide accessibility for normal maintenance. Such points shall be located and installed as per the City's directive. 2.03 PROTECTIVE COATINGS AND PAINTING A. General. All equipment and materials shall be painted per the requirements of these contract documents. B. Machined Surfaces. All machined surfaces and shafting shall be cleaned and protected from corrosion by the proper type and amount of coating VVftWECTSMW0W7900,*0W00desnl.0e S,,w= C,"N(TOGA SPOCS ) .dx MECHANICAL EQUIPMENT SECTION 11010 -9 necessary to assure a minimum protection for two (2) years after shipment. C. Lubricated Components. Oil lubricated gearing, bearings, and other lubricated components, shall be shipped with an oil soluble protective coating as recommended by the Manufacturer. The coating shall be selected to provide protection for two (2) years. D. Field Touch -Up of Factory- Painted Equipment. Provide two (2) quarts of paint compatible with the finish coat on factory- painted equipment for field touch -up. 2.04 TOOLS AND ACCESSORIES The Contractor shall furnish, with each type, make or size of equipment, any special tools, wrenches and appliances which may be needed to adjust, operate, maintain or repair the equipment. Such tools and appliances shall be high - grade, properly labeled, and delivered to the City with the equipment. Tools shall be furnished with the equipment. PART 3- EXECUTION 3.01 3.02 SHOP DRAWING INFORMATION TO BE SUBMITTED BY CONTRACTOR A. General. Contractor shall submit shop drawings, schematics, technical data and all other information as necessary for City to evaluate compliance of proposed equipment with the specifications per the requirements of Specifications herein and individual equipment specifications. Additionally, Contractor shall submit the information listed below as appropriate. B. Tabulation of Additional Equipment or Parts That Are Required For a Complete Installation. The Contractor shall provide a tabulation and detailed description (including cost) of any auxiliary equipment or spare parts required for proper operation and maintenance (by City) which are not included in the Bid. C. Tabulation of Special Tools. The Contractor shall provide a list of all special tools to be provided in accordance with Paragraph 2.4. D. Instruction of City's Personnel. Recommended number of days for instruction and training of City's operating personnel, if different than the time specified, and per diem charges for such instruction if such costs are not included in the Bid. NOISE REQUIREMENTS VIPAOJ�fS207016MWY /a.1600daartlSpetslSpats CSM(Tech SPe ).dW MECHANICAL EOUWMENf SECTION 11010.4 All equipment that is specified to meet a certain noise generation limit shall be tested by the Contractor for noise generation after installation, at no additional cost to the City. When tested, equipment shall include the complete driver and driven equipment. Eight (8) certified copies of the test shall be submitted to the City for approval prior to final acceptance. If the tested equipment exceeds the specified noise limit, the Contractor shall provide corrective measures at no additional cost to City, as required to achieve compliance. Such measures may include (but shall not be limited to): Fumishing and installing a stainless steel silencer on the equipment system. • Providing a noise reducing enclosure around the equipment. These or other measures shall be implemented by the Contractor as required to achieve the specified maximum noise level. Subsequent to construction of such noise control measures, the Contractor shall retest the modified equipment system. Testing and equipment revision will continue at no additional cost to City until compliance with the specified noise limit is achieved. In all instances, copies of certified noise level test methods will be provided to City demonstrating the noise characteristics of the equipment system when each test is made. Field measurements shall be taken by competent, trained workmen who have prior experience testing and interpreting the field data obtained for similar installations. 3.03 SHOP TESTING AND SHOP INSPECTION A. Shop Testing By Manufacturer. Manufacturer's standard test procedures shall be required. The Manufacturer shall demonstrate that equipment meets all the requirements of this Specification. The Contractor shall notify the City's Representative in writing, at least five (5) working days prior to commencement of shop tests, of the time and place of all shop tests. B. Shop Inspection By the City. The City shall be granted reasonable access to the production and shop test areas of the equipment manufacturer's facility during manufacturing and testing. However, Inspection by the City's Representative will not relieve the Contractor of his responsibility for workmanship, materials and specification requirements. 3.04 SHIPPING AND IDENTIFICATION A. Tagging of Equipment Shipments. The equipment covered in these Specifications shall be fabricated in the minimum number of sub- assemblies necessary for transportation. Small components or assemblies shall be adequately boxed or crated to prevent damage during shipment. MROJECT3=QM7Wa&bcWWdis k;o —W.acs C4M(TbM ape ) doo MECHFMCAL EQUIPMENT SECTION 11010 -5 3.05 3.06 Each assembly or package shall be identified with a durable shipping tag securely attached and plainly marked with the Contractor's order number, Manufacturer's purchase order number and equipment number. All shipments shall be "tagged" by the Contractor with a °wired -on" metal or plastic tag clearly stenciled or lettered with paint or waterproof ink. The information on the tags and cartons should include Contractor's order number, purchase order number, manufacturer's number and the equipment number. Any expense incurred by City due to the Contractor's failure to do so will be back charged or deducted from his Contract. B. Equipment Nameplates. Each piece of equipment shall be provided with a substantial stainless steel nameplate, securely fastened in a conspicuous location and clearly inscribed with the Manufacturer's name, year of manufacture, serial number, principal rating data and equipment item number. C. Equipment Openings. All openings shall be covered with plywood, plastic or wood plugs or shields to prevent debris from entering the assemblies. D. Lifting. Each assembly or sub - assembly shall have lifting lugs to facilitate erection. OPERATING AND MAINTENANCE MANUALS Operation and Maintenance Manuals shall be furnished in accordance with the Supplementary General Conditions and individual equipment specifications. INSTALLATION OF EQUIPMENT A. General. The Contractor's work procedure shall conform to the Manufacturer's installation instructions and shall be consistent with manufacturer's performance warranties unless expressly directed otherwise by the City's Representative. B. Leveling of Equipment. Equipment shall be erected level and plumb on the foundations and supports at the locations and elevations shown on the Drawings, unless otherwise directed by the City's Representative during installation. The equipment shall be brought to proper level with wedges, shims, or backing nuts. Precision gauges and levels shall be used in setting all equipment. After the machine has been leveled and aligned, the nuts on the anchor bolts shall be tightened to anchor the machine firmly into place against the shims and backing nuts. Wedges shall be removed after shimming. N.waaECTSM4DW19Wd- iMde -l-1 el —LSo= C,9M Rem SparAUOC MECHANICAL EQUIPMENT SECTION 11010 -0 Grout placed beneath equipment bases shall be as specified in these contract documents, and shall be installed in accordance with the manufacturer's instructions. C. Access For Maintenance and Operation. All equipment shall be installed in such a manner as to provide access for routine maintenance and lubrication. D. Portable Equipment. Equipment of a portable nature that requires no installation shall be delivered to a location designated by the City's Representative. 3.07 MECHANICAL START -UP Once the equipment has been installed, complete with all auxiliary and support systems, and is ready for operation, the Contractor shall mechanically check out the equipment to verity that the equipment functions correctly under "non - process" conditions. The equipment shall be fine - tuned, adjusted, water tested, where applicable, and completely checked out before the equipment and support systems are considered ready for process start-up. The Contractor will be responsible for coordinating this effort and providing all support services and facilities necessary for work effort. The equipment will not be considered ready for process start-up until the Citys Representative is satisfied that the equipment has been satisfactorily checked - out and successfully passed a "non- process" test run. END OF SECTION 11010 P:U'ROIEC7SI2000WW0Wp"WWdI WP9WSP= 04004 tram Spa ).ec MECHANICAL EQUIPMENT SECTION 11010.7 SECTION 11175 PUMPING EQUIPMENT PART1- GENERAL 1.01 WORK INCLUDED The Contractor shall furnish and install all pumping equipment as shown on the Plans and as specified herein. The Contractor is responsible to provide all necessary appurtenances as required for a complete and operable system. The pumping equipment specified herein, include the following pumps: A. Three (3) Sump Pumps (Diamond Ave, Back Bay and Bren Tract) B. Two (2) Vortex Sewage Pumps for Bren Tract 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 2.5.3: Shop Drawing Submittals. B. Section 303: Concrete, Grout and Related Materials. C. Section 09900: Painting and Coating. D. Section 16000: General Electrical and Motor Control Panel. 1.03 CODES AND STANDARDS A. The work of this Section shall comply with the current editions of the following codes: 1. Uniform Mechanical Code 2. Uniform Plumbing Code 3. Uniform Fire Code 4. National Electrical Code 5. Uniform Building Code B. Qualification of Manufacturer The manufacturer of each type of pump shall have a minimum of five years experience in the design and manufacture of that type of pump. The manufacturer shall have references available when required by the Engineer. C. Standards of the Hydraulic Institute V'WF VL:CTS=40487aO&dxUWdes WpomL -pom C4M (Tedl.?P=c -dx PUMPING EQUIPMENT SECTION 111]5.1 1.04 SUBMITTALS In addition to the requirements of the Special Provisions, the following shall also be supplied to the Engineer: A. Manufacturer's catalog data showing descriptions and illustration. B. Manufacturer's specifications and engineering data for: 1. Material 2. Parts 3. Devices 4. Accessories 5. Performance data including operating head, capacity, efficiency, NPSH and horsepower of operable range. C. Shop Drawings: 1. Details and dimensions of factory -built equipment, and appurtenant components. 2. Details, design criteria couplings and standards used for fabrication of pumps, connections, supporting members and anchor devices. 3. Details and dimensions of associated items such as piping, concrete structures, and appurtenances to incorporate the manufacturers supplied items. 4. Deviations from the proposed arrangement and specifications based on the factory-built equipment and any prefabricated items. 5. Location of supply limit and type of connection provided on the prefabricated units and to be continued by other. 6. Wiring diagrams for electrical and instrumentation. 7. Manufacturer's reports on hydrostatic tests, performance tests and analyses which complies with Hydraulic Institute Standards specifications. 8. Manufacturer's sample form for reporting the performance test results. Submit at least two weeks before the tests. The test form shall contain the data presented in the sample form in Hydraulic Institute, Section 6 of the ASME Performance Test Code PTC 8.2. NW#1)ECTSI2DOD/B%gwdxww 08 zpwszpy Gaga(Twh sp Ax a auWNGEMMMENT SECTION 11175.2 9. Manufacturer's design and calculations for intermediate shafting. Show shaft lengths, location of intermediate bearing support, and shaft critical speed. D.. Test reports for pumps, motors, instruments components, and package system tested in the factory as required. Test reports to be submitted for review and are approved at least two weeks prior to shipping the units from the factory. E. Manufacturer's proposed warranty. F. Parts list. G. Spare parts list. Above items, A through G shall be submitted prior to equipment fabrication. H. Instructions for installations including assembly, wiring, alignment, adjustment and checking. I. Operation and Maintenance Manuals: 1. General - Equipment function - Normal operation characteristics - Limiting conditions - Certified pump curves 2. Operation Instructions - Start-up - Routing and normal operation - Regulation and control - Shut -down - Emergency 3. Maintenance Instruction Maintenance instructions and schedule Parts identification and assembly illustrations Parts list and predicted life of parts subject to wear J. Manufacturer's guarantee certificates. V�'WR0U8'T' SkM00679WdWW00 dw`- ,WMI!gp c C- MM (T'BM Spm).cbc PUMPING EQUIPMENT SECTION IIM -5 1.05 FACTORY TESTING AND SHIPMENT A. The following procedures shall be included in the factory test prior to shipment. 1. Verification of the pump characteristic curves by testing at 1/4, V2, 3/4, and full flow and recording the measured head and motor current for each flow. 2. Verification of cavitation -free service and absence of motor overheating during conditions after installation. B. The following procedures shall be included as part of the factory shipment: 1. All parts shall be properly lubricated and protected so that no damage or deterioration will occur even during a prolonged delay from the time of shipment until installation is completed and the pumps are read for operation. 2. Finished ferrous surfaces not painted shall be properly protected to prevent rust corrosion. 3. The finished surfaces of all exposed flanges shall be protected with wooden blind flanges. 4. Each pump shall be properly crated to protect the units against damage during shipment. 1.06 PRODUCT HANDLING A. Delivery and Storage Each pump shall have a permanent tag engraved with equipment name and number furnished by the manufacturer firmly attached to the pump. B. Replacements and Repairs It is the Contractor's responsibility to protect the equipment from damage during shipment, storage and construction. Prior to acceptance of the complete work by the City, any damaged equipment or work shall be replaced or repaired by the Contractor at his expense and such replacement or repair shall be reviewed by the Engineer. V' PR0JECTuS=dWG7MVbC f00d— AE;1&=LS0m C3SW (feN SPOM) d= PUMPMG EQUIPMENT SECTIM 11175.4 1.07 1.08 1.09 1.10 GUARANTEE The equipment and appurtenance supplied shall be fit for the proposed application and guaranteed, in writing, against any and all defects in materials, workmanship and design for at least 5 years or 10,000 operating hours from the date of final acceptance. This guarantee is in addition to and not a substitution for any warranty that the City may have. SUBSTITUTIONS Substitutions will not be allowed for equipment specified in this section. Contractor shall provide pump supplied by the specified manufacturer. Additional compensation will not be made to the Contractor for orovidina the requested equipment. SPARE PARTS A. The sewage pumps shall be furnished with the following spare parts: 1. One (1) assembled power frame with shaft, shaft sleeve, bearings, seal box, mechanical seal, wear plate, impeller, impeller washer, and impeller bolt. 2. One (1) mechanical seal assembly for each pump. 3. One (1) wear plate for each pump. 4. Three (3) sets of "O" rings and gaskets for each pump. 5. One (1) shaft sleeve for each pump. 6. One (1) set of bearings for each pump. B. All spare parts shall be packed in containers that are clearly identified with indelible markings on the containers. SERVICES OF MANUFACTURER A. An authorized service representative of the manufacturer shall visit the site and witness the following: 1. Installation of the equipment. 2. Inspection, checking, and adjusting the equipment. 3. Startup and field- testing for proper equipment. 4. Performing field adjustments to ensure that the equipment installation and operation comply with the Specifications. B. An authorized service representative of the manufacturer shall instruct the City's personnel in the operation and maintenance of the equipment, including step -by -step troubleshooting with necessary test equipment. Training shall be specific to the models of equipment provided. INPflOJECTSIY00003780D1dociC00 dDWISPC ISPm C42M(Tm7 SPma).e c PUMPING EQUIPMENT SECTION 11175.5 PART 2- PRODUCTS 2.01 GENERAL A. All pumps shall be new and current manufacture. The Contractor shall complete all piping, electrical and all miscellaneous connections to each pump in accordance with the plans and these specifications for a complete and operable system. B. Each pump shall be tested at the manufacturer's plant over a range from shut off to 150% of design capacity unless noted otherwise. Each fully assembled pumping unit rated 10 -HP or more shall be tested in accordance with the Test Code for Centrifugal Pumps of the Standards of the Hydraulic Institutes, Inc. The test shall provide the results of TDH, horse power requirements, efficiency and NPSHR vs pump capacity. C. All pumps shall be painted in accordance with Section 09900. 2.02 SUMP PUMPS A. The Contractor shall furnish and install at the location indicated on the Plans, a sump pump, including submersible electric motor drive and appurtenances. The pump shall be started and stopped with an encapsulated mercury switch that senses sump liquid level. B. The pump shall be equipped with a one -piece electric power cable or suitable length for connection as shown. A lifting ring shall be provided for removal of the pump for maintenance. C. The motor shall include thermal overload protection and mechanical seal in a separate oil filled cavity to prevent water from entering the motor housing. The pump shall be so constructed that dismantling and repairing may be accomplished without difficulty. D. The plugs shall be provided to match the receptacles per the electrical plans. E. Service Conditions Each pump shall be provided meeting the following requirements: Pump Number of Pumps Location Type of Liquid Flow and Head Discharge Size (Min.) Pump Speed (Max.) de Wpacs0pe C-VO4 froth Som), sc Submersible 3 Sump at each of stations noted Sewage, wash down 19 gpm @ 15' TDH 1 1/2-inch 1550 RPM the pump PUKWING EGUIPMENr aF1:ILS81Jlt1]4 A.. _ . Horsepower (Nameplate) 1/2. HP Motor Type Submersible Power Supply 115 VAC, 1 Phase, 60 Hertz F. Qualifications and Warranty Pump Warranty. The pump manufacturer shall warrant the units being supplied to the City against defects in workmanship and material for a period of one (1) year or as specified under the Municipal Wastewater- Permanent Installation Warranty Policy, whichever is greater. The warranty shall be in printed form and apply to all similar units. 2. The sump pump shall be designed and manufactured for raw sewage handling and shall be Zoeller Pump Company, Model M53- D, or equal. 2.03 SEWAGE PUMPS A. General The Contractor shall furnish and install two (2) sewage pumps for the Bren Tract pump station and the other shall be palletized and appurtenances of UL Listed package. Each unit shall be furnished with a pump and driver. The pumping equipment arrangements shown on the Plans is based upon the best information available to the Engineer at the time of design and is not intended to show exact dimensions peculiar to any specific equipment. Therefore, it may be anticipated that the structural supports, foundations, connected piping and valves shown, may have to be changed in order to accommodate the pumping equipment furnished. No additional payment will be made for such changes. All necessary calculations and drawings for any related redesign shall be submitted to the Engineer for his approval prior to beginning the work. Each pumping unit shall consist of a custom engineered heavy -duty, vortextrecessed impeller type pump equipped with a hand hole and cover. Equipment for the pumps, including motors, bearing frame, stand, and section elbow, shall be provided as a complete unit by the pump supplier. The pumps shall be ESSCO Model 4x12 VDPM, no substitution. B. Conditions of Operation Each pumping unit shall be capable of meeting the following performance criteria: V Qk0L9,e L%L 09800 PUMPING EQUIPMENT SECTION 11175 -7 C. A E. F. G. Design Point T.D.H. at Design Point Efficiency % Maximum Speed Motor Horsepower (Min.) Shutoff Head Minimum Solid Size Power Required Liquid Impeller 275 GPM 50 ft. 43% 1,150 RPM 10 HP 58 Feet 4 Inches 480V/3 phase /60 Hz. Raw Sewage The pump impeller shall be type 316 stainless steel 100% recessed type with seven -vane design that incorporates repelling vanes to reduce shaft seal pressure and balance axial hydraulic thrust. Impeller designs incorporate a lip on the back shroud to direct flow back toward the suction, and the lip has a flywheel effect which helps increase the overall efficiency of the pump. Volute /Casing The casing shall be cast iron heavy -duty back pull out design. The casing shall be epoxy coated. The suction elbow shall be furnished with a clean - out port. A vent port with an isolation valve shall be furnished at the seal box on the casing for vent line connection. Wear Plate The pump shall be equipped with an epoxy coated cast iron wear plate. The wear plate shall be field replaceable. Pump Shaft The pump shaft shall be heavy -duty type 316 stainless steel. The pump shall be equipped type 416 stainless steel shaft sleeve The suction elbow shall be 4 "x6" furnished with a clean -out port. Bearings Each pump shall be fitted with a set of shaft bearings conservatively designed to withstand all stresses of the service specified herein. Bearings shall be of the anti - friction grease - lubricated type. All bearings shall be rated in accordance with AFBMA L -10 for a continuous duty life of not less than 40,000 hours at the most severe loads imposed. Calculations substantiating the bearing selections shall be submitted to the Engineer with the pump submittal. da L*Pe WPM 63806(T"h Sp�)LQ6i6 PUMPMO EOUIPM84T SECTION 11175.8 H. Mechanical Seals Single mechanical seals shall be manufactured by AES, or approved equal. They shall be single seals with silicon carbide sealing faces. All metal parts shall be Type 316L stainless steel. Mechanical seals shall be equipped with a deadhead filtering system. All ferrous surfaces and passages of pumps, and suction elbow, in contact with the process fluid, shall be epoxy coated in accordance with Section 09900, or with the pump manufacturer's equivalent coating. J. The heavy -duty pump stand shall be fabricated from type 316 stainless steel. 2.04 MOTOR A. Each dry-pit solids - handling pump shall be driven by a cast iron body premium efficiency, electric squirrel cage 6 pole induction motor of 10 horsepower, 1.15 service factor, 1,150 RPM, normal thrust, C -face, vertical solid shaft, 256 TC frame, 480 volts, 3 phase, 60 Hz power, TEFC rated. The motor nameplate horsepower rating shall not be exceeded by the brake horsepower requirements of the specified head and capacity conditions. Torque and slip characteristics shall be as recommended by the manufacturer of the driven equipment. B. The stator winding and lead shall be insulated with moisture- resistant Class F insulation for continuous duty in 80 °C rise. The motor shall be designed for continuous duty capable of minimum of ten (10) starts per hour. C. Bearings: Provide bearings that are designed to give 3 years B -10 life for the conditions specified in continuous operation, proportions, mountings, and adjustments consistent with best modern practices for all applied radial and thrust loads at specified speeds. Sleeve Bearings are not acceptable. D. Balance All motors shall be dynamically balanced. The use of solder or similar deposits is not acceptable. Any parent metal removed to achieve dynamic or static balance shall be removed in a manner that will maintain the structural integrity of the rotor. E. Coating The pump power frame and motor shall be shop coated with primer paint, and field coated with a finish coat per Section 09900. 'IPR0.1E 2MOP87900UbcIWOdes� LSp¢o C'AM(Tech3pe )} PUMPINGEQUIPMENT SEMON 11175.9 F. Quality Assurance Pumps are to be engineered and manufactured under a written Quality Assurance program. The Quality Assurance program is to be in effect for at least five (5) years, to include a written record of periodic internal and external audits to confirm compliance with UL Quality Assurance specifications. PART 3 - EXECUTION 3.01 GENERAL The Contractor shall include with his bid, the service of the pumping equipment, a manufacturer's experienced, competent service representative for at least two trips, each as long as necessary to inspect and supervise on installation and start -up of each pumping system, to make any adjustment, if necessary, to demonstrate operation and to instruct operation personnel in maintenance and operation. 3.02 INSTALLATION The Contractor shall follow instructions of the manufacturer of all items covered in this section to perform installation, alignment and lubrication. The manufacturer's representative shall visit the work site during the installation and at completion of the work. A written report covering the manufacturers' representative's findings, or approval of the installation shall be submitted in triplicate to the Engineer covering all inspection and outlining in detail any deficiencies noted. The Contractor shall perform all necessary adjustments and maintenance in accordance with the instruction of the manufacturer's representative. The equipment shall be maintained clean prior to City's acceptance. 3.03 START -UP The manufacturer's representative shall inspect, check and adjust, if necessary, before his approval of the installation. The representative shall be present when the equipment is placed in operation and thereafter as often as necessary until the equipment installation and operation is satisfactory to the Engineer. Demonstration and instruction of operation shall be provided to the plant operating personnel (a minimum of 4 hours). The representative shall furnish to the City, through the Engineer, a written report certifying that (1) the equipment has been properly installed, aligned, lubricated, and (2) the equipment operates satisfactorily at full load condition. 3.04 TESTING A. Shop Test rwa0JECYSW0oeanoacccwaoea UkV0LSpeo caeca (Tech spm)doc PUMPING EQUIPMENT SECTION 11175.10 The pump manufacturer shall perform shop hydraulic test for the sewage pumps with the range and the needed data specified above. The test report shall be submitted to and the Engineer for review. The pumps may be delivered when the test results are acceptable. D. General The Contractor shall provide labor, time, materials, equipment, water, coordination, and documentation for the pump testing procedures. The Contractor shall provide at least one man continuously during the testing period. Testing schedules shall be approved by the Engineer. If equipment fails during the testing period, the Contractor shall stop testing, repair the failure, and re -start testing. Failed tests shall be performed again from the start at no cost to the City. END OF SECTION 11175 VVRaWFSW0W $V900NOta001wnWpeaLgp CVW NdB 809M).dW PUMPING EOUIPMBdt SECTION 11175 -11 SECTION 11500 TEMPORARY PUMPING SYSTEMS PART 1 - GENERAL 1.01 DESCRIPTION This Section contains general information required for the temporary pumping and dewatering systems required to accomplish the construction activities at the existing wastewater pump stations. The Contractor shall be responsible for keeping the existing affected sewer piping in service at all times, and/or provide temporary bypass pumping until the new sewer piping and lift station modifications /enhancements/replacements are fully operable and accepted by the City. This includes providing all labor, materials, and equipment to provide bypass pumping, temporary piping, controls, power and traffic control as needed throughout the entire construction period. A. The bypass pumping system shall include at a minimum, but not limited to, two (2) bypass self - priming (vacuum prime assisted) pumping units (1 primary unit and 1 backup unit) at each manhole or wet well, and all necessary bypass piping. The pumps shall have a 3.5 -inch solids handling capacity. Bypass pumping units shall be diesel engine driven and engine /pump assembly shall be critically silenced (hospital grade; 63 dBA or less at 23 -feet) to ensure minimal noise and disturbance to adjacent residents. B. All piping, fittings, supports, anchoring, anchor bolts, brackets, steel plating, vehicle ramps, temporary AC paving and appurtenances. The bypass pipeline shall consist of DR17 (min) HDPE pipeline. C. A redundant system that includes a separate pump and discharge piping shall be installed and ready for use if the primary pump/system fails. D. The contractor shall submit with their bypass pumping plan and system(s) their proposed methods for monitoring and control of the system(s). At a minimum, the monitoring system shall be comprised of an automatic cellular phone based text notification system which notifies the contractor and up to (4) City personnel contact phone numbers. At a minimum, the temporary bypass pumping system shall be equipped and operated with a control panel and several float switches as follows: • HWL Alarm Float • Backup Pump On Float • Primary Pump On Float •. Pumps off Float �° desnlSpp[slSpsa C,?M Raw Spa ) de SEcn0N 11500 -1 E. Remove all temporary equipment, piping and appurtenances when the permanent pumping system is ready for use. The temporary tie -ins shall be removed and replaced with pipe spools of same materials with transition couplings. The transition couplings shall be ductile iron with epoxy coating and equipped with type 316 bolts and nuts. F. Minimum 72 working hours advanced coordination with City operations staff for all interruptions of the sewer system during tie -ins and operation. G. The contractor shall provide full time (24hr /7day per week basis) on -site maintenance and observation by a qualified and trained team while the bypass system(s) is in operation. One of the minimum qualifications of each team member shall be that they are trained and certified for Confined Space Entry. In addition, the on -site personnel shall maintain and record on a tracking spreadsheet hourly entries of the bypass system operating parameters. At a minimum, these parameters shall include the wet well levels (min and max), discharge line pressure(s), heat, sound (dBA at 234eet) and vibration. H. A detailed bypass pumping plan and submittal for each pump station shall be submitted and receive approval from the City prior to interruption of the sewer or pump station and procurement of any equipment, materials, etc. for the bypass pumping operation. Minimum elements of this submittal will include all catalog cut sheets for all equipment and materials used on the bypass, detailed drawings depicting where the bypass piping /valves /pumps/appurtenances will be located, design calculations of the bypass system, suction and discharge piping specifications, and a written explanation of how the control and monitoring (control panel, float switches and notification system) systems will function. I. All facets of the bypass pumping shall be performed by a qualified and experienced bypass subcontractor or contractor. 1.02 COORDINATION OF WORK The Contractor shall coordinate their work with other disciplines to provide a complete, operational installation. 1.03 RESPONSIBILITY FOR EQUIPMENT The Contractor shall be liable for all damages to the equipment which is to be furnished and installed under this Contract, as well as for any damages to structures or other property, real or personal, resulting from the failure of the temporary pumping systems or the movement of equipment during installation and removal of work. This liability shall continue until the permanent equipment is accepted by the City's Representative. V tPRWEC7SW"SM 4bCW00 dm SpemLl 0 rs 04W (Tech Ape dw TEMPORARY PUMPING SYSTEMS SECTION 11500 -2 1.04 QUALITY OF EQUIPMENT AND WORKMANSHIP A. Materials of Construction: Equipment and appurtenances shall be designed in conformity with the specified standards as listed herein. Equipment shall be constructed of materials for the conditions of exposure and of such strength to withstand all stresses that may occur during testing, installation, and all conditions of normal operation. B. Conformance to Shop Drawings: Machinery parts shall conform exactly to the dimensions shown on the Shop Drawings. The corresponding parts of the identical machines shall be made interchangeable. Clearance shall be provided for repairs, inspection and adjustment. 1.05 EMERGENCY RESPONSE A. During the entire construction period, the Contractor shall be available on a 24 -hour on -call basis to respond to an emergency situation. The Contractor shall provide the City with a minimum of three (3) names of persons and telephone numbers for this purpose. All persons listed shall be able to respond to any pump station emergency within 30 minutes of being notified. B. Should a sewage spill occur during the construction period, the Contractor shall be responsible for the following: Clean -up of site in accordance with City, County, Health Department, Regional Water Quality Control Board and any other regulatory agency requirements. 2. Reporting of the spill to the proper jurisdictional agency and preparing any documentation required. 3. Payment of any and all fines which may be assessed against the City for the spill. 4. Coordination and payment of any analytical testing (lab) required at the site by the jurisdictional agency. 5. Protection of the public from exposure to the contaminated area. PART 2- PRODUCTS 2.01 TEMPORARY PUMPINGIPIPING SYSTEMS The contractor shall furnish and construct temporary pumping/piping/control systems at the locations as shown on the plans with equipment as specified ✓WROJECTSeDOW"I&CW00 dImWpa,=9P C,?M(Tech SPecy) .ncc TEMPORARY PUMPING SYSTEMS SECTION 11500 -5 herein. The following are the estimated peak wet weather flow rates (PWW) for each of the stations at the existing manholes noted on the plans: Diamond Avenue: 1. Estimated PWW flow rate from the manhole located in alley approximately 10 -feet south of Park Avenue between Sapphire Avenue and Diamond Avenue = 200 -gpm 2. Estimated PWW flow rate from the manhole located at intersection of an alley and South Bay Front alley approximately 100 -feet west of Diamond Avenue = 250 -gpm 3. Total Estimated Peak Wet Weather Flow = 450 -gpm 4. TDH = 8.5 -feet Back Bay Drive: Total estimated PWW flow rate from manhole (MH #20) located on Back Bay Drive approximately 200 -feet northerly of the pump station = 300 -gpm ii. TDH = 86 -feet Polaris Drive: 1. Estimated PWW flow rate from manhole (MH #20) located westerly of the pump station in Polaris Drive = 50-gpm 2. Estimated PWW flow rate from manhole (MH #32) located easterly of the pump station in Polaris Drive = 225 -gpm 3. Total Estimated Peak Wet Weather Flow = 275 -gpm 4. TDH = 108 -feet Harbor Ridge Drive: 1. Estimated PWW flow rate from manhole (MH #5) located southerly of the pump station in Vienna Street = 75 -gpm 2. Estimated PWW flow rate from manhole (MH #2) located northerly of the pump station in Vienna Street = 75-gpm 3. Total Estimated Peak Wet Weather Flow =150 -gpm 4. TDH = 75 -feet These are the flow rates based upon available information. It shall be the contractor's responsibility to convey the actual flows during the construction of the proposed Improvements. END OF SECTION 11500 'IPNNOAECTSLVQW079Wl000WU chg&*Vp Upm C-W04 (Tech Speer ) .�c TEMPORARY PUMPING SYSTEM SECTION 11500 - 4 SECTION 15070 MISCELLANEOUS PIPING AND APPURTENANCES PART 1- GENERAL 1.01 DESCRIPTION This section includes materials, installation and testing of miscellaneous piping, fittings and appurtenances not covered in other sections. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 09900: Painting and Coating. 1.03 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit manufacturer's catalog data and descriptive literature showing dimensions and materials of construction. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be based on the unit price per linear foot or shall be included as part of the assembly in which the work is included, all in accordance with the bid amount stated in the Proposal. PART2- PRODUCTS 2.01 POLYVINYL CHLORIDE PIPE (PVC) AND FITTINGS A. General: All plastic drainpipe and fittings shall be unplasticized polyvinyl chloride (PVC) Type I, Grade 1 Normal Impact PVC conforming to ASTM D1784. All pipes shall meet the applicable requirements and specifications of the National Sanitation Foundation Testing Laboratories, Inc. B. PVC pipe shall be made from all new rigid unplasticized polyvinyl chloride and shall be normal impact (Type 1) Schedule 80 unless otherwise shown. Elbows and tees shall be of the same material as the pipe. Unless otherwise shown, joints shall be solvent - welded in accordance with the manufacturer's instructions. Expansion joints or pipe bends shall be provided to absorb pipe expansion over a temperature range of 1000 F. It dm OPM 04M (TOM Spa ) dW NISCElUWEOUS PIPING AND APPURTENANCES SECTION 15070.1 2.02 STAINLESS STEEL PIPE (2 -INCH AND SMALLER) Stainless steel pipe shall be Schedule 40S seamless, conforming to the requirements of ASTM A312. Joints shall be screwed. Fittings shall be screwed, stainless steel, 150 pound, rated 1,000 -pound CWP, with forgings conforming to ASTM A 276, Type 316. Dimensions shall conform to ANSI B 16.3. Branch connections shall be screwed tees as specified above, or shall be 3,000 -pound WOG forged stainless steel, ASTM A182, Grade 316L commercial welding branch fittings with threaded outlet. Welding branch fittings shall be as manufactured by the Bonney Forge Division of Gulf and Western Industrial Division (Allentown, PA), Allied Piping Products Co., Inc. (Norristown, PA), or approved equal. Thread lubricant shall be Teflon tape. Contractor shall provide a dielectric barrier between contacting surfaces wherever stainless steel pipe is supported by metallic brackets, hangers, or other devices. The dielectric barrier material shall be as approved by Engineer. 2.03 SMALL STEEL PIPE Unless otherwise shown, galvanized steel pipe and black steel pipe in sizes 6- inch in diameter and smaller, shall conform to the requirements of the "Specifications for Black and Hot - Dipped Zino - Coated (Galvanized) Welded and Seamless Steel Pipe for Ordinary Uses" (ASTM A 120), and shall be standard weight unless otherwise shown. Fittings shall be of galvanized malleable iron, unless otherwise shown. All buried pipe and fittings shall be surface cleaned prior to wrapping the pipe with PVC tape. Pipe shall be primed using a primer recommended by the PVC tape manufacturer. After being primed, the pipe shall be wrapped with a 20 -mil adhesive PVC tape, half lapped, to a total of 40 mils. Application shall be in accordance with the tape manufacturer's instructions. 2.04 RED BRASS PIPE Brass pipe shall be Grade "A" seamless red brass pipe and conform to the requirements of the "Specifications for Seamless Red Brass Pipe, Standard Sizes" (ASTM B 43). Fittings shall be of bronze conforming to the requirements of the "Specifications for Composition Bronze or Ounce Metal Castings" (ASTM B 62). N- NRDAWTSI2040487900100o WG415n4Spe[s"lye= C,004(rVO 4WAVdoc MISCU NJEOUS PIPING AND APPURTEWSCES SEGnON 15W0 -2 2.05 COPPER TUBING AND SOLDERS Copper tubing shall conform to the requirements of the "Specifications for Seamless Copper Water Tube" (ASTM B 88), and shall be Type K (soft) as manufactured by Anaconda, Phelps- Dodge, or Revere. Fittings shall be silver soldered or sweated on and shall be of cast bronze or forged brass containing 85 percent copper. Silver solder shall be composed of not less than 15% silver (AS), not less than 80% copper (CO) and not more than 5% phosphorus (P). Solders containing filler elements, other than those specified, such as lead (Pb), zinc (Zn), cadmium (Cd), nickel (Ni) or Tin (Sn) will not be permitted. 2.06 GROOVED END COUPLING Grooved end couplings shall be designed for a water working pressure equal to the design pressure for the pipe on which they are to be installed, and shall be equipped with Grade H rubber gaskets. Unless noted otherwise, couplings shall be Victaulic Style 31, or approved equal. 2.07 FLANGES, GASKETS, AND BOLTS Flanges shall conform to dimensions and drilling of ANSI B16.1, Class 125, or as called for on the Drawings. Flange gaskets shall be ring type, Johns - Mansville Style 60S, Cranite, or equal. Thickness shall be 1/16 -inch for pipe 18- inches and smaller, and 1/8 -inch for larger pipe. Flange assembly bolts shall be standard hexagon head carbon steel machine bolts with heavy hot pressed hexagon nuts. Threads shall conform to ANSI 131.1, coarse thread series, Class 2 fit. Bolt length shall be such that after the joints are made up, the bolts shall protrude through the nut, but not more than 1/2 -inch. All bolts and nuts for buried flanges and flanges located outdoors above ground shall be Type 316 stainless steel conforming to ASTM A 193, Grade 138M for bolts and ASTM A 194, Grade 8M for nuts. 2.08 SLEEVE -TYPE COUPLINGS Sleeve -type couplings shall be furnished where shown, and shall be Rockwell Style 411 standard length or long sleeve; Dresser Style 38 standard length or Style 40 long sleeve; or approved equals, as required. Couplings shall be of steel, without pipe stop, and shall be of sizes to fit the pipe and fittings shown. The middle ring shall not be less than 1/4- inch in thickness, and shall be either 5 or 7 inches long for standard couplings. Buried sleeve -type couplings shall be epoxy - coated and provided with steel bolts and nuts coated with FJM lubricants system No. 1201. All sleeve -type couplings outside the pump building shall be insulating type, Rockwell Catalog No. 416, or approved equal. V' d9ML aML%y C4M(Taco Syca(.tl MWELLANEOUS PIPING AND APPURTENANCES SECTION 15070- 3 2.09 REPAIR CLAMP COUPLINGS Repair -type clamp couplings shall be furnished where shown, and shall be Rockwell Series 200, Style 227 or 228, depending on the diameter of the pipe. the minimum band width shall be 15 inches. All bolts and nuts shall be stainless steel. 2.10 GASKETS Except as otherwise provided, gaskets for flanged joints shall be 1/16 -inch thick laminated asbestos fiber, Cranite, or approved equal. Wherever blind flanges are shown, the gaskets shall consist of 1/16 -inch thick reinforced rubber, which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange. 2.11 INSULATING BUSHINGS OR UNIONS Where shown, pipe or fittings made of non - ferrous metals shall be isolated from ferrous metals by PVC insulating pipe bushings or unions as manufactured by Smith - Blair, Corrosion Control Products Company, or approved equal. 2.12 BLACK IRON PIPE Black iron pipe shall be carbon steel, seamless or electric resistance welded, Grade A, Schedule 40 conforming to ASTM A120. Joints two inches (2 ") and smaller shall be screwed. Joints larger than two inches (2 ") shall be screwed or flanged as indicated on the drawings. Fittings (including branch connections) two inches (2 ") and smaller shall be screwed, 150 pound malleable iron, conforming to Federal Specification WW- P -521. Thread lubricant shall be Teflon tape or approved joint compound that is insoluble in water. For buried installations, the black iron pipe and fittings (including end caps) shall be coated with not less than two spirally applied wrappings of polyethylene or PVC tape to a minimum system thickness of not less than 40 mils. Exposed surfaces of black iron pipe shall be painted per Section 09900. 2.13 TRANSITION COUPLINGS Transition couplings between dissimilar pipe materials having unequal outside diameters shall be installed wherever shown on the drawings, and shall be of a gasketed, sleeve -type with a diameter as required to properly fit the pipe. Each unit shall consist of a carbon steel middle ring of manufacturer's standard length, ductile iron followers, gaskets, and bolts. Coupling shall be designed for V:IPAQ/ECTS12000W".docWW danl^PGML%p CSS00(Tech Spe ).dx MISCELLANEOUS PIPING AND APPURTENANCES aElSLMUFNaA... . a minimum working pressure of 450 psi. Transition coupling shall accommodate pipe offset up to 7/16 inch, axial pipe movement up to 3116 inch, and pipe deflection up to three (3) degrees. Materials of construction and coatings shall be manufacturer's standard with the following exceptions: • Interior wetted ferrous surfaces shall be coated with System 2 per Section 09900, or approved equal. • Exterior surfaces of buried couplings shall be coated with System 6 per Section 09900, or approved equal. • Bolts and nuts shall be Type 316 or 316L stainless steel. • Gaskets shall be as recommended by the manufacturer for this application. Coupling shall be Style 162 as manufactured by Dresser Industries, Inc., (Bradford, PA), Style 413 as manufactured by Smith - Blair, Inc., (Texarkana, TX), or approved equal. PART 3 - EXECUTION 3.01 GENERAL The CONTRACTOR shall install pipe closure sections, fittings, valves, and appurtenances shown, including pipe supports, bolts, nuts, gaskets, and jointing materials. All exposed piping shall be adequately supported with devices of appropriate design. Where details are shown, the supports shall conform thereto and shall be placed as indicated; provided that the support for all piping shall be complete and adequate as herein specified, regardless of whether said supporting devices are specifically called for. 3.02 ALL OTHER PIPING All other piping and appurtenances shall be installed utilizing installation procedures standard with the manufacturer of the pipe. Care shall be taken to prevent damage or injury to all piping and appurtenances during handling and installation. END OF SECTION 15070 I^ 0' ITD. IEC7SIT0 <OJW900YloeN00dBSnlSparslSpeet 044 (Toth SPM).dW MISCELLANEOUS PIPING AND APPURTENANCES SECTION 15070 - 5 SECTION 15074 HANGERS AND SUPPORTS PART1- GENERAL 1.01 DESCRIPTION The work of this section consists of providing necessary materials and installation to properly support all pipe, electrical conduit, ductwork and miscellaneous hardware. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 207 -9: Iron Pipe and Fittings. B. Section 303: Concrete, Mortar and Related Materials. C. Section 09900: Painting and Coating. D. Section 11175: Pumping Equipment. E. Section 16050: General Electrical Provisions 1.03 QUALITY ASSURANCE Standards, codes, rules and regulations as established by Section 11010. 1.04 SUBMITTALS A. Shop Drawings: Submit certified drawings showing all details of pipe, electrical conduit, ductwork and miscellaneous support devices. Shop drawings shall include all details of construction, anchor size, hanger rod sizes, bar sizes, weld sizes, mounting dimensions and overall space requirements. B. Manufacturer's Literature: Submit manufacturer's literature for all channels, Clovis hooks, straps, hanger rod, anchors, fasteners, and related material used in their utility support systems. PART2- PRODUCTS 2.01 FRAMING SUPPORT SYSTEMS A. As called out on the drawings and as required to provide adequate support, use framing systems as manufactured by Unistrut vWRQfiR7TST699W"ftCW00dML% LVMC,-.MrrechSp=)obe SFJ7rM 1W74 -1 Corporation of Wayne; MI 48184, Caine - Strut, 1400 Watsoncenter Road, Wilmington, CA 90744, or equal. B. All fasteners shall be stainless steel conforming to Sections 05125 - Structural Steel and Miscellaneous Metalwork. C. All materials shall be hot - dipped galvanized steel. D. Continuous insert embedment channel shall be Unistrut P -3300 Series, Cain Strut No. C- 3450/70, or equal. 2.02 CABLE TRAYS Shall be Unistrut tray system 3L2, in widths as shown on the Drawings and with 18 -inch rung spacing. Tray shall be supported on five -foot maximum centers and designed to support a safe uniform allowable load of 200 pounds per lineal foot. Side rails shall be 4 inches high, 14 -gauge galvanized steel. 2.03 STRUCTURAL MISCELLANEOUS METALS As specified in Section 05125. All structural miscellaneous metals used for hangers and supports shall be hot -dip galvanized in accordance with ASTM A -123. Vent holes shall be provided in closed tube type members in an unobtrusive location as required to prevent any danger of explosion during the galvanizing process. 2.04 FLANGED BASE BENDS AND TEES Flanged base fillings shall conform to ANSI /AWWA C110 and shall be furnished with base finished and drilled. 2.05 SEISMIC BRACING The discharge header shall be seismically braced laterally every 5 feet, and braced longitudinally and laterally every 10 feet and at 900 bends. The seismic bracing shall consist of 3/8 -inch steel plate welded to pipe hanger, Y2-inch diameter all threaded rod, 1/2-inch diameter flexible connector and eye rod inserted in the ceiling. PART 3 - EXECUTION 3.01 PIPE SUPPORT Pipes shall be supported as shown on the Drawings, otherwise use appropriate type of support. V: WRQJECf5120e00878PDIdxN0 d&y&q^Fa=LSbew 63801 ga SOW) CW HANGERS AND SUPPORTS SECTION 15074 -2 3.02 3.03 3.04 3.05 Supports shall be used to meet all criteria herein, regardless of whether or not indicated on the drawings. No pipe shall be left unsupported whenever a change in direction of line or flow takes place. At least one support shall be provided between every two couplings. Supports shall be provided for all valves and other metallic appurtenances. In no case shall the distance between supports exceed the following unless specifically indicated otherwise on the drawings or specified otherwise in other sections. Pipe Size Maximum Span Between Inches Su000rts (Feet) 1/2-3/4 5 1 6 1 -1/4 -2 8 3 10 4 12 ELECTRICAL CONDUIT SUPPORT - See Section 16050 DUCTWORK SUPPORT A. The support type detail used will be as shown on the drawing. The spacing and frequency of support details will be as required by the latest SMACNA guide. MISCELLANEOUS HARDWARE Support as shown. When not shown, support as required to form a solid, rigid, strong installation satisfactory to the Engineer. COLD GALVANIZED All field cut bare metal not designated to be painted. END OF SECTION 15074 VVRaCCTSI2040PW9001daoW00 deee4PMe Sva C4401 Real Sp=). x HANGERS AND SUPPORTS SECTION 15074 . 3 SECTION 15120 MISCELLANEOUS VALVES AND APPURTENANCES PART1- GENERAL 1.01 DESCRIPTION This section includes materials and installation of miscellaneous valves, including plug valves, air release valves, flap valves, check valves, solenoid valves, ball valves, small gate valves and backflow preventors. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 09900: Painting and Coating. 1.03 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit manufacturer's catalog data and detail construction sheets showing all valve parts and describing by material of construction and specifications (such as AISI, ASTM, SAE, or CDA). C. Show valve dimensions including laying lengths. Show dimensions and orientation of valve operators, as installed on the valves. D. Show valve linings and coatings. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the bid amount stated in the Proposal for the assembly in which the valves are included. PART 2 - PRODUCTS 2.01 GENERAL Valves shall have the name of the manufacturer and the size of the valve cast or molded onto the valve body or bonnet or shown on a permanently attached plate. All valves shall be of new and current manufacture. NIPA0.1ECT512p100S 7WlOIdcelE00yey, C- M04 (TeCe 50e )ADC MISCELLANEOUS VALVES AND APPURTENANCES SECTION 15120.1 2.02 PLUG VALVE Plug valves shall be of the non - lubricated, eccentric type with resilient faced plugs and flanged as shown on the plans. Flanged valves shall be faced and drilled to the ANSI 125/150 lb. standard. The port area shall be at least 80% of full pipe area. Valve Bodies shall be of ASTM A126 Class B cast iron. Bodies shall be furnished with a 1/8" welded overlay seat of not less than 90% pure nickel. Seat area shall be raised, with raised surface completely covered with weld to insure that the plug face contacts only nickel. Screwed -in seats shall not be acceptable. Plugs shall be of ASTM A126 Class B cast iron. The plug shall have a cylindrical seating surface eccentrically offset from the center of the plug shaft. The interference between the plug face and body seat, with the plug in the closed position, shall be externally adjustable in the field with the valve in the line under pressure. Plug shall be resilient faced with neoprene or hycar, suitable for use with sewage. Valves shall have sleeve type metal bearings and shall be of sintered oil impregnated permanently lubricated type 316 ASTM A743 Grade CF -8M or AISI Type 317L stainless steel. Non - metallic bearings shall not be acceptable. Valve shaft seals shall be of the multiple V -ring type and shall be externally adjustable and re- packable without removing the bonnet or actuator from the valve under pressure. Valves utilizing O -ring seals or non - adjustable packing shall not be acceptable. Valve pressure ratings shall be 175 PSI. Each valve shall be given a hydrostatic and seat test with test results being certified. Valves shall be installed so that in the closed position, the pressure in the pipeline shall apply a seating head on the valves. Valves inside the lift station shall be provided with a 2 -inch square actuating nut and a removable handle. All gearing shall be enclosed in a semi -steel housing and be suitable for running in a lubricant with seals provided on all shafts to prevent entry of dirt and water into the actuator. The actuator shaft and the quadrant shall be supported on permanently lubricated bronze bearings. The valve shall be equipped with position indicator to clearly indicate valve position and an adjustable stop shall be provided to set closing torque and to provide seat adjustment to compensate for change in pressure differential or flow direction change. All exposed nuts, bolts and washers shall be zinc plated. VWiQ.XCTSWW#679PDido "Ce6nAPP Wp="8W(Tech Sp=)COe MISCELLANEOUS VALVES AND APPURTENANCES 2.03 Buried plug valves shall be provided with valve boxes, operating nuts and tee - wrench handles and installed per the Construction Plans. One operating handle of approved length shall be provided for each under ground valve. Valves and gear actuators for buried or submerged service shall have seals on all shaft and gaskets on the valve and actuator covers to prevent the entry of water. Actuator mounting brackets for buried or submerged service shall be totally enclosed and shall have gasket seals. All exposed nuts, bolts, springs and washers shall be stainless steel. All valves shall be Model 100 as manufactured by De Zurik or approved equal, prior to bid opening. CHECK VALVE A. Check Valve for Pump Discharge Piping Check valves shall be designed for operation in either horizontal or vertical position, and shall conform to AWWA C 508. The Check Valve shall be convertible swing check type with lever and spring and constructed of heavy cast iron body with a bronze seat ring. The seat ring shall be locked in place with stainless steel lock screws and be field replaceable without use of special tools. The shaft shall be one (1) piece Hi- Strength stainless steel and be fully extended from the body to allow future retrofitting with external closing devices. The shaft shall have an O -ring seal at each end, and be externally replaceable. The valve disc shall be ductile iron suspended from the shaft by means of a double clevice for minimal tilt when open. The convertible swing check valve shall prevent the backflow of the wastewater on pump shutoff or power failure and be tight seating. The disc seat shall be resilient Buna -N material for drip tight shut -off and shall be easily replaced in the field without the use of special tools. All internals shall be replaceable in the field without removing the main valve from the pipeline. Valve exterior to be painted with Red Oxide Phenolic Primer Paint. All materials of construction shall be certified in writing to conform to ASTM specifications as follows: Body, cover Cast iron Disc, Disc arm Bronze ASTM A126, GR. B ASTM B62 Rubber faced .....-...,�IAPM "M Spe ) &C LESCEI HOUS VALVES ANO 11PPURTENMCES SECTION 15120 - 3 A Seat Bronze or ASTM B62 Stainless Steel Type 316 Disc seat Buna -N or metal Mfr's specs Pivot shaft Stainless steel Type 17 -4PH or Type 316 The valve shall be Model #106 as manufactured by Kennedy Valve Company or approved equal. Check Valves, 3 Inches and Less Check valves 3 inches (3 ") and smaller shall be of bronze construction. The bronze shall conform to the requirements of ASTM Specification B61. Valves shall have tapped American Standard Pipe Threads. Long, wide -faced hexagon ends shall be provided a good wrench grip. The valves shall be of the horizontal swing type, suitable for regrinding without removing the body from the line. Unless otherwise specified the valves shall have a working pressure of 150 PSI WOG. Check valves shall be Crane, Walworth or equal. 2.04 BALL VALVES A. General Ball valves shall be provided in the locations shown, and shall be of the type indicated, on the drawings, or, if type is not shown, shall be as suitable for the indicated application per these specifications. A line size ball valve and union shall be installed upstream of each solenoid valve, in -line flow switch, or other in -line electrical device for isolation during maintenance. B. PVC Ball Valves The PVC ball valves shall be constructed of the following materials: • Body, ball, stem and connector - PVC • Handle - ABS • Ball Seat - Teflon • Stem O -ring - Viton End connections shall be as appropriate for the indicated installation. The valve shall be of true union design to allow easy removal without disassembly of upstream or downstream piping. It shall also be of double block (or full block) designed to prevent seal carrier blow -out. The valve shall be pressure rated to 150 PSI at 7WF and shall have 90° ON /OFF actuation. N1PR0 ✓ECTS120W407"*CM00dwASpmLPe C-W04 (TechSpe ).doe MISCELLANEOUS VALVES AND APPURTENANCES SECTION 15120.4 Valve shall be a true union ball valve as manufactured by Colonial Engineering Company (Kalamazoo, Michigan; Sizes 1/2 inch to 4 inches) M &T Plastic Inc. (East Syracuse, NY; Sizes 1/2 inch to 6 inches); The Harrington Corporation (Lynchburg, Virginia; Sizes 1/2 inch to 4 inches); Ryan Herco Products Corporation (Burbank, California; Sizes 1/2 inch to 4 inches); or approved equal. C. Bronze Ball Valves Bronze valves two inches (2 ") and smaller, for general water and air service, shall be all- bronze, top entry type, with screwed ends, full bore ports, Teflon seats, and hand lever operators, and shall have a minimum pressure rating of 250 psi. Valves shall be 70 -103 Series ball valves as manufactured by Apollo Ball Valve Division, Conbraco Industries (Pageland, South Carolina). D. Stainless Steel Ball Valves Stainless steel ball valves two inches (2 ") and smaller, for general water and air service, shall be of top entry type, with screwed ends, full - bore ports, Teflon seats, and hand lever operators, and shall have a minimum pressure rating of 1,000 PSI WOG, cold, non - shock. Valves shall be 85 -100 Series ball valves as manufactured by Apollo Ball Valve Division, Conbraco Industries (Pageland, South Carolina). 2.05 BACKFLOW PREVENTORS Backflow preventer shall be a one -inch (unless otherwise noted on the plans) reduced pressure principal type. The backflow preventer shall consist of a bronze body and cover, and resilient seated ball valves. It shall be rated for a working pressure of 175 psi and have a maximum head loss of 5 psi at a flow rate of 20 GPM. The backflow preventer shall be a Febco 805Y, Cla -Val D- 2,or approved equal. 2.06 SMALL DIAMETER ISOLATION VALVES All small diameter valves and cocks for isolating pressure gages, switches, piezometer lines, air valves and other miscellaneous uses shall be bronze ball valves and plug cocks, unless otherwise indicated or specified, and shall be pressure rated equal to, or greater than, the adjacent piping. CONTRACTOR shall provide such valves as required for complete installation of equipment and accessories, at no additional cost to CITY. vwRaWCTS%VWW7WkdWuar LSjvslSpmoasesa9MSp )dl SECTION 15120 - 5 PART 3 - EXECUTION 3.01 INSTALLATION A. Clean flanges by wire brushing before installing flanged valves. Clean flange bolts and nuts by wire brushing, lubricate threads with oil and graphite, and tighten nuts uniformly and progressively. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reseat or replace the gasket, reinstall or retighten the bolts and nuts, and retest the joints. Joints shall be watertight. B. Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing threaded valves. Joints shall be watertight. 3.02 PAINTING AND COATING A. Coat metal valves located above ground or in vaults and structures in accordance with Section 09900. Apply the specific prime coat at the place of manufacture. Apply finish coat in field. Finish coat shall match the color of the adjacent piping. Coat hand wheels the same as the valves. B. Coat buried metal valves at the place of manufacture per Section 09900. C. Coat metal valves 4 inches and larger on the interior metal parts, excluding seating areas and bronze and stainless steel pieces. Sandblast surfaces in accordance with SSPC SP -5. Apply two coats of epoxy resin (Keysite 740, Sootchkote 302, or equal) to a minimum dry- film thickness of 10 mils total. Follow the paint manufacturer's application recommendations, including minimum and maximum drying time between the required two coats. Remove any contaminants adjacent to the seats in order to obtain a bond. 3.03 VALVE PRESSURE TESTING Test valves at the same time that the connecting pipelines are pressure tested. See testing requirements of the Standard Specifications. Protect or isolate any parts of valves, operators, or control and instrumentation systems whose pressure rating is less than the test pressure. END OF SECTION 15120 V.WgQIECTSIZ "6790ftbO &I dseL4P MISPeW C- 36M (FOCh Spe )duc MISCELLANEOUS VALVES MID APPURTENANCES SECTION 16120 -6 SECTION 15800 VENTILATION PART 1 -GENERAL 1.01 DESCRIPTION OF WORK The work covered by this section consists of furnishing all labor, materials, equipment, and performing all operations required for a complete and operable ventilation system as indicated on the plans and as specified herein. Equipment, material, and installation shall conform to requirements of the Uniform and County Building Codes and National Fire Protection Association 820. In addition, the noise from the ventilation equipment shall be less than 80 dBA measured within three (3) feet of the equipment. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 16050: General Electrical and Motor Control Panel 1.03 SUBMITTALS A. Shop Drawings Submit shop drawings and manufacturer's data for the following items in accordance with the Special Provisions. B. Operating Instructions and Maintenance Data Submit printed operating instruction and maintenance data for all of the exhaust and ventilation fans PART 2- PRODUCTS 2.01 FANS A. GENERAL All fans shall be certified and licensed to bear the seal of the Air Movement and Control Association, Inc. (AMCA). B. EXHAUST AND VENTILATION FANS The fan shall be corrosion resistant and the make and model (or equal) as shown on the plans. The motor shall be heavy -duty type with permanently lubricated sealed bearings and furnished at the specified voltage, phase and enclosure. The plugs shall be explosion proof and shall be provided to match the receptacles per the electrical plans. VWRO.EcrsWQ46790MOC oe=LWMgo CJMneonSp,,)dx VDMLA" sem*N 15W -1 Fan shall be U.L listed (UL 705) and shall bear AMCA certified rating seal for sound and air performance. C. DUCT AND RISERS The duct pipe shall be PVC schedule 40. The exposed perforated riser shall be Goodrich gray. Painting on the risers is not acceptable. PART 3 - EXECUTION 3.01 INSTALLATION The fans shall be installed in accordance with the manufacturer's instructions. The PVC duct pipe shall be joined with cement and shall be air tight. The duct shall be firmly anchored on the concrete wall with stainless steel concrete inserts and bolts and appurtenant brackets and bands. 3.02 OPERATION The fans shall run continuously. Manual on -off switches shall also be included with each fan. 3.03 START -UP AND TESTING Testing and start-up shall be performed Section 11010 — Mechanical Equipment. END OF SECTION 15800 ✓' dWnl4f) =L% =C- 1W$(TaCh Spa= ) .dw VENTILATION SECTION ISM -2 SECTION 16050 ELECTRICAL GENERAL PROVISIONS PART 1- GENERAL 1.01 THE REQUIREMENTS A. Provide all tools, supplies, materials, equipment, and all labor necessary for the furnishing, construction, installation, testing, and operation of all electrical work and appurtenant work necessary to provide a complete and operable electrical system, all in accordance with the requirements of the Contract Documents. B. Make all field connections and terminations to all motors, starters, panels, control equipment and devices, instruments, and to all vendor - furnished packaged equipment as required by these Specifications. The provisions of this Section shall apply to all electrical items specified in the various Sections of Division 16 of these Specifications, except where otherwise specified or shown in the Contract Documents. C. Furnish and install all materials and incidentals required to complete the electrical work as specified herein. Typical materials which may be incidentals include but are not be limited to terminal lugs not furnished with vendor - supplied equipment, compression connectors for cables, splices, junction and terminal boxes, and all control wires required by vendor - furnished equipment to interconnect with other equipment all specifically shown on the Contract Documents. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. NEC National Electrical Code, latest edition ANSI C80.1 Zinc Coated, Rigid Steel Conduit, Specif ication for ANSI C80.4 Fittings for Rigid Metal Conduit and Electrical Metallic Tubing, Specifications for ANSVUL 467 Grounding and Bonding Equipment, Safety Standard for ASTM B3 Soft or Annealed Copper Wire ICEA S -61 -402 Thermoplastic - Insulated Wire and Cable MAaW,�N00 d�LSpeaMpoC603806 frets 4acV doe GENERAL ELECTRICAL mm ms SEMON 18050- 7 NEMA 250 Enclosures for Electrical Equipment (1,000 volts maximum) NEMA PB -1 Panelboards UL 6 Rigid Metal Electrical Conduit UL 44 Rubber - Insulated Wire and Cable. UL 508A Industrial Control Panels UL 514 Electrical Outlet Boxes and Fittings UL 1008 Automatic Transfer Switch B. All equipment shall be listed by and shall bear the label of Underwriters' Laboratories, Incorporated, (UL) or of an independent testing laboratory acceptable to the local Code - enforcement agency having jurisdiction. C. The construction and installation of all electrical equipment and materials shall comply with all applicable provisions of the OSHA Safety and Health Standards (29CFR1910 and 29CFR1926, as applicable), State Building Standards, and applicable local codes and regulations. 1.03 PERMITS AND INSPECTION A. Obtain permits and pay inspection fees as specified in the General Conditions. B. Pay for any service charges required by the utility company for connection and turn -on. 1.04 CONTRACTOR SUBMITTALS A. Shop drawings and catalog data submittals shall be in accordance with the Special Provisions of the Standard Specifications for Public Works Construction. B. Submit complete material lists for the work of this Section. Such lists shall state manufacturer and brand name of each item or class of material. Also submit shop drawings for all grounding work not specifically shown. C. Submit shop drawings for materials and equipment listed in other sections. Shop drawings shall provide sufficient information to evaluate the suitability of the proposed material or equipment for the intended use, and for compliance with these Specifications. The following shall be included: Front, side, rear elevations and top views with dimensional data. VLPRWE TSe0rou7909dD Md L9 �Lspm C- SM(rem SO=Xdw MEN& ELECMr,4L PROVISIONS nFli'' 7 1 FM. ?.W 2. Location of conduit entrances and access plates. 3. Component data. 4. Connection diagrams, terminal numbers, internal wiring diagrams, conductor size, and cable numbers. 5. Method of anchoring, seismic requirement; weight. 6. Types of materials and finish. 7. Nameplates. 8. Temperature limitations, as applicable. 9. Voltage requirement, as applicable. 10. Front and rear access requirements. D. Submit catalog data to supplement all shop drawings. Submit catalog cuts, bulletins, brochures, or the like or photocopies of applicable pages thereof for mass produced, non - custom manufactured material. Stamp these catalog data sheets to indicate the project name, applicable Specification section and paragraph, model number, and options. Mark this information in spaces designated for such data in the stamp. E. Deliver to the Engineer within 30 days, after award, a complete list of all materials, equipment, apparatus, and fixtures. The list shall include type, sizes, names of manufacturers, catalog numbers, and such other information required to identify the items. F. In addition to the Record Drawings, Contractor Submittals shall show depths and routing of all duct bank concealed below -grade electrical installations. Make this set of record drawings available to the Engineer during construction. After final inspection, transfer all record drawing information using a red pen to a set of bluelines which shall be submitted to the City. In addition, the Record Drawings shall show all variations between the work as actually constructed and as originally shown on the Drawings, based upon information supplied by the Contractor. G. Temporary Electrical System: Contractor shall submit design with plan views and single line diagrams along with a written phasing plan to provide temporary electrical systems required to keep the station fully operational during construction. 1.05 QUALITY ASSURANCE A. The Drawings diagrammatically indicate the desired location and arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be proposed by the Contractor and approved by the City in V.WROAECTSIV"G7WOWCW00dML9Pe 1Spe,s C4M (Ted, Spe ) dw GMERAL ELECTRICAL PROM KM SECTION 16050 - 3 the field based on the physical size and arrangement of equipment, finished elevations, and other obstructions. Adhere to locations shown on the Drawings, as closely as possible. B. Install all conduit and equipment in such a manner as to avoid all obstructions and to preserve headroom and keep openings and passageways clear. Locate lighting fixtures, switches, convenience outlets, and similar items within finished rooms, as shown. Where the Drawings do not indicate exact locations, obtain such locations from the Engineer. Where equipment is installed without instruction and must be moved, move it without additional cost to the City. C. Install all materials and equipment in accordance with printed recommendations of the manufacturer, which have been reviewed by the Engineer. Use workmen skilled in this type of work and coordinate installation in the field with other trades so that interferences are avoided. D. Do all work, including installation, connection, calibration, testing, adjustment, and paint touch -up, using qualified, experienced personnel working under continuous, competent supervision. The completed installation shall display competent work, reflecting adherence to prevailing industrial standards and methods. E. Provide adequate means for and fully protect all finished parts of the materials and equipment against damage from any cause during the progress of the work and until acceptable by the Engineer. F. Cover all materials and equipment, both in storage and during construction, in such a manner that no finished surfaces will be damaged, marred, or splattered with water, foam, plaster, or paint. Keep all moving parts clean and dry. G. Replace or have refinished by the manufacturer all damaged materials or equipment, including faceplates of panels and switchboard sections, at no expense to the City. H. Make all tests required by the Engineer or other Agencies having jurisdictions. All such tests shall be witnessed by the City and be performed in the presence of the Engineer. Furnish all necessary testing equipment and pay all costs of tests, including all replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. Do the following testing: 1. Testing for the ground resistance value specified under "Grounding," herein. 2. Insulation resistance tests as specified under "Wire and Cable," herein. VAPRIUECTS120a0e87900YbeNllD da ^ L90 C4M(Twh 8F=V dx GENERAL ELECTRICAL PROVISIONS SECTION 16050 -0 3. Operational testing of all equipment furnished and/or connected in other Sections of Division 16, Electrical, including furnishing of support labor for testing. I. Submit standard test reports for mass - produced equipment along with the shop drawing for such equipment. Submit test reports on testing specifically required for individual pieces of equipment to the Engineer for review prior to final acceptance of the project. J. Correct any test failure shall be corrected in accordance with the industry practices and in a manner satisfactory to the Engineer. 1.06 AREA DESIGNATIONS A. For purposes of delineating electrical enclosure and electrical installation requirements of this project, certain areas have been classified in the Contract Documents as defined below. Electrical installations within these areas shall conform to the referenced codes for the area involved. B. Locations: Raceway shall be PVC coated rigid galvanized steel (GRS) conduit; entrances shall be threaded; and fittings shall have gasketed covers. Provisions shall be made to drain the fitting or conduit system. Threaded fastening hardware and unistrut shall be stainless steel or PVC - coated steel. Enclosures shall be stainless steel. Raceway supports such as hanger rods, clamps, and brackets shall be stainless steel. Attachments or welded assemblies shall be galvanized after fabrication. In outdoor locations mount enclosures 1 -inch from walls to provide an air space, unless specifically shown otherwise. Below grade structures are classified as damp locations and shall have electrical installations, which conform to the requirements for outdoor locations C. Hazardous Locations: Wet well is classified as Class I, Division 1, Group D locations and all installation and equipment installed in wet well shall comply with these requirements. Conduit installations shall be in accordance with NEC Article 500. 1.07 CLEANUP A. Thoroughly clean all parts of the materials and equipment. Thoroughly clean exposed parts of cement, plaster, and other materials. Remove all oil and grease spots with a non - flammable cleaning solvent. Carefully wipe such surfaces and scrape out all cracks and corners scraped out. Apply touch -up paint to all scratches on panels and cabinets. Vacuum - clean electrical cabinets or enclosures before final acceptance. B. During the progress of the Work, clean the sites including metal filings and leave them and all portions of them free of debris. V: V' Ia7JELT5120000S74DDItleclPp /desnlSpees75yem F960e (TeM SDecsl.abe GENERAL ELECTRICAL PROVISIONS SECTION 1605D -5 1.08 DEMOLITION AND RELATED WORK A. Perform all electrical demolition work as shown or specified. B. Return electrical equipment and components, terminal and relay cabinets, and starters to the City in an orderly fashion to a designated location on the site. Place demolition of electrical equipment in a designated area by the Contractor. The City will evaluate a recommended status of salvaged equipment pending status. Dispose of unwanted salvaged material in accordance with Laws and Regulations. C. Do not reuse wire, conduit, junction boxes, fittings, supports and miscellaneous hardware removed a part of the demolition work and return it to the City for City's salvage use. D. Wires and/or conduits, which need to be extended, shall be terminated in a new terminal box with terminal strips. Properly size terminal box. In outdoor installation, the terminal box shall be NEMA 4X 304 stainless steel. Identity wires and terminals before disconnection and after reconnection. E. Remove wiring in conduits located in or under slabs. Plug the conduit level with the floor where practical. Cut in other cases, the conduit three inches below the finished floor and resurface the area. F. Patch openings in walls and platforms created by the removal of conduit or electrical equipment with materials similar to those in surrounding work areas or as required to provide proper sealed conditions as reviewed and accepted by the Engineer. G. Electrical demolition work shall be as shown on the Drawings or as required by the Specifications. H. Exercise due care in the removal of the equipment made surplus by this project so as not to impair its resale value or reuse. The City has the right to salvage any electrical equipment removed from the Project. 1.09 INSTALLATION OF NEW EQUIPMENT IN EXISTING STRUCTURES A. Installation for certain new equipment and devices is required in existing structures. Under this phase of the work, to remove existing equipment or devices, install new equipment as required by these Specifications or by the Drawings, remove existing conductors from existing raceway, and pull new conductors in existing raceway, reconnect existing conductors or furnish and install new conduit and wires as required by the Drawings. B. Visit the site before bidding and carefully examine existing installation so that the bid will reflect all the work necessary to provide a complete V.'WR0JECTSM0M79MCb0W00 de WPecal4p C45W front GPM) doc GENERAL ELECTRICAL PROVISIONS SECTION ISM • 6 installation so that the resulting installation will function as required by the Drawings and Specifications. Include in the bid price all costs of labor and materials necessary to complete installations. 1.10 INSTALLATION OF TEMPORARY EQUIPMENT A. To facilitate continuous operation of existing equipment, furnish and install temporary equipment. Submit to the Engineer installation and connection details for review and acceptance by the Engineer. All costs associated with these temporary installations shall be part of the bid price, and without additional cost to the City. B. Do not reuse all cables, conduits, and fittings used in temporary connections shall not be reused to install permanent connections. Return the salvage items to the City. 1.11 PLANNED PUMP STATION SHUTDOWNS A. Continuance of station operation during this upgrade process is important. Examine all work to be done in, on, or adjacent to existing equipment. Schedule work, subject to City's approval, to minimize required station shutdown time. Submit a written request, including sequence and duration of activities to be performed during station shutdown. B. Perform all switching, safety tagging, etc., required for station shutdown or to isolate existing equipment. In no case begin any work in, on, or adjacent to existing equipment without written authorization by the City or the Engineer. 1.12 MODIFICATIONS TO EXISTING ELECTRICAL FACILITIES A. Make all modifications or alterations to existing electrical facilities required to successfully install and integrate the new electrical equipment as shown. Make all modifications to existing equipment, panels, or cabinets shall be made in a professional manner with all coatings repaired to match existing. Include the total costs for all modifications to existing electrical facilities required for a complete and operating system shall be included in the bid price and no additional payment for this work will be paid. Exercise extreme caution in digging trenches in order not to damage existing underground utilities. Pay, at Contractor's sole cost, for repairs of damages caused during construction. 1.13 SERVING UTILITY AND SERVICE ENTRANCE A. Install electrical service according to the serving Utility's drawings and standards. Obtain utility approval of meter safety socket prior to fabrication. Contact the following organizations for coordinating the incoming power requirements for the Project: V6-ROJECTSIYM0967WOdxWW deenLOMISOM C- SM!Tech,&08 /doc GENERAL ELECTRICAL PROVISIONS SECTION 16050.7 Power Southern California Edison Company 7333 Bolsa Avenue Westminster, CA 92683 Attn: Penny Hatfield (714- 895 -0221) B. The organization identified above will furnish and install: 1. Secondary cables. 2. Connection of secondary cable. 3. Meter. C. Provide the following in accordance with the Utility's drawings: 1. Secondary ductlines. D. Include charges and fees by utility for providing the electrical service and for construction power used under this Section at no additional cost to the City. E. The City will pay 'added facility costs' directly to the Utility. PART 2 — PRODUCTS 2.01 GENERAL A. All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and materials shall be the products of experienced and reputable manufacturers in the industry. Similar items in the Project shall be products of the same manufacturer. All equipment and materials shall be of industrial grade and standard of construction; shall be of sturdy design and manufacture; and shall be capable of reliable, trouble -free service. 2.02 GROUNDING A. All components of the grounding electrode system shall be manufactured in accordance with UL 467 and shall conform to the applicable requirements of National Electrical Code Article 250. B. Grounding cable shall be copper. Bare copper wire shall be annealed, No. 8 AWG minimum, if not called out in the drawings. V WPaXCrs120aaeVsao ,dael000ees,+l9� C4M Rea spem).aa GENMAL ELe=C& Fg0V1SKM SECTM IS 5o -S C. Ground rods shall conform to ANSUUL 467 and shall be 3/4 -inch diameter copper -clad steel, sectional type, joined by threaded copper alloy couplings. Grounding connectors shall be high- strength copper alloy suitable for direct burial. 2. Welded connections shall be exothermic weld by Cadweld of Erico Products, or approved equal. 3. Manufacturers of grounding materials shall be Copperweld, Blackburn, Burndy, or approved equal. 2.03 RACEWAYS A. Raceway shall be manufactured in accordance with UL and ANSI standards and shall bear UL label as applicable. B. Fabricate flexible metallic conduit from galvanized inter - locked steel strip. Liquid -tight flexible metallic conduit shall have extruded PVC covering over the flexible steel conduit. For conduit sizes 3/4 -inch through 1 -1/4 inch, flexible conduits shall have continuous built -in copper ground conductor. Flexible conduit shall be American Brass, Anaconda, Electroflex, or approved equal. C. PVC - coated raceway system shall conform to ANSI C80.1, and to Underwriter's Laboratories specifications. 1. The zinc surfaces of the conduits and fittings shall remain intact and undisturbed on both the inside and the outside of the conduit through the preparation and application processing. 2. Bond a PVC coating to the galvanized outer surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. 3. The thickness of the PVC coating shall be a minimum of 40 mils. 4. Furnish PVC jacketed coupling with each length of conduit. A PVC sleeve equal to the OD of the conduit shall extend 1 -1/2 inches from each end of coupling. 5. PVC - coated conduits shall be as manufactured by Robroy, Occidental (OCCAL), or approved equal. 2.04 WIRE AND CABLE A. All conductors, including ground conductors, shall be copper. Insulation shall bear UL label and the manufacturer's trademark, type, voltage and temperature rating, and conductor size. Wire and cable shall be products of American, Rome Cable, Okonite, Houston, Southwire, Manhattan, or approved equal. VWRWECr &V&V4V9GL9dac1atl0Easn4p Ljpam G9sp(Tech Sye®) .da GENERAL ELECTRICAL PROVISIONS SECTION 18=_ 9 B. All control cables shall be rated for 600 volts and shall meet the following requirements: 1. Control wires shall consist of No. 16 gage stranded copper conductors and shall be THWN/THHN rated for 90 degrees C at dry locations and 75 degrees C at wet locations. 2. Control wires at panels and cabinets shall be Type THWN/THHN, UL approved, rated for 90 degrees C at dry locations. 3. Multi- conductor control cable shall be rated at 600 volts and shall consist of No. 16 gauge stranded copper conductors, individually insulated with a minimum of 20 mils of polyethylene, 10 mils full color coded PVC jacket over each insulated conductor, a polyester tape over assembly, and an overall PVC jacket. Multi- conductor cable shall be identified by either ICEA color- coding or ink imprinting. Multi- conductor cables may be used in conduits or cable trays as required by the Drawings. Mufti -pull taped control conductor assemblies may be used in conduits as approved by the Engineer. C. Single Pair or Triplex Shielded Instrument Cable: Tinned copper, stranded conductors, 300 volt, #18 AWG minimum, twisted with 100 percent aluminum- polyester shield, stranded tinned #20 AWG copper drain wire and overall chrome vinyl jacket. 2. Manufacturer: Provide shielded cable of one of the following: a. Okonite Company. b. Belden Company. C. Dekoron Wire and Cable Company. d. Alpha Cable Company. D. Building wires and cables shall be rated at 600 volts and shall meet the following requirements: Building wire shall be single conductor copper cable listed by UL as Type THWN/THHN rated 75 degrees C in wet locations and 90 degrees C in dry locations. 2. Building wire shall be stranded. 3. Do not use wire smaller than No. 12 AWG unless specifically indicated. E. Cable terminations shall be in accordance with the following: Compression connectors shall be Burndy "Hi Lug ", Thomas & Betts "Shure Stake ", or approved equal. Threaded connectors shall be split bolt type of high strength copper alloy. V: WflWECT3120a0aeM00WxW00desmiP� 'slSPea 0480P!Tech _QP�XdX GEKFIX ELECTRICAL MOVISIONS SECTION 18050 -10 2.05 2.06 2. Spring connectors (wire nuts) shall be "Ideal Wing Nuts ", or approved equal. 3. 3M scotchlocks are not allowed. 4. Pre - insulated fork tongue lugs shall be 'Thomas & Betts" RC Series, Burndy, or approved equal. 5. General purpose insulating tape shall be Scotch No. 33, Plymouth "Slip- knot", or approved equal. High temperature tape shall be polyvinyl by Plymouth, 3M, or approved equal. 6. Resin splicing kits shall be Plymouth Plyflex, or approved equal. PULL AND JUNCTION BOXES A. Outlet, switch, pull and junction boxes where surface mounted in exposed locations shall be PVC coated cast ferrous boxes. B. Control station, pull and junction boxes, including covers, for installation in corrosive locations shall meet the NEMA 4X requirements and shall be stainless steel or fiber glass- reinforced polyester and shall be furnished with mounting lugs. C. All cast boxes shall be fitted with PVC coated cast, malleable box covers and gaskets. Cast boxes shall be as manufactured by OCAL, ROBROY, or approved equal. CONDUIT FITTINGS A. Fittings shall comply with the same requirements as the raceway with which they will be used. Fittings having a volume less than 100 cubic inches for use with rigid steel conduit, shall be cast or malleable non- ferrous metal. Such fittings larger than one inch shall be "mogul size." Fittings shall be of the gland ring compression type. Covers of fittings, unless in "dry" locations, shall be closed with gaskets. Surface - mounted cast fittings, housing wiring devices in outdoor and damp locations, shall have mounting lugs. B. Insulated bushings shall be molded plastic or malleable iron with insulating ring, similar to O -Z Type A and B, equivalent types by Thomas & Betts, Steel City, Appleton, O- Z/Gedney, or approved equal. C. Insulated grounding bushings shall be malleable iron with insulating ring and with ground lug, such as O -Z Type BL, equivalent types by T & B, Steel City, O- Z/Gedney, or approved equal. D. Use Erickson or approved equal couplings at all points of union between ends of rigid steel conduits which cannot be coupled. Do not use running threads and threadless couplings. Couplings shall be 3 -piece type such v.WROJECTSM4 acMooeWMd lApoWSp m "M Rem sPOW .ew GENERAL ELECTRICAL PROVISIONS SECTION Leese -11 2.07 as Appleton Type EC, equivalent types such as manufactured by T & B, Steel City, O- Z/Gedney, or approved equal. Fittings shall be PVC coated. E. Liquid -tight fittings shall be similar to Appleton Type ST malleable iron, equivalent types such as manufactured by OCAI, ROBROY, or approved equal with PVC coating. F. Hubs for threaded attachment of steel conduit to sheet metal enclosures, where required shall be PVC coated or stainless steel. G. Transition fittings to mate steel to PVC conduit and PVC access fitting shall be as furnished or recommended by the manufacturer of the PVC conduit. H. Use sealing fittings in conduit runs entering corrosive and classified areas and elsewhere as shown. Sealing fittings shall be Appleton Type EYS, O- Z Type FSK, or approved equal. Do not pour permanent sealing compound in place until electrical installation has been otherwise accepted. Use ES type fitting at free- standing control panel locations where required. Install expansion fittings wherever a raceway crosses a structural expansion joint. Such fittings shall be expansion and deflection type and shall accommodate lateral and transverse movement. Fittings shall be O- Z/Gedney Type "DX," Crouse Hinds "XD,e or approved equal. Use these fittings in metallic and non - metallic raceway installations. When the installation is in a non - metallic run, use a 3 -ft length of rigid conduit shall be used to connect the non - metallic conduit to the fitting. J. Use stainless steel basket grips for flexible cable support. Provide Hubble Kellums Grip or approved equal. WIRING DEVICES A. Receptacles: General purpose duplex receptacles shall be grounding type, 125 - volt, ac, 20 amperes, NEMA Configuration 5 -20R, such as G.E. 4107 -1 brown, Hubbell 5252, or approved equal. 2. Convenience receptacles for installation in outdoor and corrosive areas shall be NEMA 5 -20R configured and shall have stainless steel or nickel plated parts and plastic parts of Melamine. Hubbell 53CM62 20 ampere, or approved equal. 3. Ground fault interrupter (GFI) receptacles shall be NEMA 5 -20R configured and shall mount in a standard outlet box. Units shall trip at 5 milliamperes of ground current and shall comply with NEMA WD -1 -1.10 and UL 943. GFI receptacles shall be capable of N'MQ C7S12MM79ppWCWW d M;po=L%p CW4(red, Spe�sAdac GENERAL SECTION 16050 -12 individual as well as "downstream" operation. GFI receptacles shall be Hubbell GF 5252, General Electric, or approved equal. B. Switches: Switch shall have side wiring capability for stranded wire. Toggle switches shall be Hubbell No. 1221 brown, Bryant No. 4901 brown, or approved equal. C. Manual Motor Starters: For single phase, fractional horsepower manual starters, up to 3HP, shall have NEMA 4X enclosures. 2.08 DISCONNECT SWITCHES A. The disconnect switches shall be externally operated with quick - make /quick -break mechanisms. The handle shall be interlocked with the switch cover by means of a defeatable interlock device. The switch shall be padlockable in the 'off' position. Switches shall have nameplates stating manufacturer, rating, and catalog number. Heavy -duty switches shall have arc suppressors, pin hinges, and shall be horsepower rated at 600 -volts. All switches rated at 100 amperes or larger shall have auxiliary contact for remote status indication. Provide Heavy -duty switches for all motor circuits. B. Switch rating shall match the horsepower requirements of the load at the particular voltage if not otherwise shown. C. Switch enclosure shall meet the area classification requirements. Enclosures shall be NEMA 4X in outdoor, damp, and corrosive locations. D. Switch shall be Square D, or approved equal. 2.09 ELECTRICAL IDENTIFICATION A. Fabricate nameplates from white -face, black -letter laminated plastic engraving stock, Formica type ES -1, or approved equal. Fasten each securely, using fasteners of brass, cadmium plated steel, or stainless steel, screwed into inserts or tapped holes, as required. Engraved characters shall be block style of adequate size to be read easily at a distance of 6 feet with no characters smaller than 1/8 -inch high. The nameplate information shall include equipment or feeder identification system voltage, current rating, and feeder source. B. Conductor and equipment identification devices shall be either imprinted plastic- coated cloth marking devices such as manufactured by Brady, Thomas & Betts, or approved equal, or shall be heat -shrink plastic tubing, imprinted split- sleeve markers cemented in place, or approved equal. Equipment nameplate shall be engraved plastic plates. N.M#JWrSW4X679WId00WWdMISpe IS -P="07 CreMSper.) dw GENERAL EIECITIM PROVISIONS SECTION 16660-19 2.10 MANUAL TRANSFER SWITCH Safety switch shall be heavy duty, double throw, non - fusible, with number of poles and rating as indicated. Switches shall be UL listed, suitable as service entrance equipment. Switches located indoors or within other enclosures shall have NEMA 1 enclosures. Outdoor locations shall have NEMA 4X stainless steel enclosures. Switch shall be Cutler- Hammer type DH, or approved equal. 2.11 AUTOMATIC TRANSFER SWITCH (ATS) A. Provide U.L. 1008 listed automatic transfer switch with close and withstand rating not less than 50,000 RMS symmetrical amperes when fed with a fuse. Rating shall be obtained without contact welding. The close and withstand rating shall be verified by UL witnessed test on representative test samples and shall be the rating in UL procedures for to transfer switches supplied. Provide ratings and number of poles indicated. B. Construction 1. NEMA 1 enclosure, 480 volt, contractor type, over - center mechanism, positive electrically and mechanically interlocked to prevent simultaneous closing, and mechanically held in both normal and emergency positions. Transfer switches using interlocked circuit breakers or molded case switches are not acceptable. 2. Automatic transfer switch shall be capable of manual transfer in either direction. Provide insulated manual operating handle. 3. Contacts shall be high - pressure, silver alloy with separate arcing contacts. Are chutes shall be made of heat absorbing material and include metal leaves and arc chutes insulating covers. 4. Provide fully rated lugs for normal, emergency, and load conductors inside cabinet. Power switching contacts and cable connections shall have transparent protective covers for protection and visual inspection. C. Automatic Controls 1. Provide electronic controls, front accessible, mounted inside the cabinet door. All adjustable voltage sensors and time delays shall be solid state. Provide control disconnect plugs to de- energize control circuits for service and testing. Controls shall meet IEEE - 587 -1980 requirements for surge withstand. NIPMWTSM046790 WO=de L+p=Opm C W4 rech SAM) dw GENERAL ELECTRICAL PRWISIGNS SECTION IGM-19 2. Utility voltage sensors shall be close differential type that monitor each phase individually. Voltage averaging is not acceptable. Monitors shall be temperature compensated; pick -up shall be adjustable from 85% to 98% of nominal voltage, set at 90 %; dropout shall be adjustable from 75% to 98% of pick -up, set at 85 %. 3. Generator voltage sensors shall be close differential type that monitor each phase individually; Frequency sensors shall monitor emergency source with pick -up set at 95% of nominal frequency. 4. Operating power for transfer and retransfer shall be obtained from the source to which the load is being transferred. S. Provide the following time delays and components: a. Start delay 0 to 5 seconds set at 2. b. Transfer to emergency delay set at 0. C, Retransfer to normal delay 0 to 30 minutes set at 10. d. Retransfer delay bypass, key operated. e. Unloaded running delay, 0 to 10 minutes set at 5. f. Test switch, key operated with and without transfer. g. Four pilot lights for ATS position and source available. h. Engine start contacts wired to terminal block. L Auxiliary contacts on both normal and emergency wired to terminal block. j. Electronic clock exerciser 7 day, load/no load transfer. k. In -phase monitor. 6. Controls shall automatically retransfer the load from emergency source to normal source if emergency source fails and normal source is available. 7. Provide two sets of Form C auxiliary contacts for normal and emergency positions for remote use. Vir" ECM20ro ,MWWCWwdett%,a=04*wC,99Waea,S ,)dw GENSM ELEMCAL PWVISDNS SECTM IS=-15 8. Transfer switch shall be GE Zenith ZTG or approved equal. 2.12 GENERATOR INLET RECEPTACLE The inlet receptacle shall be Appleton 3- phase, 3 -wire, 4 -pole male inlet (reverse service) type, rated as indicated on the drawings. No substitutions allowed. 2.13 METER ENCLOSURE Provide a meter enclosure with auxiliary compartment for mounting a transfer switch, portable generator receptacle (if indicated), load center, transformer, combination meter safety socket with pullout fuse and breakers as indicated. The enclosure shall be front access only. Refer to drawings for configuration. The assembled unit shall have a UL label. The enclosure shall be 3- phase, 4- wire, rated as indicated, and meet the requirements of SCE. The pedestal shall have copper bussing and main current limiting fused cutout. The enclosure shall be 316 stainless steel. Meter enclosure shall be provided by the pump supplier (Essco), no substitutions. PART 3 - EXECUTION 3.01 GROUNDING A. Size grounding cable in accordance with Law and Regulations when sizes are not specifically called for on the Drawings. The location of ground rods shall be as shown. The length of rods forming an individual ground array shall be equal in length and shall be of the quantity required to obtain a ground resistance of no more than 5 ohms. B. Maintain ground continuity throughout the facility by installing an electrically continuous metallic raceway system. Install metallic raceway with double lock nuts or hubs at enclosures. Non- metallic raceway containing do conductors operating at more than 50 volts to ground, or any ac conductors, shall contain a copper grounding conductor either bare, or green if insulated. Bond such conductor to terminal and intermediate metallic enclosures. C. Intercept existing ground electrode system, and extend to new equipment location as required. 3.02 RACEWAYS A. Install raceways as shown: however, conduit routings shown are diagrammatic. Raceway systems shall be electrically and mechanically complete before conductors are installed. Bends and offsets shall be smooth and symmetrical, and shall be made with tools designed for the Vi PROJECTSMW4679oatr lucNaodo- Wpea15pea C WW rTecn spe )..c OENMAL ELECTRICAL MOVISJONS SECTION IS05A -15 purpose intended. Use factory elbows for all 3/4 -inch conduits. Make bends in larger sizes of metallic conduit accomplished by field bending or by the use of factory elbows. All installations shall be in accordance with the latest edition of the National Electrical Code. Utilize tools as recommended by the manufacturer for installation of PVC coated conduits. B. Install raceways in accordance with the following schedule: Raceway: a. PVC - coated galvanized rigid steel raceways shall be used in all outdoor locations and below grade. Conduits indoor and above grade shall be galvanized rigid steel (GRS). b. Serving Utility Company conduits shall meet the requirements of the Utility. 2. Exposed Raceways: a. Rigidly supported conduits with clamps, hangers, and Unistrut channels. b. Intervals between supports shall be in accordance with the National Electric Code. C. Plug empty conduit terminations not in manholes or pull boxes. Install exposed raceway perpendicular or parallel to buildings. Terminate conduit with flush couplings at exposed concrete surfaces. Place conduit stubbed up for floor- standing equipment in accordance with approved shop drawings. Make metallic raceways installed below -grade or in outdoor locations and in concrete with a conductive waterproof compound applied to threaded joints. Compound shall be Zinc Clads Primer Coatings No. 1369A45, HTL -4 by Crouse - Hinds, Kopr Shield by Thomas & Betts, or approved equal. D. Conduit may be cast integral with horizontal and vertical concrete slabs, providing two -inch clearance is maintained between conduit surface and concrete surface. If said clearance cannot be maintained, install the conduit exposed below elevated slabs provided, that in the case of slabs on grade, install conduit below the slab and encase it with a minimum cover of 3 inches of concrete. Maximum size of conduit that can be cast in slab shall be 1 -1/2 inches. E. Use flexible conduit at dry locations for the connection of equipment such as motors, transformers, instruments, valves, or pressure switches subject to vibration or movement during normal operation or servicing. Flexible conduit may be used in lengths required for the connection of recessed lighting fixtures; otherwise the maximum length of flexible conduit shall be 18 inches. V`WROJEC)`SI2^W0979WkA-"dMLV^ 9WL;p cs 03806 (Tech SGT). GENERAL ELECYR CAL PROVISIONS SECTION 10050 -1] F. Install in other than dry locations, make connections using flexible liquid - tight conduit. Equipment subject to vibration or movement, which is normally provided with wiring leads, such as solenoid, valves, with a cast junction box for the make -up of connections. Flexible conduits shall be manufactured by American Brass, Cablec, Electroflex, or approved equal. G. Perform conduit penetrations on walls and concrete structures in accordance with the following: 1. Seal all raceways entering structures at the first box or outlet with oakum or suitable plastic expandable compound to prevent the entrance into the structure of gases, liquids, or rodents. 2. Dry pack with nonshrink grout around raceways that penetrate concrete walls, floors, or ceilings aboveground, or use one of the methods specified for underground penetrations. 3. Where an underground conduit enters a structure through a concrete roof or a membrane waterproofed wall or floor, provide an acceptable, malleable iron, watertight, entrance sealing device. When there is no raceway concrete encasement specified or indicated, provide such device having a gland type sealing assembly at each end with pressure bushings which may be tightened at any time. When there is raceway concrete encasement specified or indicated, provide such a device with a gland type sealing assembly on the accessible side. Securely anchor all such devices into the masonry construction with one or more integral flanges. Secure membrane waterproofing to such devices in a permanently watertight manner. 4. Unless otherwise shown or specified, mount all conduits on surface. 5. Where an underground raceway without concrete encasement enters a structure through a nonwaterproofed wall or floor, install a sleeve made of rigid steel PVC - coated conduit. Fill the space between the conduit and sleeve with a suitable plastic expandable compound, or an oakum, on each side of the wall or floor in such a manner as to prevent entrance of moisture. A watertight entrance sealing device as specified may be used in lieu of the sleeve. 3.03 WIRES AND CABLES A. Hand pull conductors of No.1 AWG size and smaller. Larger conductors may be installed using power winches. Pulling tensions on the cables shall be within the limits recommended by the cable manufacturer. Wire pulling lubricant, where needed, shall be UL approved. Use of Yellow 77 is prohibited. B. Neatly group wire in panels, cabinets, and gutters using nylon tie straps, and fan out to terminals. V' tle5oWperaL4p CVW (T&M$ABLYf.L CENESiAL ELMMICAL PROVISIONS SECTION levee -16 C. Solid conductors shall terminate at equipment terminal screws with ratchet type- crimping tool and shall not protrude beyond screw head. Stranded conductors shall terminate directly on equipment box lugs making sure that all conductor strands are confined within lug. Use forked - tongue lugs where equipment box lugs have not been provided. D. Splices to motor leads in motor terminal boxes and any split bolt or 2 bolt compression splices shall utilize Plymouth /Bishop Plyflex, or approved equal. E. Control devices, such as solenoid operated valves that are normally supplied with conductor pigtails shall terminate as described for control conductors. F. Do not use pigtails at receptacles and switches. G. Test all control and instrumentation cables for continuity, polarity, undesirable ground, and origination. Perform such tests prior to placing all cables in service. 3.04 PULL AND JUNCTION BOXES A. Size pull and junction boxes in accordance with the requirements of the National Electrical Code. B. Use outlet boxes as junction boxes wherever possible. Where separate pull boxes are required, they shall have screw covers. Do not use outlet boxes as pull boxes. C. Install pull boxes when conduit run contains more than (3) 90- degree bends and runs exceed 100 feet. 3.05 CUTTING AND PATCHING A. Where it becomes necessary to cut into existing work for the purpose of making electrical installations, use core drills for making circular holes. Other demolition methods for other cutting or removing shall be approved by the City prior to starting the work. B. Repair all damage caused to other facilities. 3.06 CONCRETE HOUSEKEEPING PADS Provide concrete housekeeping pads for all floor standing electrical equipment. Housekeeping pads for all equipment, including future units, shall be 3 inches above surrounding finished floor or grade and 6 inches larger in both dimensions than the supported equipment, unless otherwise shown. V.V TST"0M790 WAaW09 da LSyeteQ8 C38W(TOM Spa ).dx GENERAL ELECMrAL PROVISIONS SECTION 16059 -19 3.07 3.08 EQUIPMENT ANCHORING A. Anchor freestanding or wall -hung equipment in place by methods that will meet seismic requirement in the area where project is located. Provide wall- mounted panels that weigh more than 500 pounds or which are within 18 inches of the floor with fabricated steel support pedestal(s). Pedestals shall be of welded steel angle sections. If the supported equipment is a panel or cabinet and enclosed with removable side plates, it shall match supported equipment in physical appearance and dimensions. B. Anchoring methods shall be either drop -in type or 1/4 inch wedge type and leveling criteria specified in the printed recommendations of the equipment manufacturers are a part of the work. Submit such recommendations as required for shop drawings. Anchors shall be stainless steel. C. Support struts shall be stainless steel with stainless steel conduit straps, nuts, and screws. Single conduit supports may be malleable single hole straps with back mounting plates. Clamps shall be PVC coated in Damp locations. CABLE AND EQUIPMENT IDENTIFICATION A. Provide the completed electrical installation with adequate identification to facilitate proper control of circuits and equipment and to reduce maintenance effort. B. Assign to each control and instrumentation wire and cable a unique identification number. Assign said numbers shall be assigned to all conductors having common terminals and show them on all shop drawings. Identification numbers shall appear within 3 inches of conductor terminals. "Control" is defined as any conductor used for alarm, RTU, or signal purposes. C. All control wiring shall be color -coded and color continuity maintained throughout the system. Control circuit color coding is as follows: Color Service Red Essco control panel interface wires (controls) Black 110VAC White Neutral Green Ground Brown 480 VAC "A" Phase Orange 480 VAC `B" Phase Yellow 480 VAC "C" Phase Black 240 VAC "A" Phase Y.'TRWECTS12 aw7a0b1d 0WW dM1SDea WL G38a (700 Sp —).Cx GENERAL ELECTRICAL PROVISIONS SECTION ISM -20 Red 240 VAC "B" Phase Blue 240 VAC "C' Phase Analog Orange heat - shrink tubing on inputs Red Heat - Shrink Tubing on Outputs Twisted Shielded Pair ( +) = White ( -) = Black D. Mark all conductors at both ends with shrink fit markers which clearly display a computer generated circuit number at each end of the conductor. Wire markers shall have a 10 year warranty. 1. All spare cables shall terminate on terminal screws; identify them with a unique number as well as with destination. 2. Identify terminal strips by imprinted, plastic, marker strips attached under the terminal strip. E. Equipment and devices as follows: 1. Provide nameplates for all panelboards, panels, starters, switches, and pushbutton stations. In addition to the nameplates shown, equipment control devices with standard collar -type legend plates. 2. Identify control devices within enclosures as shown. Identification shall be similar to the paragraph above. 3. Toggle switches which control loads out of sight of switch and all multi- switch locations of more than two switches shall have suitable inscribed finish plates. 4. Tag empty conduits at both ends to indicate the destination at the far end. Where it is not possible to tag the conduit, identify destination by marking an adjacent surface. Install T/4 -inch polypropylene pull cords in all empty conduits. 5. Provide typewritten circuit directories for panelboards; circuit directory shall accurately reflect the outlets connected to each circuit. 6. Install identification tape directly above buried unprotected raceway; install tape 8 inches below grade and parallel with raceway to be protected. Identif!cation tape is required for all buried raceway not under buildings or equipment pads except identification tape is not required for protection of street lighting raceway. END OF SECTION 16050 16050 VV nQECTSM0ae7sa0WONaAOd— SPMIGDaa"04 Crew Spn )A= GFNSML SECTION 16000 -21 SECTION 16100 LOCAL CONTROL PANELS PART 1 - GENERAL PROVISIONS 1.01 RELATED SECTIONS A. Section 16050: Electrical General Provisions B. Section 16950: Electrical Tests 1.02 CONTRACTOR SUBMITTALS A. Material and Equipment Schedules: Deliver to the Engineer a complete list of all materials, equipment, apparatus, and fixtures which the Contractor proposes to use. The list shall include sizes, names of manufacturers, catalog numbers, and such other information required to identify the items. B. Shop Drawings: The Contractor shall submit to the Engineer detailed dimensioned shop drawings of all designated equipment for favorable review before fabrication. Drawings submitted for review shall include front views, sections, and anchoring details. Separate drawings shall be submitted for elementary control and wiring diagrams. Wiring diagrams shall be complete for all electrical equipment furnished except lighting. Should an error be found in a shop drawing during installation of equipment, the correction, including any field changes found necessary, shall be noted on the drawings shall be checked by the Contractor before submittal for review by the Engineer and the Contractor shall certify that the submittals are in accordance with the plans and specifications. 2. Catalog cuts, bulletins, brochures or the like shall be submitted for items of materials for which shop drawings are not designated to be submitted. These data shall be submitted together with a clear indication of the specific item or items, or class of items proposed, in order to establish written record of the Contractors intent. A list of items indicating "as specified° will not suffice. A manufacturer's name alone will not suffice. Each sheet of descriptive literature submitted shall be marked by the electrical contractor in black ink to identify the material or equipment as follow: a. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. NIPROJWTSL&W4079001e[ WWd=L4pmLpe C- VW(Tech SY�)dac LOCAL CONTROL PANELS SECTION 16100.1 b. Sheets or drawings showing more that the particular item under consideration shall have crossed out all but the pertinent description of the item for which review is requested. C. Equipment and materials descriptive literature not readily cross - referenced with the plans or specifications shall be identified by a suitable notation. d. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will NOT be accepted, unless it is clearly marked to show the intended connections. e. Shop drawings shall be submitted for the following items; 1) Control panels and other specially- fabricated or custom - made equipment. 2) For other items as may be specifically called for hereinafter. D. Operation, Maintenance and Repair Manuals: 1. The manuals shall include all systems drawings, block diagrams, schematics, shop drawings, and other pertinent data required to completely describe the operation and maintenance of the installed electrical system. Provide the City with a licensed copy of AutoCAD 2010 Electric Version. 2. These manuals shall be submitted prior to final acceptance of the system and shall reflect all as -built conditions. 3. The electrical system information in the O & M manuals shall contain: a. System operating instructions written for the benefit of the Agency's operating personnel for normal operational condition and utilizing names of controls as they appear on nameplates. b. Calibration and maintenance instructions. C. Troubleshooting instructions. d. Instructions for ordering replacement parts. e. Parts list. V'WXXS:7S12WOI6%80iDltlaek00 de L-Pe k;DM G9800(TeCh Spe ).Cx LOCAL CONTROL PANELS SECTION 10100 -2 List of fuses, lamps, seals, and other expendable equipment and devices. g. List of all vendors, addresses and phone numbers. All as -built control diagrams. E. Miscellaneous Reports: The Contractor shall submit all other reports as called for in these specifications at the times specified. These miscellaneous reports include, but are not limited to, test procedures, records of electrical test results and certificates of inspection and acceptance. PART 2 - PRODUCTS 2.01 MOTOR CONTROL PANEL (MCP) A. This control panel specification is intended to set minimum requirements for a sewer lift station control panel. It is not intended to be an exhaustive bill of material but only to provide the panel builder with a list of quality components required by the City of Newport Beach. All components listed shall match existing items already in use by the City in order to keep replacement parts inventory to a minimum. The control panel builder shall provide the City (or contractor) with a complete submittal within 1 week of receiving a notice to proceed, which shall include a detailed wiring schematic, component layout drawing, dimensional drawing and a cut sheet on each supplied component and enclosure. All submitted material shall be bound with no loose sheets. B. In addition to the metering section identified in Section 16050, the contractor shall provide one NEMA 1213R freestanding, door in door, 316 SS outer enclosure duplex control panel. The control panel shall include the following items: C. The outer enclosure shall be a UL listed freestanding NEMA 12/3R 316 SS with gasketed double doors. The enclosure shall be a rainproof unit with filtered louvers and splashguards. The enclosure shall be of bolted construction and include a 3 -point pad - lockable handle. D. The control panel shall include a set of double inner doors with dead front switches. The door switches shall interrupt the control power in the event that either one of the inner doors is opened. The inner doors shall be 316 SS. V'VYhX/E(TSft WWe00NocWW de L4pmtspe C.S&N(rwh spm).do LOCAL CONTROL PANELS SECiIONIG100 -8 E. One inner door shall allow access to the high voltage section shall be interlocked with lockable circuit breaker handles. The high voltage door shall be constructed so that it cannot be opened unless the all circuit breakers are in the reset position. A safety door switch shall be provided to disconnect the control (120V) power when the inner door(s) is opened. F. The safety door switch(s) shall be spring loaded with a latching device that can be manually locked in so that power will be available for control adjustments. The manual lock -in device shall be automatically disengaged once the door is closed. Panel enclosure shall be ventilated by means of a 6" (238 CFM) single speed exhaust fan with an attic type thermostat. One set of louvered vents shall be provided. The louvers shall be covered by standard trade type, multi - layer, washable expanded aluminum filters to filter the incoming air. The fan shall be located in a manner that causes a flow of fresh outside air to flow through the enclosure. Locate fan in top right hand side of enclosure. G. A control transformer shall be provided with a 120V secondary and be adequately sized to handle the connected load. The control transformer shall be fused on the primary and secondary sides with a minimum of 10A fuses. A sheet showing the calculations for the control transformer loads shall be submitted to insure proper sizing of the control transformer. H. The control panel shall be finished in a neat professional manner with gutters and wire ties. Gutter fill shall not exceed 75 %. Marked terminal strip(s) shall be provided. A wiring diagram and a heater chart shall be enclosed in the panel. All lights, switches, and buttons shall be identified by printed metal or engraved phenolic nameplates. A red "High Voltage Inside" phenolic nameplate shall be fastened to door covering the high voltage compartment. All wiring shall be tagged on each end with GRAFOPLAST wire markers. All interior control components shall be labeled. I. Type S magnetic starters shall be furnished in all combination starter units. Starter Sizes 1 through 5 shall employ the use of a bell -crank lever design to transform vertical action of the armature into horizontal action of contact carrier and thus minimize contact bounce and produce extra long contact life. Thermal overload relays on starters shall be ambient temperature compensated bimetallic type with selector for either auto or manual reset. Overload heater units shall be provided in each starter unit. Magnetic motor starters shall be NEMA ICS 2 -321.2 combination circuit - breaker type for full voltage across - the -line starting or reduced voltage starting as noted. Starters shall be equipped with three thermal overload devices, one in each ungrounded leg. Starters shall be suitable for operation on a 480 -volt, 3- phase, 3 -wire system, kPnax- cTskv49M79WVWWWd"ASPw;Wpe CMW(Tech Spa ).dDc LOCAL CONTROL PANELS SECTION 19100 -0 unless otherwise indicated, and equipped with control transformers. Coil voltage shall be 24 vdc or 120 vac. Motor starter contacts shall be NEMA rated (no I.E.C. ratings) with a maximum contact temperature rise of 50 degrees centigrade measured on the contact body. The current density shall be greater than 0.0023 square inches per AMP rating per contact shall be manufactured by Square "D" or Allen Bradley. J. COMPONENTS: Provide standard products that have been established between the City and Essco. Products shall consist of a Pulsar ultrasonic level controller with float backup. RTU shall be Bristol Control Wave Micro with telephone or radio communication to match existing site. Motor staters shall be Allen Bradley soft -start type with an external full voltage bypass starter in case of soft start failure. The design details will be refined during the submittal process. PLC INPUT - OUTPUT ASSIGNMENT DUPLEX PUMP STATION ANALOG IN 1) 4 -20 MA FROM THE SONIC CONTROLLER DIGITAL INPUTS 1) EXHAUST FAN RUNNING 2) SUPPLY FAN RUNNING 3) DI DRY PIT FLOOD (FLOAT SWITCH) 4) GENERATOR RUN (Where applicable) 5) DI EMERGENCY HIGH LEVEL (R1 -1 CONTACTS) 6) DI INTRUSION ALARM (LIMIT SWITCHES IN SERIES TO INTERFACE RELAY) 7) DI INTRUSION BY PASS (KEY PAD) 8) DI POWER -PHASE FAIL (POWER SAVER MODEL 350, RELAY TO INTERFACE RELAY) 9) DI PUMP #1 RUNNING (CONTACTS ON GE LINE VOLTAGE RELAY) 10) DI PUMP #1 AUTO (CONTACTS ON HOA AND INTERFACE RELAY) 11) DI PUMP #2 RUNNING (CONTACTS ON GE LINE VOLTAGE RELAY) 12) DI PUMP #2 AUTO (CONTACTS ON HOA AND INTERFACE RELAY) 13) DI PUMP #1 CURRENT FAILURE (POWER SAVER MODEL 777, CONTACTS FROM SLAVE RELAY) 14) DI PUMP #2 CURRENT FAILURE (POWER SAVER MODEL 777, CONTACTS FROM SLAVE RELAY) ds=L9»e<'s00= CB554 fresh 4 Xdc LOM CONTROL PMRS SECT MI 15100 -5 15) GENERATOR FAIL (Where applicable) 16) GENERATOR LOW BATTERY (Where applicable) 17) DI PUMP #3 RUNNING (CONTACTS ON GE LINE VOLTAGE RELAY) — TRIPLEX SITES ONLY 18) DI PUMP #3 AUTO (CONTACTS ON HOA AND INTERFACE RELAY) - TRIPLEX SITES ONLY 19) DI PUMP #3 CURRENT FAILURE (POWER SAVER MODEL 777, CONTACTS FROM SLAVE RELAY) - TRIPLEX SITES ONLY DIGITAL OUTPUTS 1) DO PUMP #1 CALL 2) DO PUMP #2 CALL 3) DO PUMP #3 CALL - TRIPLEX SITES ONLY The Motor Control Panel shall be furnished by Essco Pumps and Controls, no "or equal'. Contact person is John Ivins 1- 323 -261- 2181. 2.02 WETWELL FLOAT SWITCH A. The level of detecting device shall be 5 -1 /2e diameter type 316 stainless steel float switch with a mercury switch inside and flexibility supported by a PVC jacketed, heavy -duty cable. The float shall be mounted on a stainless steel cable as shown on the plans or otherwise directed by the Engineer. It shall be installed in accordance with the manufacturer's recommendation. B. The float switch shall have a 20 Amp rating at 115 va and 10 Amps at 230 vac. The float shall be type SO with three #14 AWG fine-stranded copper conductors. The float shall be mounted on the 1° pipe using type 316 stainless steel hardware. C. The Model 9G Float Switch shall be furnished in quantities and with such accessories as are required to perform the specified control and alarm functions for the application. The float switch shall be as manufactured by Consolidated Electric Models CBM, 9G -CC, B4O0 -IS4. It shall have a 3 -year warranty. 2.02 DRYWELL FLOOD SWITCH A. Refer to the drawings for flood switch manufacture and part numbers. VVRa1WTS120 M7aom*cW00 de9kcRemL4Pam C WN (ree0 SOM).dw LOCAL CONTROL PANELS SECTION 16100 -0 PART 3 - EXECUTION 3.01 EQUIPMENT AND SYSTEM IDENTIFICATION A. All control and indicating devices for equipment shall be identified with laminated plastic nameplates. Nameplates shall identify equipment and /or function. Nameplates shall be provided for all panel boards, control panels, special outlets, pull boxes, disconnects, motors, fans and chart recorders. Three phase outlets shall be identified with circuit origin and phase identification. B. All control devices locate within control panels shall be identified with permanent tags. Embossed, stick -on, plastic tags shall not be used. Terminal strips shall be identified by imprinted markers in center or under terminal strip. C. All cables and all conductors shall be identified at each termination. All circuits and all multi - conductor cables shall be identified in each manhole and pull box. Individual conductors that make up a circuit shall be bundled and laced together with imprinted heat shrink tubing or imprinted plastic coated cloth. Circuit and multi - conductor cable identification shall be made with imprinted metal bands or tags. D. All control wiring shall be color coded and color continuity maintained throughout the system. Provide minimum of (6) different colors for field wiring. Control circuit color coding is as follows: Color Service Red Hot lead (usually to stop P.B.) Yellow Common return Brown Main coil (usually to start P.B.) Blue Reset coil Orange Trip coil E. All conductors shall be marked at both ends with shrink fit markers which clearly display a computer generated circuit number at each end of the conductor. END OF SECTION 16100 dnnL9p L9P=C -8804(real Spe ) dw LOCAL CONTROL PANELS SECTION 16100 - 7 SECTION 16620 PACKAGED ENGINE GENERATOR SYSTEM PART 1-GENERAL 1.01 WORK OF THIS SECTION A. Section Includes: 1. Three Natural Gas fueled Standby Generator Sets 2. It is the intent of these specifications to secure for the purchaser three (3) generator sets of the latest commercial design, together with all accessories necessary for a complete installation. The equipment supplied and the installation shall meet the latest applicable requirements of the following codes and regulations: 1.02 REFERENCES A. California Administration Code (CAC) 1. CAC Title 24 State of California Administration Code, Title 24, Building Standards 2. CAC Title 19 State of California Administration Code, Title 19, Public Safety B. Code of Federal Regulations (CFR) 1. CFR 1910 Occupational Safety and Health Standards C. Electrical Generating Systems Association (EGSA) 1. EGSA 1008 Performance Standard for Engine Cranking Batteries Used with Engine Generator Sets 2. EGSA 100C Performance Standard for Battery Chargers for Engine Starting Batteries and Control Batteries 3. EGSA 100D Performance Standard for Generator Overcurrent Protection 600 Volts and Below 4. EGSA 100E Performance Standard for Governors on Engine Generator Sets V'1PRQ,WTStM0M7QWMCWWdMLSpat 000 C- 3W441¢,y, SP�) .pa PACKAGED ENGINE GENERATOR SYSTEM SECTION 168201 5. EGSA 10OF Performance Standard for Engine Protection Systems 6. EGSA 100G Performance Standard for Generator Set Instrumentation, Control and Auxiliary Equipment 7. EGSA 10OR Performance Standard for Voltage Regulators Used on Electric Generators D. International Conference of Building Officials (ICBO) 1. ICBO UBC Uniform Building Code E. Institute of Electrical and Electronics Engineers, Inc. (IEEE) 1. IEEE 115 Synchronous Machines 2. IEEE 126 Speed Governing of Internal Combustion Engine- Generator Units 3. IEEE 421.1 Definitions for Excitation Systems for Synchronous Machines 4. IEEE C37.2 Electrical Power System Device F. National Electrical Manufacturers Association (NEMA) 1. NEMA 250 Enclosures for Electrical Equipment (1000 volts Maximum) 2. NEMA AB 1 Molded Case Circuit Breakers and Molded Case Switches 3. NEMA MG 1 Motors and Generators 4. NEMA PB 2 Deadfront Distribution Switchboards 5. NEMAACS 1 Industrial Control and Systems 6. NEMA/ICS 2 Controllers, Contactors and Overload Relays, Rated not more than 2000 Volts AC or 750 Volts DC 7. NEMA/ICS 6 Industrial Control and Systems Enclosures G. National Fire Protection Association (NFPA) N. tl�lpj LRAM a WW rF@M fiPM)WM PACKAGED ENGINE GFJ40MTOR SYSTEM SECTION 165202 1. NFPA 30 Flammable and Combustible Liquids Code 2. NFPA 37 Installation and Use of Stationary Combustion Engines and Gas Turbines 3. NFPA 54 National Fuel Gas Code 4. NFPA 70 National Electrical Code 5. NFPA 70B Electrical Equipment Maintenance 6. NFPA 99 Health Care Facilities 7. NFPA 101 Life Safety Code 8. NFPA 110 Emergency and Standby Power Systems 9. NFPA 325 Guide to Fire Hazard Properties of Flammable Liquids, Gases, and Volatile Solids H. Underwriters Laboratories Inc. (UL) 1. UL 429 Electrically Operated Valves 2. UL 489 Molded -Case Circuit Breakers and Circuit- Breaker Enclosures 3. UL 1236 Battery Chargers for Charging Engine- Starter Batteries 4. UL 2200 Stationary Engine Generator Assemblies I. Regional Codes and Regulations 1. South Coast Air Quality Management District (SCAQMD) rules and regulations. 1.03 QUALITY CONTROL A. All equipment shall be new, of current domestic production of a national firm which manufacturers the engine - generator set and whose quality control program complies with ISO Standards and that is certified to ISO - 9001. The manufacturer together with its authorized local representative shall have full responsibility for the performance of the generator set and V TSI2I)Wffi79W4X4 d=ISpealSPecv C$8M(TeCh SPGW).dac PACKAGED ENGINE GENERATOR SYSTEM SECTION 18620.9 its accessories. Unit shall be designed for outdoor installation. Generator sets shall be built and labeled in accordance with UL 2200. B. Upon submitting a bid, the engine generator set supplier shall provide computerized calculations with performance justifying the proposed engine generator set size for the loads specified in Part 2.1 D of this specification. 1.04 SERVICE A. Supplier shall maintain a parts and service facility within 50 miles of the installation site, employ factory trained technicians, and offer 24 -hour emergency service. Supplier shall be the authorized dealer of a manufacturer offering standard production equipment built and prototype tested in accordance with NFPA 110, and shall be authorized to administer the warranty for all components of the emergency generator system specified herein. 1.05 APCD PERMITTING A. The engine generators shall be certified and compliant with Tier 1 stationary spark- ignited emissions regulations of the Environmental Protection Agency (EPA), and shall be equipped with the necessary devices to meet current California Air Pollution Control District (APCD) Best Available Control Technology (BACT) regulations for the operation of a natural gas generator. Engine generator supplier shall supply the Owner with all information and data that will allow the Owner to obtain the necessary permits from the SCAQMD. 1.06 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 and provided in sufficient detail to demonstrate compliance with these specifications. As a minimum, the submittal shall be bound, provided with an index to cross- reference the submittal item and page location, marked to indicate the specific item to be provided, and include the following data. 1. Bill of Material, covering all equipment submitted. 2. Qualifications of the engine - generator manufacturer and of the authorized distributor. ISO -9001 certification. 24 -Hour emergency service capability. 3. Manufacturer's published rating sheet. NFPA -110 prototype test verification. Altitude and temperature derating procedures. Frequency and voltage regulation. Cooling system capability. Full I0'TRa1E=I20W4679A7WwWW EBR4��L�)qw C,3SW(TOM SP4 ) dW PACKAGED ENGINE GENEMTDR SYSTEM SECTION 158244 rated load pickup capability. Altitude and temperature derating procedures. Certification of UL 2200 compliance. 4. Installation requirements: radiator airflow and backpressure capacity, combustion air requirement, fuel consumption, fuel circulation, heat rejection, exhaust flow, exhaust back - pressure calculations, battery requirements. Floor layout dimensional data with provision for cable entry and termination. 5. Engine performance data. Configuration, cubic inch displacement, rated RPM, type of aspiration, voltage of electrical system, oil and coolant capacities, exhaust volume and temperature. 6. Exhaust emission data provided on the current application form for the air quality agency having jurisdiction. Exhaust and crankcase emission control equipment devices. Certification of Tier 1 EPA compliance. 7. Battery set and battery charger. 8. Generator performance data. Motor and load starting capability verification. Temperature rise and insulation classification. Short circuit sustaining capability. Over - voltage safety shutdown. Decrement curve for specific voltage specified. 9. Output circuit breaker size, manufacturer, model, and trip curve for 10 second short- circuit capability. 10. Control panel features and performance. Meters and gauges. Safety alarm and shutdown devices. Cranking control. Indicator lamps and horn. Control switches. Rodent protection. 11. Exhaust silencer attenuation rating. 12. Jacket water heater system. 13. Sound attenuation enclosure. Provide prototype test data for sound level specified. 14. Seismic restraint devices. Agency pre - qualification. Dimensional data. Seismic restraint calculations. Anchor bolts. 15. Schematic and wiring diagrams for all major components. Interconnection diagram for all major components. 16. Testing procedure. k'VWWECTS120mW679QD4bCW00 dcanLSyesvL4wm 63806 ITerA Sye )} PACKAGED ENGINE GENERATOR SYSTEM SECTION 186205 17. Warranty certificate and administration authorization. APCD forms with emissions data. Form will be completed and submitted by Owner. Computer printout using generator sizing program. Fuel system. Alarm and indicator devices. Shutoff valves, fuel strainer, and flexible connection. Fuel supply pipe size calculation, based upon distances shown on the drawings and limitation of supply pressure noted in paragraph 2.1.C. PART 2 — PRODUCTS 2.01 RATING A. Unit shall be minimum rated as indicated below, 0.8 PF, for continuous standby operation during any utility power failure. Rating shall be verified by published specification sheets of its nationally recognized manufacturer. Generator set shall be capable of accepting rated load in one step in accordance with NFPA -110 Para. 3- 5.3.1. Bren Tract - 50kw 277/480 volt 2. Polaris - 80kw 120/240 volt 3. Harbor Ridge- 45kw 277/480 volt B. System voltages shall be as indicated, 3 phase, 4 wire, 60 Hertz. C. Generator set design specified herein is based upon Kohler. Equipment of equal quality by Cummins Onan, Generac, Spectrum or Caterpillar may be provided. The maximum available gas pressure is 10- inches (water). Generators shall be able to run on this pressure limitation without de- rating the unit. D. Rating specified in paragraph A is the minimum capacity for steady state load. The generator set shall also be capable of starting the following transient loads, in the order shown, with a maximum allowable instantaneous voltage dip of 25 percent. Voltage dip calculations, or computer simulation, shall support generator model selection. Calculations or test data that ignores the initial voltage dip and reports a partially recovered voltage (sustained voltage dip) will not be accepted. STEP LOAD DESCRIPTION STARTING METHOD Y- 'IPF4JECTSI2 "67866W CWM deenISaml4 maMd (Tech Spece).dec PACKAGED ENGINE GENERATOR SYSTEM SECTION 166268 2.02 Bren Tract 1 240V Panel 5 kva, 7 skva, 10 N/A 1 Pump #1: 15 HP Across - the -line 2 Pump #2:15 HP Across - the -line Polaris 1 240 V Panel 5 kva, 7 skva, 10 N/A 1 Pump #1: 25 HP Across - the -line 2 Pump #2: 25 HP Across - the -line Harbor Ridge 1 240 V Panel 5 kva, 7 skva, 10 N/A 1 Pump #1: 10 HP Across- the -line 2 Pump #2: 10 HP Across - the -line Pumps are centrifugal type and can be modeled as a low inertia load. ENGINE A. The engine shall be spark- ignited, natural gas, 4- cycle, direct connected to the generator by a semi - flexible coupling, and both shall be mounted on a common sub -base. The engine shall have sufficient power to produce the specified rating when operating at generator synchronous speed with all accessories required for normal operation including exhaust, fuel, cooling, and battery charging systems. Maximum engine speed shall be 1800 RPM. The engine shall have a pressure lubrication system and replaceable element oil filter. The engine oil drain shall be piped to the outside of the skid base and provided with a stainless steel ball -valve to facilitate draining. B. The engine cooling system shall be designed to provide adequate cooling at 100% rating with an outdoor enclosure in outdoor ambient temperatures up to 122 degrees Fahrenheit. The system shall include a unit mounted radiator, blower fan, water pump, and thermostat. Cooling system shall meet the performance requirements of NFPA -110 Para. 5- 8.1. Provide a low water level shutdown device. Provide a cooling system drain pipe extension to the side of the generator unit. Provide capped stainless steel valve. C. The engine governor shall maintain frequency within a +/ -0.5 percent band under steady state conditions and isochronous from no -load to full load. Regulation shall be as defined by IEEE Std 126 - 1959/83. Governor performance shall comply with EGSA 100E. V de n L oeestgpem CVW(reds SP&MXd0e PACKAGED ENGINE GENERATOR SYSTEM SECTION 166247 D. Starting shall be by means of a solenoid operated positive engagement gear driven electric starter for operation on 12 or 24 volt D.C. Note the cycle -crank requirement specified within the generator control panel. Provide a primary and a secondary means of cranking termination in accordance with NFPA -110 Para. 3- 5.4.2. E. Engine protective devices shall meet the performance requirements of EGSA 100F and shall include the following: Overcrank - lockout 2. Low oil pressure - preliminary alarm 3. Low oil pressure - shutdown 4. High water temperature - preliminary alarm 5. High water temperature - shutdown 6. Low water temperature - alarm 7. Low water level - shutdown 8. Overspeed - shutdown F. Provide vibration isolators installed between the base assembly and the engine generator. G. Engine crankcase emissions shall be consumed by the engine in a closed loop design, or filtered to prevent oil mist from contaminating the engine space and to comply with Air Pollution Control District requirements for visible emissions. Filters shall be of the closed cycle type. Filter device shall consist of a replaceable filter element and a removable reservoir for collected fluids. Filter shall be sized for the allowable crankcase backpressure established by the engine manufacturer. 2.03 BATTERY SET A. A lead acid battery set shall be provided and installed in the generator enclosure and provided with seismic restraints. Provide battery cables as required for the installation. System voltage shall match that of the starter. Performance of the battery system shall comply with EGSA 1008. 2.04 BATTERY CHARGER N.IPROJECTSI2adOMM01tlWWW deWIS MI!Spect C- W04 (Tedh Spe ).doc PACKAGED ENGINE GENERATOR SYSTEM SECTION 1682x3 A. An automatic floatlequalize type battery charger shall be provided, for installation within the generator enclosure. Connections to the battery shall be solid wired (clip -on type clamps not acceptable). Input voltage shall be 120 volts AC. Charger shall be UL listed. Output capacity shall be a minimum of 6 amps. Battery charger shall meet the performance requirements of EGSA 100C, and shall include the characteristics required by NFPA -110 Para. 3- 5.4.6. DC voltage regulation shall be within + / -1 percent from no load to full load and over an AC input line voltage variation of + / -10 percent. B. Features shall include the following: Automatic "float -to- equalize" operation, with individual potentiometer adjustments. 2. "Power on" lamp to indicate when charger is operating. 3. DC voltmeter and DC ammeter, 5 percent full scale accuracy. 4. Reverse polarity protection. 5. AC input and DC output fuse protection. 6. Automatic current limiting protection. 7. Low and high battery voltage alarm contacts, set to close if battery voltage drops below 90 percent or rises above 110 percent of rated. C. Battery charger enclosure shall be NEMA 1 Construction and arranged for convection cooling. Mount and wire charger inside generator enclosure. 2.05 GENERATOR A. The generator shall be 4 -pole, revolving field, with rotating brushless or static exciter. It shall have a solid state voltage regulator capable of maintaining voltage within 2 percent at constant load from 0 -100 percent of rating. Voltage regulator shall be of the volts - per -hertz type and NFPA- 110 requirement for 100% load pickup shall be met. The regulator shall be sealed from the environment and isolated from the load to prevent tracking when connected to SCR loads. Voltage regulator shall meet the performance standards of EGSA 100R. B. Generator shall be self - ventilated of drip -proof construction with amortisseur rotor winding and skewed for smooth voltage waveform. The I- WRQIECTSW0000679 WD0W00 dML-P9c'sAM= 038M fFKh 5p ).d"e PACKAGED ENGINE GENERATOR SYSTEM SECTION 166269 insulation material shall meet the NEMA standard (MGI -22.40 and 16.40) for Class H and be vacuum impregnated with epoxy varnish to be fungus resistant. Temperature rise of the rotor and stator shall be limited to a maximum of 130 degrees C when carrying rated load. Temperature rise shall be as defined by NEMA standard (MG1 -22.40 and 22.85). C. On application of any load up to 100 percent of the rated load, the instantaneous voltage dip shall not exceed 25 percent and shall recover to within 2 percent rated voltage within one second. This requirement is in addition to the voltage dip limitation specified in paragraph 2.1.D. The generator shall be capable of sustaining at least 300% of rated current for at least 10 seconds under a 3 phase symmetrical short by inherent design or by the addition of an optional current boost system. The generator, having a single maintenance free bearing, shall be directly connected to the flywheel housing with a semiflexible coupling between the rotor and the flywheel. D. A resettable line current sensing circuit breaker with inverse time versus current response shall be furnished and shall not automatically reset preventing restoration of voltage if maintenance is being performed. This breaker shall protect the generator from damage due to its own high current capability and shall not trip within the 10 seconds specified above to allow selective tripping of down - stream fuses or circuit breakers under a fault condition. Circuit breaker shall be 80% rated and sized as indicated. Circuit breaker shall be installed in the generator terminal box and be easily operable when the operator is at the control panel. Circuit breaker shall include provision for a lock out device in the de- energized position to comply with NFPA 70E. E. Provide generator over - voltage protection for sensitive loads that will shut the unit down when voltage exceeds 115 percent of rated for longer than 1 second. F. Provide 120 volt winding heater. Heater shall automatically disconnect when engine is running. 2.06 GENERATOR CONTROLLER A. A solid state micro - processor controller shall be vibration isolated above the generator. The microprocessor control board shall be moisture proof and capable of operation from -40c to 85c. Relays will only be acceptable in high current circuits. Generator set instrumentation; control and auxiliary equipment shall meet the performance standards of EGSA 100G. The controller shall be listed under UL -508. Controller shall be capable of control and operation from a remote PC over telephone lines. The Y:IPRWECTS12 W4679Wda0 W dW 409C9ZPGM CSBM fTeM SPea)dw PACKAGED ENG NE GENERATOR SYSTEM SECTION 16WHO controller logic shall support Modbus® RTU industry standard open communication protocol. B. Circuitry shall be of plug -in design for quick replacement. Controller shall be equipped to accept a plug -in device capable of allowing maintenance personnel to test controller performance without operating the engine. The controller shall include: Fused DC circuits. 2. Complete two -wire start/stop control which shall operate on closure of a remote contact. 3. Speed sensing and a second independent starter motor disengagement systems shall protect against the starter engaging with a moving flywheel. Battery charging alternator voltage will not be acceptable for this purpose. 4. The starting system shall be designed for restarting in the event of a false engine start, by permitting the engine to completely stop and then re- engage the starter. Automatic restart feature shall initiate the start routine and recrank if the generator slows to less than 390 rpm after exceeding crank disconnect speed. 5. Cranking cycler shall be programmable. One to six cranking cycles and cranking time of 1 -60 seconds shall be possible. Set for initial operation with three cranking cycles of 15- seconds each with 15 second rest periods. 6. Overcrank protection designed to open the cranking circuit after 75 seconds if the engine fails to start. 7. Engine cool down timer factory set at five minutes to permit unloaded running of the standby set after transfer of the load to normal. Controller shall operate the engine at idle speed during the cool down period. 8. Three - position (Automatic — Off /Reset - Run) selector switch. In the "Run" position, the engine shall start and run regardless of the position of the remote starting contacts. In the automatic position, the engine shall start when contacts in the remote control circuit close and stop five minutes after those contacts open. In the off position, the engine shall not start even though the remote start contacts close. This position shall also provide for immediate shutdown in case of an emergency. Reset of any fault lamp shall also be accomplished by putting the switch to the off /reset position. NwRQ /1CTSLWW679VUWW"d—L0=LQ0� pggpy Ra% s }drk PACKAGED ENGINE GENERATOR SYSTEM SECTION 1662611 9. Provide run and fail relay kits. C. An engine and generator instrument panel shall be installed on the unit with vibration isolators, and include the following: 1. Displays: a. AC Voltmeter (L -L and L -N for all phases), digital, +/ -0.25% accuracy b. AC Ammeter (1-1, L2, 1-3), digital, +1-0.25% accuracy C. Frequency meter, digital, +/ -0.5% accuracy d. Wattmeter (total per phase), digital, +/ -0.5% accuracy e. KVA (total per phase), digital, + / -0.5% accuracy f. Percent alternator duty level, Actual kW /kW rating g. Power factor per phase, leadinglabsorbing h. Battery Voltmeter, digital, 1% accuracy i, Engine coolant temperature, digital, I% accuracy j. Engine oil pressure, digital, 1 % accuracy k. Running time meter I. Ambient temperature, digital, 1% accuracy (delete- not available) 2. Shutdown and Warning Text Messages: a. Overcrank lockout b. Low oil pressure — preliminary alarm C. Low oil pressure — shutdown d. High oil temperature — shutdown e. High coolant temperature — preliminary alarm f. High coolant temperature — shutdown M'IPRMWT=&VM79Wk*C" dMISOMISOPM CSwd Rem SDe=). o PACKAGED ENGINE GENERATOR SYSTEM SECTION 112 g. Low coolant temperature — alarm h. Low coolant level — shutdown i. Overspeed — shutdown j. Low fuel level — alarm k. Water in fuel purifier — alarm I. Generator over - voltage — shutdown M. Generator under - voltage — shutdown n. Generator over - frequency shutdown o. Generator under - frequency — shutdown P. High battery voltage — alarm q. Low battery voltage — alarm r. Generator overcurrent — alarm S. Generator running — alarm t. Circuit breaker open - alarm 3. Control Functions: a. AC output voltage adjustment, 5% of L -L output voltage b. Alternator protection, overload and short circuit matched to rated voltage and current output C. Automatic restart d. Clock and Calendar, real -time clock and calendar to time stamp shutdowns for e. local display and remote monitor. e. Digital voltage regulator, to provide +/ -0.25% voltage regulation f. Display power shutdown, set at 5 minutes VVRIXECT5W2 M79W,bc" desnI!4*=4pe CgM(Ted, Spm).dw PACKAGED ENGINE GENERATOR SYSTEM g. Fault shutdown override switch, to provide the ability to overrride the normal fault shutdowns except emergency stop and overspeed, in emergency situations and during diagnostic operation. i. Record and display the number of generator starts. j. Idle speed function, to permit operation at idle speed for a selectable time period. k. Modbus® Interface I. Password protected programming access M. Programmable run function for user selectable time for exercising the generator set. (ATS Function) n. Remote reset capability, initiated via the remote communication package. o. Running time hour meter, to record real time loaded and unloaded run time. p. Time delay engine cool down, for user selectable time delay before the generator set shuts down. q. Time delay engine start, for user selectable time delay before the generator set starts. 4. Alarm horn, with silence switch, to meet the requirements of NFPA 110. Note: Silencing this horn after one fault, i.e. low fuel shall not prevent it from sounding again should a different fault condition occur. D. Complete control panel shall be "rodent proofed" to prevent damage to components by small rodents. 2.07 SOUND ATTENUATED ENCLOSURE AND EXHAUST SYSTEM A. Provide a weather - protective and sound attenuated enclosure with removable and hinged doors to allow inspection and maintenance. Enclosure material shall be constructed of 0.125" aluminum suitable for a high humidity and high salt coastal condition. Lockable latches shall be of stainless steel. Doors shall have a common keyed latch. Provide two (2) sets of keys. Galvanized steel shall be prime painted with a urethane base coat and powder baked finish coats in the manufacturer's standard color enamel. Enclosure shall have successfully completed a 500 -hour VIAROJECTS1 046790000CI000?8&ILhPa Lgpew C-WO4(!eO 50M) doe PACKAGED ENGWE GENERATOR SYSTEM SECTION 1002019 salt spray test done in compliance with ASTB -117. Enclosure shall be rated for high winds of up to 150 mph. B. Enclosure and engine exhaust system shall be sound attenuated to limit noise level when operating at full rated load to a maximum of 70 dB(A) at 23 feet in any horizontal direction from the center of the unit. Intake and discharge of cooling air shall be through top mounted openings that are covered for weather protection. Provide acoustical material on internal walls and surfaces of the enclosure. Acoustic insulation shall be listed under UL 94 HF1 for flame resistance and shall be a minimum of 1 inch in thickness. External holes and opening in the enclosure shall be covered with stainless steel mesh to prevent entry of birds or rodents. The cooling air discharge shall include acoustic insulation with urethane film. Air discharge shall be vertical. C. A super - critical degree silencer shall be provided for installation within the sound attenuated enclosure. Supplier shall furnish back pressure calculations for the installation, including the discharge piping, verifying that engine limitation is not exceeded. Silencer shall be arranged for horizontal mounting with bottom (side) inlet and end outlet. Provide a stainless steel bellows type flexible exhaust connector at the engine exhaust outlet. Provide suitable raincap or moisture drain. A "Critical Degree" silencer is considered to be one capable of attenuating engine exhaust noise component to 85 dba at 10 feet in a free -field environment. Silencer and piping inside the sound enclosure shall be wrapped with thermal protective material. 2.08 JACKET WATER HEATER A. A jacket water heater, thermostatically controlled, shall be installed on the engine. Heater shall operate on 120 volt single phase input. Heater shall be mounted on the generator base rails and provided with flexible hoses to the engine. Flexible hoses shall be rated at 300 degrees F. and 100 PSI. Provision shall be made for isolation of the jacket water heater with 314 inch NPT ball - valves installed at the engine side of the flexible hoses. Provide a disconnect safety switch, or disconnect plug, to isolate the heating element from the electrical source for maintenance purposes. 2.09 SEISMIC RESTRAINT A. The generator set shall be provided with isolators installed between the engine - generator and the base. The base shall be anchored directly to the concrete foundation by means of approved anchor bolts. A minimum of four (4) anchors for each isolator shall be provided by the generator set supplier. de Ll*eNS15P CSM Mgh `W ) dw PACKAGED ENGINE GENERATOR SYSTEM B. Provide calculations signed by an engineer registered in the State of California verifying compliance with California Administrative Code Title 24 for Seismic Zone 4. These calculations shall be a part of the submittal data provided. PART 3 — EXECUTION 3.01 TESTING A. Design prototype test: Components of the emergency system, such as the engine /generator set, transfer switch, and accessories shall not be subjected to prototype test since the tests are potentially damaging. Rather, similar design prototypes and reliability pre - production models, which will not be sold, shall be used for these tests. Upon request, the following certified test records shall be made available: 1. Maximum power (kW). 2. Maximum starting (kVA) at 30% instantaneous voltage dip. 3. Alternator temperature rise by embedded thermocouple and by resistance method per NEMA MG1 -22.40 and 16.40. 4. Governor speed regulation under steady -state and transient conditions. 5. Voltage regulation and generator transient response. 6. Fuel consumption at no load, 1/4, 1/2, 3/4, and full load. 7. Harmonic analysis, voltage waveform deviation, and telephone influence factor. 8. Three -phase line -to -line short ci&uit test. 9. Alternator cooling air flow. 10. Torsional analysis testing to verify that the generator set is free of harmful torsional stresses. 11. Endurance testing. B. Final production tests: Each generator set shall be factory tested under varying loads with guards and exhaust system in place. Upon request, dmL*),e Spam G9806 (Tech Spem).dec PACKAGED ENGINE GENERATOR SYSTEM sECTION 1ss2U18 arrangements to witness this test will be made or a certified test record will be sent prior to shipment. Tests shall include: Single -step load pickup. 2. Transient and steady -state governing. 3. Safety shutdown. 4. Voltage regulation. 5. Rated power. 6. Maximum power. C. Site tests: An installation check, start-up and rated load test shall be performed by the manufacturer's local representative. Provide the services of the manufacturer's field service engineer for training and assistance in testing and startup of the generator. Coordinate with the installing contractor for all testing. The engineer, San Diego APCD, regular operators, and the maintenance staff shall be notified of the time and date of the site test. Coordinate test date with APCD inspection to allow APCD observation of full test load. Testing shall be in accordance with Section 01660 - Equipment and System Performance and Operational Testing. The test shall include: The initial startup of the engine - generator set shall be performed by a factory trained representative of the engine generator set manufacturer. He shall furnish and install the recommended engine lubricants and fill the cooling system with a 50% solution of ethylene glycol antifreeze in accordance with the engine manufacturer's recommendations. He shall be present during the load test specified, and at the conclusion of the test shall supply the Owner's representative with operating and maintenance information in accordance with Section 01730 - Operations and Maintenance Information. Under this section of the specification, he shall instruct the owner's personnel in the proper operating and maintenance procedures for all components of the standby power system. 2. Accessories that normally function while the set is standing by shall be checked prior to cranking the engine. This shall include: engine heaters, battery charger, etc. 3. Start-up under test mode to check for exhaust leaks, path of exhaust gases, cooling air flow, movement during starting and YiPRWECTSI2'&M87908Ido WW d=LOPMISy,m C4WS (Tech Sp ).doc PACKAGED ENGINE GENERATOR SYSTEM SECTION 18820-17 stopping, vibration during running, normal and emergency line -to- line voltage and phase rotation. 4. Automatic start-up by means of simulated power outage to test remote automatic starting, transfer of load, and automatic shutdown. Prior to this test, all transfer switch timers shall be adjusted for proper systems coordination. Engine temperature, oil pressure and battery charger level along with generator voltage, amperes, and frequency shall be monitored throughout the test: 5. Load test system, utilizing contractor furnished resistive load bank, as follows: 1/2 hour @ 1/2 load 1/2 hour @ 3/4 load 2 hours @ rated load 6. Measure and record the transient frequency and voltage dip, and recovery time to steady state conditions, for the single step application of rated load. Verify compliance with the governor and voltage regulator performance specified herein. Recording instrument to be of the light beam or direct thermal array type (ink chart type not permitted). Provide a certified copy of site test report showing compliance with specifications and approval of the installation for warranty purposes. 8. Orientation training shall be provided by the manufacturer's certified representative in cooperation with the installation contractor and electrical engineer. Four (4) consecutive hours of site - specific training shall be provided to the owners employees after the completion of equipment testing and commissioning. Training shall include a review of equipment operation, documentation and site - specific design. 3.02 WARRANTY The equipment supplied under this section shall be covered by a single warranty against defects in material and workmanship for a period of five (5) years or 3000 hours of operation. Warranty shall provide for free replacement or repair of parts for the 5 year (3000 hour) period, and free labor for the first two years. A warranty statement including these features shall be provided as part of the owner's manuals. Warranty shall be administered by the same company that supplied the equipment. 3.03 PREVENTIVE MAINTENANCE SERVICE V: Y'% iWECTS1201Oa8 7800WOC'ggDdamlSpacsL4G� C3SW(reM 50M)dx PACIMEO ENGINE GENERATOR SYSTEM SECTION 16820-18 A. Furnish service and maintenance of engine generator for two years from date of Substantial Completion. B. Generator supplier shall perform the following reliability inspections and maintenance services during regular business hours on a monthly basis during the term that this agreement remains in effect. Services shall be provided at no additional charge to owner for the first two years beginning with final acceptance of the installation. Extension of the agreement for additional years shall be offered by the generator set supplier and shall be at the option of owner. C. Quarterly reliability inspections will include: 1. Inspect overall appearance and condition of the generator set installation, enclosure, fuel storage, etc. 2. Batteries will be cleaned, electrolyte levels and specific gravity will be checked, and reports made of any action necessary for recharging or replacing. 3. Fuel tank and lines will be inspected for defects. Critical fuel levels will be noted and recommendations for refueling will be made when necessary. 4. Equipment will be checked for fuel, oil or coolant leaks. 5. Fuel carburetion and governor system will be checked for proper operation. 6. All fluid levels will be checked and topped -off as necessary. (Fuel not included) 7. Air cleaners will be checked and if necessary recommendations made for replacement. 8. Coolant test will be performed and customer advised of any problems with the cooling system. 9. Owners /operators present will be instructed on operating and upkeep procedures to follow between regular calls by service personnel. 10. Engine block heater and associated plumbing will be checked for proper operation. VVRa1ECTSVVWW/"d-W00 ow-iSP—IS060 C'8W afthsG )A� PACKAGED ENGINE GENERATOR SYSTEM ..................... 11. Battery heater and alternator stip heater will be checked for proper operation. 12. All belts and cooling system hoses will be checked. Owner will be advised of their condition. 13. Check electrical connections and wiring for any abrasion or chaffing. D. After all of the above quarterly inspections have been completed; service personnel will run equipment, record all operational gauges, check voltage and frequency outputs and engine electrical and mechanical shutdowns. 1. All instruments will be checked for proper operation. 2. Equipment will be checked for abnormal vibration and noises. 3. Service personnel will conduct test under building load, simulating a commercial power failure, providing owner makes such load available and it is practical to run the test concerned. 4. Automatic transfer switch will be inspected; all moving parts will be checked and cleaned if possible. Note: Automatic transfer switches are to be serviced annually. E. Technician will clean equipment and paint, if necessary, to prevent corrosion and preserve reasonable overall appearance. F. Report condition of system and, if discrepancies are found, provide a proposal for repairs to insure the stand -by reliability of the equipment. G. Annual Maintenance Services (once per year) will include the following: 1. Perform reliability inspections as noted above. 2. Change engine lubricating oil and oil filters. 3. Clean in -line fuel strainer. 4. Change air cleaner element. 5. Change water filters when used. 6. Take oil sample and coolant sample for analysis by fluid testing laboratories. V.'IPRO,ECTSQ0WW9=dWW00 deanlSpe LWn C,3W4(Tech SPOCS) dx PACKAGED ENGINE GENERATOR SYSTEM SECTION 7862020 7. Perform a 4 -hour resistive load bank test at 100% rated load. B. Service the automatic transfer switch 9. Dispose of hazardous waste from service in accordance with all legal requirements including the maintenance of records regarding disposal. H. If there are any problems encountered during the planned maintenance service visit they will be brought to the attention of the owner /operator. Repairs will only be made after proper authorization from owner /operator is given to the technician. Labor will be billed at reduced special contract labor rates depending upon when the service is to be performed. Service organization shall provide proof of the following insurance coverage by furnishing a certificate naming the Owner as additional insured. Commercial general liability (occurrance basis) $1,000,000 each occurrance $1,000,000 personal and injury $2,000,000 general aggregate $2,000,000 products Automobile liability (any auto) $1,000,000 combined single limit Umbrella liability (occurrence basis) $10,000,000 each occurrance $10,000,000 aggregate Workers Compensation and employers' liability $1,000,000 each accident $1,000,000 disease each employee $1,000,000 disease policy limit Inland Marine $2,000,000 Pollution liability $2,000,000 J. Service organization shall provide emergency contact information for 24/7/365 emergency response. Service technicians utilized for this site shall be trained in HazMat procedures and certified by the U S Department of Transportation for transportation of hazardous materials. %0' dsmLSVC8%!9etl GSM(Tet, Spe ) PACKAGED ENGINE GENERATOR SYSTEM SECTION 18820-21 All hazardous materials shall be documented regulations. delivered to the site, or removed from the site, and disposed of in accordance with DOT END OF SECTION 16620 VWROJECTS12OW4679WWWWW dImLOMLRp ra CSBW (TOM SAM).dx PACKAGED ENGINE GENERATOR SYSTEM SECTION 1882022 SECTION 16950 ELECTRICAL TESTS PART 1 —GENERAL 1.01 THE REQUIREMENT This Section specifies the Work necessary to test, commission and demonstrate that the electrical work satisfies the criteria of these Specifications and functions as required by the Contract Documents. Refer to other sections for specific equipment testing requirements. 1.02 GENERAL The Work of this Section includes furnishing required supporting the testing specified Specifications. This scope may require th shutdown circuits, and run equipment, make blown fuses, install temporary jumpers, etc. 1.03 TESTING the labor, equipment and power in other Divisions of these Contractor to activate circuits, electrical measurements, replace A. The following test requirements are intended to supplement test and acceptance criteria that may be stated elsewhere. B. Lighting: Switching shall be as shown. Circuitry is in accordance with panel schedules. Locate lighting fixtures to minimize obstruction of illumination by mechanical equipment or building structural elements. C. Power Instrumentation: Demonstrate that power meters are functional. Demonstrate that meters are within catalog accuracy as installed. D. Demonstrate mechanical and/or electrical interlocking by attempting to subvert the intended sequence. E. Activate ground fault tripping by operating test features provided with ground current protective systems and by injecting a known, and reasonable, current in the ground current sensor circuit. In general, ground fault tripping should occur at a ground current equivalent to 20 percent of phase current. Current injection is not required of circuit 400 amperes or less. F. Cable Testing: Test 480 -volt circuits for insulation resistance with a 1000 - volt megohm meter. Test 240 -volt circuits with a 500 -volt megohm meter. G. Test ground interrupter (GFI) receptacles and circuit breakers for proper operation by methods sanctioned by the receptacle Manufacturer. Y.V RWECTSW4U679WdwWDOdeanOPOWlSOM C•qM ITed, SPM).doe ELECTFtlCRLTES S SECTION 16%0.1 H. Do a functional test and check of all electrical components prior to performing subsystem testing and commissioning. Clean compartments and equipment as required by other provisions of these Specifications before commencement of functional testing. Functional testing shall comprise: 1. Visual and physical check of cables, busswork, circuit breakers, transformers, and connections associated with all new and modified equipment. I. Complete ground testing of all grounding electrodes prior to operating the equipment. J. Do subsystem testing after the proper operation of alarm and status contacts has been demonstrated or otherwise accepted by the District. K. After initial settings have been completed, operate each subsystem in the manual mode and demonstrate that operation is.in compliance with the Contract Documents. Once the manual mode of operation has been proven, demonstrate automatic operation to verify such items as proper start and stop sequence of pumps, proper operation of valves, proper speed control, etc. L. Provide ground resistance tests in the presence of the Construction Manager and submit results. Utilize a ground resistance megger "Earth" tester with a maximum of 0 -50 scale. Utilize the full of potential method or the three terminal method as described by Biddle or NETA. M. Subsystems, in the context discussed here, shall mean individual and groups of pumps. N. Carry out tests specified herein for individual items of materials and equipment specified in other Sections. 1.04 COMMISSIONING A. Adjust programmable setting for the Motor Saver Relays as follows, taking into consideration the CT ratio. The Contractor shall program these settings prior to startup. 1. Overcurrent (OC): 120% normal running current. 2. Undercurrent (UC): 77% normal running current. 3. Current unbalance (UB): 15 %. 4. Trip delay (TD): 30 seconds. 5. Restart delay on power up (RD1): varies 10 to 60 seconds. VPRa&CTSLV0006)9WdDCWOOde Ln P&¢L,�)M CMW(TOM Spa ) doo ELECTRICAL TESTS SECTION 16956.2 6. Restart delay after faults (RD2 & RD3): 6 minutes. 7. Number of restarts after faults ( #RF): 2. 8. Motor acceleration time (MA): 5 seconds. END OF SECTION 16950 VMWECTSVWMS7900WPCWW aaanMpmL�*="0t(rem Span dW ELEC rAL TESTS SECTMISM -S APPENDIX A Geotechnical Boring Logs SOIL CLASSIFICATION CHART UNIFIED SOIL CLASSIFICATION AND KEY TO BORING LOG SYMBOLS Project No. Drawing No. Converse Consultants New Bren Tract Pump Station 0842-13741 A-1 City of Newport Beach, California For. Stantec Consulting SYMBOLS TYPICAL MAJOR DIVISIONS GRAPH I LETTER DESCRIPTIONS SAMPLE TYPE ETARONflDPFNETRATEHI TEST CLEAN GW GRAVEL GRAVELS • AND GRAVELLY o;, - GP E:l SOILS Pi COARSE GRAVELS CdMP" rem eal GM ' GRAINED r Cm WITH Ekd"Rbtft Fr SOILS coAlcECpernfl FINES GC 8MO -UAY,4 LANES SW CLEAN SAND SANDS AND MA,tAML IS SANDY Sp SOILS SANDSWITH twnserancrrm FINES sc CIAKau 610 -MY nlYlflViCAKNAVFAY MIL wmaflcuKVaK ewAUD SILTS AND CL FINE LIQUID LRAIT La6fi CLAYS T WMN W �V�M� GRAINED wnmcaKUUawcac SOILS OL ancuvsalax MH WRETNAYR&W CH SILTSAND LlQMMT CLAYS GfWATM THAN 50 Fuancm OH aTs HIGHLY ORGANIC SOILS PT awTwK UNIFIED SOIL CLASSIFICATION AND KEY TO BORING LOG SYMBOLS Project No. Drawing No. Converse Consultants New Bren Tract Pump Station 0842-13741 A-1 City of Newport Beach, California For. Stantec Consulting NOTE: DLIAL SWROLSARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS BORING LOG SYMBOLS SAMPLE TYPE ETARONflDPFNETRATEHI TEST E:l Pi CdMP" rem eal QwneWMdrk r Cm Ekd"Rbtft Fr UNIFIED SOIL CLASSIFICATION AND KEY TO BORING LOG SYMBOLS Project No. Drawing No. Converse Consultants New Bren Tract Pump Station 0842-13741 A-1 City of Newport Beach, California For. Stantec Consulting Log of Boring No. BH4 Dates Drilled: 121292008 Logged by: JIG Checked By: RJR Equipment: CME7518" HSA Driving Weight and Drop: 140lbs f 30 in Ground Surface Elevation (ft): 1721 Depth to Water (ft): NOT ENCOUNTERED Project No. Drawing No. Converse Consultants 093:,3741 A•2 New Bran Tract Pump Station City of Newport Beach, California For. Stantec Consulting PI*M III 08.92 -17-MW k TdYMaW We SUMMARY OF SUBSURFACE CONDITIONS SAMPLE This log is part of the report prepared by Converse for this project L and should be read together with the report. This summary applies (o 0 o only at the location of the boring and at the time of drilling. D z ro s n Subsurface conditions may differ at other locations and may change j Y r~i) Lu 0 m at this location with the passage of time. The data presented is a 1> j -1 O K vi F o C9 simplification of actual conditions encountered. o 0o m 2 O Q O W ASPHALT CONCRETE 111" AGGREGATE BASE TERRACE DEPOSITS (Qt): SILTY SAND (Sl i): fine- to medium - grained with clay, 14n4n3 10 120 porous, dark yellow brown_ 5 10119!25 12 117 - trace iron oxide stain 13!30/37 29 90 70 TOPANGA FORMATION (rtn): 2Wlemare 13 tie SILTY SANDSTONE: moderately weathered to fine - to coarse-grained silty sand, massive, light yellow brown End of boring at 11.3 feet. No groundwater encountered. Borehole backfilled with soil cuttings and surface patched with asphalt on 12 -2308. Project No. Drawing No. Converse Consultants 093:,3741 A•2 New Bran Tract Pump Station City of Newport Beach, California For. Stantec Consulting PI*M III 08.92 -17-MW k TdYMaW We Log of Boring No. BH -2 Dates Drilled: 1229!2008 Logged by: JG Checked By: RJR Equipment CME751 8" HSA Driving Weight and Drop: 140lbs / 301n Ground Surface Elevation (ft): 176± Depth to Water (ft): NOT ENCOUNTERED Project No. Drawing No. Converse Consultants 0832-137.01 A3a New Bran Tract Pump Station City of Newport Beach, California For: Stantec Consulting P101W 0 W 92437 -MM: Twokw LOO SUMMARY OF SUBSURFACE CONDITIONS SAMPLES� This log is part of the report prepared by Converse for this project w and should be read together with the report. This summary applies � F-- u only at the location of the boring and at the time of drilling. W CL Subsurface conditions may differ at other locations and may change > Y re CL LO a at this location with the passage of time. The data presented is a p of O U' simplification of actual conditions encountered. O a3 m 0 ° O TERRACE DEPOSITS (Qt): SILTY SAND (SM): fine - grained sand, trace carbonate deposits, light olive brown. . 19116/15 9 116 5 TOPANGA FORMATION (Ttp); 10/17122 12 98 SILTY SANDSTONE: moderately weathered to fine- to medium -grained silty sand, massive, weakly indurated, wet from 8 to 8 feet, light yellow brown 12137/505" 17 109 max 10 fine- grained, trace iron oxide stains, gray 16136rso to 98 ma,ds fine- to coarse•grained, few gravel up to 114" in diameter, 38ZO -3" 13 eo ds well indurated, light yellow brown 20 25 i' %• 50.9• 14 - 30 light brown 50.3" 13 'i'i'% Project No. Drawing No. Converse Consultants 0832-137.01 A3a New Bran Tract Pump Station City of Newport Beach, California For: Stantec Consulting P101W 0 W 92437 -MM: Twokw LOO Log of Boring No. BH -2 Dates Drilled: 12/29t2608 Logged JIG Checked By: RJR Equipment: CME751 S" HSA Driving Weight and Drop: 140 Ibs 130 in Ground Surface Elevation (ft): 178± Depth to Water (ft): NOT ENCOUNTERED Converse Consultants New Bren Tract Pump Station City of Newport Beach, California For., Stantec Consulting P10iEd1M(632 -13tM Pt Te.0aw LOG Project No. Drawing No. 08- 32437-01 Asb SUMMARY OF SUBSURFACE CONDITIONS SAMPLES a This log is pan of the report prepared by Converse for this project and should be read together with the report. This summary applies Q only at the location of the boring and at the time of drilling. z a CL Subsurface conditions may differ at other locations and may change j Y S v) to CL m o at this location with the passage of time. The data presented is a O m 03 simplification of actual conditions encountered. o m Co :9 a a O SILTY SANDSTONE: moderately weathered to fine - to sw s 102 medium - grained, massive, well indurated, light yellow brown fine- to coarse- grained 50-5' 10 as 46 '' ' -''' / /' GRAVELLY SANDSTONE: moderately weathered to 563• 19 fine- to coarse - grained sand, gravel up to T' diameter, ! ! / massive, well indurated, olive gray 50 % %'% 50-2" 12 - End of boring at 50.2 feet. No groundwater encountered. Borehole backfilled with soil cuttings and surface patched with asphalt on 12- 29-08. Converse Consultants New Bren Tract Pump Station City of Newport Beach, California For., Stantec Consulting P10iEd1M(632 -13tM Pt Te.0aw LOG Project No. Drawing No. 08- 32437-01 Asb NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFRAMNS � MI-100-0m.-m-4. BORING LOG SYMBOLS LAU MTORYT®1WC4ASSREVMTIGN8 �c pPa1q 5I!? APtlut Prwnmrtrc W YAtMES - •••••• oe�r�een.�•FfdFpsPMtO �• MONYIC81U8 MIO VFNY sAtxsnna tYtlecaas oP n b ML' iWESRA14 RpGNFLWA. a.nmrAAVEYPea n omn�. AWy+b ewoEmaAxETEUs OvtmE e wocawcawnaPUOwro 00"u Tat RI AND cw'U a mn CApgWA1R"ft FINE uoum MSS SS eabkYRuMk* CL = CLAYS CLAYS TH1WtW GRAINED — — SOILS — __ OL mMw n=mw.c ®.iYW.Y86lOW _ _ NA6IY:IIY W1(iNYCa.TB.WMCW$ q[pNTtlNQA18FME NdtHTIWlSY1tOF ylAORALIVEOl6 t6�TFARLp LH atam ANUtER nwvta. SILTS AND UQRD uMD xoeeve sa¢ CLAYS GREATERTHM60 amuACUAwav aeawro OH tuatnAanurvmEnnc aTE HIGHLY ORGANIC SOILS ac ,tt, — — PT aovt®Rs NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFRAMNS � MI-100-0m.-m-4. BORING LOG SYMBOLS LAU MTORYT®1WC4ASSREVMTIGN8 IwS1L': QIEWblhp WAPPa B) 5I!? APtlut Prwnmrtrc P oe�r�een.�•FfdFpsPMtO �• sAtxsnna tYtlecaas oP n b m Var&wr n omn�. AWy+b pas*a Ne.YUE w OvtmE e Ba06puNMail p 00"u Tat RI cw'U a mn CApgWA1R"ft n Rj a n eabkYRuMk* UNIFIED SOIL CLASSIFICATION AND KEY TO BORING LOG SYMBOLS Wastewater Pump Stations Rehabilitation Project No. Drawing No. Converse Consultants Polaris Pump Station 084243741 A4 City of Newport Beach, Califomla For. Stantec Consulting Log of Boring No. BH -1 Dates Drilled: 12/29/2008 Logged by: JG Checked By: RJR Equipment: CME75180 HSA Driving Weight and Drop: 140 Ibs / 30In Ground Surface Elevation (ft): 261 Depth to Water (ft): NOT ENCOUNTERED Project No. Drawing No. Converse Consultants Wastewater Pump Stations Rehabilitation 0832437 -M A•2 Polaris Pump Station City of Newport Beach, California For Stantec Consulting POW IQ 0632 -`IV MCPJ, T&wbW We SUMMARY OF SUBSURFACE CONDITIONS SAMPL e This log is part of the report prepared by Converse for this project to and should be read together with the report. This summary, applies CD X v only at the location of the boring and at the time of drilling. �3 F j K $ CL - Subsurface conditions may differ at other locations and may ch,. a -j ? O _ at this location with the passage of time. The data presented is a J O ° ❑ 0-9 simplification of actual conditions encountered. ❑ m m 2 ❑ O 4" ASPHALT CONCRETE f 5" AGGREGATE BASE COLLUVIUM (Qc): SANDY CLAY (CL): fine- to medium - grained sand, few gravel up to 112" in diameter, dark brown. y • MONTEREY FORMATION lTml: 5 SILTSTONE: highly weathered to siit,micaceous, light x % olive brown .� x• 10 5113/18 71 55 CLAYSTONE: highly weathered to clay, laminated to thinly bedded, diatomaceous, bedding surfaces are j micaceous with manganese oxide stains, olive brown 15 '/ . x' • _ __ ____ ____ ____ ____________ CLAYEY SILTSTONE: moderately weathered to clayey t3/351rA 4" sz 57 wa x silt, thinly bedded, diatomaceous, moderately fractured, iron oxide stains along fractures, dark olive x•'. brown • x� 20 f 13/36/50 5' 72 25 ekcaermw , d3 x•. _ _ -------------------------- CLAYSTONE: moderately weathered to clay, thinly 14150 -5' 79 49 ' �• bedded, diatomaceous, trace carbonate deposits, btoturbated , minor 116" thick siltstone interbeds, iron 25 �� ; oxide stains along fractures, olive brown • 15/50-5' 62 60 Refusal at 25.9 feet Groundwater not encountered Borehole backfilled with soil cuttings and surface patched with asphalt on 12- 29 -08. Project No. Drawing No. Converse Consultants Wastewater Pump Stations Rehabilitation 0832437 -M A•2 Polaris Pump Station City of Newport Beach, California For Stantec Consulting POW IQ 0632 -`IV MCPJ, T&wbW We • • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Fed r, c 2nrp Agenda Item No. 12 February 9, 2010 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Andy Tran, P.E. 949 -644 -3315 or atran @newportbeachca.gov SUBJECT: WASTEWATER PUMP STATION REHABILITATION - DIAMOND AVENUE, BACK BAY DRIVE, BREN TRACT, POLARIS DRIVE, AND HARBOR RIDGE - AWARD OF CONTRACT NO. 3804 Recommendations: 1. Approve the project plans and specifications. 2. Award Contract No. 3804 to Houalla Enterprises, Ltd. dba Metro Builders and Engineers Group, Ltd. for the Total Bid Price of $1,994,112, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $200,000 (approximately 10 %) to cover the cost of unforeseen work. 4. Approve Amendment No. 2 to Professional Services Agreement with Stantec Consulting California, Inc. for construction observation services for $35,618. 5. Approve a Budget Amendment appropriating $510,000 from the unappropriated Wastewater Enterprise reserve fund balance to Account No. 7532- C5600100. Discussion: At 10:00 a.m. on December 22, 2009, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Metro Builders and Engineers Group, Ltd. $1,994,112.00 2 MMC, Inc. $2,052,000.00 3 Orion Construction Corp. $2,137,500.00 4 GCI Construction, Inc. $2,261,900.00 5 SCW Contracting $2,317,362.00 6 Dawson - Mauldin Construction $2,545,800.00 Wastewater Pump Station ' ehabilhation — Diamond Avenue, Bads Bay Drive, Bran Tract, Polaris Drive, and Harbor Ridge Award of Contract No. 3804 February 9, 2010 Page: 2 7 Mike Bubalo Construction Company, Inc. $2,599,000.00 8 Pascal and Ludwig Contractors $2,922,000.00 9 Griffith Company $2,948,002.00 The low total bid amount is 3.4 percent below the Engineers Estimate of $2,062,500.00. The low bidder, Metro Builders and Engineers Group, Ltd., possesses a California State Contractors License Classification "A° as required by the project specifications. A check of the Contractor's references indicates they have satisfactorily completed similar projects for other municipalities. This contract involves rehabilitating four wastewater pump stations and one new replacement wastewater pump station as identified in the Wastewater Master Plan. The proposed improvements include on -site redundant electrical power at four of the stations. These improvements will help reduce the potential of sanitary sewer overflows and are also needed to comply with the waste discharge requirements set forth by the State Water Resource Control Board. The contract focuses on electrical improvements at the Diamond Avenue, Back Bay Drive, Polaris Drive and Harbor Ridge pump stations. The replacement station is for Bren Tract (Newport Hills Drive West at Ford Road). Pursuant to the Contract Specifications, the Contractor will have 200 consecutive working days to complete the work. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This exemption covers the repair, maintenance and minor alteration of existing public facilities with negligible expansion. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses will be notified by the Contractor prior to the start of the project. Geotechnical and Material Testing Services: In addition to the contract costs, approximately $25,000 in geotechnical and material testing services is projected to be needed for this project and will be performed under the on -call professional services agreement with Harrington Geotechnical Engineering. Funding Availability: Funding for this project was originally budgeted at $2.2 million for design and construction. During the course of design, other needed improvements were identified, such as back -up emergency power at four of the stations. These additional Wastewater Pump Station Rehabilitation — Diamond Avenue, Back Bay Drive, Breri'Trad, Polaris Drive, and Harbor Ridge Award of Contract No. 3804 February 9, 2010 Page: 3 improvements resulted in an increase in design and construction cost. In addition, construction observation services were not included in the Professional Services Agreement and Amendment No. 1. Therefore, staff is recommending the approval of Amendment No. 2 with Stantec Consulting California, Inc. in the amount of $35,618 for construction observation services. Upon approval of the recommended budget amendment, sufficient funds will be available in the following account: Account Description Wastewater Enterprise Proposed uses are as follows: Vendor Metro Builders and Engineers Group Metro Builders and Engineers Group Harrington Geotechnical Engineering Prepared by: Andy T n Senior Civil Engineer Attachment: Project Location Map Budget Amendment Amendment No. 2 to Account Number Amount 7532- C5600100 $ 2,219,112.00 Total: $ 2,219,112.00 Purpose Amount Construction Contract $ 1,994,112.00 Construction Contingency $ 200,000.00 Material Testing $ 25,000.00 Total: $ 2,219,112.00 PSA with Stantec Submitted Badum s Director 0 AMENDMENT NO. TWO TO PROFESSIONAL SERVICES AGREEMENT WITH STANTEC CONSULTING CALIFORNIA, INC. FOR SEWER PUMP STATION MASTER PLAN IMPROVEMENTS THIS AMENDMENT NO. TWO TO PROFESSIONAL SERVICES AGREEMENT, is entered into as of this day of , 2010, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "CITY "), and STANTEC CONSULTING CALIFORNIA, INC. a California Corporation whose address is 19 Technology Drive, Irvine, California 92618 ( "CONSULTANT "), and is made with reference to the following: RECITALS: A. On October 14, 2008, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT," for professional engineering services for the Sewer Pump Station Master Plan Improvements Project, hereinafter referred to as `PROJECT." B. CITY and CONSULTANT have entered into one separate AMENDMENT of the AGREEMENT, the latest dated October 9, 2009. C. CITY desires to enter into this AMENDMENT NO. TWO to reflect additional services not included in the AGREEMENT or prior AMENDMENTS, to extend the term of the AGREEMENT to December 31, 2011 and to increase the total compensation. D. CITY desires to compensate CONSULTANT for additional professional services needed for PROJECT. E. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. TWO," as provided here below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: TERM The term of the AGREEMENT shall be extended to December 31, 2011. 2. ADDITIONAL SERVICES TO BE PERFORMED In addition to the services to be provided pursuant to the AGREEMENT and AMENDMENT NO. ONE, CONSULTANT shall diligently perform all the services described in AMENDMENT NO. TWO including, but not limited to, all work set forth in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. s • 3. COMPENSATION 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 to the AGREEMENT. Consultant's total amended compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Three Hundred Eighty -Four Thousand Eight Hundred and Fifty -Seven Dollars and no /100 ($384,857.00) without prior written authorization from City, 3.1 The amended compensation reflects Consultant's additional compensation for additional services to be performed in accordance with this AMENDMENT NO. TWO, including all reimbursable items and subconsultant fees, in an amount not to exceed Thirty-Five Thousand Six Hundred and Eighteen Dollars and no /100 ($35,618.00), without prior written authorization from City. 4. INTEGRATED CONTRACT 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. 2 0 0 IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. TWO on the date first above written. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: Mynette D. Beauchamp Assistant City Attorney ATTEST: M Leilani I. Brown, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation 22 Keith D. Curry Mayor STANTEC CONSULTING CALIFORNIA, INC.: (Corporate Officer) Title: Print Name: 32 (Financial Officer) Title:. Print Name: Attachments: Exhibit A — Additional Services to be Performed 3 1v' JIOntec January 6, 2010 Stantec Consulting Inc. 19 Technology Drive Irvine CA 92618 -2334 Tel (949) 9236600 Fax (949) 923 -6121 Mr. Andy Tran, P.E. Senior Civil Engineer City of Newport Beach Public Works Department 3300 Newport Blvd Newport Beach, CA 92663 -3884 J.N. 2040467900 Reference: Request for Authorization for Additional Construction Support Services for the (5) Wastewater Pump Stations Modifications Project- Change Order Request No. 2 Dear Andy, Stantec is pleased to present the following change order request No. 2 letter proposal for additional construction support services for the subject wastewater pump stations modifications project. The City of Newport Beach has requested that Stantec (with support from Dudek) provide the following additional support services at the direction and request of the City: Attend weekly construction meetings (in lieu of bi- weekly meetings) for the first 4 months of the project. • Provide review and feedback on contractor's 2 -week look -ahead schedule. Conduct additional field visits as necessary, and where appropriate, and make field recommendations. Provide on -site construction guidance, observation and consultation as needed and requested by the City. To perform the above scope of services an additional 200 hours of construction support services time for the (5) Wastewater Pump Stations for the City of Newport Beach is proposed. These hours are proposed to be split up accordingly: 160 hours of Neil Harper's (Dudek) time and 40 hours of Bob Seeman's ( Stantec) time. Therefore, we are requesting that our existing contract be increased by $35,618. See attached breakdown. If you should have any questions, please do not Hesitate to call the undersigned directly. Sincerely, STANTEC CONSULTING INC. �' R be Seeman, P. E. Senior Project Manager Tel: (949) 923 -6266 Fax: (949)923 -6121 bob.seeman@stentec.com c: Mike Sinacori, Newport Beach VAPRWWTW0401s70Wd.%3W m CO RBa LZmrutarppvrf Mr00tU6 Ox City of Newport Beach Estimated Cost Breakdown of Change Order Request Fee mom for qW Additional Construction Support Services for the wastewater Pump Stations Rehabilitation Rance[ V'@aNECf5520 79WW w D.: iMnmo Page 1 of 1 • • C* of Newport Beach BUDGET AMENDMENT 2009 -10 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations 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- 106A -031 AMOUNT: $510,000.00 Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase expenditure appropriations from unappropriated Wastewater Enterprise Fund fund balance due to the award of the contract with Metro Builders and Engineers Group, Ltd. for wastewater pump station rehabilitation. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit 530 3605 Wastewater Fund - Fund Balance $510,000.00 REVENUE ESTIMATES (3601) Fund/Division Account Description EXPENDITURE APPROPRIATIONS (3603) Signed: t � Financiial'''Ap o apppl: A"""dministrative Services Director Date Signed: 7� I;Dp Admim ive Approval: City Manag r Date Signed: City Council Approval: City Clerk Date n Description . Division Number 7532 Sewer Pump Station Improvement Program Account Number C5600100 Sewer Pump Station Master Plan Improvement $510,000.00 Division Number Account Number Division Number Account Number ' Automatic System Entry. Signed: t � Financiial'''Ap o apppl: A"""dministrative Services Director Date Signed: 7� I;Dp Admim ive Approval: City Manag r Date Signed: City Council Approval: City Clerk Date n