Loading...
HomeMy WebLinkAboutC-3585 - Amendment No 1-2, PSA for Mariners, China Cove & 62nd Street Wastewater Pump Station Rehabilitation0 C-3SS5' AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH PBS&J FOR MARINERS, CHINA COVE AND 62ND STREET PUMP STATION REHABILITATION THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 15&� day of 2003, by and' between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and PBS&J, whose address is 18022 Cowan, Suite 100A, Irvine, California, 92614 -6805 (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS: A. On Novemeber 26, 2002, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for design services for the Mariner's, China Cove and 62 "e Street Pump Station Rehabilition, hereinafter referred to as "PROJECT'. B. CITY desires to enter into this AMENDMENT NO. 1 to reflect additional services not included in the AGREEMENT and to extend the term of the AGREEMENT to December 31. 2004. C. CITY desires to compensate CONSULTANT for additional professional services needed for PROJECT. D. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1" as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 1. CONSULTANT shall be compensated for services performed pursuant to this AMENDMENT NO. 1 according to "Exhibit A" dated June 20, 2003 attached hereto. 0 2. Total additional compensation to CONSULTANT for services performed pursuant to this AMENDMENT NO. 1 shall not exceed Twenty -One Thousdand Dollars ($21,000.00). 2003. 3. The term of the AGREEMENT shall be extended to December 31, 4. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 1 on the date first above written. CITY OF NEWPORT BEACH, A municipal corporation BY: APPROVED AS TO FORM: Homer Blud City Manager Bye[ r City Attorney PB�&J BY:" Print NameCTJorl4� f: \users \pbMshared\agreements \fy 02- 03 \pbs &j - mariners, china cove pump station -amend 1.doc r • i An employee -owned company June 20, 2003 Mr. Michael J. Sinacori, P.E. City of Newport Beach 3800 Newport Boulevard Newport Beach, CA 92658 -8915 0 Subject: Request to Revise Scope of Work and Associated Compensation City of Newport Beach, Mariners, China Cove and 62 "d Street Pump Station Rehabilitation Dear Mr. Sinacori: Exhibit A As discussed, PBSU is submitting a request to revise the scope of work and price ceiling for the design phase of the Mariners, China Cove and 62 "d Street Pump Station Rehabilitation. To help you facilitate your review of our request, we have listed below the additional scope of work anticipated and summarized in Table 1 the additional level of effort and associated compensation. Additional Scope of Work China Cove Pump Station • Install new submersible pump system in existing sewer manhole • Modify existing dry pit manhole to accommodate a new access hatch • Modify existing force main to tie -in with new submersible pump discharge piping • Modify existing pump station discharge piping as needed to accommodate new force main. • Prepare equipment specification and update cost opinion. 62 "d Street Pump Station Replacement of two existing pit vertical non -clog sewage pumps, modify existing discharge piping as needed Perform hydraulic calculations for existing storm drain system for 10 years discharge and tidal tail water condition; along with catch basin inlet calculations for pump conditions. Also perform hydraulic calculation with upgraded storm drain and catch basin sizing. Prepare equipment specification and update cost opinion 18022 Cowan. Suite 100A • Irvine, California 92614 -6805 • Telephone 949 660.8600 • fax: 949 440.8183 • www.pbsj.com 0 Mr. Michael J. Sinacori, P.E. February 11, 2003 Page 2 Additional Compensation 0 We are requesting an additional compensation of $21,000 as shown on Table 1. This will increase the authorized price ceiling from $72,164 to $93,164. If you have any questions or require additional information, please do not hesitate to call. Sincerely, PBS &J n / David Yang Senior Project Manager DY /ds L.1•y Table 1 City of Newport Mariners, China Cove 62nd Street Pump Station Rehabilitation and Estimated Additional Level of Effort and Compensation Labor, hours Cost, dollars SubConsultan Task No. Task Description PR SE DES AA Total Hrs Labor t Total Cost 2.0 China Cove Pump Station 2.1 New Submersible Pumping System 20 12 32 3,600 1,500 5,100 2.2 Enlarge Existing Access Hatch 4 8 10 22 2,090 2,090 2.3 Force Main Re -Alignment 3 4 7 705 705 2.4 Modify Existing Pump Station Piping 3 4 7 705 705 2.5 Specifications 3 4 7 605 605 2.6 Cost Opinion 2 2 270 270 2.7 Project ManagemenNCoordination 5 5 675 675 Subtotal Task 2 40 8 30 4 82 8,650 1,5001 10,150 3.0 62nd St Pump Station 3.1 Replacement of existing Dry Pit Pumps 8 4 12 1,380 1,000 2,380 3.2 Force Main Re -Alignment 6 4 10 1,110 1,110 3.3 Storm Drain Hydraulic Analysis 42 3 45 5,820 5,820 3.4 Specifications 3 4 7 605 605 3.5 Cost opinion 2 2 270 270 3.6 Project Management/Coordination 5 5 675 675 Subtotal Task 3 66 0 87 81 9,860 1,000 10,860 Total 106 8 38 11 163 18,510 2,500 21,010 USE 1 $ 21,000 • DEC.29.2002 2 :36PH PHS&JIENCINITRJ NO.694 P. 1/G A& in L .:,. •. :., ..., ..: ,'I:'.' . , ... I, :: 6508 nA18 AC4I/011IYYI 12/05/02 PROBU2R0. THUS CEBTI61CATR IS ISSUED AS A MATTIiR OF INFORMATION ON1Y AND Collinsworth, Altar, Nielson, CO+ 1�TUM NO RMITTS UPONTHR CRRTMCATH HOLDER. THIS CERTWICATV DOES NOT AMEND, ESTEND OR ALTER THE COYEDAGE AsNRDCO BY TIM POLICES BELOW Fowler & DDWIIn9,lnc,IWMC /DIA) 6979 NW 161 Street, 6ulta 105 CONRANMS AFFORDING COVERAGE rontcnrrY LETTER A Continental Casualty Cc A XV Mlaml Lakes, FL 33014 COMPANY LIIITER B Nat'l Union Fire Ins Co /AIG A+ +XV INSURED COMPANY LETTER C American Cas C° of Reading PA AXV Post, Buckley, Schuh 81 Jernigan, Inc, d /b /a PBS &d 2001 NW 107 Avenue COMPANY PkrPER D Uoyds of London A. XV COMPANY I.Y/ITRR E Miaml FL 33172 THIS 15 TO CRRTIBY THAT THE POLTUTPb OD IyEORANCR Lt6150 BRLON BnYE BERN ISSUED TO TIM R.SDRF,D N&= ABOVE FOR WE POLICY MRIO➢ 141ITCAFRD• NOTWITUSTMVINP ANY RRQU 9100 NT, TMW OR CONDITION OF ANY CONTRACT OR OTF[ER DOCUMENT WITH DRS3=TO 19MCE THE CERTIFICATE MAY BE ISSUED OR MAT PERTAIN, TIM INSURANCE AFFORDED BY TDD POLMMS IESCIUM HEREIN IS SUIUSCP TO ALL THE TLAVS, 10 CLUSIONS XND CONDPITPNS OF SUCH MILICOS. 14 MM SHOWN MAY HAVE BERN =VCW BY PAID CLAMS - CO .TR TYIZ OF D'SCBANL'B POLICY NUM RER POLICY LFS. DATD 6041DDTY) POLICY Y,xp. DATE (MMNnIYY) Loarrs A GENERAZ LIABILITY GL247943206 9/30102 9/30103 GBNBRALAOCRBGAra 2000000 PROD- COMPMPAGC. 2000000 O( Calm,aM'®tAL LTARA.PTY C1A7,M5 MADE � Y )OCC. PIM. & ADYI B,UURY 1000000 EACTI OCCURRENCE 1000000 OWNER'S a CONTRACTS TROT rcRE DAMAGE(ow HK Per PrOlect Ann MSA M. (a., Pm) 26000 A AMMORUIELAPmTPY EUA247643223 9130102 9/30/03 Coamma061NGLE 1000000 X ANY AUTO LFdIT X BODILY INJURY ALL OWNED ALTOS SCH91ITILED AUTOS a5 p>rmB ITITUDAVIOS X BODILY ADL'RY NONOWMD Aunns O'cl' uaWmq GAUGER ISAIIDSTY PROPERTY DMPACE R RXCRS6 LARIDPPY ER2131609 9/30102 9/30/03 EACH OCCURFaNCE 10000000 AGOIEGATS 10000000 X tB,WRLT3nA FORM OTRRR THAN UMDREIN FORM ... ..• :. -X .. .... . C WC247043268 9130/02 9/30/03 I 9TA7LT4RtYLD= EACR ACCIDENT 1000000 WonSURS, COMENUTION AND nrn;AStrPDLrCY LBtDT 1000000 G14T.DYRRI6 LAffi,STY DT=AS ACe Rao. 1000000 D OTHER P42302 9130102 9130/03 ppjasslonal I 51,000,000 Limits Pollution Liab eB claim /aggregate Claima-Made Form i 11/11/61 ratrodate DESCRDTJONOF OtWUTTIpNSIWCATOOFSIYEDICT .e5,a1'&CAL 17RMS REF PrB1asEIDnB ervICBS Agreement for anetructinllity Review Services for the Big Canyon R6Earvolr, SSE ATTACHEP, 0=TMbAT$'.H LD8'R' ..: ;.., .:-. , •.,d' '' '.'•:'• .: ' +cANe�P R!PS6N,;:;....;.!: .•..,, .. SHOULD ANY OF TBB ABOyL D99CRMBD POLICIES DB CANCELLED FUTURE THE REPMAMTJ DATE THER20F, THE 78-VI N'r COMPANY RILL R.NW -LVOR TO MAEL 10 DAYS WRITTEN NJMT1CC TO TBE CERTAECATR now= NAMED TO TBB City of Newport eBBah IEEE, BUT FAILURE TO MAA. SWR NOTICE SHALL OIHPOSE No OPUrATIDN OR 3300 Newport Blvd. , LIABILITY 05 ANY RIND URON TIES COM201, ITS AORNTS OR IIEPBESLNTATIVEB. .J. Newport Beach, CA 92656-8915 �,'I A1THOR7$RD ii ACVAU2,44(7 A ): DEC.20.2002 2:37PN PBS &JIENCINITAS N0.894 P.2i6 NAMED INSURED: Poet, Buckley, Schuh & Jernigan, Inc. d /b /a PBS &J CERTIFICATE HOLDER: City of Newport Beach REF: Professional services Agreement for Constructibility Review Services for the Big Canyon Reservoir. City of Newport Beach, its elected officials, officers, representatives and employees are named additional insured on the General & Auto Liability, excluding professional services. Insurance evidenced by this certificate shall be primary and non - contributory to that of the certificate holder. worker's Compensation Liability contains a waiver of subrogation in favor of the City, its elected officials, officers, representatives, and employees. Issuing companies will provide 10 days written notice of cancellation to the certificate bolder. DLC.20.2002 2:37PPI PBS &JIENCIr1ITRS . NO.S94 P. 316 • COMMERCIAL GE`IBRAL LIABILITY POLICY NUMBER; #GL247843206 PaA Buckley Schuh & Jernigan, Inc. dba PBS&J THIS ENDORSEMENT CHANGES THE POLICY. PLEASE .READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS (FORM B) This endnrsement mndifles innnranre prnvided ender the fnllowingc COMMERCIAL GENERAL LIABILITY COVERAGE PART. giKlwp 1 Name of Person or Organization: City of Newport Beach It's elected officals, officers, representatives and employees. 3300 Newport Blvd. Newport Beach, CA 92658 -8915 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) ' WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respects to liability arising out of "your work" for that insured by or for you. Ref, Professional Services Agreement for CoAtructlbility Roview Services for the Big Canyon Reservoir CG 20 10 11 -85 Copyright Insurnnee SerAm Office, Inc. 1984 ULI- Lu.z�002 2: 97PN PES &S@ENCINITRS • N0.994 • THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY ADDITIONAL INSURED THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTOMOBILE COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM SCHEDULE NAME OF PERSON LOCATION: N/A ORGANIZATION: City of Newport Beach Its elected officals, officers, representatives and employees 3300 Newport Blvd, Newport Beach, CA 92658 -8915 P.416 WHO IS AN INSURED (SECTION II) IS AMENDED TO INCLUDE AS AN "INSURED" THE PERSON(S) OR ORGANIZATION(S) SHOWN IN THE SCHEDULE BUT ONLY WITH RESEPCTS TO THEIR LIABILITY ARISING OUT OF; a) YOUR WORK FOR THE ADDITIONAL INSURED(S) AT THE LOCATION DESIGNATED, OR b) ACTS OR OMISSIONS OF THE ADDITIONAL INSURED($) IN CONNECTION WITH THEIR GENERAL SUPERVISION OF YOUR WORK AT TIM LOCATION SHOWN IN THE SCHEDULE FOR CLAIMS ARISING OUT OF THE OPERATION, MAINTNANCE-, OR USE OF A COVERAGED "AUTO ", REF; Professional Services Agreement for Constructibility Review Services for the Big Canyon Reservoir. This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must be completed ENDT.NO. POLICY NUMBER BUA247843223 CNA For All The Commitments You Make G- 39543A INTRJIM28GCO Oomplete Only When This Endorsement Is Not Prepared With the Policy Or Is Not to be Effective with the Policy ISSUED TO: EFFECTIVE RATE OF nUS ENDORSEMENT 12/5102 Countersigned by tv in, Autho epresentative LuJ Cuucf 2::38PN t'tsS &JgLNCINiTRS NO. S94 P. Sib THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY AMENDATORY ENDORSEMENT .- ADDITIONAL INSURED THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART IT IS AGREED THAT THE INSURANCE AFFORDED TO THE ADDITIONAL INSURED IS PRIMARY INSURANCE. IT, HOWEVER, THE ADDITIONAL INSURED HAS OTHER INSURANCE WHICH IS APPLICABLE TO THE LOSS, THE SAID OTHER INSURANCE IS EXCESS OVER ANY OTHER VALID AND COLLECTIBLE INSURANCE PROVIDING COVERAGE. THE COMPANY'S LIMITS OF LIABILITY UNDER THIS POLICY SHALL NOT BE REDUCED BY THE EXISTENCE OF SUCH OTHER INSURANCE. City of Newport Beach Its officals, officers, & employees. 3300 Newport Blvd. Newport Beach, CA 92658 -8915 This eudotsement is part of your policy and tnkas effect op the effective date of your policy, unless another effective date is shown below. MW BC o mpleted Complete Only When TN4 Endorsonlent Is Not Prepared With the Polity Or Is Not to be Effective with the Policy ENDT. NO. POLICY NO. ISSUED TO: EFFECTIVE DATE OF T$IS ENDORSEMENT GL247843206 Post, Buckley, Schuh & Jernigan, Inc. dba P.B.S. & J. 12!5!02 CNA For All The Conmvtments You Make Countersi6med by Autho ' epresentative G- 39543A NRS/NMM DEL20.2002 2 :92PM � &J@ENCINITRS • N0.894 P.b %b CNA For 911 the Commitents you Make 0- 19169-A (Ed. 01/93) WORKEERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes the policy to which it is attached, It is agreed that Part One - Workers' Compensation Insurance G. Recovery from Others and Part Two - E'mployers' Liability Insurance H. Recovery From Others are amendedby adding the following: We will net enforce our right to recover against persona of organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this �greemem from us.) PREMf1JM CHARGE -. 5% of the total standard premium for California Exposure. City of Nwport Beach Its elected officals, officers, representatives and employees. 33DO Newport Blvd. Newport Beach, CA 925655 -8915 0- 19160 -A Page 1 of 1 (Ed. 01/93) PROFESSIONAL SERVICES AGREEMENT FOR MARINERS, CHINA COVE AND 62ND STREET PUMP STATION REHABILITATION THIS AGREEMENT, entered into this day of 0erJe- , 2002, by and between the City of Newport Beach, a Municipal Corporation (hereinafter referred to as "City "), and PBS &J, whose address is 18022 Cowan, Suite 100 -A, Irvine, California, 92614 -6805, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to rehabilitate and upgrade the Mariners, China Cove, and 62nd Street wastewater pump stations ( "Project "). C. City desires to engage Consultant to design civil and mechanical improvements, including demolition plans and coordinate sub - consultants' work upon the terms and conditions contained in this Agreement. D. The principal member of Consultant firm for the purpose of this Project will be Mark A. Ralph, P.E. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and -1- desires to contract with Consultant under the terms and conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 26th day of November, 2002, and shall terminate on the 30th day of June, 2004, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and sub- consultant fees, shall not exceed the total contract price of seventy-two thousand one hundred and sixty-four and 00/100 Dollars ($72,164.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, -2- computer printing, postage and mileage. 3.2 Consultant shall submit monthly progress invoices to City payable by City within thirty (30) days of receipt of invoice. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses, which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of ten percent (10 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE -3- 0 0 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. If Consultant is performing inspection or construction management services for the City, the assigned staff shall be equipped with a Nextel Plus type cellular /direct connect unit to communicate with City Staff, consultant's Nextel Direct Connect I.D. Number will be provided to City to be programmed into City Nextel units, and vice versa. Consultant further represents that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, failure of City to furnish timely information or to promptly approve or disapprove Consultant's work, delay or faulty performance by City, contractors, or govemmental agencies, or any other delays beyond Consultant's control. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as M_ 9 0 "Contractor"), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractor's schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details and means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in -5- 0 0 the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Michael J. Sinacori, P.E., to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and Consultant shall perform the services in accordance with the schedule specified in Exhibit "A ". The failure by Consultant to perform in a timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable in 0 0 control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, but not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances by telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant shall discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly -7- authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attomeys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City rior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original certificates and endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Worker's compensation insurance, including "Wavier of Subrogation" clause, covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance original certificate and endorsement (which includes additional insured and primary and non- contributory wordingl, covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance, including additional insured (and primary and non - contributory wording for waste haulers only), covering any owned and rented vehicles of Consultant in a minimum IQ amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance, which covers the services, to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, which Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing workers compensation, comprehensive general, and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation, which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by -10- 0 0 operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership orjoint- venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. -11- 0 Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless City authorizes the release of information. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. D. City will prepare and provide to Consultant street base digital file in -12- AutoCAD (DWG) compatible format. 18. ADMINISTRATION The Public Works Department will administer this Agreement. Michael J. Sinacori, P.E., shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. Alf such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or -13- 0 0 his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless -14- P City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attention: Mr. Michael J. Sinacod, P.E. City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Mark A. Ralph, P.E. PBS &J 18022 Cowan, Suite 100 -A Irvine, CA 92614 -6805 949 - 660 -8600 949- 440- 8183(Fax) -15- 0 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting parry from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either parry of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a -16- 0 different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to dre 0 0 indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in the City's latest adopted version of AutoCAD in ".dwg" file format. All written documents shall be transmitted to the City in the City's latest adopted version of Microsoft Word and Excel. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: M ATTEST: By:('�l�ti City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: - -< �. Mayor PBS &J B (-\ C Q" - a_ Printed Name: vv6 >, 4-e�r, f .,\usem\pbvAsharedtagreements \fy 02- 03 \pbs &j - madners, china cove pump station.doc M 0 0 �BC,wr °er , EXHIBIT A Scope of Work PBS&J is committed to addressing the needs of the City of Newport Beach, in a manner that is responsive, budget- conscious, focused, and technically sound, Understanding and Approach We understand this project is necessary to rehabilitate and upgrade the Mariners, China Cove, and 62nd Street wastewater pump stations. All three need new electrical service, pump controls, stainless steel cabinets, new bypass piping and vaults, and landscaping improvements. Mariners requires adding a second pump and dry well modifications. China Cove improvements will include repairing concrete at the street intersection. A wet well will be installed at 62nd Street, in addition to storm drain catch basin modifications. PBS &J will design civil and mechanical improvements including demolition plans and coordinate subconsultams work. Mark Balan & Associates will design electrical components replacement, power distribution, instrumentation and controls, and coordinate with Southern California Edison (SCE). Bush & Associates will perform surveying and David Pederson will provide landscape architecture design. Mariners Pump Station The Mariners Pump Station is located near the end of the Mariners Drive cul -de -sac in Newport Beach. The dry pit sewage pump station is over 40 years old and needs rehabilitation. Necessary construction improvements include: 1. Demolition. Remove the electrical panels and conduits, platform and ladder from the pump station vault. Remove electrical service and pad. Remove the three bypass plug valves. 2. Mechanical and Structural. Install a new stainless steel access hatch, a new ladder, and reseal interior walls of dry well. Install a new vortex pump with an explosion -proof motor matching capacity and total dynamic head (TDH) of existing pump. Install bypass piping and vault matching the one serving the Carnation Pump Station. 3, Electrical and Controls. Provide new Southern California Edison (SCE) electrical service. Install new MCC, manual transfer switch for portable generator, enclosure and pad. Install new pump controls, wiring, conduits and appurtenances. Cabinets will be fabricated from stainless steel. PBS&J ... Comprehensive resources, proven service 1WJ aF,whigr ": r] 0 Page 2 China Cove Pump Station The China Cove Pump Station is located at the intersection of Tumleaf Avenue and Cove Street in Corona Del Mar. Necessary construction improvements include: 1. Demolition. The existing service is hidden in bushes and is not located near the pump station. Remove the existing electrical service. 2. Electrical and Controls. Provide new SCE electrical service adjacent to the pump station. Install new MCC, manual transfer switch for portable generator, enclosure and pad. Provide pump panel large enough for future pump and replace internal components. Cabinets will be fabricated from stainless steel. 3. Site Improvements. Replace damaged landscaping and damaged concrete in the intersection. 62nd Street Pump Station The 62nd Street Pump Station is located at the intersection of 62nd Street and Canal Street. The dry pit sewage pump station is over forty years old and needs rehabilitation. Necessary construction improvements include: 1. Demolition. Remove the existing electrical service including pad and masonry block enclosure. Cut and cap conduit. Remove bypass piping. Remove two existing catch basins CBOl_004 and CBOl_005 and their connecting 12 -inch diameter cement -mortar pipe. 2. Mechanical and Structural. Install new pre -cast concrete manhole to serve as a wet well sized to provide six pump cycles per hour. Core existing manhole and rechannel flow to new wet well inlet pipe. Connect wet well outlet piping to the pump intake. Install new bypass vault. Coordinate Reroute existing gas and water lines as necessary. This task will require Replace catch basins and connecting stoma drain. 3. Electrical and Controls. Install new SCE service, MCC, manual transfer switch for portable generator, enclosure and pad east of the pump station. Evaluate installing this equipment either behind or in front of the fence, and complete selected design. Install new pump control panel. Cabinets will be fabricated from stainless steel. 4. Site Improvements. Replace damaged landscaping, concrete and pavement. PBSU ... Comprehensive resources, proven service PM14 �ierllpT., 0 0 Page 3 Scope of Work We have summarized our scope of work into the following tasks: Task 1 - Project Management. Project management includes project overview, correspondence, schedule and budget monitoring, and meetings. We assume one meeting will be required for each design submittal. Task 2 - Design Submittals. We will submit two copies of plans and specifications at the 50, 95, and 100 percent design completion levels. Subsequent to the 100 percent submittal approval, we will provide a set of original drawings printed on 22" x 36" mylar and an original set of specifications printed on 20 -pound bond paper. 7`ask 3 - Project Specifications. This task includes preparing the technical portion of the construction documents. Task 4 - Quality Control and Quality Assurance Review. We will conduct an internal review of the work prior to each submittal. Task 5 - Construction Cost Opinion. We will submit project construction cost opinions with the 75 percent and 100 percent submittals. PBSU ... Comprehensive resources, proven service FWJI Project Schedule 1 City of Newport Beach Mariners, China Cove, and 62nd Street Pump Stations Rehabilitation ID Task Name _ _ 11l17111l24L72/1 12/8 12/15 2/16( 2/23 3/ ] 3/9 3/16 3/23 3/30 4/6 f Project Schedule 2 50 Percent Design Phase ... .. Prepare Plans and Specifications _.._.._._ 50 Percent Design Submittal & Client Review 50 Percent Design Review Meeting _ ..... .... .... ............_..... 95 Percent Design Phase _ . _......... . _ Prepare Plans and Specifications _. .. .... _... _.. ...____ 95 Percent Design Submittal & Client Review _.. ...._..... .. ....... _.._... ......_.... .................. ... ....:.. ......... ............................ ............._..i... ......... .......................... ........ .. _ ..;.. ......... .......... ............ _ ...................:... .......... ................................................................. ..... MEW ................ .................. ............... .............. ...... .................................. . 1/23 ........ .. ................. .: ............. ........ .......... .............. 777771 ................................ ..........:. ............ .................... ............. ....... ..... ............. ........... ....... ........... ................ .................. .:...... ......... .................. .... ... ........... ................. ....................... . ......... - ......... ......... ......... ...................... 3 47— 5 6 7 8 9 ......_............. 95 Percent Design Review Meeting 100 Percent Design Phase .__.i........................ ..........- ............... - ................:.................................. .......... ...... ............ .......... ......... . 3/7 10 —1-1] Finalize Plans and Specifications — 12 _ .. .. _. .._.. ... _. - 100 Percent Design Submittal ......................:.. ......... ........: .......... .._....................... ................. ........................... ..................................................... 3/31 Task,'' = Milestone ♦ External Tasks Project: Project schedule Split Summary ^ External Milestone Date: Wed 11/13/02 Progress Project Summary Deadline Page 1 U 11 Project Name: Design Services for Mariners, China Cove Labor and 62nd Street Pump Station Rehabilitation Client/Owner: City of Newport Beach Map! Project Manager: Mark Ralph Prepared By: Mark Ralph Date Prepared: November 13, 2002 • o n. FEE SUMMARY ITEM TOTAL Labor $39,214 Outside Services $32,250 Direct Costs $700 TOTAL $72,164 BILLING RATES ENGINEERING SERVICES ENVIRONMENTAL SCIENCE Officer - OFF $175 Senior Scientist III - SSIII $150 Senior Program Manager - SPG $165 Senior Scientist II - SSII $124 Project Director - PD $165 Senior Scientist I - SSI $116 Program Manager - PGM $140 Scientist III - SIII $106 Principal Engineer II - PRII $140 Scientist 11 - Sit $95 Principal Engineer I - PR $133 Scientist I - SI $85 Senior Project Manager - SPM $120 Assistant Scientist - AS $71 Project Manager - PM $114 Research Assistant - RA $50 Senior Project Engineer- SPE $108 Project Engineer II - SEII $98 ADMINISTRATIVE SERVICES Project Engineer I - SEI $92 Information Systems Mgr - ISM $120 Senior Engineer - SE $85 Financial Manager - FM $110 Engineer II - Ell $82 Senior IS Manager I - SIM $97 Engineer I - El $73 Administrative Manager - AM $75 Engineering Aide 11 - EAII $50 Senior Administrative Asst 11 - SAII $66 Engineering Aide I - EAI $43 Senior Administrative Asst I - SAI $62 Project Analyst - PA $54 CONSTRUCTION RELATED SERVICES Administrative Assistant - AA $50 Senior Construction Manager - SCM $118 Administrative Clerk - AC $43 Construction Manager - CM $108 Senior Project Engr (Const.) - SPEC $96 DESIGN & GRAPHIC SERVICES Senior Field Representative - SFR $89 Senior Design Manager - SDM $105 Construction Mgmt Rep. II - CMII $82 Senior Designer III - SDIII $102 Construction Mgmt Rep. I - CMI $75 Senior Designer 11 - SDII $93 Senior Designer I - SDI $85 OTHER PROFESSIONAL SERVICES Senior Graphics Designer - SGD $80 Principal Professional, Division Mgr. - PP $155 Designer - DES $75 Sr. Prof. III, Prog Mgr, Sr. Developer III - SPIII $140 Graphics Designer - GD $71 Sr. Prof. 11, Sr. Analyst III, Sr. Devel 11 - SPII $120 Senior CADD Technician - SCT $71 Senior Analyst 11, Sr. Developer I - SAD $105 CADD Technician 11 - CTII $66 Sr. Prof. 1, Sr. Analyst I, Developer II - SPI $90 CADD Technician I - CTI $60 Professional 11, Analyst 11 - PII $75 Professional I, Analyst 1, Developer I - PI $60 JPA BSJ PA400 - &01 California Offices in Irvine, Aiverside, Encinitas, and San Diego EXHIBIT B FILE: Fee EstimateAs PBS&J Labor/Outside Services - Page 1 of 1 TASK DESCRIPTION LABOR•• • • Pt Task Task/Suh PGM PR DES AA - - - - - - - - HOURS FEE 1.0 Project Management 0 $0 1.1 Project Management 2 4 6 12 $1,112 1.2 Staff Coordination 6 6 $798 1.3 Invoicing 1 2 3 $240 1.4 Quality Control Reviews 4 6 10 $1,358 1.5 Project Status Meeting 8 8 16 $1,464 2.0 Final Design 0 $0 2.1 Civil & Mechanical Design (14 dwgs) 90 128 218 $21,570 2.2 Surveying Services (Bush & Assoc) 0 $4,200 2.3 Surveying Coordination 16 16 $2,128 2.4 Landscaping Services (Pedersen) I 0 $8,250 2.5 Landscaping Coordination 16 16 $2,128 2.6 Electrical Services (MB&A-12 dwgs) 0 $19,800 2.7 Specifications 24 12 36 $3,792 2.8 Construction Cost opinion 8 4 12 $1,264 3.0 Design Submittal 0 $0 3.1 50 Percent Design Submittal 6 4 10 $998 3.2 75 Percent Design Submittal 6 4 10 $998 3.3 100 Percent Design Submittal 8 6 14 $1,364 • TOTAL -THIS PAGE 7 Ise ze 46 0 1 0 1 0 0 0 0 0 1 0 11 379 $71,464 TOTAL - ALL PAGES 7 198 128 46 0 1 0 1 0 0 0 0 1 0 1 0 1 379 $71,464 JPA PA400-2/99 Fee EstimateAs - 11/13/02 i • PBS &J • Direct Costs DESCRIPTION Pt Task Type • 98 Reprographics, Mileage, Postage $700 TOTAL $700 JPA PA400 -2/99 Fee Estimate.& - 11/13/02 DEC.20.2002 4 :09PM PBS &J @ENCINITRS N0.898 P.2i7 i 1$6U$ DATE (AtbJ 12105/02 PRODUCER THIS CNRTIMCAT'E 16 ISSUED AS A MATTER OF INEDDNATION ONLY AND Collinsworth, Alter, Nielson, CGN"W NO RMITS UPON THE CWTI1DCATR%OLUM IN$ CERTITIC&TE DOSS NOT AMEND, STHSND OR ALM THE COVERAGE AF ORWDI DY THE Fowler & Dowling,lnc,(WMC /DIA) POACHES 0CLOW 5979 NW 151 Street, Suite 106 COMPANIES AFFORDING COVERAGE Mlatml Lakes, FL 33014 COMPANY um= A Continental Coa4alty Co A XV COMPANY tzrDgq R Nat'l Union Fire Ins CDlAIG A + + %V INSURER LETTER COMPANY S C American Cps Co of Reading PA AXV Post, Buckley, Schuh & Jernigan, Inc, drh /e P6S &J 2001 NW 107 Avenue COMPANY LETTER D Lloyds of London A- XV COMPANY LETTER Y' Miami FL 33172 THIS ISTO C=VY THAT TIDE POLICD360F7N JtANCR L1SP==WtYHAVE MEN ISSUED TO Tim DNBIERD 10= AIOVR FORTES POWCT PWIDP INDICAIIED, NOTWITI[STANDING ANY REQUIREMENT, T'EW OR CONDITION OF ANY CONTRACT OR 075141 DOCUNENT WITH RgaPECT TO WHICH TATS CHATTFICATE MAY PE ISSUED OR MAY PERTAIN, I= INSURANCE AFFTDDRDI BY TOM MIUCWS WSCHIMED HEARIN I6 SLWECT TO ALL THE TERMS, EXCLUSIONS AM CONDITIONS OF SUCH POLICUS. LIMITS SHOWN MAY HAVE 1UEEN REDUCED BY PAID CLAIMS CO Im TYPE OF INSURANCE POLICY NUM= PATE 04WVDIVY) POLICY C37. DATE (WIDM'YI liMITS • GINIFRTL LIABUITY GL247843206 9/30102 9130/03 GENRPAL AGGPHGAT'E 2000000 FaCro DCO 10P AGG. 2000000 X COMM. GIyTTSAL IIADR M CT.A"MADR WOCC. FM &ADV. INn1RY 1000000 EACH oecr3HRSprs 1000000 OWNGRIS& CONTRACTI6 PROT FIRE DAMAG &one P6e1 1000000 Per ProlaL•t ADO Mn. W. low Pro 25000 • *V1g4OAUx t4wlnv DUA247843223 9130/02 9130103 COMBINED SINGIA 1000000 X ANY AUTO ITT X RODH,Y PUURY Atd, OWMBD AtJOS SCRIDU= AUTOS OWDale) HoU D AUTOS X ROD" INJURY INON•OWNRD AUTDS aB r OKKNI) X - GARAGN LTARMITY PROPERTY DAMAGE B T'Xc=LTADUTT 892131609 9130102 9130103 SACOQCCUEDIRNCE 10000000 AGGRFGATE 1000000D X VNRRELLAFORM OTI1T7i E THAN VKW.M" FORM C WC247843268 9130/02 913D1D3 X MTATvPDRYUMM EACH ACCIDENT 1000000 WON6RS1 COMPENSATION AM DISB469- POLICT law 10000DO 6MP1.0TERIN "AAH'ITY vU;USKACH RMP. 1000000 D OTRRR Professional / P42302 9130102 9/30103 81,000,000 Limits Pollution Liab an halm/ aggregate CIaIMS-MA06 Fong 11/11161 retrodste DS DFOPE RATI ONS /i.00ATTON62'rnon fo/gIC n tr �N .. �RNOfegslonal 9arvlcae Agreement for CDnstructj iRty IisVlew Services for the gig carryon Reservoir, SEF ATTACHED. � 'LA'�B. OLDER r.' ,:. ': .'. 'C1AN 'li' O „ . • .. , MOULD ANY OF THE ADOVH DESCIRID® POLICIES DS CANCSLT= HRFORE THE E"ILATION DATE =1160F, THE ISSUING COMPANY WILL ENDEAVOR TO MAD, In DAYS WRITTEN NOTICE To THE C CRTIPICAT'E HOLDER NAM® TO THE Clty of Newport Beach LEFT, HUT FAMup9 TO MAD. SUCH NOTICE SHALL VAPOW No ORUrNMON OR 3300 NoW port Blvd. UADD.aTV OF ANY RIND UPON THE COMPANY, ITS AGENTS Oa REPRILSIMATIVE& Newport Beach, CA 92858.8915 j� AUTHORTLGD SM(�(�pppp DEC.20.2002 4 :10PM PBS &J @ENCINITRS NO. 898 P.3 /7 NAMED INSURED: Post, Buckley, Schuh & Jernigan, Inc. d /b /a PBS &J CERTIFICATE SOLDER: City of Newport Beach REF: Professional Services Agreement for Constructibility Review services for the Big Canyon Reservoir. City of Newport Beach, its elected officials, officers, representatives and employees are named additional insured on the General & Auto Liability, excluding professional services. Insurance evidenced by this certificate ahall be primary and non - contributory to that of the certificate holder. Worker's Compensation Liability contains a waiver of subrogation in favor of the City, its elected officials, officers, representatives, and employees. Issuing companies will provide 10 days written notice of cancellation to the certificate holder. DEC.20.2002 4:10PM PBS &MENCINITRS POLICYNUNMER; 001,247843206 Post, Buckley Schuh & lemiggA Inc, dba PBS&J NO. 898 P.4 /7 • COMMERCIAL GENERAL. LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART, SCHEDULE Name of Person or Organization: City of Newport Beach It's elected officals , officers, representatives and employees. 3300 Newport Blvd. Newport Beach, CA 92658 -8915 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) r WHO IS AN INSURED (Section 11) is amended to include as an insured the porson or organization shown in the Schedule, but only with respects to liability arising out of "your work" for that insured by or for you. Ref: Professional Services Agreement for Contructibility Review Services for the Big Canyon Reservoir CG 201011 -8S Copyright Insurance SoMees Office, Inc. 1984 DEC.20.2002 4:10PM PBS&J @ENCINITRS N0.898 P.5 /7 THIS ENDORSE CHANGES THE POLICY PLEASE RR•IT CAREFULLY ADDITIONAL INSURED THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTOMOBILE COVERAGE FORM GARAGE COVERAGE FORM TRUCKE RS COVERAGE FORM SCHEDULE NAME OF PEEN LOCATION: N/A ORGANIZATION: City of Newport Beach Its elected officals, officers, representatives and employees 3300 Newprot Blvd. Newport Beach, CA 926588915 WHO IS AN INSURED (SECTION In IS AMENDED TO INCLUDE AS AN "INSURED" THE PERSON(S) OR ORGANIZATION(S) SHOWN IN THE SCHEDULE BUT ONLY WITH RESEPCTS TO THEIR LIABILITY ARISING OUT OF: a) YOUR WORK FOR THE ADDITIONAL INSURED(S) AT THE LOCATION DESIGNATED, OR b) ACTS OR OMISSIONS OF THE ADDITIONAL INSURED(S) IN CONNECTION WITH THEIR GENERAL SUPERVISION OF YOUR WORK AT THE LOCATION SHOWN IN THE SCHEDULE FOR CLAIMS ARISING OUT OF THE OPERATION, MAINTNANCE, OR USE OF A COVERAGED "AUTO ", REF: Professional Services Agreement for Constructibility Review Services for the Big Canyon Reservoir. This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below, Must be completed ENDT.NO. POLICY NUMBER BUA247843223 CNA For All The Commitments You Make G- 39543A NRJ/M28GC0 Complete Only When This Endorsement Is Not Prepared With the Policy Or Is Not to be Effective with the Policy ISSUED TO: EFFECTIVE DATE OF THIS ENDORSEMENT 12/5/02 Countersigned by a) ' 1 r 1.1 r dA% ,L Autho epresentative DEC.20.2002 4 :10PM PBS&J @ENCINITRS N0,898 P.6i7 THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY AMENDATORY ENDORSEMENT — ADDITIONAL INSURED THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART IT IS AGREED THAT THE INSURANCE AFFORDED TO THE ADDITIONAL INSURED IS PRIMARY INSURANCE, IT, HOWEVER, THE ADDITIONAL INSURED HAS OTHER INSURANCE WHICH IS APPLICABLE TO THE LOSS, THE SAID OTHER INSURANCE IS EXCESS OVER ANY OTHER VALID AND COLLECTIBLE INSURANCE PROVIDING COVERAGE. THE COMPANY'S LIMITS OF LIABILITY UNDER THIS POLICY SHALL NOT BE REDUCED BY THE EXISTENCE OF SUCH OTHER INSURANCE, Clty of Newport Beach Its officals, officers, & employees. 3300 Newport Blvd. Newport Beach, CA 92658 -8915 This endorsement is neat of vour oolicv and takes effect on the effective date of Your ooUcv, unless another effective data is shown below. Must Be Completed Complete Only When This Endorsement Is Not Prepared With the Policy Or Is Not to be Effective with the Policy ENDT NO. POLICY NO. ISSUED TO: EFFECTIVE DATE OF THIS ENDORSEMENT GL247843206 Post, Buckley, Schuh & Jemigan, Inc. dba RB.S. & J. 1215/02 CNA For AA The Conanritments You Make Countersigned by Authofi a epresentative G- 39543A NRI/M28GC0 DEC.20.2002 4 :11PM PBS &S @ENCINITRS N0.898 P.7i7 CNA For all the comments you Make G49160.,A (Ed 01193) WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY 1NSURANCE POLICY BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This eadovsemeut changes the policy to Which it is attached, It is agreed that Part One — Workers' Compensation Insurance G. Recovery from Others and Part Two — Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We Will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMWX CHARGE — S% of the total standard premium for California Exposure. City of Nwport Beach Its elected oWcal$, officers, representatives and employees. 3300 Newport Blvd. Newport Beach, CA 9$5658 -8915 G- 19160 -A Paget of 1 (Ed. 01193) DEC -23 -2002 MON 08;57 AM CAL SURANCE FAX NO. 71 391654 P. 01 Fax #: 94 a -(P4 y --331 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach Date Received : Dept. /Contact Received From: 511" INSURANCE COMPANY: N4_4 mMK R ( ton �Fxvt SwS • G,.�/kl(� Date Completed: tyzg_ti Sent to: �j, By: l � I e.n __ Company /Person required to have certificate: �rx�, RAT. ��.(�L_�F ,T • •� r�s 1. GENERAL LIABILITY flgA PFSs 4 - J- A . INSURANCE COMPANY: ADMITTED COMPANY (Must be California Admitted): B, AM BEST RATING (A: VII or greater): e 1 n k.vo...W L'g ,,Qd M lt� Ky _ C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? Is Company admitted in Califomia? Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? L 00 6,0V E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? W Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): ® Yes 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 J1,4;ZNo 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. U, AUTOMOBILE LIABILITY A. INSURANCE COMPANY: N4_4 mMK R ( ton �Fxvt SwS • G,.�/kl(� B. AM BEST RATING (A: VII or greater): Ar++ X b C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? 1, oo°, oo j E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): N l$l Is it included? ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION / „� __ nn ,,� -- a A rncr•rc.�w 6aS j co °r e,� r� P g A. INSURANCE COMPANY: -Q* B. AM BEST RATING (A: VII or greater): A X V C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? > Yes []No IF NO, WHICH ITEMS NEED TO BE COMPLETED? CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT NOV L ild Agenda Item No. 7 November 26, 2002 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori, P.E. 949 - 644 -3311 msinacod@city.newport-beach.ca.us SUBJECT: MARINERS, CHINA COVE, AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH PBS &J RECOMMENDATION: Approve a Professional Services Agreement with PBS &J, of Irvine, California, for engineering services at a contract price of $72,164 and authorize the Mayor and City Clerk to execute the Agreement. PROJECT DESCRIPTION: In 1996, the City completed the Master Plan of Sewers, which identified approximately $10M in infrastructure improvements for the wastewater system. Each of the twenty pump stations the City owns and maintains were listed within the Master Plan and reflected some level of improvement. The older stations were identified as priorities and throughout the ten -year improvement window each station would be rehabilitated. Please see attached exhibit for the location of the twenty City and seven County pump stations. The China Cove and Mariners pump stations are slated for rehabilitation this fiscal year. China Cove's station was constructed over 50 years ago and is noted as 'Category I' for emergency response because of its close proximity to the Bay and the risks associated with wastewater backup into residences. The improvements for the China Cove station will include the installation of state -of- the -art controls that will alert the operations staff of any malfunction. The current controls are outdated with some components still in place from the original construction. The rehabilitation will also include new bypassing capabilities that will allow backup connections for either an emergency generator or portable pumps. Currently the only backup for China Cove is City Vactor trucks. Mariners Pump station was constructed in 1962 and serves approximately seven homes. Although there is ample room for two pumps at this location the station only has one pump currently installed. The improvements recommended for Mariners pump station call for the installation of the identical controls, generator, and bypass pump connections SUBJECT: MARINERS, A COVE, AND 62ND STREET WASTEWATE MP STATION REHABILITATION APPROVAL O OFESSIONAL SERVICES AGREEMENT WITH P 11 November 26, 2002 Page 2 proposed a1: China Cove. Staff also recommends the installation of the second pump to improve reliability. The project design for China Cove and Mariners Pump Stations will take approximately six months, and a construction project would be awarded close to the end of the fiscal year. Staff decided to include next year's pump station rehabilitation design to expedite those improvements. The 62nd Street Pump Station is slated for a new wet well, the identical controls, and generator bypass pump connection as China Cove and Mariners. In addition, a 40 -year old Corrugated Metal Pipe (CMP) storm drain replacement and associated street end landscape improvements are included in the project. DISCUSSION: PBS &J was ranked second in last year's selection process, and was requested to provide a proposal for this year's pump station rehabilitation project. The Utilities Manager, the Utilities Engineer, and the Wastewater Operations Manager reviewed the PBS &J team and associated proposal to evaluate the firm's qualifications, scope of services, past experience on similar projects, and availability before recommending them for this project. They have extensive experience in designing pump stations and have successfully completed several related projects for the City. A fee of $72,164 was negotiated with PBS &J to complete the design. PBS &J will prepare the project plans and specifications for the rehabilitation of the existing China Cove, Mariners, and 62nd Street Pump Stations. Project design will include construction drawings, and detail all mechanical, pipeline appurtenances and electrical controls, storm drain, and landscape improvements at the 62nd Street station - as well as the preparation of detailed written special provisions, bid documents, quantity estimates, and an overall cost estimate for all three stations. Funding Availability: Funds for this project are available in Capital Improvement Account No. 7532- 05600100 — Sewer Pump Station Improvement Program. Environmental Review: Categorical Prepared will be filed for the rehabilitation of these three pump stations. J. Sin`a&ri, P.E. Engineer Attachment: City Wide Sewer Pump Station Exhibit Professional Services Agreement Submitted by: n G. dum Public W s Director 9 0 DRAFT PROFESSIONAL SERVICES AGREEMENT FOR MARINERS, CHINA COVE AND 62ND STREET PUMP STATION REHABILITATION THIS AGREEMENT, entered into this day of 2002, by and between the City of Newport Beach, a Municipal Corporation (hereinafter referred to as "City "), and PBSBJ, whose address is 18022 Cowan, Suite 100 -A, Irvine, California, 92614 -6805, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to cant' on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to rehabilitate and upgrade the Mariners, China Cove, and 62nd Street wastewater pump stations ( "Project "). C. City desires to engage Consultant to design civil and mechanical improvements, including demolition plans and coordinate sub - consultants' work upon the terms and conditions contained in this Agreement. D. The principal member of Consultant firm for the purpose of this Project will be Mark A. Ralph, P.E. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and de E desires to contract with Consultant under the terms and conditions provided in this Agreement. NOVI, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 26th day of November, 2002, and shall terminate on the 30th day of June, 2004, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and sub- consultant fees, shall not exceed the total contract price of seventy-two thousand one hundred and sixty-four and 00/100 Dollars ($72,164.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, -2- 0 0 computer printing, postage and mileage. 3.2 Consultant shall submit monthly progress invoices to City payable by City within thirty (30) days of receipt of invoice. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses, which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of ten percent (10 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE -3- 9 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. If Consultant is performing inspection or construction management services for the City, the assigned staff shall be equipped with a Nextel Plus type cellular /direct connect unit to communicate with City Staff; consultant's Nextel Direct Connect I.D. Number will be provided to City to be programmed into City Nextel units, and vice versa. Consultant further represents that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, failure of City to fumish timely information or to promptly approve or disapprove Consultant's work, delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as in r, "Contractor'), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractors schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details and means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in -5- • • the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Michael J. Sinacori, P.E., to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and Consultant shall perform the services in accordance with the schedule specified in Exhibit "A ". The failure by Consultant to perform in a timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable go 13 control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, but not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances by telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant shall discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly -7- 17 , authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this M 9 r Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original certificates and endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Worker's compensation insurance, including 'Wavier of Subrogation" clause, covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance original certificate and endorsement (which includes additional insured and primary and non- contributory wording), covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance, including additional insured (and primary and non - contributory wording for waste haulers only), covering any owned and rented vehicles of Consultant in a minimum BE i r 0 amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance, which covers the services, to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, which Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing workers compensation, comprehensive general, and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation, which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by -10- 9 operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership orjoint- venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. -11- !J 0 0 Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless City authorizes the release of information. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. D. City will prepare and provide to Consultant street base digital file in -12- I 0 AutoCAD (DWG) compatible format. 18. ADMINISTRATION The Public Works Department will administer this Agreement. Michael J. Sinacori, P.E., shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or -13- I 0 his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless 51151 • 0 City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attention: Mr. Michael J. Sinacori, P.E. City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Mark A. Ralph, P.E. PBS &J 18022 Cowan, Suite 100 -A Irvine, CA 92614 -6805 949 -660 -8600 949 - 440- 8183(Fax) -15- 11 0 • 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a SRI 0 9 different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to -17- 0 0 indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in the City's latest adopted version of AutoCAD in ".dwg" file format. All written documents shall be transmitted to the City in the City's latest adopted version of Microsoft Word and Excel. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney ATTEST: City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor PBS&J By: Printed Name: f : \users\pbw\shared\agreements \fy 02- 03 \pbs &j - mariners, china cove pump station.doc M 0 9 sp J' EXHIBIT A Scope of Work PBS&1 is committed to addressing the needs of the City of Newport Beach, in a manner that is responsive, budget- conscious, focused, and technically sound. Understanding and Approach We understand this project is necessary to rehabilitate and upgrade the Mariners, China Cove, and 62nd Street wastewater pump stations. All three need new electrical service, pump controls, stainless steel cabinets, new bypass piping and vaults, and landscaping improvements. Mariners requires adding a second pump and dry well modifications. China Cove improvements will include repairing concrete at the street intersection. A wet well will be installed at 62nd Street, in addition to storm drain catch basin modifications. PBS &J will design civil and mechanical improvements including demolition plans and coordinate subconsultants work. Mark Balan & Associates will design electrical components replacement, power distribution, instrumentation and controls, and coordinate with Southern California Edison (SCE). Bush & Associates will perform surveying and David Pederson will provide landscape architecture design. Mariners Pump Station The Mariners Pump Station is located near the end of the Mariners Drive cul -de -sac in Newport Beach. The dry pit sewage pump station is over 40 years old and needs rehabilitation. Necessary construction improvements include: 1. Demolition. Remove the electrical panels and conduits, platform and ladder from the pump station vault. Remove electrical service and pad. Remove the three bypass plug valves. 2. Mechanical and Structural. Install a new stainless steel access hatch, a new ladder, and reseal interior walls of dry well. Install a new vortex pump with an explosion -proof motor matching capacity and total dynamic head (TDH) of existing pump. Install bypass piping and vault matching the one serving the Carnation Pump Station. 3. Electrical and Controls. Provide new Southern California Edison (SCE) electrical service. Install new MCC, manual transfer switch for portable generator, enclosure and pad. Install new pump controls, wiring, conduits and appurtenances. Cabinets will be fabricated from stainless steel. PBSW ... Comprehensive resources, proven service PWt • • Page 2 China Cove Pump Station The China Cove Pump Station is located at the intersection of Turnleaf Avenue and Cove Street in Corona Del Mar. Necessary construction improvements include: 1. Demolition. The existing service is hidden in bushes and is not located near the pump station. Remove the existing electrical service. 2. Electrical and Controls. Provide new SCE electrical service adjacent to the pump station. Install new MCC, manual transfer switch for portable generator, enclosure and pad. Provide pump panel large enough for future pump and replace internal components. Cabinets will be fabricated from stainless steel. 3. Site improvements. Replace damaged landscaping and damaged concrete in the intersection. 62nd Street Pump Station The 62nd Street Pump Station is located at the intersection of 62nd Street and Canal Street. The dry pit sewage pump station is over forty years old and needs rehabilitation. Necessary construction improvements include: 1. Demolition. Remove the existing electrical service including pad and masonry block enclosure. Cut and cap conduit. Remove bypass piping. Remove two existing catch basins CBOl_004 and CBOl_005 and their connecting 12 -inch diameter cement -mortar pipe. 2. Mechanical and Structural. Install new pre -cast concrete manhole to serve as a wet well sized to provide six pump cycles per hour. Core existing manhole and rechannel flow to new wet well inlet pipe. Connect wet well outlet piping to the pump intake. Install new bypass vault. Coordinate Reroute existing gas and water lines as necessary. This task will require Replace catch basins and connecting storm drain. 3. Electrical and Controls. Install new SCE service, MCC, manual transfer switch for portable generator, enclosure and pad east of the pump station. Evaluate installing this equipment either behind or in front of the fence, and complete selected design. Install new pump control panel. Cabinets will be fabricated from stainless steel. 4. Site Improvements. Replace damaged landscaping, concrete and pavement. E,Krpk. PBS&J ...Comprehensive resources, proven service >a `CAWPpR T -. • • Page 3 Scope of Work We have summarized our scope of work into the following tasks: Task 1 - Project Management. Project management includes project overview, correspondence, schedule and budget monitoring, and meetings. We assume one meeting will be required for each design submittal. Task 2 - Design Submittals. We will submit two copies of plans and specifications at the 50, 95, and 100 percent design completion levels. Subsequent to the 100 percent submittal approval, we will provide a set of original drawings printed on 22" x 36" mylar and an original set of specifications printed on 20 -pound bond paper. Task 3 - Project Specifications. This task includes preparing the technical portion of the construction documents. Task 4 - Quality Control and Quality Assurance ReVieW. We will conduct an internal review of the work prior to each submittal. Task 5 - Construction Cost opinion. We will submit project construction cost opinions with the 75 percent and 100 percent submittals. PBS&J ... Comprehensive resources, proven service Mal Project Name: Design Services for Mariners, China Cove Labor and 62nd Street Pump Station Rehabilitation Client/Owner: City of Newport Beach 1 Project Manager: Mark Ralph Prepared By: Mark Ralph Date Prepared: November 13, 2002 '. •op FEE SUMMARY ITEM TOTAL Labor $39,214 Outside Services $32,250 Direct Costs $700 TOTAL $72,164 ENGINEERING SERVICES ENVIRONMENTAL SCIENCE Officer - OFF $175 Senior Scientist III - SSIII $150 Senior Program Manager - SPG $165 Senior Scientist II - SSII $124 Project Director - PD $165 Senior Scientist I - SSI $116 Program Manager - PGM $140 Scientist III - SIII $106 Principal Engineer II - PRII $140 Scientist II - SII $95 Principal Engineer I - PR $133 Scientist I - SI $85 Senior Project Manager - SPM $120 Assistant Scientist - AS $71 Project Manager - PM $114 Research Assistant - RA $50 Senior Project Engineer - SPE $108 Project Engineer II - SEII $98 ADMINISTRATIVE SERVICES Project Engineer I - SEI $92 Information Systems Mgr - ISM $120 Senior Engineer - SE $85 Financial Manager - FM $110 Engineer II - El $82 Senior IS Manager I - SIM $97 Engineer I - El $73 Administrative Manager - AM $75 Engineering Aide II - EAII $50 Senior Administrative Asst II - SAII $66 Engineering Aide I - EAI $43 Senior Administrative Asst I - SAI $62 Project Analyst - PA $54 CONSTRUCTION RELATED SERVICES Administrative Assistant - AA $50 Senior Construction Manager - SCM $118 Administrative Clerk - AC $43 Construction Manager - CM $108 Senior Project Engr (Const.) - SPEC $96 DESIGN & GRAPHIC SERVICES Senior Field Representative - SFR $89 Senior Design Manager - SDM $105 Construction Mgmt Rep. II - CMII $82 Senior Designer III - SDIII $102 Construction Mgmt Rep. I - CMI $75 Senior Designer II - SDII $93 Senior Designer I - SDI $85 OTHER PROFESSIONAL SERVICES Senior Graphics Designer - SGD $80 Principal Professional, Division Mgr. - PP $155 Designer - DES $75 Sr. Prof. III, Prog Mgr, Sr. Developer III - SPIII $140 Graphics Designer - GD $71 Sr. Prof. 11, Sr. Analyst III, Sr. Devel II - SPII $120 Senior CADD Technician - SCT $71 Senior Analyst 11, Sr. Developer I - SAD $105 CADD Technician II - CTII $66 Sr. Prof. 1, Sr. Analyst I, Developer II - SPI $90 CADD Technician I - CTI $60 Professional II, Analyst II - PII $75 Professional I, Analyst 1, Developer I - PI $60 JPAPBSJ PA4003 /01 California Offices in Irvine, Riverside, Encinitas, and San Diego EXHIBIT B FILE: Fee Estimate.>As PBSU Labor/Outside Services - Paae 1 of i TASK DESCRIPTION LABOR••E/STAFF HOURS TOTALS Pt Task Task/Sub PGM PR DES AA - - - - - HOURS FEE 1.0 Project Management 0 $0 1.1 Project Management 2 4 6 12 $1,112 1.2 Staff Coordination 6 6 $798 1.3 Invoicing 1 2 3 $240 1.4 Quality Control Reviews 4 6 10 $1,358 1.5 Project Status Meeting 8 8 16 $1,464 2.0 Final Design 0 $0 2.1 Civil & Mechanical Design (14 dwgs) 90 128 218 $21,570 2.2 Surveying Services (Bush & Assoc) 0 $4,200 2.3 Surveying Coordination 16 16 $2,128 2.4 Landscaping Services (Pedersen) 0 $8,250 2.5 Landscaping Coordination 16 16 $2,128 2.6 Electrical Services (MB&A-12 dwgs) 0 $19,800 2.7 Specifications 24 12 36 $3,792 2.8 Construction Cost opinion 8 4 12 $1,264 3.0 Design Submittal 0 $0 3.1 50 Percent Design Submittal 6 4 10 $998 3.2 75 Percent Design Submittal 6 4 10 $998 3.3 100 Percent Design Submittal 8 6 14 $1,364 TOTAL TOTAL - THIS - ALL PAGE PAGES 7 198 TOTALS 128 46 o 0 0 0 0 0 0 0 379 $71,461 1 198 128 1 46 1 o 1 0 0 0 0 0 0 0 379 $71 464 JPA PA400-2/99 Fee EstimateAs - 11/13/02 • 0 PBS &J • 0 Direct Costs DESCRIPTION Pt Task Type • 98 Reprographics, Mileage, Postage $700 TOTAL IIIIIT$700 JPA PA400 -2/99 Fee EstimateAs - 11/13/02 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC May 9, 2007 GCI Construction, Inc 245 Fischer Ave., B -3 Costa Mesa, CA 92626 Subject: Mariners, China Cove and 62nd Street Wastewater Pump Station Rehabilitation (C -3585) To Whom It May Concern: On May 9, 2006, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on June 21, 2006. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08744074. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION. INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 EXECUTED IN FOUR COUNTERPARTS BOND NO. 08744074 PREMIUM: $20,774.00 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 20,774.00 , being at the rate of $L8.00/10.88 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beam, State of California, by motion adopted, awarded to GCI CONSTRUCTION, INC., hereinafter designated as the "Principal ", a contract for construction of MARINERS, CHINA COVE, AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, Contract No. 3585 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. 3585 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and - FIDELITY AND DEPOSIT COMPANY OF MARYLAND , 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, five hundred eighty -two thousand, one hundred seventy and 00/100 Dollars ($1,582,170.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, Its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on Its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 90 0 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, then: shall be included costs and reasonable expenses and fees, Including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 27 th day of OCTOBER 2004, GC1 CONSTRUCTION, INC. (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 801 N. BRAND BL., STE. PENTHOUSE GLENDALE, CA 91203 Address of Surety 818) 409 -2800 Telephone bennett SM.Tr-fas- MICHAEL D. STONG, ATTORNEY-IN-FACT Print Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFPRNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of ra nq tai as. On (V -a� -cq before me,�Y1 i personally appeared ' T IQ personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person whose name( (9are subscribed to the with' instrument and acknowledged to me thatWhe/they executed the same in ids her/their thorized capacity(' , and that by hi erRheir signature d on the instrument the perscnk<or the entity upon behalf of which the perscnaef acted, executed the instrument. OPTIONAL ITNESS my hand and official seal. R. � sign w. of NN fWd Though the informaton below is not required by law, it may prove valuable to persons relying on the document and ccufd prevent haudulent removal and reatechmenf of this fomr to arrother document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Top of thumb We ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited O General ❑ Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: ®1999 Netp Noh ry A6antiatw • 9 30 De Sab Ave., P.O. Box e • CM1eRwMn, G 91918-M • `AW W.ndcnalna "M Pro No. SW Rw m. Ce9TO11 .1ATare®Pr Its CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California SS. County of RIVERSIDE On t ;-1 /6 Y , before me, R. CISNE_ROS , Date Name anal Title of Officer (e.g.. 'Jam Doe. Notary Public) personally appeared MICHAEL D. STONG R. CISNEROS COMM. #1488731 NOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY M Comm. E ires June 7, 2008 C9 personally known to me proved to me on the basis of satisfactory evidence to be the person whose name. is /gK subscribed to the within instrument and acknowledged to me that he /she /they executed the same in hislher#keir authorized capacity(iee), and that by his /he4their signatureCs�ron the instrument the personXor the entity upon behalf of which the person(4 acted, executed the instrument. WI ES/S�my hand and official seal. �- �Y�.Q�.Q$ -4• Place Notary SOW Above Signature of Notary Public OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer — Tile(s): ❑ Partner —0 Limited ❑ General ❑ Attorney in Fad ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: I 0 t999 National Notary ASseloalion- 9359 De Solo Am. P.O. Sox 2402• CIN,M Wh. CA 913131402 -w notions laMOrg Proo. No 5907 Reone,: Can Too.Free I-M 976oW 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 21, 2006 GCI Construction, Inc. 245 Fischer Ave., B-3 Costa Mesa, CA 92626 Subject: Mariners, China Cove and 62nd Street Wastewater Pump Station Rehabilitation (C -3585) To Whom It May Concern: On May 9, 2006, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 17, 2006, Reference No. 2006000332653. The Surety for the contract is Fidelity and Deposit Company of Maryland, and the bond number is 08744074. Enclosed is the Labor & Materials Payment Bond. Sincerely, X�&7� /;� - /�/- LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3545 PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS BOND NO. 08744074 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GCI CONSTRUCTION, INC., hereinafter designated as the "Principal," a contract for constructon of MARINERS, CHINA COVE, AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, Contract No. 3585 in the City of Newport Beads, 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. 3585 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, FIDELITY AND DEPOSIT COMPANY OF MARYLAND 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, five hundred eighty -two thousand, one hundred seventy and 001100 Dollars ($1,502,170.00) 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. 26 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the Califomia Civil Code so as to give a right of action to them or their assigns in any salt 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 wort( 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 executed by the above named Principal and Surety, on the 27th day of OCTOBER _ , 2004. GCI CONSTRUCTION, INC. (Principal) FIDELITY AND DEPOSIT COMPANY OF MARYLAND Name of Surety 801 N. BRAND BL., STE PENTHOUSE GLENDALE, CA 91203 Address of Surety (818) 409 -_2800 Telephone uthoriz Sig ure itie 9 {ojdt eet( St?c.TC.TrAQS• ut orized AWjjrre MICHAEL D. STONG, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFARNIA ALL.PURPASE ACKNOWLEDGMENT State of California County of RIVERSIDE I Ss. On 10 a O q before me, R. CISNEROS , Dale Name and rifle of Ofi¢ar (e.g.. "Jane Doe. Notary Public-) personally appeared MICHAEL D. STONG Name(s) of signer(s) R. CISNEROS COMM. #1488731 NOTARY PUSUC - CAUFORNIA 1 01, RIVERSIDE COUNTY Comm. Ex ires June 7, 2008 Place War, Seal Above L personally known to me 0 proved to me on the basis of satisfactory evidence to be the personX whose nameX" is /vl!r subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /hefAheir authorized capacity(ies), and that by his /heFA49k signatureWon the instrument the person(sj .or the entity upon behalf of which the person(ly acted, executed the instrument. lWITNESS my hand and official seal. tl " signature or Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner — ❑Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHTTRUMBPRINT OFSIGNEW ®t99g NAlMalrfolary AS5 Oa n•93`ADo Soie Avo..PO.BO. 2e02•Q+alswonR G0.913tY2W2 •wvw.nalioralnoleryo,g P,w rb. 5907 Aeomec Call Toll F,ee I.ON-8)6692) CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of Omnqg� On 10- a-9 -Q4 beforeme,janno. Rk'np��- iJQ�c3LrN ��ir✓ Date NemO ofica. ie.s, 5daaooa. Naren PUdkj personally appeared ID i'{O et7r1 ' Nema(s)ol SpnaNs) ,Y _wsonally known to me ❑ proved to me on the basis of satisfactory evidence to be the personp( whose name(8) i are subscribed to the wit instrumen and acknowledged to me ,bq he etthey executed the same in Qjis Wrltheir LiEVeortth zed capacity(i , and that by eir si gnatur ) on the instrument the or acted, executed the instrument ITNESS my hand and official sef'�Ln Slgnslurea NOtery PU08c OP77ONAL Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent baudulenf n moval and reattachment of fhls torn to another document. Description of Attached Document Idle or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: • Individual Top of thumb here • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Attomey -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: C 1M NMmul Notary Aaeo km • 8350 De Sao Ava, P.O. B 2402 • Ch ft CA 91313- 2402 • wew.nauonefvaryor8 Protl. tto. 5807 Homer: W Ta6Ree 1-0DDaraS32l Power of Attomey FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VII Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date y nominate, constitute and appoint Michael D.STONG, of Riverside, California, its true and t Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act a takings, and the execution of such bonds or undertakings in pursuan ° s on said Company, as fully and amply, to all intents and purposes, as if x b ged by the regularly elected officers of the Company at its office in B ' 16 u This power of attorney revokes that issued on behalf of Michael to 1 ° The said Assistant t the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- y, and is now in force. IN WITNESS OF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 19th day of August, A.D. 2004. ATTEST: 'gyp OEVpdii r r� l 4 State of Maryland ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND Eric D. Barnes Assistant Secretary Yom" i� By: William J. Mills Vice President On this 19th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. 8 Dennis R. Hayden Notary Public My Commission Expires: February 1, 2005 POA -F D12-0629 i 0 10 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder :' IIIIIIIIIIIIIIIIII! Ilillllllli lllllllllll! IIII�IIIIIIIIIIIIIIIIIIHIIIIINO FEE 2006000332653 03:49pm 05/17/06 213 160 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 GCI Construction, Inc., of Costa Mesa, California, as Contractor, entered into a Contract on October 14, 2004. Said Contract set forth certain improvements, as follows: Mariners, China Cove and 62nd Street Wastewater Pump Station Rehabilitation (C -3585) Work on said Contract was completed on March 31. 2006, and was found to be acceptable on May 9,- 2006; by the City Council. Title to said property is vested in the Owner, and tbe.,Surety for said Contract is Fidelity and Deposit Company of Maryland. u O\ v r C UO r 1 a- t.1.A V W Z W (3 O �p G U� WU O VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on an LO, 'Q 00 b at Newport Beach, California. BY Yt4� City Clerk �P 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC May 10, 2006 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3585 & C -3830) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Hillcrest Contracting of Corona, California, as Contractor, entered into a Contract on February 14, 2006. Said Contract set forth certain improvements, as.follows: Mariners Library Left Turn Lane (C -3830) Work on said Contract was completed prior to the opening of the new library on April 20, 2006, and was found to be acceptable on May 9. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. 2ubV�fks Director City o ewport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on - 104 ;L 00 4° at Newport Beach, California. TO: • • �3g'l�� -aoa6) CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. S May 9, 2006 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949 - 644 -3311 or rgunther @city.newport- beach.ca.us SUBJECT: MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3585 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond one (1) year after Council acceptance. DISCUSSION: On October 12, 2004, the City Council authorized the award of Mariners, China Cove and 62nd Street Wastewater Pump Station Rehabilitation contract to GCI construction Inc. The contract provided for the renovation of these three old pump stations. At Mariners Drive pump station, the existing pump was replaced and a second pump was installed. Station piping was replaced and a new bypass connection, new controls, and a new portable generator connection were installed. At the 50 -year old China Cove pump station, state -of- the -art controls were installed to better alert the operations staff of any malfunction. Bypassing capabilities were added to allow backup connections for either a portable emergency generator or portable bypass pumps. Also, complete mechanical piping changes were made, a backup submersible pump was installed in the wet well, and the adjacent street, Femleaf Avenue, was rehabilitated in concert with the pump station improvements. . Mariners, China Cove and 62 "d Street water Pump Station Rehabilitation Compledo Acceptance of Contract No. 3585 May 9, 2006 Page 2 Improvements for the 62nd Street pump station in Newport Shores included the installation of a wet well, controls, portable generator, and bypass pump connections. Most of the piping throughout the station was replaced and two new pumps installed. 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: $1,582,170.00 Actual amount of bid items constructed: 1,595,844.00 Total amount of change orders: 117,452.00 Final contract cost: $1,713,296.00 The final overall construction cost including Change Orders was 8.3 percent over the original bid amount. Nine Change Orders were issued for the project as follows. • Change Order 1 represents a credit change order in the amount of $222,168 which reduced items from the scope of work based on value engineering of the project to minimize costs. • Change Order 2 for $22,061 provided for revised electrical fittings, coating outside of the vaults, and a stainless steel Myers service pedestal. • Change Order 3 for $30,903 provided for revised modifications to the water main at 62nd Street and additional electrical work. • Change Order 4 for $62,273 provided installation of Raven structures, an additional sewer manhole and miscellaneous work. • Change Order 5 for $25,799 provided for an ESSCO pump at station and miscellaneous work. existing coating at four Mariners pump • Change Order 6 for $34,956 provided pressure grouting by National Plant Services, an additional water main, and asphalt replacement. • Change Order 7 for $49,000 provided for storm drain construction and concrete structure modifications. • Change Order 8 for $48,954 provided Tor concrete and asphalt removals and replacement, additional landscaping and miscellaneous work. • Change Order 9 for $65,674 provided additional coatings from National Plant Services, added water main construction at A Street in concert with the OCSD A Street Pump Station work, remodeled the Edison pedestal at China Cove, and allowed for miscellaneous work. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Mariners, China Cove and 600 Stree ewater Pump Station Rehabilitation compleB ,d Acceptance of Contract No. 3585 May 9, 2006 Page 3 Funding Availability: Funds for the project were expended from the following accounts: Account Description Account Number Amount Sewer Pump Station Master Plan Imps. 7532- C5600100 $1,630,191.00 Street/Bikeway Improvements 7181- C5100302 $83,105.00 Total: $1,713,296.00 The original contract completion date was August 19, 2005. Due to the nine change orders and the manufacturing and delivery time for the added pump, the project was extended several months. In addition, several corrective items involving the performance of the pumps provided and subsequent repairs of the water proof coatings were required prior to the City accepting the final work. Though actual construction work was completed in December 2005, the project was deemed substantially complete on March 31, 2006. Prepared by: r R. Gunther, PNE. Construction Engineer Submitted by: Works Director AMENDMENT NO.2 TO PROFESSIONAL SERVICES AGREEMENT WITH PBS &J FOR MARINERS, CHINA COVE AND 62ND STREET PUMP STATION REHABILITATION THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 14v- day of 2004, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and PBS &J, a corporation whose address is 18022 Cowan, Suite 100A, Irvine, California, 92614 -6805 (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS: A. On November 26, 2002, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for design services for the Mariner's, China Cove and 62 "d Street Pump Station Rehabilitation, hereinafter referred to as "PROJECT'. B. On August 5, 2003 the CITY and CONSULTANT entered into Amendment No. 1 to reflect additional services not included in the AGREEMENT and to extend the term of the AGREEMENT to December 31, 2004. C. CITY desires to enter into this AMENDMENT NO. 2 to .design additional changes and provide an estimate for bidding assistance as detailed on Exhibit A and Table 1. 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. 2" as provided here below. NOW, THEREFORE, the parties hereto agree as follows: E 0 1. CONSULTANT shall be compensated for services performed pursuant to this AMENDMENT NO. 2 according to "Exhibit A" dated September 29, 2004 attached hereto. 2. Total additional compensation to CONSULTANT for services performed pursuant to this AMENDMENT NO. 2 shall not exceed Twenty-seven thousand, eight hundred and 00/100 Dollars ($27,800.00). 2005. 3. The term of the AGREEMENT shall be extended to December 31, 4. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 2 on the date first above written. APPR VED AS TO FORM: By: 0 City Attorney CITY OF NEWPORT BEACH, A municipal corporation BY- —i Mayor PBS &J r FOR f : \userslpbMshared\agreements\fy 02- 03 \pbs&j - mariners, china cove pump station -amend 2.doc PBS11 0 An employee -owned company October 4, 2004 Mr. Michael J. Sinacori, P.E. City of Newport Beach 3800 Newport Boulevard Newport Beach, CA 92658 -8915 • Exhibit A W ;l0 7uU4 NO— Subject: Second Amendment to the Design Scope of Work Revisions and Construction Support Services Proposal for the City of Newport Beach, Mariners, China Cove and 62 "d Street Pump Station Rehabilitation Dear Mr. Sinacori: PBS&J is pleased to submit the Second Amendment to the Design Scope of Work Revisions and Construction Support Services proposal for the Mariners, China Cove and 62nd Street Pump Station Rehabilitation. To facilitate your review, we summarized project Scope of Work revisions and amendment requests to date in the following paragraphs. Oritdnal Scone of Work In October 24, 2002 PBS&J was selected to provide final design services including civil, mechanical and electrical improvements to upgrade and rehabilitate the Mariners, China Cove, and 62 "d Street pump stations. Our staff worked with the Newport Beach staff to develop the rehabilitation concepts and outline constraints to construction. The original scope of work also complied with the City's latest standards and requirements. The initial contract amount was $72,164. First Amendment As a result of unforeseen field conditions and client requested changes, we mutually agreed to amend the original scope of work. The First Amendment was submitted to the City on June 3, 2003. Included in the First Amendment were several elements to include: • Install new submersible pump system in existing sewer manhole at China Cove Pump Station • Modify existing dry pit manhole to accommodate a new access hatch at China Cove Pump Station • Replacement of existing sewage pumps at 62 "d Street Pump Station • Perform hydraulic calculations for existing storm drain system at 62 "d Street Pump Station The First Amendment complied with the City's 75 percent design review comments by incorporating additional design scope changes for China Cove and 62 "d Street pump stations. The compensation for the First Amendment was in the amount of $21,000. 18022 Cowan, Suite 100A • Irvine, California 92614 -6805 • Telephone: 949.660.8600 • Fax: 949.440.8183 • www.pbsj.com Second Amendment 0 At the request of the City, PBS &J was asked to design a few additional changes and to provide an estimate for bidding assistance. These are outlined below for your convenience. Additional Design Scope of Work Change sewer inlet piping alignment and configuration into the 62nd Street Pump Station dry pit. 2. Lower the 62°d Street Pump Station wetwell to accommodate a ductile iron flare bell. Add additional bid items and specifications (pressure grouting and waterproofing). 4. Miscellaneous electrical and instrumentation additions and revisions. 5. Attend additional review meetings with City staff. 6. Additional coordination efforts with vendors. 7. Prepare construction documents addenda during bidding phase. Construction Support Services Scope of Work Task 1 — Project Management. Project management is a continuous task throughout the project that includes principal -in- charge project overview, correspondence, schedule and budget monitoring, and invoice preparation. Task 2 — Review Submittals. We will review a total of 13 submittals, which will include eight general and mechanical, one structural and four electrical submittals. This includes three hours of review and processing time for each submittal. We assume that the Contractor will submit these items directly to the City, who will then forward them to PBS&J for review. PBS &J will return reviewed submittals to City staff for distribution. Task 3 — Review Requests for Information/Clarification (RFURFCs). Under this task, we will review and respond to six RFURFCs, assuming two hours per response. We will also review and respond to four electrical/instrumentation RFURFCs. Task 4 — Record Drawings. We will prepare record drawings based on Contractor's red -lines and deliver one set of full size reproducible drawings. :1J P. Compensation 0 We propose that compensation for our services be on an hourly basis with a not to exceed price ceiling of $27,800. To support our proposed compensation, we are enclosing Table 1 which summarizes additional design scope of work changes and work tasks for construction support services. If you have any questions or require additional information, please do not hesitate to call me or Roni Young. Very truly yours, 0-1 J -?0-- David Yang ? Senior Project Manager Exhibit B USE I USE 1 $ 27,800 Ll 140 Be 83 69 Labor haute Cost, Collars Task N0. Task Desert tlon PM PE DES ADMIN Total Hire Labor SubConsultant ODC Total Cost 1.0 Change sewer inlet piping alignment and configuration into the 00 street PS dry pit 6. 12 18 1,836 1,836 2.0 Lower the fits street PS wetwell to accommodate a DI flare bell e B 664 664 3.0 Add additional bid item and specifications (pressure grouting & waterproofing) 4 4 276 276 4.0 Miscellaneous electrical and instrumentation additions, revisions, and coordination 40 40 5,600 2,100 7;700 5.0 Additional review meeting with City staff 4 4 276 276 6.0 Additional coordination effort with vendors 2 2. 138 138 7.0 Prepare addendum during bidding phase 6 6 4 16 1;644 1,644 Subtotal Task 52 6 20 14 92 10,4341 2,10g 0 12,534 1.0 Project management 6 12 10 30 2,866 500 100 3,466 2.0 Review submittals 18 22 38 4,176 1,000 100 5,2]6 3.0 Response to request for information /clarification(RFVRFC) 1 12 12 1,056 1,000 100 2;156 4.0 Record drawings preparation 10 40 50 4,200 100 4;300 Subtotal Task 24. 56 40 10 730 12298 2,500 400 15,19 Total 76 62 60 24 222 22,732 4,60 40 27,73 USE I USE 1 $ 27,800 Ll OCT 1 >. 2004 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 5 October 12, 2004 TO: - I HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori, P.E. 949 -644 -3311 msinacod@city.newport-beach.Ga.us SUBJECT: MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS — AWARD OF CONTRACT NO. 3585 RECOMMENDATIONS: 1. Determine that the project is exempt from environmental review pursuant to Section 15302 of the California Environmental Quality Act Implementing Guidelines. 2. Approve the plans and specifications. 3. Award Contract No. 3585 to GCI Construction for the Total Bid Price of $1,582,170 and authorize the Mayor and the City Clerk to execute the contract. 4. Approve Amendment No. 2 to Professional Services Agreement with PBS &J for Final Design and Construction Support services for $27,800. 5. Approve a Budget Amendment transferring $350,000 from the Sewer Main Master Plan Improvements Account No. 7531- C5600292, $23,000 from the Sewer Access Road Maintenance Account No. 5600 -8186 and $188,000 from the un- appropriated Wastewater Enterprise Future Infrastructure Reserve to the Sewer Pump Station Master Plan Improvements Account No. 7532- C5600100, DISCUSSION: At 2:00 P.M. on September 15, 2004 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low GCI Construction $1,582,170.00 2 SoCal Pacific Construction Corporation $1,771,400.00 Subject: Mariners, China W2 Street Wastewater Pump Stationekbilitation, including Fernleaf Avenue Street Improvements — Award of Contract No. 3585 Date: October 12, 2004 Page: 2 The low bidder, GCI Construction, possesses a California State Contractors License Classification A as required by the project specifications. GCI has satisfactorily completed similar projects for other municipalities and many projects for the City of Newport Beach. In the early 1990's they completed the pump station rehabilitation project at Cameo Shores. The low total bid amount was significantly higher than the Engineer's Estimate of $925,000. Originally, only new electrical controls were to be considered at each of the three sites. However, new piping and pumps were required at all three locations as the design neared completion, along with some structural improvements at the China Cove Station to increase access to the pump room. In general, rehabilitation projects in existing pump stations are very difficult to estimate. In addition, the construction industry has seen increases in cost due oil, concrete and steel prices. PROJECT DESCRIPTION: In 1996, the City completed the Master Plan of Sewers, which identified approximately $10M in infrastructure improvements for the wastewater system. Each of the twenty pump stations the City owns and maintains were listed within the Master Plan and reflected some level of improvement. The older stations were identified as priorities and throughout the ten -year improvement window each station would be rehabilitated. Please see attached exhibit for the location of the twenty City and seven County pump stations. China Cove's station was constructed over 50 years ago and is noted as 'Category I' for emergency response because of its close proximity to the Bay and the risks associated with wastewater backup into residences. The improvements for the China Cove station include the installation of state -of- the -art controls that will better alert the operations staff of any malfunction that would potentially cause sewer spills into the Newport Bay. The current controls are outdated with some components still in place from the original construction. The rehabilitation will also include new bypassing capabilities that will allow backup connections for either an emergency generator or portable pumps. Currently the only backup for the single pump at China Cove is City Vactor trucks. As noted above, complete mechanical piping changes were added to the project along with the addition of a backup submersible pump in the wet well. These improvements, though planned for in future years, are necessary now to comply with new Waste Discharge Requirements to reduce potential for wastewater spills. In addition, Femleaf Avenue (road adjacent to the China Cove Pump Station) will be rehabilitated in concert with the pump station improvements. Mariners Pump station was constructed in 1962. Although there is ample room for two pumps at this location, the station has only one pump currently installed. The improvements for Mariners pump station call for the installation of the identical controls, generator, and bypass pump connections proposed at China Cove. Also included is the installation of the second pump and replacement of the existing pump to improve reliability along with replacement of the station piping. Subject: Mariners, China CoO62ntl Street Wastewater Pump Station itation, including Fernleaf Avenue Street Improvements - Award of Contract No. 3585 Date: October 12, 2004 Page: 3 Improvements for the 62nd Street Pump Station in Newport Shores include the installation of a wet well and the identical controls and generator bypass pump connection proposed for China Cove and Mariners. The station currently has no wet well and the pumps operate continuously (24 hours per day). In addition, most of the piping through out the station will be replaced along with the two pumps to meet today's reliability standards. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. VALUE ENGINEERING AND COST SAVINGS The project bid was higher than anticipated and it also higher than the Council approved budget for the project of $1,013,544. A value engineering meeting was held between the Contractor, Consulting Engineer and Pump Manufacture to develop ways to reduce the cost of the overall project. Several areas of savings were identified and are as follows: • Reducing water proofing coating costs • Reducing pump equipment costs (spare parts) • Modifying force main improvements at Mariners • Modifying structures and bypass at China Cove • Modifying structures at 62nd Street Total Savings $122,741 $40,496 $31,001 $9,900 $30.050 $234,188 If Council decides to move forward with the project, staff would recommend deleting the above items totaling $234,188 to bring the project more in line with the available budget. The total cost of the Contract to GCI Construction would then be reduced to $1,347,982. Consultant Services. Schedule and Funding Availability: Attached for Council consideration is Amendment No. 2 with PBS &J for final design and construction support services. Their original contract was $72,164 and Amendment No. 1 increased this to $93,164. Amendment No. 2 compensates the consultant an additional $27,800 for final design efforts along with providing construction support services that include shop drawing review and record drawing preparation. Per the Contract Specifications the Contractor will have 150 consecutive working days to complete the work which should allow for the major construction activities to be completed prior to the summer season in the beach areas of China Cove and Newport Shores. The work at 62nd Street Pump Station is also being coordinated with the approved underground assessment district work. Subject: Mariners, China "62nd Street Wastewater Pump Statioleabllltation, including Fernleaf Avenue Street Improvements - Award of Contract No. 3585 Date: October 12, 2004 Page: 4 Upon approval of the recommended Budget Amendment funds are available in the following accounts for the project: Account Description Account Number Amount Sewer Pump Station Master Plan Imps. 7532- C5600100 $1,526,865 Street/Bikeway Improvements 7181- C5100019 $83,105 Total: $1,609,970 The contingency for any unforeseen work for the project will be realized from the $234,188 in savings described above. Staff would anticipate no more than 5% in unanticipated construction cost, or roughly $70,000, for this project. Staff will also continue to research other cost saving options during the course of construction. Prepared by: J. SKaa Engineer Attachments: City Pump Station Location Map Bid Summary Budget Amendment FwsEaswew %srored,Cow+ca%FV04osIo-1ZLWn CKara Co e9,das A0ard cases.doe Submitted by: m G. Badum Works Director CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: Mariners, China Cove, and 62nd St. Wastewater Pump Station Rehab BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: 3585 DATE: TIME: ENGINEER'S ESTIMATE: $924,870.00 BY: CHECKED:. PROJECT MANAGER: M. Sinacori DATE: 1:lusem \pbw\shared\contract \00- 011 \BID SUMMARY C- 3585.xis Page 1 a C: Engineer's Estimate GCI Construction, Inc. - So. Cal Pacific ITEM DESCRIPTION IQUANTITY I UNIT I AMOUNT I UNIT AMOUNT UNIT AMOUNT SCHEDULE "A" - MARINERS PUMP STATION Al Mobilization 1 LS 20,000.00 20,000.00 20,000.00 20,000.00 40,000.00 40,000.00 A2 Traff lc Control 1 LS 5,000.00 5,000.00 8,000.00 8,000.00 - 1,500.00 1,500.00 AS Misc. Demolition Work 1 LS 15,000.00 15,000.00 65,000.00 65,000.00 25,000.00 25,000.00 A4 Earthwork, Bracing, Shoring, & 8ackfill 1 LS 5,000.00 5,000.00 7,000.00 7,000.00 20,000.00 20,000.00 AS Misc. Mechanical Work 1 LS 70,000.00 70,000.00 200,000.00 200,000.00 52,000.00 52,000.00 A6 Misc. Structural and Architectual Work 1 LS 45,000.00 45,000.00 16,000.00 16,000.00 82,000.00 82,000.00 A7 Misc. Electrical Work 1 LS 75,000.00 75,000.00 45,000.00 45,000.00 94,000.00 94,000.00 A8 R &R Type A PCC Gurb and Gutter 20 LF 35.00 700.00 100.00 2,000.00 35.00 700.00 A9 R &R Brick Pavement 120 SF 20.00 2,400.00 10.00 1,200.00 20.00 2,400.00 A10 R &R AC Pavement 640 SF 15.00 9,600.00 7.00 4,480.00 40.00 25,600.00 All R &R 4 -inch PCC Sidewalk 50 SF 10.00 500.00 35.00 1,750.00 - 14.00 700.00 Al2 Install Traffic Striping, Markers, and Markings 1 LS 1,000.00 1,000.00 3,000.00 3,000.00 ..2,300.00 2,300.00 A73 Provide Pressure Grouting to the Existing MH 1 LS 1,000.00 1,000.00 7;500.00 7,500.00 7,500.00 7,500.00 TOTAL COST FOR SCHEDULE "A" 250,200.00 380,930.00 353,700.00 SCHEDULE "B" - CHINA COVE PUMP STATION B7 Mobilization 1 LS 20,000.00 20,000.00 30,000.00 30,000.00 80,000.00 80,000.00 B2 Traff ic Control t LS 5,000.00 5,000.00 5,000.00 5,000.00 10,000.00 10,000.00 B3 Earthwork, Bracing, Shoring, & 8ackfill 1 LS 5,000.00 5,000.00 9,000.00 9,000.00 35,000.00 35,000.00 B4 Temporary Sewage Bypass System 1 LS 2,500.00 2,500.00 12,000.00 12,000.00 - 2,000.00 2,000.00 B5 Misc. Demolition Work 1 LS 7,500.00 7,500.00 40,000.00 40,000.00 10,000.00 10,000.00 B6 Misc. Mechanical Work 1 LS 95,000.00 95,000.00 333,000.00 333,000.00 90,000.00 90,000.00 B7 Misc. Electrical Work 1 LS 75,000.00 75,000.00 75,000.00 75,000.00 123,000.00 123,000.00 BS Misc. Structural and Architectual Work 1 LS 40,000.00 40,000.00 25,000.00 25,000.00 127,000.00 127,000.00 B9 R &R 8 -inch PCC Pavement 5,240 SF 10.00 52,400.00 8.001 41,920.00 30.00 157,200.00 B10 R &R Type B PCC Gurb and Gutter 40 LF 35.00 1,400.00 40.00 1,600.00 45.00 1,800.00 B11 R &R Mountable B PCC Gurb and Gutter 16 LF 40.00 640.00 50.00 800.00 55.00 880.00 B12 Remove Existing and Construct 12' PCC Cross Gutter 620 SF 10.00 6,200.00 8.00 4,960.00 30.00 18,600.00 B13 Remove Existing and Construct 4' PCC Ribbon Gutter 425 SF 10.00 4,250.00 8.00 3,400.00 30.00 12,750.00 B14 Construct F AC Patchback 450 SF 5.0()l 2,250.00 4.00 1,800.001 19.00 8,550.00 815 Replace WV Box Frame and Cover 5 EA 500.001 2,500.00 230.00 1,150.001 900.00 4,500.00 1:lusem \pbw\shared\contract \00- 011 \BID SUMMARY C- 3585.xis Page 1 a C: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: Mariners, China Cove, and 62nd St. Wastewater Pump Station Rehab BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: 3585 DATE: TIME: ENGINEER'S ESTIMATE: $924,870.00 BY: CHECKED: PROJECT MANAGER: M. Sinacort DATE: f: \users \pbvAshared\contmct\00-01\ \BID SUMMARY C- 3585.xis Page 2 s E Engineer's Estimate GCI Construction, Inc. So. Cal Pacific ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT I AMOUNT UNIT AMOUNT B16 Adjust Manhole to Grade 2 EA 1,000.00 2,000.00 800.001 1,600.00 1,000.00 2,000.00 B17 Remove Existing and Construct 4 -inch PCC SW 100 SF 7.50 750.00 14.00 1,400.00 22.00 2,200.00 Bib R &R 6 -inch PCC Pavement 270 SF 9.00 2,430.00 12.00 3,240.00 26.00 7,020.00 B19 R &R Standard Street Barricade 28 LF 150.00 4,200.00 140.00 3,920.00 125.00 3,500.00 B20 Remove Existing and Plant Sod 100 SF 5.00 500.00 4.00 400.00 8.00 800.00 B21 Construct PCC Mowstrip 5 LF 40.00 200.00 50.00 250.00 30.00 150.00 B22 Remove Existin and Construct Rock Pavement 400 SF 25.00 10,000.00 8.00 3,200.00 20.00 B4ODO.OD B23 Remove Existin Block Wall 10 LF 200.00 2,000.00 130.00 1,300.00 50.00 500.00 B24 linstall Traffic Striping, Markers, and Markings 1 LS 2,500.00 2,500.00 3,500.00 3,500.00 3,500.00 3,500.00 TOTAL COST FOR SCHEDULE "B" 344,220.00 1 603,440.00 708,950.00 SCHEDULE "C" - 62nd STREET PUMP STATION C1 Mobilization 1 LS 20,000.00 20,000.00 60,000-001 60,000.00 78,000.00 78,000.00 C2 Traffic Control 1 LS 5,000.00 5,000.00 4,500.00 4,500.00 5,000.00 5,000.00 C3 Earthwork, Bracing, Shoring, & Backfill 1 LS 35,000.00 35,000.00 10,000.00 10,000.00 114,000.00 114,000.00 C4 Temporary Sewage Bypass System 1 LS 25,000.00 25,000.00 60,000.00 60,000.00 31,000.00 31,000.00 C5 Misc. Demolition Work 1 LS 35,000.00 35,000.00 40,000.00 40,000.00 22,000.00 22,000.00 C6 Misc. Mechanical Work 1 LS 95,000.00 95,000.00 320,000.00 320,000.00 140,000.00 140,000.00 C7 Misc. Architectural and Electrical Work 1 LS 40,000.00 40,000.00 25,000.00 25,000.00 257,000.00 257,000.00 C8 R &R Type A PCC Gurb and Gutter 20 LF 35.00 700.00 20.00 400.00 45.00 900.00 C9 R &R 4 -inch PCC Sidewalk 650 SF 10.00 6,500.00 10.00 6,500.00 9.00 5,850.00 C10 Remove Existing and Concstruct PCC Ramp 2 EA 1,500.00 3,000.00 2,000.001 4,000.00 1,200.00 2,400.00 C11 R &R 12 -inch PCC Curb and Gutter 10 LF 50.00 500.00 65.001 650.00 60.00 600.00 C12 R &R 6 -inch PCC Pavement 500 SF 10.00 5,000.00 8.00 4,000.00 11.00 5,500.00 C13 Construuct 6 -inch Type B PCC Gurb and Gutter 50 LF 25.00 1,250.00 45.00 2,250.00 30.00 1,500.00 C14 Install Traffic Striping, Markers, and Markings 1 LS 1,000.00 1,000.00 3,000.00 3,000.00 2,500.00 2,500.00 C15 Furnish 125 KVA Portable Generator 1 LS 50,000.00 50,000.00 50,000.00 50,000.00 35,000.00 35,000.00 C16 Provide Pressure Grouting to the Existing MH 1 LS 7,500.00 7,500.00 7,500.00 7,500.00 7,500.00 7,500.00 TOTAL COST FOR SCHEDULE "C" 330,450.00 597,800.00 708,750.00 TOTAL PROJECT COST EE 924,870.00 LOW 1,582,170.00 2ND 1,771,400.00 f: \users \pbvAshared\contmct\00-01\ \BID SUMMARY C- 3585.xis Page 2 s E AMENDMENT NO.2 TO PROFESSIONAL SERVICES AGREEMENT WITH PBS &J FOR MARINERS, CHINA COVE AND 62ND STREET PUMP STATION REHABILITATION THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered into this day of 2004, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and PBS &J, whose address is 18022 Cowan, Suite 100A, Irvine, California, 92614 -6805 (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS: A. On November 26, 2002, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT', for design services for the Mariner's, China Cove and 62nd Street Pump Station Rehabilitation, hereinafter referred to as "PROJECT'. B. On August 5, 2003 the CITY and CONSULTANT entered into Amendment No. 1 to reflect additional services not included in the AGREEMENT and to extend the term of the AGREEMENT to December 31, 2004. C. CITY desires to enter into this AMENDMENT NO. 2 to design additional changes and provide an estimate for bidding assistance. 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. 2" as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 4 1. CONSULTANT shall be compensated for services performed pursuant to this AMENDMENT NO. 2 according to "Exhibit A" dated September 29, 2004 attached hereto. 2. Total additional compensation to CONSULTANT for services performed pursuant to this AMENDMENT NO. 2 shall not exceed Twenty -seven thousand, eight hundred and 00/100 Dollars ($27,800.00). 3. The term of the AGREEMENT shall be extended to December 31, K1141•-1 4. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 2 on the date first above written. APPROVED AS TO FORM: By: City Attorney CITY OF NEWPORT BEACH, A municipal corporation BY: Homer Bludau City Manager PBS &J Print Name f: \users\pbvAshared\agreements \fy 02- 03\pbs &j - mariners, china cove pump station -amend 2.doc • 0 September 29, 2004 Mr. Michael J. Sinacori, P.E. City of Newport Beach' 3800 Newport Boulevard Newport Beach, CA 92658 -8915 Subject: Second Amendment to the Design Scope of Work Revisions and Construction Support Services Proposal for the City of Newport Beach, Mariners, China Cove and 62nd Street Pump Station Rehabilitation Dear Mr. Sinacori: PBS &J is pleased to submit the Second Amendment to the Design Scope of Work Revisions and Construction Support Services proposal for the Mariners, China Cove and 62nd Street Pump Station Rehabilitation. To facilitate your review, we summarized project Scope of Work revisions and amendment requests to date in the following paragraphs. Original Scone of Work In October 24, 2002 PBS &J was selected to provide final design services including civil, mechanical and electrical improvements to upgrade and rehabilitate the Mariners, China Cove, and 62 "d Street pump stations. Our staff worked with the Newport Beach staff to develop the rehabilitation concepts and outline constraints to construction. The original scope of work also complied with the City's latest standards and requirements. The initial contract amount was $72,164. First Amendment As a result of unforeseen field conditions and client requested changes, we mutually agreed to amend the original scope of work_ The First Amendment was submitted to the City on June 3, 2003. Included in the First Amendment were several elements to include: • Install new submersible pump system in existing sewer manhole at China Cove Pump Station • Modify existing dry pit manhole to accommodate a new access hatch at China Cove Pump Station • Replacement of existing sewage pumps at 62 "d Street Pump Station • Perform hydraulic calculations for existing storm drain system at 62nd Street Pump Station The First Amendment complied with the City's 75 percent design review comments by incorporating additional design scope changes for China Cove and 62 "d Street pump stations. The compensation for the First Amendment was in the amount of $21,000. 40 • Second Amendment At the request of the City, PBS &J was asked to design a few additional changes and to provide an estimate for bidding assistance. These are outlined below for your convenience. Additional Design Scope of Work Change sewer inlet piping alignment and configuration into the 62nd Street Pump Station dry pit. 2. Lower the 62 "d Street Pump Station,wetwell to accommodate a ductile iron flare bell. 3. Add additional bid items and specifications (pressure grouting and waterproofing). 4. Miscellaneous electrical and instrumentation additions and revisions. S. Attend additional review meetings with City staff. 6. Additional coordination efforts with vendors. 7. Prepare construction documents addenda during bidding phase. Construction Support Services Scope of Work Task 1 — Project Management. Project management is a continuous task throughout the project that includes principal -in- charge project overview, correspondence, schedule and budget monitoring, and invoice preparation. Task 2 — Review Submittals. We will review a total of 13 submittals, which will include eight general and mechanical, one structural and four electrical submittals. This includes three hours of review and processing time for each submittal. We assume that the Contractor will submit these items directly to the City, who will then forward them to PBS &J for review. PBS &J will return reviewed submittals to City staff for distribution. Task 3 — Review Requests for Information /Clarification (RFLRFCs). Under this task, we will review and respond to six RFI/RFCs, assuming two hours per response. We will also review and respond to four electrical /instrumentation RFI/RFCs. Task 4 — Record Drawings. We will prepare record drawings based on Contractor's red -lines and deliver one set of full size reproducible drawings. s M Compensation We propose that compensation for our services be on an hourly basis with a not to exceed price ceiling of $27,800. To support our proposed compensation, we are enclosing Table I which summarizes additional design scope of work changes and work tasks for construction support services. If you have any questions or require additional information; please do not hesitate to call me or Rom Young. Very truly yours, PBS &J David Yang Senior Project Manager USE I USE $ 27;800 !7 Estimated ,._ of Newport Beadh 140 '88 8,1 fig Labor, hours Cost, dollars Task No. Task Description PAt PE DES ADMIN Total Hrs Labor SubConsultant CDC Total Cost. 1.0 Change sewer inlet piping alignment and confiouration Into the 62ND street PS tlry. pit 6 12 1B 1,836 1.838 2.0 Lower the 62NO street PS welwell to accommodate a DI flare bell 6. 8 664 664 3.0 Add addilional bid item and specifications (pressure grouting 8 waterproofing) 4 4 276 276 4.0 Miscellaneous electrical and instrumentation additions, revisions, and coordination 40 40 5,600 2.100 7,700 5.0 Additional review meetino with City stall 4 4 276 276 6.0 Atltlilional coordination effof with vendors. 2 2 136 138 7.0 Prepare addendum during bidding phase 6 6 4 16 1,644. 1,644 Subtotal Task 1 52 6 20 14 1 92 - 10,434 2.1001 0 12,534 1.0 Project management B 12 10 30 2.866 500 100 3,466 2.0 Review sudmiltals 36 22 38 4.176 1,000 100 5,276 3.0 Response to request for information/ciarificalion (RPl /RFC) 12 12 1,058. 1.000 100 2,156 4.0 Record d,awrais preparation 10 90 50 4,200 100 4.300 Subtotal Task 2 24 56 40 10 130 12,298 2,500 400 15,198 Total 76 62 60 20 222 22,732 4,600 400 27,732 USE I USE $ 27;800 !7 of Newport Bea4p NO. BA- BUDGET AMENDMENT 2004 -05 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates NX Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: 018 AMOUNT: $561,000.00 Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase expenditure appropriations for the Mariners, China Cove and 62nd Street Wastewater Pump Station Rehabilitation, C -3585. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 530 3785 Wastewater- Future Infrastructure REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description Division Number Account Number Signed: A/ Financial Approval: Adminisptive Services Director Signed: City Manager Amount Debit Credit $188,000.00 ` $350,000.00 $23,000.00 $561,000.00 Date ® ate. Signed: City Council Approval: City Clerk Date Description Division Number 7531 Sewer Main Replacement Account Number C5600292 Sewer Main Master Plan Division Number 5600 Utilities - Wastewater Account Number 8186 Sewer Access Road Maintenance Division Number 7532 Sewer Pump Station Improvement Account Number C5600100 Sewer Pump Station Improvement Division Number Account Number Signed: A/ Financial Approval: Adminisptive Services Director Signed: City Manager Amount Debit Credit $188,000.00 ` $350,000.00 $23,000.00 $561,000.00 Date ® ate. Signed: City Council Approval: City Clerk Date s.. • 0 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 2:00 p.m. on the 151h day of September 2004, at which time such bids shall be opened and read for MARINERS, CHINA COVE, AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS Title of Project Contract No. 3585 $925,000 Engineer's Estimate �phen G. Badum is Works Director BIDDER'S LIST AVAILABLE ON CITY WEBSITE: httl): / /www.city. newport- beach.ca. us /pbbwbidl ist/default. asp Click: Online Services — Public Works Bid List Prospective bidders may obtain one set of bid documents for $30 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 General "A" Contractor's License required for this project For further information, call Michael J. Sinacori Project Manager at (949) 644 -3342 W1 ! • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 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. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 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 �, 0 0 securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. & In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 95535(o OaSS R Contractor's License No. & Classification C U (�oh - ion, Inc. Bidder Authc')Oized ure Ttle FlpudL I?jenneN /Sec.TreaS. S -M-o4 Date Il CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars ($10% OF BID ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of MARINERS, CHINA COVE, AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, Contract No. 3585 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 AUGUST 2004. GCI CONSTRUCTION, INC. Name of Contractor (Principal) 411 d�ed i §g'halureTtle FID neil /�ec.Tr?R5. FIDELITY AND DEPOSIT COMPANY OF MARYLAN� Name of Surety ` Authorized Agent Signature 801 N. BRAND BLVD. STE PENTHOUSE GLENDALE, CA 91203 SHAWN BLUME, ATTORNEY -IN -FACT Address of Sure — tY Print Name and Title (818) 409 -2800 Telephone (Notary acknowledgment of Principal & Surety must be attached) �S� \ tEt6i emrurt.rom yPnin9'idLYVb ,j.Rww W�utic� -i Rieweet byee emi ,rtlmc:mmRn!crtn PMa�f A:.!Bgvl. AHC R } / S:EH`° 5R,COme®ryeiune awu. e.n rw.ea !Gt] More S -arch options 40a.u. oven nod a. ixnw�E Member of Zurich Financial Services Group A.M. Best#: 00387 NAIC #:39306' View a list of group members or the group's rating ., rinx a BEST " ' "9 s;trtmeaafa+ I `Ratings as of 10106110M 03.45:51 PM E.S. T. Best's Rating A (Excellent)* Financial Size Category XV ($2 billion or more) wn.e a w u /q�p Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. Accessino the Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of pages on a. company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an ambest.com constitutes the insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. user's agreement to our terms of Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register use; Information online. collected ma this Web site is protected by oui rip vaco Copyright © 2004 by A.M. Best Company Inc. ALL RIGHTS RESERVED statemer No part of this information maybe distributed in any electronic form or by any means, or sroretl in a database or retrieval system, without the prior written permission Comment, or of the A.M. Best Company. Refer to our terms of use for additional details. concerns should be 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of RIVERSIDE I ss. On 16 2 0 , before me, R. CISNEROS IF Data I Name and Title of Officer (e.g.. "Jane Doe, Notary Public') personally appeared SHAWN BLUME Name(s) of Signegs) x personally known to me proved to me on the basis of satisfactory evidence R. Q CISNEROS COMM. #1488731 NOTARY PUBLIC -CALIFORNIA RIVERSIDE COUNTY M Comm. Ex Tres June 7, 2008 to be the personW whose name(K is /are- subscribed to the within instrument and acknowledged to me that he /shteH+jey executed the same in his /herfthetP authorized capacity(ioO, and that by his /hefA*eir signature(s)-on the instrument the person(.*), or the entity upon behalf of which the person(s)' acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer — ❑ Partner —❑ Limited ❑ Attorney in Fact ❑ Trustee Title(s): ❑ General ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGNTTRNMDPRINT OF SIGNER 0 1988 National Note,, Allxx io1ian • 9350 be Solo AM.. P.O. Box 24M • CSat5 ooh. CA 813132W2 • xmv/.na,loMlnO,ary oq PM. No. 590] eeorae,. Cell Ta `F l loxne,.E , ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived_. This amount is reflected in the total premium for this bond. Disclosure of Availabilitv of Covera¢e for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is I% of direct earned premium in the prior year•, for 2003, 7% of direct earned premium in the prior year, for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90 %. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4, to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 - 0050749.doc 9 0 Power of Attomey FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. SW 1227, BALTIMORE, MD 2120.1.1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by W. B. WALBRECHER, Vice - President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof; does hereby nominate, constitute and appoint Shawn Blume, of Riverside, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and dad: any and all bonds and undertakings and the execution of such bonds or undertakings in putmanceq se presents as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and ackn by there elected officers of the Company at its office in Baltimore, Md., in their own proper persons. e The said Assistant Secretary does hereby certify that the extract set the rev f is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. o IN WITNESS WHEREOF, the said Vice - President and Assistant have h ubscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLANP,,-'is lst day of , A.D. 1998. ATTEST: FIDELITY AND c SEAL �. T. E. Smith A L kW OF MARYLLANNDD % By: 1. 21),14,A, W. B. Walbrecher Vice- President S�ofMaryland OQ� CountyofBaki aie J On this 21 st day of January, A.D. 1998, before the suN41k Notary Public of the State of Maryland, duly commissioned and qualified, came W. B. WALBRECHER, Vice- President and T. E. SMI t Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, m me personally known m be the individuals and offic bed in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly awn ly and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to ibe pieced sumu"t is the Corporate Seal of said Company, and that the said Corporate Seat and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. xowrt 4y' Car IJ. i'ader Notary Public My C miss' Expires: August 1, 2000 CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vim-President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Atmmey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice- President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my time and affixed the corporate seal of the said Company, this Assistant Secretary L142"12 -0629A • 9 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice- Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of rang e. On q.- i - o L4 before me, Tnm R kirley pate r Name and TNe of Officer (a g.,'Jane Doe, personally appeared yM '1R tt. Name(.) d Signertal personally known to me ❑ proved to me on the basis of satisfactory evidence to be the personw whose name; f is/are- subscribed to the within instrument and acknowledged to me that he /ehettheq executed the same in his /her/their authorized capacity(ies), and that by his /heFttheir signatureko on the instrument the person(s), or the entity upon behalf of which the person) acted, executed the instrument. ITNESS my hand and official se "Moat, R B gnalune of Nadry NW OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and Could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: INIMM ❑ Individual Top of thumb here ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General O Attomey -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ®1999 Nabonai Notary A W Wlon - 935D De 600 Ave.. P.O. Box 2402 • Chabwo4h, CA 913132402 - w nmonamotaryor9 Pmd. No. SAD] Re r: Call Tdl -Free 1.800A] &682] • r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 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 Number Description of Work %of Total Bid Name: (Cin a Ouro Yi Pln Address: 18'5�N•^Pixle S�• Si- riPin� U Dray no e , GA • -VA Phone:l Iq - b3q 'y 5 50 State License Number: 3y(col 5 Name: Address: Phone: State License Number: Name: iona afi prV i �L Address: [4W }}Qr�Op� AVP• Lon9 �each,� 80813 DOXLi/ ff (� Phone: 5 too • �i 3c�- 7 �� State License Number: G CI Lon4ru 1lpn,Tlm. �� Bidder —- Aut d SlgnaturelTdfe Flo a 16ennetl Sec.• Treas. � W. l.or+87ruc.}.tov� SUO-on +rac-�OrS Su6co4mc4o6 s Zno- ESSGo gg35 T6(edraph RcQ, Los P Tel e5, en, gooa a a3��cot -a►�i C.L. C,onc re-I'Q V035 W . IadS�on e S4 �1zu5a, CP' q i-7na �(oaco�33y.a.357 -# y887aa r6z.e C.or- poro-41on Mo05 E. Gale Av"- Tnc#uS +r� 0 Ciq ' 917c15 Ctoa (D)3toq- caob'�/ beard( SoL n +a Pe Sp (-(n� �Cq. C5(4 $Oa -1$DO U Cor4b -D _1. -Ptamp � C orr%rals lof Bid L o nc rei"C E (ec-f r ►cca CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3555 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name G C I CONSTRUCTION, INC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON- RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number Hoag Lower Level Central Plant - Cogen; Site Utilities Job No. 155 Project Description Site Utilities Improvements Approximate Construction Dates: From 8/03 To: In progress Agency Name Hoag Memorial Hospital / DPR Construction, Inc. Contact Person James Easley Telephone ( 941� 574 -4467 Original Contract Amount $ 1.9M Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) In progress 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 0 No. 2 Project Name /Number Euclid Street Improverrmts @ State Route 91 Sob No. 149 Project Description Street Improvements Approximate Construction Dates: From 11/03 Agency Name City of Fullerton Contact Person Yelena voronel To: In progress Telephone (714) 738 -6350 Original Contract Amount $ 984,380 Final Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) In progress 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 No. 3 Project Name /Number Urban Storm Water Runoff Treament Project Project Description Install Storm Water Runoff Approximate Construction Dates: From 8/03 To: In progress Agency Name City of Huntington Beach Contact Person David yerone Telephone (114) 375 -8471 Original Contract Amount $� ,9 Final Contract Amount $ In progress If final amount is different from original, please explain (change orders, extra work, etc.) In progress 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 No. 4 Project Name /Number Project Description • i Foothill S Barranca Distribution Main Project Job No. 147 Distribution Main Improvements Approximate Construction Dates: From Agency Name City of Azusa Contact Person Chet Anderson To: 12/03 Telephone (626) 812 -5208 Original Contract Amount $_!L9 1,167 Final Contract Amount $ 545,527 If final amount is different from original, please explain (change orders, extra work, etc.) ange Orders 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 No. 5 Project Name /Number Project Description UCLA South West Campus Housing Job No. 134 Storm Drain, Sewer, Fine Grade Improvements Approximate Construction Dates: From 3/03 To:. In oroaress Agency Name Gordon & Williams Contact Person Dennis Arguelo Telephone (310) 824 -1076 Original Contract Amount $1,289,935 Final Contract Amount $ ` BD If final amount is different from original, please explain (change orders, extra work, etc.) In progress 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 No. 6 Project Name /Number Worth Creek Storm Drain Diver�� Project Description Storm Drain Diversion Improvements Approximate Construction Dates: From 5/03 To: 9/03 Agency Name City of Dana Point Contact Person Matt Sinacori Telephone 049) 248 -3575 Original Contract Amount $ 634, 168 Final Contract Amount $ 713,26 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. G C I CONSTRUCTION, INC. Bidder Authorize ature/Title F1cya Ott.. . sa=etary Mks 10 • s CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of rot naL ) F 104A fiennet being first duly sworn, deposes and says that or she is ecre -hru Trensurer of GCT Constr-uc+1ov`I Tnc. , the party making the foregoing NY 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 pedury of the laws of the State of California that the foregoing is true and correct. L. G C1 C0�ns- r- uJ*ton ZnC. Bidder Auth zed ignature/Title Floyd 6enne-ff/Sec•7rpa5 Sf Subscribed and sworn to before me this day of (3e Tevy -%6 er 2004. [SEAL) tary Public My Commission Expires: %' 31 -DY 11 _ 01MY JANNA R. RNINENAR7 Commission N 1504775 Notary RAft - CaBamto Orate Cou* Comm. E><pkm Jul 31, 2001 0 0 JURAT WITH A{fF'�FIANT STATEMENT State of CQdttornt00. ss. County of Qranqp- See Attached Document (Notary to cross out lines 1-8 below) U See Statement Below (Lines 1 -7 to be completed only by document signer[s), not Notary) 7 z 4 s- - - - -- e Signature of Document Signer No. 1 n ' u Signature of Document Signer No. 2 (8 any) Subscribed and sworn to (or affirmed) before + I me this I S — day of e be er, . Date I Momh oZOOq, by Year (1) loud bennejf Name of Signer(s) Name of Signer(s) Place Notary Seal Above Signature of Notary Public OPTlO AL 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. Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document Date: Number of Pages: Signer(s) Other Than Named Above: 02002 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2404 • Prod. No. 5924 • Reorder: Call Toll -Free 1800- 876.5821 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 DESIGNATION OF SURETIES Bidders name G C I 0aem1"TLaa, Dr. 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): 11E: SEUTZER DUMM SERVICE (714) 289 -7676 1524 E. M WAIB AVEPdIE, aW= , CA 92867 BMW: SIW DELPRLE SERMES (909) 343-0382 4850 AALS IMW AML E, SE:; B, RIVEIOM, CA 92504 12 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name G C1. COns�ru4 *io 1 Tnc . 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. is Current Record Record Record Record Record Year of for for for for . for Record 2003 2002 2001 2000 1999 Total 2004 No. of contracts 2(D 33 I a,7 31 5(0 3a Z Total dollar Amount of Contracts (in Z M {3.8 M 13.'1 i'''1 13.8 M 13.9 M 7.5 M 74.7M Thousands of $ No. of fatalities a 0 O No. of lost Workday Cases 0 0 0 I Q 0 O O No: of lost Workday cases 0 D O O O U involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. is 0 0 Legal Business Name of Bidder G CT Olons ruc+io n �Tnc . Business Address: 0145 PiSGh>?r Ade. t3 3 ,CAS�a 1�9f5G�� 9ac�a(o Business Tel. No.: '7iq - q5'7 -Da33 State Contractor's License No. and Classification: 75535Co Closs Title Genera I E r)qi r,,eeri �q The above information was compiled from the records thX are available to me at this time and I declare under penalty of perjury that he information is true and accurate within the limitations of tho records. Signature of bidder -- r D. G e Date Title ►� pc, Qnfi Signature of bidder� Floud •benrle -ff' Date - Title errefaru TreASurer Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO, 3585 ACKNOWLEDGEMENT OF ADDENDA Bidders name GC-1 Cons }ruc +ion ., Toc• The bidder shall signify receipt of all Addenda here, if any: 15 �5 - I 5• s • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: GCI C,,0oS+-ruc+l C)0 ,TY)C . Business Address: auS Rscker- RvP, #b•3 ,C04a- Mfsa. -P. ga(oa(D Telephone and Fax Number: 114- q 57- Qa 33 Fox - '7111- SLID- I 19 California State Contractor's License No. and Class: 755350 - Class -A (REQUIRED AT TIME OF AWARD) Original Date Issued: 1b 31-98 Expiration Date: 10 -31- Dpi List the name and titlelposition of the person(s) who inspected for your firm the site of the work proposed in these contract documents: r 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 �a,.sro01 R�cl�ard! L ,rf I I - vice ire sA en+ b1g11r)a1 -g�lD3 I „ 1 Corporation organized under the laws of the State of l�Q I ITUrY1�Q. 16 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: 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; 0 Have you ever had a contract terminated by the ownerlagency? 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 lab compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes / Jtr o Are any claims or actions unresolved or outstanding? Yes G 17 0 • 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. GCS ConS±ruc�ion, znc, Bidder lerr 17, & 2 i2 (Print a e of Owner or esident of C p atiori ompa Authorized loignatureMbe 72 r ry -D , G t -jj ° s p `-e, _Pre5l6f n+ Title La5 -o14 Date ta9US+ Uri Subscribed and sworn to before me this 0 J+—h day of W J( 2004. [SEAL] ° Norge y PU641c ANNA R. RHINEHART ■ Commission # 1504779 .` Notary Public - CaMMmla orange County DAy comm. Expikes M 31, 18 0 0 JURAT WITH AF(F'IANT STATEMENT State of L � tf rn l a- County of ©ra e, } ss. • See Attached Document (Notary to cross out lines 1 -8 below) • See Statement Below (Lines 1 -7 to be completed only by documenj,4ner[s], not Notary) 1 2 3 4 i 7 Signature of Document Signer No. 1 Signature of Document Signer No. 2 (f any) Subscribed and sworn to (or aff irmed) before me this 9— day of P u S 1 Date onth by Year (1> TerrN Name of Signer(s) Name of Sigrce�r(s)) . ,, aaii� . ' W r�""'� /l Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document Date: Signer(s) Other Than Named Above: Number of Pages: 02002 National Notary Association • 9350 De Soto Ave., P.D. Box 2402 • ChatswaM, CA 91 31 5 -2 404 • Prod. No. 5924 • Reorder: Call Toll-Free 1- 800- 876 -6827 i • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 CONTRACT THIS AGREEMENT, entered into this _ day of , 2004, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GCI CONSTRUCTION, INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: MARINERS, CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION, INCLUDING FERNILEAF AVENUE STREET IMPROVEMENTS — CONTRACT NO 58 WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and .. . Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3585, 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. 0 0 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One million, five hundred eighty -two thousand, one hundred seventy and 001100 Dollars ($1,582,170.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 6443342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR GCI Construction, Inc. 245 Fischer Ave., B-3 Costa Mesa, CA 92626 714 -957 -0233 714 -540 -1148 Fax Contractor, by executing this Contract, °I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 0 • insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 • 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self - insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification/hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either, parry, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 23 0 0 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner. for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against. (1) any and all loss, damages, liability, claims, allegations of liability, . _ .. . suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 0 0 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK APP AS TO FORM: CITY ATTORNEY 25 CITY OF NEWPORT BEACH A Municipal Corporation By. Mayor \ GCI CONSTRUCTION, INC. Isec., Print Name: o, d r �' • 0 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND. We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived_. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is I% of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year, for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90 %. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 - 0050749.doc AiiI7 t M. OlItsim./m/yY) T ln/27/n4 PM r 714) 289-7676 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Seltzer Insurance Service 1524 East Mayfair Avenue Orange, CA 92867 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE Company Lexin Insurance Company (Igt A AIG roo: Company Lincoln General Insurance Company B Insured GCIC002-COS GCI Construction, Inc. CME, Inc. Pacific Equipment, L.L.C. Compan v National Union Fire Insurance Co. C AIG 245 Fischer Ave. Suite B-3 Company D = State Compensation Ins Fund CnMA MAR rA 9->65'-6 D A gqWxn I n THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY POLICY CO LTR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS A --r�A ENERAL LIABILITY mmmuci. "ama., Lissility Claims Made 00ccur 2845342 04/01/04 04/01/05 5 General Aggregate ()00 Products-Completed Ops Personal & Myertasing Injury Each Occurrence P 1-lion, 000 Owner's & Contractor's protective Fire Damage lany I fire)50 Innird per pro egg 11' 1 XrTT Medical Expense fan one n B AUTOMOBILE LIABILITY Any Auto 2510004883-0 04/01/04 04/01/05 Combined Single Limit 1,000,000 Bodily Injury hoor person) All Ownsiti Autos Scheduled Autos Easily Injury par accident$ Hirst! Autos Non-Owned Autos Property Damage $ 1,000 GARAGE LIABILITY Auto Only - Eacg Accident Other Than Auto Only Any Auto Each Accident I Aggregate CESS LIABILITY Each Occurrence 8100 C i Umbrella Form BE5683769 04/01/04 04/01/05 Aggregate L- ano Other Than Umbrella Form * WORKERS' COMPENSATION a EMPLOYERS' LIABILITY 046-13132-04 03/17/04 03/17/05 IStatutory Limit 0tner EL Each Accident ...... 0 (11,000 The Proprietor/ Inc) Partners/Executive Officers are: Rxcl EL Disearal Employee 1.00n nnn OTHER * 11M / E ipment �easedNired/Ren MX198401780 04/01/04 04/01/05 Bch Limit $ 770 000 unit $100,00075,000 DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS he City, its officers, officials, employees and volunteers are all named kdditional Insured(s) as per attached endorsements and with respect to work :ierformed on Project:Mariners China Covd&62nd Street Wastewater Pump Station kehabilitation, Including Fernleaf Ave Street Improvements in the City of qewport Beach. Contract 14o. 3585 Waiver of Subrogation to be included. WW N N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL E� MAIL 0• DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City Of Newport Beach Public Works Department 3300 Newport Blvd. Newport Beach, CA 92658-8915 Attention: Michael J. Sinacori rized Presentative 7 fi-A ... ...... .. . . ... . .. ...... e..'- . ..... . . .... . ..... . . .... ........ . . .... . ... li - . . .... .... . . . . . . . . . . . . . . . . . . . . . . . . . . ..... ...... ............... . .. .... ..... . . .. V 0 0 ENDORSEMENT # 014 This endorsement, effective 12:01 AM: 04/01/2004 Forms a part of policy no.: 2845342 Issued to: GCI Construction, Inc. By: Lexington Insurance Company THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON OR ORGANIZATION: City of Newport Beach, its officers, officials, Employees and volunteers PROJECT / JOB: Mariners China Cove and 62ntl Street Wastewater Pump Station Rehabilitation, Including Fernleaf Avenue Street Improvements. Contract #3585 (If no entry appears above, information required to complete the endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN, INSURED (Section II) is amended to include as an insured the person or organization shown in the above schedule, but only with respect to liability arising out of your work for that insured by or for you. IT IS FURTHER AGREED THAT THIS POLICY IS PRIMARY AS RESPECT ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED AND THAT SUCH INSURANCE MAINTAINED BY THE ADDITIONAL INSURED IS EXCESS AND NON - CONTRIBUTORY WITH THIS POLICY AS RESPECTS TO WORK PERFORMED BY THE NAMED INSURED. IT IS FURTHER AGREED THAT THE INSURANCE COMPANY SHALL AFFORD OR PROVIDE THIRTY (30) DAYS WRITTEN NOTICE OF CANCELLATION TO THE INSURED IN THE EVENT OF CANCELLATION OR MATERIAL REDUCTION IN COVERAGE. A. A4. A P*,/?- A I'll rize Repres ntative OR LX0869 (01196) Counters Lure (in states where applioa e) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - BUSINESS AUTO NO. _001 POLICY NUMBER: ENDORSEMENT COMPANY: EFFECTIVE: 2510004883 04/01/04 LINCOLN GENERAL INSURANCE COMPANY NAMED INSURED: GCI CONSTRUCTION, INC. COVERED PARTS REPRESENTATIVE: SELTZER INSURANCE SVC 1:.' I IT IS HEREBY UNDERSTOOD AND AGREED THAT THE FOLLOWING AMENI THE DEFINITION OF "INSUREDS" SHALL INCLUDE THE ENTITY DESIGNAI BUT ONLY TO THE EXTENT IT FALLS WITHIN THE AMENDED DEFINITION ADDITIONAL INSURED NAME: City of Newport Beach Its officers, officials, employees And volunteers JOB: Mariners China Cove & 62nd Street Wastewater Pump Station Rehabilitation, Including Fernleaf Ave Street Improvements Contract No. 3585 NT TO BELOW It is further agreed that this policy is primary as respect to any insurance maintained by the additional insured and that such insurance of the additional insured is excess and non - contributory. THE DEFINITION OF "INSUREDS" IS AMENDED TO INCLUDE: "ANY PERSON OR ORGANIZATION WHO IS LEGALLY RESPONSIBLE FOR THE "USE" OF THE INSURED AUTOMOBILE BY THE NAMED INSURED, ITS EMPLOYEES, OR ANY PERSON USING THE INSURED AUTOMOBILE WITH THE NAMED INSUREDS PERMISSION" THE TERM "USE" WHEN APPLIED TO A MOTOR VEHICLE SHALL ONLY MEAN OPERATING, MAINTAINING, LOADING OR UNLOADING A MOTOR VEHICLE. ... - D GA Al 8 98 H7 REPRESENTATIVE 8 NA 0 • BROKER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 10 -27 -2004 GROUP: 046 POLICY NUMBER: 13132 -2004 CERTIFICATE ID: 099 CERTIFICATE EXPIRES' 03 -17 -2005 03 -17- 2004703 -17 -2005 City of Newport Beach Public Works Department JOB' Mariners China Cove & 62nd Street 3300 Newport Blvd. Wastewater Pump Station Rehab. Newport Beach, CA 92658 Including, Fernleaf Ave Street Improvements, City of Newport Bch This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance 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. Ajj,e.&& PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE'IO -27 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: The City, its officers, officials, employees and volunteers ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 10 -27 -2004 IS ATTACHED AND FORMS A PART OF THIS POLICY. The City, its officers, officials, employees and volunteers ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 10 -27 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: The City, its officers, officials, employees and volunteers EMPLOYER PACIFIC EQUIPMENT, LLC AND /OR GCI CONSTRUCTION, INC AND /OR CME CORP AND /OR WME, INC 245 FISCHER AVE STE B3 COSTA MESA, CA 92626 IOV.SPI PRINTED: 01QP2004 SCiF10262E Accept lNscr4tl &ate anlydyo0 see a taint wainmaAMatreaES 'OFFICIAL STATE FUND DOCUMENT^ PAGE 1 OF License Detail ® 0 Page 1 of 2 License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 755356 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071.1.7, only construction related civil judgments known to the CSLB are di • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 10/06/2004 * * * Business Information * * * GCI CONSTRUCTION INC 245 FISCHER AVENUE SUITE B -3 COSTA MESA, CA 92626 Business Phone Number: (714) 957 -0233 Entity: Corporation Issue Date: 10/16/1998 Expire Date: 10/31/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description 0 GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 206819443 in the ai $10,000 with the bonding company TRAVELERS CASUALTY AND SURETY COMPANY. http: / /www2. cslb. ca.gov/ CSLB_ LIBRARY /License+Detail. asp?Li eNum= 755356 10/06/2004 License Detail • • Page 2 of 2 Effective Date: 01101/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) TERI GILLESPIE certified that he /she owns 10 percent or more of the voting stock/equity of corporation. A bond of qualifying individual is not required. Effective Date: 10/1611998 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 046 - 0013132 Effective Date: 03/17/2001 Expire Date: 03/17/2005 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other lice) Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request Q 2004 State of California. Conditions of Use Privacy Policy http: / /www2.cslb.ca.gov /CSLB_ LIBRARY /License+Detail.asp ?LicNum= 755356 10/06/2004 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT \L/ FO Wl/ 161 a ADDENDUM NO. 1 Mariners, China Cove and 62"" Street Wastewater Pump Station Rehabilitation DATE: September 3, 2004 CONTRACT NO. Works Director Page 1 of 6 TO: ALLPLANHOLDERS C� SPECIFICATIONS: Section 09960 Replace PART 2 — PRODUCTS, 2.02 MANUFACTURER AND APPLICATOR, with the following: °A. Raven Lining System, Inc., Tulsa, Oklahoma 800 - 324 -2810 or 918 - 584 -2810 or FAX 918 - 582 -4311. The City approved applicators are Ken Thompson Company at (714) 995 -1371 or National Plant Services, Dennis Keene or Mark Burris at (800) 445 - 3614." Section 09960 Delete: "PART 3 — EXECUTION, 3.05 APPLICATION OF PROTECTIVE COATING, 3.05 Application of Protective Coating, Item G relating to the fiberglass requirement for the Raven. Fiberglass fabric will NOT be included in this application." 1 l 0 Section 11100 • Page 2 of 6 Replace 1.02 Submittals, J. Substitutions, with the following: "J. Substitutions 1. The Contractor assumes full responsibility that alternate items and procedures will meet the job requirements and is responsible for cost of redesign and of modifications to this and other parts of work caused by alternate items furnished under work in this Section. In view of these responsibilities, it is the purpose of these specifications to establish procedures, which ensure that the Contractor has considered all the ramifications of proposed alternates before submitting them for review. Submittals which do not comply with the requirements of these specifications or which indicate proposed alternates were selected without proper regard to the requirements of the job will not be approved. No more than one proposed alternate will be considered for each item. 2. Alternate items installed without Engineers approval will be replaced with specified items at Contractor's expense. 3. Provide or perform tests required by Engineer for purpose of judging acceptability of proposed substitutions. 4. This Contractor is responsible to provide sufficient information to allow the Engineer to analyze any proposed alternate. If inadequate information is provided, the proposal will not be approved and resubmittal will not be allowed. 5. The Engineer or his authorized representative shall be the sole judge as to the quality and suitability of proposed alternate equipment, fixtures or materials and decisions of the Engineer or that of his representative shall be final and conclusive." Section 11100 Replace 2.05 Factory Testing, with the following: "E. Witnessed Factory Pump Tests. The purpose of equipment testing is to demonstrate the pump units meet the specified requirements. Tests shall be performed on the actual assembled unit, and operated over the entire range on the certified performance curve. Six test points shall be recorded, two of which shall be "Shut Off" and the hydraulic "Design Point". Prototype model tests will not be acceptable. A "Factory Witnessed Test' will be performed on all pumps and attended by two District representatives. The District shall be notified at least 2 weeks in advance such that both representatives can witness the pump testing. Certified test results shall be submitted to the Engineer for approval prior to shipment. The "Factory Witnessed Test" will take place at the Factory where the pumps are manufactured. VA • • Page 3 of 6. The Contractor shall pay for all costs associated with travel, transportation, lodging and meals for the two City representatives to witness the "Factory Pump Tests ". Pump curves shall reflect data secured during actual test runs and shall be signed be a responsible representative of the pump manufacture. Test reports and procedures shall conform to applicable requirements of the Hydraulic Institute Standards. The pump manufacture shall perform for the District or representative, the following inspections and tests on each pump, before shipment from the factory: A. Impeller, motor rating, and electrical connections shall first be checked for compliance to the customer's purchase order. B. A motor cable insulation test for moisture content or insulation defects shall be made with a megohm meter. All values shall be recorded in a written report. C. The pump shall be run to establish correct rotation and mechanical integrity. D. The pump shall be run 30 minutes prior to running the certified pump performance test. E. After the operational test "D" and certified pump test, the insulation test "B" shall be performed again. F. Certified pump tests showing that the pump units meet the required pumping conditions, showing head, flow, bhp, and efficiency. G. A hydrostatic test shall be conducted on each pump at a pressure two times the maximum shut off pressure. A written,report stating that the forgoing steps have been completed will be supplied to the Design Engineer prior to the time of shipment. Acceptance: In the event of failure of any pump to meet any of the requirements, the MANUFACTURER shall make all necessary modifications, repairs, or replacements to conform to the requirements of the Contract Documents and the pump shall be re- tested until found satisfactory. A final field test shall be conducted after installation and must pass the above tests, before Owner acceptance." Section 11136 Add to PART 1 — GENERAL, 1.01 THE REQUIREMENT, the following: "D. The pump shall be the identical model being used at Mariner's Drive, China Cove, and 62nd Street for complete interchangeability of the parts. The design and workmanship on the component parts of the pump shall be such that they are completely inter - changeable with like parts in the City's inventory and other pump stations, to insure maximum potential usage of any single repair part. E. THE PUMP MANUFACTURER SHALL FURNISH THE PUMPS, MOTOR ASSEMBLIES, AND ELECTRICAL PUMP CONTROL PANEL, IN ORDER TO PROVIDE UNIT RESPONSIBILITY FOR THE SYSTEM. • Page 4 of 6 See attached sheet 82, PART 2 — PRODUCTS, 2.01 GENERAL DESCRIPTION, to view the changes to the chart." Section 11148 Add to PART 1 — PRODUCTS, 1.01 THE REQUIREMENT, the following: "D. The impeller for the submersible pump shall be the identical design being used in the dry pit pumps at Mariner's Drive, China Cove, and 62nd Street for complete interchangeability of the parts. The design and workmanship on the component parts of the pump shall be such that they are completely inter - changeable with like parts in the City's inventory and other pump stations, to insure maximum potential usage of any single repair part. E. THE PUMP MANUFACTURER SHALL FURNISH THE PUMPS, MOTOR 'ASSEMBLIES, AND ELECTRICAL PUMP CONTROL PANEL, IN ORDER TO PROVIDE UNIT RESPONSIBILITY FOR THE SYSTEM. See attached sheet 87, PART 2 — GENERAL, 2.01 GENERAL DESCRIPTION, A. Identification, to view the changes to the chart." Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. G CT Bidder's Name Date 19 -1 Y (Please Print) Signature & Title FIOLO benn S c.Trea,5. • . Page 5 of 6 SECTION 11136 VERTICAL VORTEX PUMPS PART1-- GENERAL 1.01 THE REQUIREMENT 82 OF 142 A. The CONTRACTOR shall provide vertical vortex pumps and appurtenant work, complete and operable, in accordance with the Contract Documents. B. The requirements of Section 11100 - Pumps, General apply to this Section. C. The Supplier shall examine the Site conditions, intended application, and operation of the pump system and recommend the pump which will best satisfy the indicated requirements. PART 2 -- PRODUCTS 2.01 GENERAL DESCRIPTION A. Identification Pump Name Raw Sewage Pump Raw Sewage Pump Equipment Number P -1001, P -1002 P -1001 Quantity 2 1 Location 62 "d Street China Cove Pump Station Manufacturer & Model ESSCO Pumps 4x12 VDPM No Equals ESSCO Pumps 4x12 VDPM No Equals B. Operating Conditions: The WORK of this Section shall be suitable for long term operation under the following conditions: Duty Intermittent Intermittent Drive Constant speed Constant speed Ambient environment Indoors Indoors Ambient temperature, degrees F 40 to 100 40 to 100 Ambient Ambient :percent ve 20 to 100 20 to 100 City of Newport Beach Public Works Department Mariners, China Cove and 62nd Street Wastewater Pump Station Rehabilitation Section 11136 Vertical Vortex Pumps i- • 0Page 6 of 6 87 OF 142 SECTION 11148 SUBMERSIBLE VORTEX PUMPS PART 1 --PRODUCTS 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide submersible non -clog pumps and appurtenances, complete and operable, in accordance with the Contract Documents. B. The requirements of Section 11100 - Pumps, General apply to this Section. C. The Supplier shall examine the Site conditions, intended application, and operation of the pump system and recommend the pump which will best satisfy the indicated requirements. PART2-- GENERAL 2.01 GENERAL DESCRIPTION A. Identification Pump Name Raw Sewage Pump Equipment number P -1002 Quantity 1 Location China Cove Pump Station Manufacturer & Model ESSCO.Pumps 4x12 TF, No Equals B. Operating Conditions: The WORK of this Section shall be suitable for long term operation under the following conditions: Duty Intermittent Drive Constant Speed Ambient environment Submerged Ambient temperature, degrees F 40 to 100 Ambient relative humidity, percent 20 to 100 Fluid service Raw Sewage Fluid temperature, degree F 40 to 100 City of Newport Beach Public Works Department Section 11148 Mariners, China Cove and 62nd Street Submersible Non -Clog Pumps Wastewater Pump Station Rehabilitation CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT F t ��W Pp ,(:�j n %��i Fo RriJ ADDENDUM NO. 2 Mariners, China Cove and 62nd Street Wastewater Pump Station Rehabilitation CONTRACT NO. DATE: September 10, 2004 BY; Director TO: ALL PLANHOLDERS SPECIFICATIONS: Page 1 of 3 Replace page 82 and page 87 included as part of Addedum No. 1 with the attached revised pages 82 and 87. Bidders shall sign this Addendum No. 2 and attach it to the bid proposal. Bids may not be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. GCZ Cons�ruc+ionf Tnc• Bidder's Name (Please Print) q-lo -oq Date ignature & Title 1 lbenne -w- c .-Trio 5, 1 Pis 2 of 3 Addendum No. 2 - 82 of 140 C. Field testing will be witnessed by the ENGINEER. The CONTRACTOR shall furnish 3 days advance notice of field testing. D. In the event any pumping system fails to meet the indicated requirements, the pump shall be modified or replaced and re- tested as above until it satisfies the requirements. E. After each pumping system has satisfied the requirements, the CONTRACTOR shall certify in writing that it has been satisfactorily tested and that all final adjustments have been made. Certification shall include the date of the field tests, a listing of all persons present during the tests, and the test data. F. The CONTRACTOR shall be responsible for all costs of field tests, including related services of the manufacturer's representative, except for power and water, which the CITY will bear. If available, the CITY operating personnel will provide assistance in field testing. SECTION 11136 VERTICAL VORTEX PUMPS PART 1 —GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide vertical vortex pumps and appurtenant work, complete and operable, in accordance with the Contract Documents. B. The requirements of Section 11100 -Pumps, General apply to this Section. C. The Supplier shall examine the Site conditions, intended application, and operation of the pump system and recommend the pump which will best satisfy the indicated requirements. PART 2 -- PRODUCTS 2.01 GENERAL DESCRIPTION A. Identification Pump Name Raw Sewage Pump Raw Sewage Pump Equipment Number P -1001, P -1002 P -1001 Quantity 2 1 Location 62 "d Street China Cove Pump Station Manufacturer & Model ESSCO Pump 4x12 VDPM, No Equals ESSCO. Pumps 4x12 VDPM, No Equals A A� Y • 0 Page 3 of 3 Addendum No. 2 - 87 of 140 C. The Supplier shall examine the Site conditions, intended application, and operation of the pump system and recommend the pump which will best satisfy the indicated requirements. PART 2 — GENERAL 2.01 GENERAL DESCRIPTION A. Identification Pump Name Raw Sewage Pump Equipment number P -1002 Quantity 1 Location China Cove Pump Station Manufacturer & Model ESSCO Pumps 4x12 TF, No Equals B. Operating Conditions: The WORK of this Section shall be suitable for long term operation under the following conditions: Duty Intermittent Drive Constant Speed Ambient environment Submerged Ambient temperature, degrees F 40 to 100 Ambient relative humidity, percent 20 to 100 Fluid service Raw Sewage Fluid temperature, degrees F 40 to 100 Fluid pH range 6 to 9 Minimum available NPSH, ft Flooded Maximum size spheres to pass, in. diameter 4 Sump classification in accordance with National Electrical Code Class 1, Division 1, Groups C and D Pump removal method Rails Power supply 240 -volt, 3- phase, 60 Hz • i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL MARINERS, CHINA COVE, AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to 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. 3585 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" — MARINERS PUMP STATION ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Al. Lump Sum Mobilization, Demobilization, Potholing and Cleanup Two n @ Dollars and $ Cents Lump Sum A2. Lump Sum Traffic Control & Public Safety Protection 5ici�� + an® ca2 �rrDollars and —� Cents Lump Sum .r .Mb. • 0 PR2of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A3. Lump Sum Miscellaneous Demolition Work S'ix4v Five @ :[hMAnarCP Dollars and Cents $ t95,000•- Lump Sum A4. Lump Sum Earthwork, Bracing, Shoring and Backfill -n� Sevev, @ ir)OuSGn�Dollars and 00 Cents $ '7 Lump Sum A5. Lump Sum Miscellaneous Mechanical WorkTWo -fun @M0M4_A con (V Dollars and °= Cents $ a00) 000, Lump Sum A6. Lump Sum Miscellaneous Structural and Architectural Work g; n 4-ee n @�OuSana Dollars and 00 —©" Cents $ K0, 00O' Lump Sum AT Lump Sum Miscellaneous Electrical Work Var44t F1 v e @ �fhm.ncw,� Dollars and —t� Cents Lump Sum A8. 20 L.F. Remove and Reconstruct Type A PCC Curb and Gutter @fie AmdrP Dollars and -8' Cents $ �� �� $ o%__ 0� 00 Per Linear Foot • • PR3of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A9. 120 S.F. Remove and Reconstruct Brick Pavement @ 1en Dollars and o0 00 $ Cents $ �0.` $ II , o Per Square Foot A10. 640 S.F. Remove and Reconstruct AC Pavement @ seven Dollars and oo ,Z -� Cents $ 7. ^ $ Per Square Foot A11. 50 S.F. Remove and Reconstruct 4 -inch PCC Sidewalk Five Dollars and Cents s35.- $ 1,750. °� Per Square Foot Al2. Lump Sum Install Traffic Striping, Markings, and Pavement Markers - T11ree @ Dollars and 00 —$ Cents $ 310001 Per Lump Sum A13. Lump Sum Provide Pressure Grouting to the Existing Manhole $ 7,500 $ 7,500 I I SCHEDULE "A" - TOTAL PRICE R�TY�RITTEN WO DS - �''�P,`' Dollars 00 and Cents $ 3 g0 Total Price (Figures) • • PR4of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE SCHEDULE "B" — CHINA COVE PUMP STATION B1. Lump Sum Mobilization. Demobilization, Potholing and Cleanup @ — t100LoJ Dollars and Cents s30,00.- u Lump Sum B2. Lump Sum Traffic Control & Public Safety Protection rive @Th0u5grj Dollars and o0 Cents $ �5 OOD. Lump Sum B3. Lump Sum Earthwork, Bracing, Shoring and Backfill T)', ne @�10i1sCA n0 Dollars and 00 $ Cents $ Q Lump Sum B4. Lump Sum Temporary Sewage Bypass System Tine I �e nn @Thowsor' Dollars and -� Cents Lump Sum B5. Lump Sum Miscellaneous Demolition Work FD r +t @_G1Du X Dollars and o° Cents $ 14D, ODD• Lump Sum • PR5of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE B6. Lump Sum Miscellaneous Mechanical I YV�4L. 11j,,a 7 i1 v @7}NI _ffia -A4a.J Doollars and Cents a, $ Lump Sum B7. Lump Sum Miscellaneous Electrical Wo ev2nI-4A @ Dollars and ,o Cents $ 15f000- Lump Sum 138. Lump Sum Miscellaneous Structural and Architectural Work Twenlj Five @ ?hou5an&Q Dollars and oa -8` Cents $ 9L 00D. Lump Sum T— B9. 5,240 S.F. Remol2ve and Reconstruct 8" PCC Pavement @ Eigh+ Dollars and C� o" co .4)� Cents Per Square Foot B10. 40 L.F. Remove and Reconstruct Type B PCC Curb @ FOrl� Dollars Lj and oa a�0 Cents $ q0. _ $ 1)(000. Per Linear Foot B11. 16 L.F. Remove and Reconstruct Mountable B PCC Curb and Gutter @ F� Dollars and o1 ,o -9- Cents $ 50. $ 800. " • • PR6of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Per Linear Foot B12. 620 S.F. Remove Existing Roadway and Construct 12 -foot wide PCC Cross Gutter @ i h Dollars and 00 00 -�' Cents $ g . $ 4 q (00.� Per Square Foot B13. 425 S.F. Remove Existing Roadway and Construct 4 -foot wide PCC Ribbon Gutter @ Ei -) Dollars and o0 p0 -_ —_� Cents $ . �. �— $ � o0. Per Square Foot B14. 450 S.F. Construct 5 -foot wide AC Patchback @ OU r Dollars and 00 00 Cents $ y. $ 1,300. Per Square Foot B15. 5 EA. Replace Water Valve Box, Frame and Cover Two I @ fP rt Dollars /y and o0 00 -CJ Cents $ 030.' $ I 50. " Per Each B16. . 2 EA. Adjust Manhole to Grade >✓ r @_-Hun-2 r 04 Dollars and a o; 00 -�' Cents $ �, poo- Per Each B17. 100 S.F. Remove Existing and Construct 4 -inch PCC Sidewalk @ For -fee n Dollars and 00 00 Cents $ 1q, — $ I,u • 0 PR7of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Per Square Foot 618. 270 S.F. Remove Existing and Construct 6 -inch PCC Pavement @ - T W10 IVe, Dollars and Cents $ la.°= $ J o1y 0 UO Per Square Foot B19. 28 L.F. Remove Existing and Construct Standard Street Barricade per CNP STD -900 -L One +}undrd @_Dollars and —�' Cents $ $ 3 , Per Linear Foot B20. 100 S.F. Remove Existing and Plant Sod @ Old _r Dollars and Cents $ �i. _ $ Li 00 Per Square Foot B21. 5 L.F. Construct PCC Mowstrip @ 6 - Dollars and 00 oa —&' Cents $ 50.' Per Linear Foot B22. 400 S.F. Remove Existing and Construct Rock Pavement @ E L q h-r Dollars and a 60 ao -er Cents $ 0 s 3 �0 Per Square Foot B23. 10 L.F. Remove Existing Block Wall one 11 OLAv1dad - Ih'land Dollars Cents Per Linear Foot $ 130,- $ 1,300.° l • • PR8of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE B24. Lump Sum Install Traffic Striping, Markings, and Pavement Markers t1hree- S @jjb45an RRw Dollars and ,, 1� Cents $ 3 500.' Per Lump Sum SCHEDULE "B" - TOTAL PRICE IN WRITTEN WORDS S)x Ou,,drd 7Mtk - Mosad � L&V' ��IXleCk Ft)v, (1 >a l l a�4 Dollars and . / Cents $ (90 3 y y D. -�— Total Price (Figures) SCHEDULE "C" — &2 "D STREET STATION C1. Lump Sum Mobilization. Demobilization, Potholing and Cleanup fix @ Dollars and o0 Cents $ &00 000. Lump Sum C2 Lump Sum Traffic Control & Public Safety Protection Four— fhou5ar d @ Five 4kAndrei� Dollars (�T and e Cents $ y��j00. Lump Sum C3. Lump Sum Earthwork, Bracing, Shoring and Backfill T n @ 1 housan&6l Dollars and. o, Cents $ 0 000• Lump Sum • 0 PR9of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE C4. Lump Sum Temporary Sewage Bypass System Tt� ix� @ r10u5ar) Dollars and ,o Cents $ (0011000.� Lump Sum C5. Lump Sum Miscellaneous Demolition Work @TTOUSOY) rl� Dollars and o0 Cents $ L40 Lump Sum C6. Lump Sum Miscellaneous Mechanical Work 4 ywlA d� T _ 0 Dollars and oa Cents $ 3 a0, 000.' Lump Sum C7. Lump Sum Miscellaneous Architectual and Electrical Work @� Dollars and 99 Cents $ 2, S 1 000. Lump Sum C8. 20 L.F. Remove and Reconstruct Type A PCC (Curb and Gutter @ Twer); * Dollars U and $ 00.C_ $ �d 0 0 Cents $ � Per Linear Foot C9. 650 S.F. Remove and Reconstruct 4 -inch PCC Sidewalk @ Ten Dollars and �' Cents $ l0.°' $ m- • 0 PR10of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Per Square Foot C10. 2 EA. Remove Existing Improvements and Construct PCC Curb Access Ramp Two _ ((�� @1ouSarid Dollars and _e'� Cents $ A)Qoo.- $ OD �� Per Each C11. 10 L.F. Remove and Reconstruct 12 -inch PCC Curb and Gutter @S A-} R Y e, Dollars U and Cents $ 65. 0— $ �50 °o Per Linear Foot C12. 500 L.F. Remove and Reconstruct 6 -inch PCC Pavement Dollars and Cents $ $ 000. op Per Square Foot C13. 50 L.F. Construct 6 -inch Type B PCC Curb @ V2 Dollars and Cents $ 45. °! $ a,a5a Per Linear Foot C14. Lump Sum Install Traffic Striping, Markings, and Pavement Markers - Three @ jhouSanj Dollars and oa Cents $ 31 ODD Per Lump Sum C15. Lump Sum Furnish 125 KVA Portable Generator And Appurtenances Ft44t (� @`i nw I ncQ Dollars and °o Cents $5� .- Per Lump Sum Dht 0 0 PR 11 of 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE C16. Lump Sum Provide Pressure Grouting to the Existing Manhole $7,500 $7,500 and I-V Cents $ 59r7 200,` Total Price (Figures) ml,�V,0 0 E and nts E g- 3y -og Date /Fo, IIH-g 54o -IWS Bidder's Telephone and Fax Numbers `15535(0 Class R Bidder's License No(s). and Classification(s) 3CL- )1 59 Total Price )ollars 170, °s Tres) (i CI (,` nnS� rur%I OIn ��11C Bidder I T�3idd6r's'-AUfli&rized Signature and Title F10 Se(,� TrPas. a45 FesckuAve A B3 ) . Px4a Hew Gp. Bidder's Address g3(oa (V F: \USERS \PB\MShared \Contracts \FY D4 -05 \MARINERS PUMP STATION C- 3585\PROPOSAL C- 3585.doc (ssr) 'u 1 2 2 3 3 3 3 3 3 3 3 3 4 Id 4 5 5 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS MARINERS CHINA COVE AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION INCLUDING FERNLEAF AVENUE STREET IMPROVEMENTS CONTRACT NO. 3585 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -2 PROTECTION 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 'u 1 2 2 3 3 3 3 3 3 3 3 3 4 Id 4 5 5 6 -7.2 Working Days 5 6 -7.4 Working Hours 5 6 -9 LIQUIDATED DAMAGES 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 6 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 7 7 -10.3 Street Closures, Detours, Barricades 7 7 -10.4 Public Safety 8 7- 10.4.1 Safety Orders 8 7 -10.5 "No Parking" Signs 8 7 -10.7 Notice to Residents 8 7 -15 CONTRACTOR'S LICENSES 9 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 9 9 -3 PAYMENT 9 9 -3.1 General 9 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR AND RELATED. MATERIALS 17 201 -1 PORTLAND CEMENT CONCRETE 17 201 -1.1 Requirements 17 201 -1.1.2 Concrete Specified by Class 17 201 -1.1.3 201 -2 REINFORCEMENT FOR CONCRETE 17 201 -2.2.1 Reinforcing Steel 17 201 -5 CEMENT MORTAR 17 201 -5.6 Quick Setting Grout 17 SECTION 207 PIPE 17 207 -9 IRON PIPE AND FITTINGS 17 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 17 207 -9.2.2 Pipe Joints 17 207 -92.3 Fittings 18 207 -9.2.4 Lining and Coating 18 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection 19 SECTION 214 PAVEMENT MARKERS 19 214 -4 Non- reflective 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 20 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 20 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 20 303 -5.1.1 General 21 303 -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 21 303 -5.5.4 Gutter 21 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 21 306 -1.1.1 General 21 SECTION 310 PAINTING 21 310 -5 PAINTING VARIOUS SURFACES 22 0 0 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb DEWATERING 26 Markings 22 310 -5.6.6 Preparation of Existing Surfaces 22 310 -5.6.7 Layout, Alignment and Spotting 22 310 -5.6.8 Application of Paint 22 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 23 312 -1 PLACEMENT 23 65 PART 4 . 72 SECTION 400 ALTERNATVE ROCK PRODUCTS, ASPHALT SUBMERSIBLE VORTEX PUMPS 86 CONCRETE, PORTLAND CEMENT CONCRETE 92 AND UNTREATED BASE MATERIAL 23 400 -2 Untreated Base Material 23 400 -2.1 General 23 400 -2.1.1 Requirements 23 SECTION 01010 SECTION 01130 SECTION 02710 SECTION 05125 SECTION 05130 SECTION 07145 SECTION 07990 SECTION 09900 SECTION 09960 SECTION 11010 SECTION 11100 SECTION 11136 SECTION 11148 SECTION 15070 DETAILED SPECIFICATIONS DEMOLITION 24 DEWATERING 26 PRECAST CONCRETE VAULTS 28 MISCELLANEOUS METAL WORKS 32 ACCESS DOORS AND FRAMES 37 WATER PROOFING FOR UNDERGROUND STRUCTURES 39 SEALANTS AND CAULKING 41 PAINTING AND COATING 45 REHABILITATION OF CONCRETE STRUCTURES WITH PROTECTIVE COATING 57 MECHANICAL EQUIPMENT 65 PUMPS,GENERAL 72 VERTICAL VORTEX PUMPS 82 SUBMERSIBLE VORTEX PUMPS 86 MISCELLANEOUS PIPING AND APPURTENANCES 92 u 0 0 SECTION 15074 HANGERS AND SUPPORTS 85 SECTION 15120 MISCELLANEOUS VALVES AND APPURTENAUCES 98 SECTION 16000 GENERAL ELECTRICAL AND MOTOR CONTROL PANELS 103 SECTION 16205 125 KVA PORTABLE EMERGENCY POWER SYSTEM 131 0 0 1 OF 140 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS MARINERS, CHINA COVE, AND 62ND STREET WASTEW. PUMP STATION REHABILITATION INCLUDING FERNLEAF STREET REHABILITATION CONTRACT NO. 3585 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- 5201 -S); (3) the City's (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 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 all materials, equipment, supplies, ad labor for construction of A. Mariners Pump Station 1. Remove and reconstruct electrical service and instrumentation /control system. 2. Remove and reconstruct PCC curb, gutter, sidewalk, brick and AC pavement. 3. Construct new MCC outdoor enclosure and associated site work. 4. Remove and reconstruct pump discharge piping system ad associated bypass assemblies. 5. Furnish and installing pumping equipment. 2 OF 140 B. China Cove Pump Station 1. Remove and reconstruct electrical service and instrumentation /control system. 2. Remove and reconstruct. PCC.curb,.gutter, sidewalk and AC pavement. 3. Construct new MCC outdoor enclosure and associated site work. 4. Remove and reconstruct pump discharge piping system and associated bypass assemblies. 5. Remove and reconstruct top half of the pump station structure and associated metal work. 6. Furnish and install pumping equipment. C. 62 "d St. Pump Station 1. Construct temporary sewage bypass system. 2. Remove and reconstruct manhole (wetwell) and associated piping. 3. Remove and reconstruct electrical service and instrumentation /control system. 4. Remove and reconstruct PCC curb, gutter, sidewalk and AC pavement. 5. Construct new MCC outdoor enclosure and associated site work. 6. Remove and reconstruct pump discharge piping system and associated bypass assemblies. 7. Furnish and install pumping equipment. 8. Furnish and install a 125 KVA portable generator and appurtenances, including hook up cable, fittings, startup testing and trailer with enclosure." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: 'The City will provide construction staking as required to construct the improvements. Any additional stakes or any restaking, or costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. All existing street and property comer monuments are to be preserved. 3OF140 The Contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and 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 City shall have the affected survey monuments restored per records, at Contractor's expense. 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 shall furnish the Engineer full information as to the progress of the work in its various 4 OF 140 parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections, are. required because. of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. For adjustment of Southern California Edison, The Gas Company, Pacific Bell, cable television, and other utility facilities to the finish grade, the Contractor shall submit to the Engineer a written request specifying facilities to be adjusted. The City will contact each utility company and request the utility company to adjust its facilities per the franchise agreement and asking the utility company to coordinate the adjustments with the City's contractor. The Contractor shall then coordinate with each utility company, for the adjustment of these facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing City -owned sewer manhole, grade rings, water valve cans and covers, 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. Upon completion of the work the Contractor shall furnish and install new sewer manhole covers and water valve cans and covers prior to finish grade adjustment. .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'. 6 -2 5OF140 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. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be 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 150 consecutive working days after the date on the Notice to Proceed. It shall be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1't, 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 4th, the first Monday in September (Labor Day), November 11 th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve half day), December 25th (Christmas), and December 31St (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, his 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, he 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 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 6OF140 separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For.each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay.to the.City or have, withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,000 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 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. 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 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 0 11 7 OF 140 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 web site at http://www.city.newport- beach.ca. us /pubworks /links. htm. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: °The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. 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 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 not be stored in streets, roads, or sidewalk areas without approval 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 storage area. The Contractor shall restore the storage area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition within the storage area 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 and detour plans(s) for each pump station location. 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. All 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), 2001 Edition. The Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. E 8 OF 140 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 mannerwith 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, Mr. William Russo, at (949) 718 -3468 and all property owners." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the 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. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be 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. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when • 0 9 OF 140 construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed. by the Contractor. 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 "A" Contractor 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 RECORDSIAS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built". corrections upon a copy of the Plans. The "As- Built" plans shall be submitted to the Engineer prior to final payment or.release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9--- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work 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: MARINERS PUMP STATION Item No. Al Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary 10 OF 140 to complete the work under this work, potholing, temporary fencing and verification of existing utilities of potential conflict, and site clean up. Item No. A2 Traffic Control and Public Safety Protection Work under this item shall include delivering al required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control... plans prepared. and.sig.ned by.a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons and all other work as necessary around construction area. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. A3 Miscellaneous Demolition Work: Work under this item shall include the removal and disposal of the exposed and buried piping, valves, supports and fitting's; existing galvanized steel platform and ladder; existing electrical service, motor control panel, wiring, conduits, instrumentation and controls, and related appurtenances. The demolition work shall include all necessary.labor and equipment as shown on the contract document. Item No. A4 Earthwork, Bracing, Shoring and Backfill: Work under this item shall include all labor, material and equipment for excavation, backfill and compaction, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Item No. A5 Miscellaneous Mechanical Work: Work under this item shall include installing of City furnished sewage pump; furnishing and installing exposed and buried piping, valves, supports and fittings, pre -cast concrete box with H -20 load rated access hatch, any and all dewatering activities required to complete the work, and miscellaneous work. Item No. A6 Miscellaneous, Structural and Architectural work: Work under this item shall include furnishing and installing of stainless steel ladder with safety post, and a new MCC outdoor enclosure. The work shall include all needed material, labor and equipment as shown in the contract document, complete in place and operable. Item No. A7 Miscellaneous Electrical Work: Work under this item shall include furnishing and installing of power service meter, transfer switch, motor control center, duplex pump control panels, wiring, conduits, instrumentations and controls, and all appurtenances. The electrical work shall include all necessary material, labor and equipment as shown in the contract document complete in place and operable. Item No. A8 Remove Existing and Construct Type A PCC Curb and Gutter: Work under this item shall include all labor, tools, equipment, and material costs for 11 OF 140 sawcutting, removing and disposing of the existing curb and gutter, subgrade compaction, reconnection and /or reconstruction of existing curb drains, construct new Type A PCC Curb and Gutter per CNB STD - 182 -L, re- chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place. Item No. A9 Remove and Reconstruct Brick Pavement: Work under this item shall include clearing and grubbing, removing the existing brick, disposing of excess material, importing of material, compaction, placement of removed brick, and all other related work as required to complete the work in place. If the existing brick is damaged during removal the contractor shall replace brick in kind. Item No. A10 Remove and Reconstruct AC Pavement: Work under this item shall include but not be limited to sawcutting, removal and disposal of existing AC pavement, subgrade compaction, tack coat, placement of 4 inches of Asphalt Concrete over 6- inches of crushed miscellaneous base, and all other work items as required to complete the work in place. Item No. A.11 Remove and Reconstruct 4 -inch PCC Sidewalk: Work under this item shall include but not be limited to removing and disposing of existing improvements, subgrade compaction, construction of the 4 -inch PCC Sidewalk per CNB STD - 180 -L, and all other work items as required to complete the work in place. Item No. Al2 Traffic Striping, Markings, and Pavement Markers: Work under this item shall include all labor, tools, equipment, and material costs for installing traffic striping, and markings, raised pavement markers, fire hydrant raised pavement markers, temporary striping and marking and all work necessary to install traffic striping complete and in place. Item No. A13 Pressure Grouting: Work under this item shall include all labor, tools, equipment, and material costs for pressure grouting to stop water infiltration to the existing manhole and all other items required to complete work in place. SCHEDULE B: CHINA COVE PUMP STATION Item No. B1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this work, potholing, temporary fencing and verification of existing utilities of potential conflict, and site clean up. Item No. B2 Traffic Control and Public Safety Protection Work under this item shall include delivering al required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons and all other work as necessary around construction area. This item includes furnishing all 12 OF 140 labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. B3 Earthwork, Bracing, Shoring and Backfill: Work under this item shall include all labor, material and equipment for excavation, backfill compacting, planning, designing, engineering, furnishing, construction and removing temporary sheeting, shoring,. bracing .and _any.,other work necessary.to. conform to the. requirements of any permits, OSHA and construction safety order of the state of California, pursuant to the provision of section 6707 of the California Labor Code. Item No. B4 Temporary Sewage Bypass System: Work under this item shall include all labor, material and equipment for furnishing and installing of temporary sewage bypass system to divert the sewage during sewage pump station rehabilitation and submersible pump erection. Item No. B5 Miscellaneous Demolition Work: Work under this item shall include the removal and disposal of existing sewage pump; exposed and buried piping, valves, supports, and fittings; existing pump station walls and top slab completed with access hatch; existing electrical service motor control center, control panels, wiring, conduits; and associated appurtenances. The demolition work shall include all necessary labor and equipment as shown on the contract document. Item No. B6 Miscellaneous Mechanical Work: Work under this item shall include furnishing and installing of sewage pumps, exposed and buried piping, valves, supports and fittings; precast concrete box with H -20 load rated access hatch, any and all dewatering activities required to complete the work, and miscellaneous work. The mechanical work shall include all needed appurtenant material, equipment and work as shown on the contract document, complete in place and operable. Item No. B7 Miscellaneous Electrical Work: Work under this item shall include furnishing and installing of power service meter, transfer switch, motor control center, duplex pump control panels, wiring, conduits, and all related appurtenant material and equipment as shown on the contract document, complete in place and operable. Item No. B8 Miscellaneous Structural and Architectural Work: Work under this item shall include rehabilitation of pump station structure; furnishing and installing of a new MCC outdoor enclosure. The work shall include all needed appurtenant material and equipment as shown on the contract document, complete in place and operable. Item No. B9 Remove and Reconstruct 8 -inch PCC Pavement: Work under this item shall include clearing and grubbing, removing the existing roadway (8 -inch PCC), disposing of excess material, protection of existing utilities, importing of material, grading, compaction, doweling, construction of new 8 -inch PCC pavement, and all other related work as required to complete the work in place. 13 OF 140 Item No. 810 Remove Existing and Construct Type B PCC Curb: Work under this item shall include all labor, tools, equipment, and material costs for sawcutting, removing and disposing of the existing curb and gutter, subgrade compaction, reconnection and /or reconstruction of existing curb drains, construct new Type B PCC Curb per CNB STD- 182 -L, re- chiseling of curb face for existing underground utilities, restoring of all existing improvements (public or private) damaged by the work, and all other work items as required to complete the work in place. Item No. B11 Remove Existing and Construct 6 -inch PCC Mountable Curb and Gutter: Work under this item shall include all labor, tools, equipment, and material costs for sawcutting, removing and disposing of the existing curb and gutter, subgrade compaction, reconnection and /or reconstruction of existing curb drains, construct new 6- inch Mountable PCC Curb and Gutter per APWA Standard Plan 121 -1, re- chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place. Item No. B12 Remove Existing Roadway and Construct 12 -foot wide PCC Cross Gutter: Work under this item shall include all labor, tools, equipment, and material costs for clearing and grubbing, removing the existing roadway, disposing of excess materials, protecting of existing utilities, importing of material, grading, compaction, construction of 12 -foot wide cross gutter per Detail B and all other related work as required to complete the work in place. Item No. B13 Remove Existing Roadway and Construct 4 -foot wide PCC Ribbon Gutter: Work under this item shall include all labor, tools, equipment, and material costs for clearing and grubbing, removing the existing roadway, disposing of excess materials, protecting of existing utilities, importing of material, grading, compaction, construction of 4 -foot wide cross gutter per Detail A and applicable portions of CNB STD - 140 -L, and all other related work as required to complete the work in place. Item No. B14 Construct 5 -foot wide AC Patchback: Work under this item shall include all labor, tools, equipment, and material costs for clearing and grubbing, .. sawcutting, removing and disposing of the existing roadway, subgrade compaction, placement of 6- inches of Asphalt Concrete over 6- inches of Crushed Miscellaneous Base, placement of tact coat, base compaction and all other work items as required to complete the work in place. Item No. B15 Replace Water Valve Frame and Cover: Work under this item shall include all labor, tools, equipment, and material costs to replace all water valve frames and covers per applicable portions of CNB STD -511 -L and all other work items as required to complete the work in place. Item No. B16 Adjust Manhole to Grade: Work under this item shall include all labor, tools, equipment, and material costs to adjust manholes to grade per applicable portions of CNB STD -111 -L and all other work items as required to complete the work in place. 14 OF 140 Item No. B17 Remove and Reconstruct 4 -inch PCC Sidewalk: Work under this item shall include but not be limited to removing and disposing of existing improvements, subgrade compaction, construction of the 4 -inch PCC Sidewalk per CNB STD - 180 -L, and all other work items as required to complete the work in place. Item,No..B18... Remove and.. Reconstruct 6 -inch PCC Pavement: Work under this item shall include clearing and grubbing, removing existing improvements, disposing of excess material, protection of existing utilities, importing of material, grading, compaction, construction of new 6 -inch PCC pavement, and all other related work as required to complete the work in place. Item No. B19 Remove existing and Construct Standard Street Barricade: Work under this item shall include but not be limited to: removing and disposing of existing street barricade, constructing standard street barricade per CNB STD - 900 -L, and all other items as required to complete the work in place. Item No. B20 Remove Existing and Plant Sod: Work under this item shall include but not be limited to removing existing concrete or other improvements, compacting subgrade, placing soil, placing sod, installing or repairing irrigation system, and all other related work as required to complete the work in place. Item No. B21 Remove Existing and Construct PCC Mowstrip: Work under this item shall include but not be limited to removing and disposing of existing improvements, subgrade compaction, construct new 6 -inch Mowstrip per detail C on sheet 14, and all other work items as required to complete the work in place. Item No. B22 Remove and Reconstruct Rock Pavement: Work under this item shall include clearing and grubbing, removing the existing brick, disposing of excess material, importing of material, compaction, placement of Bouquet Canyon Rock (to match existing), and all other related work as required to complete the work in place. Contact the City of Newport Beach for information regarding purchasing and estimating rock. Item No. B23 Remove Existing Block Wall: Work under this item shall include clearing and grubbing, removal and disposal of existing Block Wall, and all other related work as required to complete the work in place. Item No. B24 Traffic Striping, Markings, and Pavement Markers: Work under this item shall include all labor, tools, equipment, and material costs for installing traffic striping, and markings, raised pavement markers, fire hydrant raised pavement markers, temporary striping and marking and all work necessary to install traffic striping complete and in place. 0 r 15 OF 140 SCHEDULE C: 62"° STREET PUMP STATION Item No. C1 Mobilization, Demobilization, Potholing and Cleanup: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this work, potholing, temporary fencing and verification of existing utilities of potential conflict, and site clean up. Item No. C2 Traffic Control and Public Safety Protection Work under this item shall include delivering al required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons and all other work as necessary around construction area. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. C3 Earthwork, Bracing, Shoring and Backfill: work under this item shall include all labor, material and equipment for excavation, backfill compacting, planning, designing, engineering, furnishing, construction and removing temporary sheeting, shoring, bracing and any other work necessary to conform to the requirements of any permits, OSHA and Construction Safety order of the State of California, pursuant to the provision of Section 6707 of the California Labor Code. Item No. C4 Temporary Sewage Bypass System: Work under this item shall include all labor, material and equipment for furnishing and installing of temporary sewage bypass piping to divert sewage during sewage pump station rehabilitation, and new sewage manhole (wetwell) erection. Item No. C5 Miscellaneous Demolition Work: Work under this item shall include the removal and disposal of existing sewage pumps; exposed and buried piping, valves, supports and fittings; existing manhole ( wetwell); existing electrical service, motor control center, control panels, wiring, conduits and associated appurtenances. The demolition work shall include all necessary labor and equipment as shown on the contract document. Item No. C6 Miscellaneous Mechanical Modifications: Work under this item shall include furnishing and installing of sewage pumps exposed and buried, piping, valves, supports and fittings, precast concrete box with H -20 load rated access hatch, any and all dewatering activities required to complete the work, and miscellaneous work. The mechanical work shall include all needed appurtenant material, equipment and work as s shown on the contract document, complete in place and operable. 0 0 16 OF 140 Item No. C7 Miscellaneous Architectural and Electrical Modifications: Work under this item shall include furnishing and installing of a new MCC outdoor enclosure; power service meter, transfer switch, motor control center, duplex pump control panels, wiring, conduits and all related appurtenant material and equipment as shown on the contract document, complete in place and operable. . Item. No...C8 ::. Remove and.Reconstruct.Type.A PCC Curb and Gutter: Work under this item shall include all labor, tools, equipment, and material costs for sawcutting, removing and disposing of the existing curb and gutter, subgrade compaction, reconnection and /or reconstruction of existing curb drains, construct new Type A PCC Curb and Gutter per CNB STD - 182 -L, re- chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place. Item No. C9 Remove and Reconstruct 4 -inch PCC Sidewalk: Work under this item shall include but not be limited to removing and disposing of existing improvements, subgrade compaction, construction of the 4 -inch PCC Sidewalk per CNB STD - 180 -L, and all other work items as required to complete the work in place. Item No. C10 Remove Existing Improvements and Construct PCC Curb Access Ramp: Work under this item shall include but not be limited to sawcutting, removing, and disposing of existing improvements, protecting existing utilities, constructing new PCC Curb Access Ramp per detail A on Sheet 17, and all other work items as required to complete the work in place: Item No. C11 Construct 12 =inch PCC Curb: Work under this item shall include all labor, tools, equipment, and material costs for construction of new 12 -inch PCC Curb per detail B on sheet 17, and all other work items as required to complete the work in place. Item No. C12 Remove and Reconstruct 6 -inch PCC Pavement: Work under this item shall include clearing and grubbing, removing existing improvements, disposing of excess material, protection of existing utilities, importing of material, grading, compaction, construction of new 6 -inch PCC pavement, and all other related work as required to complete the work in place. Item No. C13 Construct Type B 6 -inch PCC Curb: Work under this item shall include all labor, tools, equipment, and material costs for construct new 6 -inch PCC Curb per City of Newport Beach STD- 182 -L, and all other work items as required to complete the work in place. Item No. C14 Traffic Striping, Markings, and Pavement Markers: Work under this item shall include all labor, tools, equipment, and material costs for installing traffic striping, and markings, raised pavement markers, fire hydrant raised pavement markers, temporary striping and marking and all work necessary to install traffic striping complete and in place. 0 0 17 OF 140 Item No. C15 Furnish a 125 KVA portable generator and install emergency power transfer switch pedestal: Work under this item include furnishing a 125 KVA emergency generator equipped with diesel engine, fuel tank filled and ready for operation, trailer and appurtenances for generator manual transfer operation, including startup testing, owner manuals and one day training for the City personnel. Item No. C16 Pressure Grouting: Work under this item shall include all labor, tools, equipment, and material costs for pressure grouting to stop water infiltration to the existing manhole and all other items required to complete work in place. PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE MORTAR AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1 REQUIREMENTS 201 -1.1.2 Concrete Specified by Class. , to this section: "Portland Cement concrete for construction shall be Class 560 -C- 350." 201 -2 REINFORCEMENT FOR CONCRETE 201 -21.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." 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. 0 n u 18 OF 140 Flex and Transition coupling used to join pipe shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe harness 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 approved by the City. Bolted connectors fabricated from Type 316 Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. All 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 shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AMA 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 and sealed with bituminous coating in accord with AWWA C104 (ANSI A21 -4). The outside surface of ductile iron pipe fittings shall be coated with bituminous coating 3 -mils thick in accord with ANSI A 21.6 on ANSI A21.51." The internal surfaces of ductile iron pipe and fittings used for wastewater sewer and force main and sewage lift station piping shall be coated with one of the following painting system: a) Koppers Company, Inc. Prime Coat - Koppers TOREX 820 Primer, 1.2 mils DFT Finish Coat - TOREX 800 Ramuc Utility Enamel, 2 coats at 1.0 mils DFT b) Termec Company, Inc. Prime Coat - #66 Color HI -Build Epoxoline Primer, 4.0 mils DFT • • 19 OF 140 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this section to read: "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene." SECTION 214 - -- PAVEMENT MARKERS 214-4 NONREFLECTIVE 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 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 in 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. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Approximate area of removal and replacement shall be as indicated on the drawings. 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words "1 'Y2 inch" of the last sentence with the words "two (2) inches ". 20 OF 140 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor is required to use City franchised approved hauler for waste disposal. A list of approved contractors is available for review at the Public Works Department or can be found on the City's web site at http://www.city.newport- beach.ca.us /GSV /`Frach ised %20H aulers,htm 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 shall be III - C3 -AR -4000. All cracks'/ -inch or greater in width shall be cleaned and sealed with a hot- applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS-1[h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use unfit 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 0 0 21 OF 140 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: 'The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled W -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 - 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line clearances to within 0.01 feet of those elevations shown on the plan." SECTION 306 --- UNDERGROUND CONDUIT CONSTRUCTION 306 -1.1.1 General. Add to this section, "Excavation shall include without classification the removal of all material of whatever nature encountered. The Contractor shall remove unsuitable material and dispose of it at an off -site location. Cost of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made thereof. All excess native material excavated during the construction shall become the property of the contractor and shall be disposed of by him outside the limit of work in accordance with the applicable ordinances and regulations of the governmental agencies having jurisdiction. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefore'. SECTION 310 - -- PAINTING 22 OF 140 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings., prior. to. application of slurry- seal by a. method approved by the Engineer." 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 traffrq -- 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 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- stri pe /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. ". 0 23 OF 140 SECTION 312 -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: "1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 SECTION 400 -- ALTERNATE ROCK PRODUCTS ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: 'The Contractor shall. use crushed miscellaneous base as the base materials." 24 OF 140 DETAILED SPECIFICATIONS SECTION 01010 --- DEMOLITION PART 1 - GENERAL 1.01 DESCRIPTION The Contractor shall remove the miscellaneous metalwork, reinforced concrete top slab and walls, pumps, piping and appurtenances of the pump station as shown on the demolition plans and where specified for modifications and for replacement with proposed facilities. 1.02 FIELD VERIFICATIONS A. Prior to removing the existing facilities, the Contractor shall coordinate with the operation staff and review the existing facilities that are to be removed. The Contractor shall list the equipment that they intend to retain for future use. PART 2 — PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 COORDINATION WITH THE CITY'S REPRESENTATIVE The Contractor shall coordinate with the City's operation staff for scheduling the pumping system shut downs and the operation of removing the existing facilities. The Contractor shall review with the operation staff for any equipment that the City intends to retain for other use. The Contractor shall have those items cleaned up and washed and delivered to the storage yard per the City representative's direction. All removal nodes, pipe ends and damaged wall or floors due to removals shall be patched. 3.02 REMOVAL OF EXISTING IMPROVEMENTS The Contractor shall furnish all necessary equipment, tool, materials, labor and crews safety protection gears to perform the demolition of existing improvements. The existing improvements to be removed and disposed of shall include; but not limited to, the following: IS • 25 OF 140 A. Mariners Pump Station Mechanical equipment, piping, valves, electrical and control systems, miscellaneous metalwork, precast concrete box, curb, gutter and AC pavement. B. China Cove Pump Station Pumping and mechanical equipment, piping, valves, electrical and control system, miscellaneous metalwork, reinforced concrete slab and wall, precast concrete box, curb, gutter and AC pavement. C. 62nd St. Pump Station Pumping and mechanical equipment, piping, valves, electrical and control systems, reinforced concrete manhole, curb, gutter and AC pavement. 3.03 EXCESS MATERIALS All excess materials and debris from demolition and construction of the . - project shall be removed from the job site and disposed off at location acceptable to all agencies. END OF SECTION 01010 SECTION 01130 I17A4r /_1I=1N1.10 1.01 GENERAL 26 OF 140 A. No excavation shall take place below the water level until the area has been dewatered. Dewatering shall be done in such a manner as to protect adjacent structures. Groundwater can be expected three feet below the ground surface for the 62nd Street Pump Station and six feet below the ground surface for the China Cove Pump Station. B. Dewatering shall consist of furnishing all plans, labor, equipment and materials, and performing all work to design, construct, and operate dewatering systems, dispose of the water from the operation and maintain in a safe and dewatered condition the areas on which the construction work will be performed, and remove the dewatering system upon completion of the work. CONTRACTOR is able to work under the City dewatering permit (see Appendix), but must follow specific monitoring and reporting program for the Regional Water Quality Control Board ( RWQCB). C. Dewatering systems shall be equipped with meters that register in gallons in order to measure dewatering volumes. 1.02 DEWATERING PLAN A. After obtaining the RWQCB discharge permit, the CONTRACTOR shall submit for the CITY'S review, drawings and data showing proposed plan for dewatering of all work areas, which shall include the planned method ..of dewatering, excavation plan, location and capacity of such facilities as dewatering wells, well points, pumps, sumps, collection and discharge lines, standby units proposed, receiving streams, and protective fills and ditches required for control of ground -water and surface water. The plan for dewatering shall be submitted within fifteen (15) days after the date of receipt of the Notice to Proceed. CONTRACTOR shall furnish such other information as may be required for the complete under- standing and analysis of the dewatering and excavation plan by CITY. B. Review by CITY will not relieve CONTRACTOR of the responsibility for the adequacy of the dewatering and excavation plan, compliance with dewatering permit requirements or for furnishing all equipment, labor, and materials necessary for performing the various parts of the work. If, during the progress of the work, it is determined by CITY that the dewatering system and excavation plan are inadequate, not in compliance with 0 27 OF 140 discharge requirements, or CONTRACTOR'S plan of construction is inoperative, CONTRACTOR shall, at CONTRACTOR'S expense, furnish, install, and operate such additional dewatering equipment and make such changes in other features of the plan or operation as may be necessary to perform the work in a manner satisfactory to the City. CONTRACTOR shall, at CONTRACTOR'S expense, pay any fines or penalties assessed against CONTRACTOR, CITY, ENGINEER, or their affiliates by the Regional Water Quality Control Board and other applicable agencies as a result of noncompliance with dewatering discharge requirements under CONTRACTORS permit. In addition, CONTRACTOR shall be subject to, at CITY'S discretion, a fee by CITY as compensation for CITY administrative costs associated with each non- compliance occurrence. The fee shall be in an amount to pay CITY'S actual costs, or $2,000, whichever is greater. 1.03 DEWATERING REPORTING CONTRACTOR shall comply with all permit and monitoring and reporting requirements for the permit under which CONTRACTOR is operating. Specifically, CONTRACTOR shall: A. Prepare a report which shall include the following: 1. Characterization of the proposed wastewater discharge 2. The estimated average and maximum daily flow rates 3. A schedule detailing the frequency and duration of the planned discharge(s) 4. The affected receiving water(s) 5. A description of the proposed treatment system (if appropriate) 6. A map showing the path from the point of initial discharge to the ultimate location of the discharge B. Submit report from Paragraph A to: (1) the RWQCB and copy CITY five (5) days prior to the planned discharge. C. Contractor shall not commence work without receiving written approval of the information provided to the City in the report referenced in paragraph A above. D. CONTRACTOR shall be responsible for conducting monitoring required under the permit and any additional monitoring requested by the RWQCB. All monitoring and report preparation shall be conducted as specified in the permit under which dewatering is occurring. This report shall include a cover letter noting any violations and stating what action was taken to correct these violations. Copies of reports that CONTRACTOR submits to the RWQCB shall be provided to CITY. END OF SECTION 01130 0 SECTION 02710 PRECAST CONCRETE VAULTS PART 1- GENERAL 1.03 . :. DESCRIPTION . • 28 OF 140 This section describes the materials, manufacture, and installation of precast concrete vaults. The CONTRACTOR shall furnish and install precast concrete vaults, including necking, frames and covers, pipe connections, warning sign, and other appurtenances where specified or shown on the drawings. 1.04 RELATED WORK SPECIFIED ELSEWHERE A. Section 300: Earthwork. B. Section 306: Underground Conduit Construction. C. Section 303: Concrete and Masonry Construction. D. Section 05125: Miscellaneous Metalwork. E. Section 07145: Waterproofing for underground structures. F. Section 07990: Sealants and Caulking. G. Section 09900: Painting and Coating H. Section 15070: Miscellaneous Piping and Appurtenances 1.05 SUBMITTALS A Shop drawings shall be submitted in accordance with the Special Provisions and the following. B. Submit manufacturer's catalog data on precast concrete vaults. Show dimensions and materials of construction by ASTM reference and grade. PART 2- PRODUCTS 2.01 PRECAST CONCRETE VAULT A. Manufacturers: Precast concrete vaults and covers shall be manufactured in a plant especially designed for that purpose and shall conform to the size, shape and dimensions indicated on the plans. Vaults and covers • • 29 OF 140 shall be Olson Precast Company, Ameron, Best Concrete Products, Brooks Products, Inc., or approved equal. B. Design Loads: Design loads shall consist of dead load, live load, impact, and in addition, loads due to water table and any other loads which may be imposed upon the structure. Live loads shall be based on H -20 loading per AASHTO standard specifications for highway bridges. Design wheel load shall be 16 kips. The live load shall be that which produces the maximum shear and bending moments in the structure. C. Concrete: Concrete for vaults shall be in accordance with Section 303. D. Sectional Vaults: Sectional precast concrete vaults shall be used where specified on the drawings. Precast concrete sections and rings shall be manufactured by process that will produce a dense, homogeneous concrete section of first quality. The sections shall have a minimum wall thickness of 4 inches if steel- reinforced and 6 inches if not reinforced. Cement used in manufacturing the sections shall be Type V Portland Cement as specified in ASTM C 150. Mortar for bonding joints shall consist of one part cement to 2% 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 05310 — 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, dry well, emergency storage tank and manhole shall be fitted with a permanently affixed, plastic warning sign, located between the two top steps, if applicable, against the wall, with the inscription "CAUTION — VENTILATE BEFORE ENTERING' in clear, minimum 2 -inch high lettering. The sign shall be attached to the concrete with 4 Type 316 stainless steel screws and anchors. PART 3 - EXECUTION 3.01 EARTHWORK A. Earthwork: 30 OF 140 1. General: Excavation-and- backfitl for precast concrete vaults shall be in accordance with Section 300 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, '/ -inch crushed rock sub -base, compacted and 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 303. B. Backfill: After the structure and all appurtenances are in place and approved, backfill shall be placed to the original groundline or to the limits designed on the plans. C. Watertightness: All joints between precast concrete vault sections and plans shall be made watertight. The sealing compound shall be installed according to the manufacturer's recommendations to provide a watertight joint. 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. 0 0 31 OF 140 3.03 VAULT COATINGS A. INTERIOR COATINGS 1. The interior concrete surfaces of all vaults and manholes (walls and floor) shall be coated in accordance with the requirements of Section 09960, unless a particular manhole is otherwise indicated. B. EXTERIOR COATINGS The exterior surfaces of all manholes shall be coated in accordance with the requirements of Section 07145. Coating shall consist of two (2) coats providing a total of 16 mils MDFT. END OF SECTION 02710 0 0 32 OF 140 SECTION 05125 MISCELLANEOUS METAL WORKS PART 1- GENERAL 1.01 DESCRIPTION- ,..,......... .. A. This section describes materials, fabrication, and installation of miscellaneous metalwork, wedge anchors, stainless -steel fasteners, grating, ladders, stairs, and access hatch. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 303: Concrete and Masonry Construction. B. Section 09900: Painting and Coating. C. Standatd 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, and personnel platforms: OSHA. 1.04 SUBMITTALS A. Submit drawings in accordance with the Special Provisions. B. Submit drawings .of fabricated items. Show dimensions and reference materials of construction by ASTM designation and grade. C. Certificates that steels comply with the indicated standards. 1.05 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included with the structure to which the metal is attached. 0 PART 2- PRODUCTS 2.01 ALUMINUM 33 OF 140 Structural shapes shall conform to ASTM B 308, Alloy 6061 -T6. Plates and sheets shall conform to ASTM B 209. Tubing shall conform to ASTM B 241. 2.02 BOLTS A. All bolts, concrete inserts, anchors, nuts and washers shall be type 316 Stainless Steel, unless noted otherwise. B. Stainless -steel bolts shall be ASTM A 193, Grade BBM, 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 '/" thick and 2" deep. Spacing of main bars shall not exceed 2" on center. Cross bar spacing shall not exceed 4" on center. All grating and frame to be installed in the dry well and wet well shall be type 316 stainless steel, unless noted otherwise on the plans. Gratings and frames for storm drain systems shall be furnished in accordance with the City Standard Plans. 2.06 FRAMES AND SUPPORTS FOR GRATING AND CHECKERED PLATES Fabricated frames and supports for grating and checkered cover plates shall be stainless steel. Corners of embedded angle frames shall be mitered and welded with the welds ground smooth. 2.07 LADDERS 34 OF 140 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 hot -dip galvanized after fabrications or stainless steel where indicated .on -the drawings, -, PART 3- EXECUTION 3.01 STORAGE OF MATERIALS Store structural material, either plain or fabricated, above ground on platforms, skids, or other supports. Keep materials free from dirt, grease, and other foreign matter and protect from corrosion. 3.02 FABRICATION AND ERECTION A. Fabricate miscellaneous metal items to straight lines and true curves. Drilling and punching shall not leave burrs or deformations. Continuously 1 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 1116 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. All stainless steel threads are to be liberally coated with anti -seize compound. 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. 35 OF 140 C. Bolts shall be of the length that will extend entirely through but not more than 114 inch beyond the nuts. Draw bolt heads and nuts tight against the work. Tap bolt heads with a hammer while the nut is being tightened. After final tightening, lock the nuts. 3.04 REPAIR OF GALVANIZED SURFACE Repair or replace metal with damaged galvanized surfaces at no additional cost to the City. Accomplish repair of galvanized surfaces by use of DRYGALV as manufactured by the American Solder and Flux Company; Cold Galvanizing Repair Compound as manufactured by Rust - Ileum; or equal. Apply in accordance with the manufacturer's instructions. 3.05 LADDERS Ladder rungs shall have a minimum diameter of % -inch. The distance between rungs, cleats, and steps shall not exceed 12 inches and shall be uniform throughout the length of the ladder. The minimum clear length of rungs or cleats shall be 16 inches. Ladders shall be mounted to provide clearance in back of ladder so that the distance from the centerline of rungs, cleats, or steps to the nearest permanent object in back of the ladder shall be not less than 7 inches. The anchoring systems shall be type 316 stainless steel 3.06 GRATINGS A. Measurement: Grated areas shall be field measured for proper size. B. Banding: Grating shall be completely banded. C. Grating Angles: Seat angles for grating shall be set so that the top of the vertical leg is flush with the concrete floor. Seat angles and anchors shall be stainless steel. 3.07 ALTERNATIVE TREAD STAIRS Stairs shall be installed in accordance with the manufacturers recommendations. 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. 36 OF 140 B. Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar metallic surfaces from direct contact by use of neoprene gaskets or washers. C. Coat non - galvanized structural steel surfaces. Paint material and color of finish coat shall be same as exterior of the piping. END OF SECTION 05125 37 OF 140 SECTION 05130 ACCESS DOORS AND FRAMES PART 1- GENERAL 1.06 DESCRIPTION This section describes the materials, manufacture, and installation of access doors and frames and appurtenances where specified or shown on the drawings. 1.07 RELATED WORK SPECIFIED ELSEWHERE A. Section 2.5.3: Shop Drawings and Submittals B. Section 303: Concrete, and Masonry Construction. 1.08 SUBMITTALS A. Shop drawings shall be submitted in accordance with the Special Provisions and the following. B. Submit manufacturer's catalog data on access doors and frames. Show dimensions and materials of construction by ASTM reference and grade. C. Shop drawings and load design calculation for access door. PART 2- PRODUCTS 2.01 ACCESS DOOR AND FRAME A. Type 316 stainless steel access door and frame shall be installed where access door hatch is required or specified. The access door and frame and shall be cast smooth, clean and free from blisters, weld deformations or discolorations, blowholes and shrinkage. The access door and frame shall be traffic weight or parkway weight as noted on the plans or specified in specifications. The door shall be seat into the frames without rocking. The door and frame shall be match marked before shipping to the shop for casting. B. The door and doorframe shall drain proof type. The doorframe shall be designed and fabricated to drain water from the door and discharge to a proper drain system. The doorframe shall be equipped with a 1 '/Z -inch (Min.) drain coupling in the bottom at location as shown on the plans for connection to a drainpipe. 38 OF 140 C. Access door shall be single -leaf (Type J) or double -leaf (Type JD) as noted on the plans and manufactured by The Bilbo 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' /" (min.) type 316 stainless steel diamond patter plate with .shop - welded. beams to. withstand the specified load. Channel frame shall be '/" (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. Provide lock box for use by the City with standard pad lock (City provided). All hardware and trim shall be type 316 stainless steel. The door and frame shall be installed in accordance with the manufacturer's instructions. Safety chains shall be provided with each door. The door and appurtenances shall be furnished with warranty against defects in material and workmanship for a period of five years minimum. PART 3 - EXECUTION 3.01 DESIGN AND FABRICATION The access door shall be designed and fabricated that the side(s) with hinges to be perpendicular to the side for access. The lock and lifting mechanism shall be located at or near the access side. Drain coupling shall be located as shown on the plans. 3.02 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 0 9 39 OF 140 SECTION 07145 WATER PROOFING FOR UNDERGROUND STRUCTURES_ PART 1 - GENERAL 1.01 DESCRIPTION This section covers fumishing and applying coating to the exterior surface of underground concrete and masonry walls 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 /damp proofing composition for use on exterior concrete and masonry structures. C. Approved materials shall conform to the following physical properties: a. Percent solids: 50 minimum. b. Tack force time: 30 minutes approximate (initial set). c. Tensile stress: 150 psi minimum 21 days (ASTM D412). d. Ultimate elongation: 1500% minimum 21 day (ASTM D412). e. Moisture vapor transmission: 0.03 perms 21 day (ASTM E96). f. Ultraviolet resistance : No degradation (ASTM D822). g. Adhesion in peel (ASTM D903): 20 lbs. Peel strength with 0 % adhesion loss 0 0 40 OF 140 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 Sika -proof Membrane, Select Shield 300A, Kopper Bitumastic Super Service Black, Koppers Bitupastic 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, but not less than 7 days after masonry work. E. Backfill against the waterproofing applied structures shall be done at least 24 hours after the completion of waterproofing. I4.IDX8121*00C. [iiCR 0 PART1- GENERAL 1.01 DESCRIPTION SECTION 07990 SEALANTS AND CAULKING 41 OF 140 This section includes materials and installation of sealants and caulkings. This specification is intended to be general in scope as to locations of caulking and sealants. CONTRACTOR shall examine all Drawings and Details thoroughly and familiarize himself with the extent of the caulking and sealing involved. Only a complete and absolutely watertight and weather tight job will be accepted. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 303: Concrete and Masonry Construction. 1.03 SUBMITTALS Prior to purchase or delivery of materials, submit the following in accordance with the Special Provisions. A. Samples and Technical Data 1. Submit technical data by all manufacturers of proposed materials. 2. Submit material manufacturers' printed preparation and application instructions. B. Shop Drawings and Mock -Ups. When requested, submit the following in accordance with these Specifications: 1. Full -size details indicating all the necessary components for each type of joint to be sealed. 2. Observed field conditions and measurements. Mock -up units or test sections shall be also scheduled after receiving written approval of shop drawings by the CITY. 1.04 WARRANTY CONTRACTOR shall fully guarantee in writing 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. 42 OF 140 1.05 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. PART2- PRODUCTS 2.01 SEALANT COMPOUNDS Materials shall conform to Fed. Spec. TT- S- 00227E(3) for multi- component sealant, or to Fed. Spec. TT- S- 00230C(2) for single- component sealant. Properties and adhesion of 1 -part sealants shall be equal to 2 -part materials. Sealants shall be Type I or Type 11, as applicable. Sealants shall be limited to acceptable compounds and compositions, which are polysulfide, polyurethane, and silicone. For metal buildings, use Class "A" sealants, and for other locations, use Class "B" sealants each conforming to above referenced Federal Specifications or with ASTM C -920 like characteristics. Above -grade sealants shall be resistant to ultra - violet deterioration. A. For joints in water bearing surfaces, use only polyurethane sealants certified and approved by manufacturer for continuous or intermittent submergence in water or sewage. B. Silicone type sealant shall be used only on above grade joints that are not subject to vehicular or pedestrian traffic. C. Acceptable polyurethane materials are "Sikaflex/2c Polyurethane Elastomeric Sealant," as manufactured by Sika Chemical Corp., and "Select Seal, U -227 Reservoir Grade," as manufactured by SPC, or approved equal. 2.02 COLORS As selected to match adjoining surfaces. Special colors may be required. 2.03 PRIMER Where required, shall be used as recommended in writing by the sealant manufacturer. Primer shall have been tested for non - staining characteristics and durability on samples of actual surfaces to be sealed. 2.04 BACK -UP MATERIALS AND PREFORMED JOINT FILLERS Use non - staining material, compatible with sealant and primer, and of a resilient nature, such as closed cell polyethylene rod, or elastomeric tubing or rod (neoprene, butyl, or EDPM). Materials impregnated with oil, bitumen, or similar shall not be used. Size and shape shall be as indicated by joint details in 0 43 OF 140 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. 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. 44 OF 140 Do not allow solvent to air dry without wiping. Wipe dry with clean, dry cloth, or tintless 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. Far joints Ya inch to 1 inch wide: depth shall be 1/2 inch. For expansion and other joints, 1 to 2 inches wide: depth shall be no greater than % 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. E. Apply sealant under pressure with hand or power actuated gun or other appropriate means. Gun shall have nozzle of proper size and provide sufficient pressure to completely fill joints as designed. All joint surfaces shall be tooled to provide the contour as indicated on Drawings. When tooling joints, use tooling solution recommended by manufacturer. Remove masking tape immediately after joints have been tooled. 1. For sealant application when air temperature is below 40 °F (4 °C), consult sealant manufacturer for recommendations. 3.04 CLEAN -UP AND PROTECTION Clean adjacent surfaces of sealant as work progresses. Use solvent or cleaning agent as recommended by sealant manufacturer. All finished work shall be left in a neat, clean condition. 3.05 QUALITY CONTROL The sealant joints shall be uniformly smooth, free of wrinkles, flush with adjacent surfaces and absolutely water tight. Adjacent surfaces that have been soiled by the application of the sealing compound shall be wiped clean and be left neat. The work will be adjusted defective due to the sealant's hardening, cracking crumbling, melting, shrinking, leaking, or running. END OF SECTION 07990 SECTION 09900 PAINTING AND COATING PART 1- 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 E. Various Surfaces 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 05125: Miscellaneous Metal Work 46 OF 140 B. Section 11000: Pumps, General C. Section 11136: Vertical Non -Clog Pumps D. Section 11148: Submersible Non -Clog Pumps E. Section 150.70: Miscellaneous Piping and Appurtenances F. 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. References to "NACE" shall mean the published standards of the National Association of Corrosion Engineers, P.O. Box 986, Katy, TX 77450. 1.04 SUBMITTALS A. Submit shop drawings and samples in accordance with the Special Provisions. B. Submit manufacturer's data sheets showing the following information: 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. • • 47 OF 140 2. Five references which show that the painting subcontractor has previous successful experience with the indicated coating systems. Provide the name, address, and telephone number of the City of each installation. The Contractor shall obtain the references form the subcontractor and submit them to the City. 1.05 CITY'S MANUAL The Contractor shall submit all such certificates to the City within 7 days of completion of each paint system. 1.06 QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be used. to monitor all phases of surface preparation, application, and inspection throughout the duration of the project. Procedures and practices not specifically defined herein may be used provided they meet recognized and acceptable professional standards and are approved by the Engineer. B. All materials furnished and all work accomplished under the Contract shall be subject to inspection by the Engineer. The Contractor shall be held strictly to the true intent of the specifications in regard to quality of materials, workmanship, and diligent execution of the Contract. The Engineer reserves the right to inspect any and all work procedures employed by the Contractor to ensure that said procedures are in absolute compliance with the governing specification, industry accepted inspection criteria, and coating manufacturers published information. The Contractor is responsible for provide safe accessibility and adequate lighting to inspection personnel upon request of the Engineer. The Contractor is responsible for having on -site at all times recently calibrated inspection equipment available for use by the Engineer. C. Work accomplished in the absence of prescribed inspection may be required to be removed and replaced under the proper inspection, and the entire cost of removal and replacement, including the cost of all materials borne by the Contractor. In the event that a pre - identified schedule is put in place and approved by the City, some work may proceed without full inspection presence. Any rejection of said work at the time of inspection will require all unsatisfactory conditions to be repaired at the Contractor's expense. D. Application: No coating or paint shall be applied when the surrounding air temperature or the temperature of the surface to be coated or painted is 48 OF 140 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 working days advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 working days; advance notice of the start of any shop surface preparation worts. B. All such worts 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 111/1EZ, or equal. Each coat shall be tested for the correct thickness. On non- ferrous metals and other substrates, the coating thickness shall be measured at the time of application using a wet film gauge. P 49 OF 140 F. Evaluation of Surface Preparation: Evaluation of blast cleaned surface preparation work will be based upon comparison of the blasted surfaces with the standard samples available from the NACE, using NACE standard TM- 01-70. 1.08 SAFETY AND HEALTH REQUIREMENTS A. General: Ventilation, electrical grounding, and care in handling coatings, paints, solvents and equipment are important safety precautions during coating and painting projects. Contractor shall conform with safety requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals. The Contractor shall provide and require use of personal protective life saving equipment for persons working in or above the project site. B. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion - proof, or industrial design and shall be approved by the Engineer. Household -type venting equipment will not be acceptable. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist by ducting air, vapors, etc. from the confined space. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. Forced air duction during last cleaning and coating application operations is mandatory. If dehumidification equipment is used, equipment must be operated on a continuing basis during all blasting, coating and curing operations, including shifts during which no work is being conducted. 1.09 WARRANTY INSPECTION A warranty inspection may be conducted during the eleventh month following completion of all coating and painting work. The City shall establish the date 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 h 0 0 50 OF 140 B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. 1.11 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the unit price or lump sum bid amount for the item to be painted or coated as stated in the proposal. PART 2- PRODUCTS 2.01 GENERAL A. Definitions: The terms "paint," "coatings," and "finishes" are used herein, shall mean surface treatments, emulsions, enamels, paints, epoxy resins, and all other protective coatings, except galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or finish coat. The "DFT" means minimum dry-film thickness. B. The Contractor shall use coating materials suitable for the intended use and recommended by the manufacturer for the intended service. C. In any coating system only compatible materials from a single manufacturer shall be used in the work. Particular attention shall be directed to the compatibility of primers and finish coats. If necessary, subject to the approval of the City, a barrier coat shall be applied between existing prime coat and subsequent field coats to ensure compatibility. D. All colors and shades of colors of all coats of paint shall be 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 in production of such materials for essentially identical service conditions. Paint shall be abrasion, sulfide and mildew resistant. F. System No. 6 - Buried Metal: Type: Coal tar or coal -tar epoxy having a minimum volume solids of 68% (ASTM D 2697). Service Conditions: Buried metal, such as valves, flanges, bolts, nuts, structural steel, and fittings. Surface Preparation: SSPC SP -6 - Commercial blast. Prime Coat: ICI /Devoe Devtar 5A,15 mils; Tnemec 46 -450, 15 mils; Ameron 78 HB, 16 mils; or approved equal. • • 51 OF 140 Topcoat: ICI /Devoe Devtar 5A; Tnemec 46 -450, 15 mils; Ameron 78 HB, 16 mils; or approved equal. G. System No. 7 —Aluminum and Concrete Insulation Type: Bituminous paint having a minimum volume solids of 68% coat -tar pitch based. Service Conditions: Shall be used to coat areas of aluminum grating, gates, stairs, or structural members in contact with concrete, unless otherwise noted on the plans or in the specifications. Surface Preparation: SSPC SP -1. Prime Coat: Apply synthetic resin wash primer (phosphoric acid or vinyl butyral acid) to surface as prime coat. Products: ICI /Devoe Devtw 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 and Metal: Type: High solids epoxy coating having a minimum volume solids of 80 %. Service Conditions: Shall be used to coat exposed PVC piping and metal surface. 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 II; International Interseal 670 HS;or approved equal. I. System No. 9 — Interior Surface of Ferrous -Metal Valves Type: Thermsetting powdered epoxy coating. Service Conditions: Shall be used to coat interior surfaces of ferrous metal valves, excluding seating areas and bronze and stainless steel pieces. 52 OF 140 Surface Preparation: SSPC SP -5. Protuberances, which may produce pinholes in the coating, shall be removed. Sharp edges shall be rounded. Surface contaminants, which may prevent bonding of the coating, shall be removed. Coating: Apply to a dry-film thickness of 12 mils in accordance with manufacturer's recommendation: 3M Scotchkote 134; or approved equal. J. System No. 10 — Exposed Concrete, Indoors and Outdoors Type: Water based acrylic latex having a minimum volume solids content of 35 %. Service Conditions: Shall be used to coat interior and exterior surfaces of exposed concrete. Surface Preparation: Surface preparation shall not begin until at least 30 days after concrete has been placed. All oil, grease and form release and curing compounds shall be removed by detergent cleaning per SSPC -SP1 before abrasive blast cleaning. Surfaces shall be clean and dry, and as recommended by the coating manufacturer before coating is started. Prime Coat. ICI Dulux 2000; Tnemec 54 -561; or approved equal. Finish Coat: Two or more coats, 7 -10 mil dry-film thickness: ICI Dulux Professional 2200 Acrylic; Tnemec 6 -465; or approved equal. K. System No. 11 — PVC Tape Service Conditions: Shall be used on all buried small steel and non- ferrous pipe (10 mil thickness minimum). Surface Preparation: Prior to wrapping the pipe with PVC tape, the pipe and fittings first shall be primed using a primer recommended by the PVC tape manufacturer. Application: After being primed, the pipe shall be wrapped with a 20 -mil adhesive PVC tape, half- lapped, to a total thickness of 40 mils. L. System 12 - Masonry (Exterior Surface of Building) Surface Preparation - Dirt, dust and loose particles shall be removed. Surfaces shall be thoroughly dry. 53 OF 140 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 Devnex 4020 or approved equal. Finish Coat: Two (2) finish coats of ICI /Devoe Devfiex 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. 2.02 FINISH A. All buried ductile iron pipe and fittings, shall be coated with approximately 1 mil petroleum asphaltic coating. The coating shall be applied to the outside of all fittings in complete accordance with AWWA C 100, latest edition. All pipe shall be shop coated. After coating, buried pipe and fittings shall be encased in a 8 mil polyethylene tube in complete accordance with AWWA C 105, latest edition. B. Interior walls of wet well and manholes shall be coated as specified in Section 09960. 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. • 9 54 OF 140 2.03 AIR QUALITY REQUIREMENTS Materials shall comply with South Coast Air Quality Management District's Rule 1107 for shop coating and Rule 1113 for field coating. PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Do not sandblast or prepare more surface area than can be coated in one day. Remove all sharp edges, burrs, and weld spatter. B. Surface preparation shall conform with the SSPC specifications as follows: Solvent Cleaning SP -1 Nand 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. • • 55 OF 140 3.03 PAINT MIXING Prepare multiple- component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple- component coatings that have been mixed beyond their pot life. Provide small quantity kits for touchup painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. 3.04 SURFACES NOT TO BE COATED Do not paint the following surfaces. Protect during the painting of adjacent areas: A. Stainless steel. B. Brass and copper tubing, submerged. C. Buried pipe, unless specifically required in the piping specifications. D. Equipment Name Plates and grease fittings. E. Aluminum grating. 3.05 PROTECTION OF SURFACES NOT TO BE PAINTED Remove, mask, or otherwise protect hardware and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. 3.06 SURFACES TO BE COATED Coat surfaces as described below: A. Coat above ground and exposed piping or piping as described in the various piping specifications. B. Coat valves as described in the various valve specifications. Above ground valves, or valves in vaults and structures, shall match the color of the connecting piping. C. Coat buried flanges, nuts and bolts, valves, flexible pipe couplings, exposed rebar in thrust blocks, and valve boxes as specified in the particular specifications for the above items. D. Coat above ground structural steel as described in the structural steel and miscellaneous metalwork specifications. E. Pipe supports in vaults and pump station shall match the color of the adjacent piping. F. Exposed indoor galvanized electrical conduits shall be coated per Section 2.02. Color of finish coat shall be OSHA Safety Orange. • �. 56 OF 140 G. Mechanical equipment, such as pumps, shall be coated in accordance with Section 2.02. H. Concrete surfaces, floors, walls and ceilings, inside the dry well, control room and generator room. 3.07 FIELD TOUCH -UP OF SHOP- APPLIED PRIME COATS Surfaces that are.shop,primed.shall, receive a field touch -up of the same primer used in the original prime coat. 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 9 57 OF 140 SECTION 09960 REHABILITATION OF CONCRETE STRUCTURES WITH PROTECTIVE COATING PART 1 — GENERAL 1.01 SECTION INCLUDES A. Requirements for surface preparation, and protective coating application on the interior surface of the existing and new wet wells and manholes 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. 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. 0 11 58 OF 140 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. G. Five (5) recent references of Applicator (projects of similar size and scope) indicating successful application of a high - build solvent -free epoxy coating by spray application. d. Proof of any necessary federal, state or local permits or licenses necessary for the project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. 1.05 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the protective coating manufacturer's recommendations. B. The protective coating for the wet well shall be performed by an Applicator that has performed this same type of work for at least five (5) years. The concrete surface, existing and new, shall be well cleaned and prepared to ensure the coating is firmly secured in place. The surface preparation including, but not limited to sandblasting, roughening, cleaning, patching and /or precoating with suitable materials, shall be performed by the same coating applicator. 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. • ! 59 OF 140 C. Protective coating materials are to be handled according to their material safety data sheets. 1.07 SITE CONDITIONS A. Applicator shall conform to all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. B. Method statements and design procedures are to be provided by City when confined space entry, flow diversion, debris removal or bypass is necessary in order for Applicator to perform the specified work. 1.08 WARRANTY A. Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the City. PART2- PRODUCTS 2.01 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement) must be well cured prior to application of the protective coating. Generally, 28 days is adequate cure time for standard Portland. If earlier application is desired, compressive or tensile strength of the concrete can , be tested to determine if acceptable cure has occurred. (Note: Bond strength of the coating to the concrete surface is generally limited to the tensile strength of the concrete itself.) With the City's prior approval, quick setting cement may be used for the surface repair. B. Cementitious patching and repair materials should not be used unless their manufacturer provides information as to its suitability for topcoating with an epoxy coating. Project specific submittals and procedures should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. C. Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and 60 OF 140 SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 2.02 MANUFACTURER AND APPLICATOR A. Raven Lining Systems, Inc., Tulsa, Oklahoma 800 - 324 -2810 or 918-584 - 2810 or FAX 918 - 582 -4311. The City approved applicator is Ken Thompson Company. Telephone (714) 995 -1371. 2.03 REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the engineer and protective coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. B. As an example, the following products may be accepted and approved by the protective coating manufacturer and could be used within the specifications: 1. 100% solids, solvent -free epoxy grout that can be troweled or sprayed and specifically formulated for optimum epoxy top coating compatibility. The epoxy grout manufacturer shall provide instructions for epoxy top coating procedures. 2. Factory blended, rapid setting, high early strength, fiber reinforced, non- shrink repair mortar that can be troweled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy top coating.. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for top coating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. 3. Shotcrete shall conform to all requirements of ACI- 506.2 -77 as published by the American Concrete Institute, Detroit, MI except as modified by these specifications. Shotcrete composed of Portland Cement, aggregate and water so proportioned as to produce a concrete suitable for pneumatic application. Shotcrete ingredients shall be selected, proportioned in such a manner as will produce sound concrete that is strong, dense and suitable for polymer top coating. Cured shotcrete shall have a minimum surface tensile strength of 300 psi. No coatings shall be applied prior to a full 28 day cure unless test patches of coatings exhibit acceptable bonding 9 0 61 OF 140 characteristics and no outgassing as prescribed herein or the repair mortar manufacturer certifies acceptable topcoating parameters. 2.04 PROTECTIVE COATING MATERIAL A. Raven Lining Systems' 405 epoxy coating system - a 100% solids, solvent -free two- component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications (up to {depends on product] mils in a single coat). Product type Amine cured epoxy Color fsee product data sheet} Solids Content (vol %) 100 Mix Ratio 1:1 {Aquatapoxy) 3:1 {Raven] Compressive Strength {see product data sheet) Tensile Strength, psi {see product data sheet} Tensile Elongation, % {see product data sheet) Flexural Modulus, psi {see product data sheet} Hardness, Type D {see product data sheet) Bond Strength - Concrete > Tensile Strength of Concrete Chemical Resistance to: (Examples) Sulfuric Acid, 10% Immersion Service Sodium Hydroxide, 20% Immersion Service MEK Incidental Contact {include reagents relevant to the project) 2.05 PROTECTIVE COATING APPLICATION EQUIPMENT A. Manufacturer heated plural component spray equipment shall be used in the application of the specified protective coating. 2.06 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT (if spray applied)' A. Spray applied repair mortars shall be applied with manufacturer approved equipment. PART 3 - EXECUTION 3.01 ACCEPTABLE APPLICATORS A. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. • • 62 OF 140 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. B. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Where varying surface temperatures do exist, care should be taken to apply the coating when the surface temperature is falling versus rising (i.e. late afternoon into evening ... as opposed to ... morning into afternoon). 3.03 SURFACE PREPARATION The surface to be coated with the specified product will be exposed to raw sewage, including a major portion of existing concrete exposed to raw sewage (e.g. existing wet well), a portion of existing dry well and a new top concrete slab. A. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify City of any noticeable disparity in the surfaces that may interfere with the proper preparation or application of the repair mortar and protective coating. B. All contaminants including: oils, grease, unsound or incompatible existing coatings, waxes, form release, curing 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- 63 OF 140 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. 3.04 APPLICATION OF REPAIR MATERIALS A. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Project Engineer's recommendations. B. Repair materials shall meet the specifications contained herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Project Engineer according to the City's requirements and the manufacturer's recommendations. C. Cementitious repair materials shall be troweled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No bug holes or honeycomb surfaces should remain after the final trowel procedure of the repair mortar. D. The repair materials shall be permitted to cure according to manufacturer recommendations. E. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating manufacturer's representative or certified applicator to ensure proper finishing for suitability to receive the specified coating. F. After abrasive blast and leak repairs have been performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shot blast or other approved 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. 0 s 64 OF 140 G. All surfaces should be inspected during and after preparation and before the protective coating is applied. 3.05 APPLICATION OF PROTECTIVE COATING A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, and environmental controls during application, safety, and spray equipment. B. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. C. The protective coating material must 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 120 mils for the concrete surface in the existing wet well and at least 80 mils for the concrete surface of the existing dry well and the new top concrete slab. E. Airless spray, application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. Air assisted spray application equipment may be 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 • • 65 OF 140 used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO188 -99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating material can be hand applied to the repair area. All touch -up /repair procedures shall follow the protective coating manufacturer's recommendations. C. Measurement of bond strength of the protective coating to the substrate can be made at regular intervals and along different sections of the structure (i.e.. crown of pipe, wall, invert -- every 200 ft). Bond strength can be measured in accordance with ASTM D4541. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Applicator in strict accordance with manufacturer's recommendations. D. A final visual inspection shall be made by the Inspector and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Applicator. E. The municipal sewer system may be put back into non - severe operational service as soon as the final inspection has taken place. However, for severe corrosion duty such as high concentrations of acids, bases or solvents, 3 to 7 days and/or force cure by heat induction to the coated surfaces may be necessary prior to returning to service. Consult coating manufacturer for further details. END OF SECTION 09960 SECTION 11010 MECHANICAL EQUIPMENT PART 1- 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 • s 66 OF 140 service engineers, receiving, unloading, storage, protection, installation and complete erection of all mechanical equipment required in these Specifications. Installation shall include, but not be limited to, placing, shimming, anchoring, grouting, cleaning, painting, lubricating, assembling, testing and adjusting of all mechanical equipment. Installation shall also include providing all required miscellaneous parts. 1.02 COORDINATION OF WORK The Contractor shall coordinate his work with other disciplines to provide a complete, operational installation. 1.03 RESPONSIBILITY FOR EQUIPMENT The Contractor shall be liable for all damage to the equipment which is to be furnished and installed under this Contract, as well as for any damage to structures or other property, real or personal, resulting from the movement of equipment or installation work. This liability shall continue until the installed equipment is accepted by the City's Representative. 1.04 QUALITY OF EQUIPMENT AND WORKMANSHIP A. Materials of Construction. Equipment and appurtenances shall be designed in conformity with the specified standards as listed herein. Equipment shall be constructed of materials for the conditions of exposure and of such strength to withstand all stresses that may occur during testing, installation, and all conditions of normal operation. B. Conformance to Shop Drawings. Machinery parts shall conform exactly to the dimensions shown on the Shop Drawings. The corresponding parts of the identical machines shall be made interchangeable. Clearance shall be provided for repairs, inspection and adjustment. C. Appearance of Exposed Surfaces. Exposed surfaces shall be finished in appearance. All exposed welds shall be ground smooth and the corners of structural shapes shall be rounded or chamfered for personnel protection. 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 67 OF 140 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 in writing all equipment provided under this Contract in accordance. with the Contract Documents. PART 2- PRODUCTS 2.01 ANCHORS AND SUPPORTS The Contractor shall furnish, install, and protect all guides, bearing plates, anchor and attachment bolts, and all other appurtenances required for the installation. Anchors and supports shall be as shown on the drawings or specified elsewhere. If not shown or otherwise specified, anchors and supports shall be of ample size and strength (refer to Section 1.3.5 herein for seismic design requirements) for the purpose intended and shall be approved by the City's Representative. Cast -in -place anchor bolts shall be furnished where required. Reference the contract drawings for sizes, locations, and materials of such cast -in -place anchors. The Contractor does not have the option of using expansion anchors in lieu of indicated or specified cast -in -place anchors, without Engineer's prior approval The Contractor shall obtain and use shop drawings or suitable templates when required for proper placement of equipment anchors. 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 68 OF 14^0 equipment manufacturer. A one year supply of all necessary lubricants shall be provided by the Contractor for each piece of equipment. B. Flushing ' Oil. All lubricants shall be furnished with flushing oils as recommended by the Manufacturer. This includes, but is not limited to, all gearing and bearings, regardless of whether they have been shipped with or without oil soluble - protective coatings. C. Equipment "Run -In." Following flushing, oil lubricating systems shall be filled. with "run -in" oil as recommended by the equipment manufacturer. The equipment shall be "run -in" at the no -load condition for a minimum of two (2) hours. Following "run -in" and inspection, the equipment is to be drained and flushed again with flushing oil and refilled with lubricant as recommended by the Manufacturer. The schedule for the above procedures is to be submitted for review by the CITY's Representative, at least two (2) weeks prior to the selected procedure starting date. D. Grease Fittings. The grease fittings on all mechanical equipment shall be such that they can be serviced with a single type of grease gun. Grease fittings shall be a standard button -head type. Where locally mounted grease fittings would be difficult to service, the fittings shall be extended -by adequately sized tubing to a point that shall provide accessibility for normal maintenance. Such points shall be located and installed as per the City's directive. 2.03 PROTECTIVE COATINGS AND PAINTING A. General. All equipment and materials shall be painted per the requirements of these contract documents. B. Machined Surfaces. All machined surfaces and shafting shall be cleaned and protected from corrosion by the proper type and amount of coating necessary to assure a minimum protection for two (2) years after shipment. C. Lubricated Components. Oil lubricated gearing, bearings, and other lubricated components, shall be shipped with an oil soluble protective coating as recommended by the Manufacturer. The coating shall be selected to provide protection for two (2) years. 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. 0 0 69 OF 140 2.€14 TOOLS AND ACCESSORIES The Contractor shall furnish, with each type, make or size of equipment, any special tools, wrenches and appliances which may be needed to adjust, operate, maintain or repair the equipment. Such tools and appliances shall be high - grade, properly labeled, and delivered to the CITY with the equipment. Tools shall be furnished with the equipment. PART 3- EXECUTION 3.01 SHOP DRAWING INFORMATION TO BE SUBMITTED BY CONTRACTOR A. General. Contractor shall submit shop drawings, schematics, technical data and all other information as necessary for CITY to evacuate compliance of proposed equipment with the specifications per the requirements of the Supplementary General Conditions, the General Requirements (Section 01001), and individual equipment specifications. Additionally, Contractor shall submit the information listed below as appropriate. B. Tabulation of Additional Equipment or Parts That Are Required For a Complete Installation. The Contractor shall provide a tabulation and detailed description (including cost) of any auxiliary equipment or spare parts required for proper operation and maintenance (by CITY) which are not included in the Bid. C. Tabulation of Special Tools. The Contractor shall provide a list of all special tools to be provided in accordance with Paragraph 2.4. D. Instruction of City's Personnel. Recommended number of days for instruction and training of City's operating personnel, if different than the time specified, and per diem charges for such instruction if such costs are not included in the Bid. 3.02 NOISE REQUIREMENTS All equipment that is specified to meet a certain noise generation limit shall be tested by the Contractor for noise generation after installation, at no additional cost to the CITY. When tested, equipment shall include the complete driver and driven equipment. Eight (8) certified copies of the test shall be submitted to the CITY for approval prior to final acceptance. If the tested equipment exceeds the specified noise limit, the Contractor shall provide corrective measures at no additional cost to CITY, as required to achieve compliance. Such measures may include (but shall not be limited to): Furnishing and installing a stainless steel silencer on the equipment system. Providing a noise reducing enclosure around the equipment. C 70 OF 140 These or other measures shall be implemented by the Contractor as required to achieve the specified maximum noise level. Subsequent to construction of such noise control measures, the Contractor shall retest the modified equipment system. Testing and equipment revision will continue at no additional cost to CITY until compliance with the specified noise limit is achieved. In all instances, copies of certified noise level test methods will be provided to CITY demonstrating the noise characteristics of the equipment system when each test is made. Field measurements shall be taken by competent, trained workmen who have prior experience testing and interpreting the field data obtained for similar installations. 3.03 SHOP TESTING AND SHOP INSPECTION A. Shop Testing By Manufacturer. Manufacturer's standard test procedures shall be required. The Manufacturer shall demonstrate that equipment meets all the requirements of this Specification. The Contractor shall notify the City's Representative in writing, at least five (5) working days prior to commencement of shop tests, of the time and place of all shop tests. B. Shop Inspection By City. The City shall be granted reasonable access to the production and shop test areas of the equipment manufacturer's facility during manufacturing and testing. However, Inspection by the City's Representative will not relieve the Contractor of his responsibility for workmanship, materials and specification requirements. 3.04 SHIPPING AND IDENTIFICATION A. Tagging of Equipment Shipments. The equipment covered in these Specifications shall be fabricated in the minimum number of sub- assemblies- necessary for transportation. Small components or ..- assemblies shall be adequately boxed or crated to prevent damage during shipment. Each assembly or package shall be identified with a durable shipping tag securely attached and plainly marked with the Contractor's order number, Manufacturer's purchase order number and equipment number. All shipments shall be "tagged" by the Contractor with a "wired -on" metal or plastic tag clearly stenciled or lettered with paint or waterproof ink. The information on the tags and cartons should include Contractor's order number, purchase order number, manufacturer's number and the equipment number. Any expense incurred by CITY due to the Contractor's failure to do so will be back charged or deducted from his Contract. 71 OF 140 B. Equipment Nameplates. Each piece of equipment shall be provided, with a substantial stainless steel nameplate, securely fastened in a conspicuous location and clearly inscribed with the Manufacturer's name, year of manufacture, serial number, principal rating data and equipment item number. C. Equipment Openings. All openings shall be covered with plywood, plastic or wood plugs or shields to prevent debris from entering the assemblies. D. Lifting. Each assembly or sub - assembly shall have lifting lugs to facilitate erection. 3.05 OPERATING AND MAINTENANCE MANUALS Operation and Maintenance Manuals shall be furnished in accordance with the Supplementary General Conditions, the General Requirements (Section 01001), and individual equipment specifications. 3.06 INSTALLATION OF EQUIPMENT A. General. The Contractor's work procedure shall conform to the Manufacturer's installation instructions and shall be consistent with manufacturer's performance warranties unless expressly directed otherwise by the City's Representative. B. Leveling of Equipment. Equipment shall be erected level and plumb on the foundations and supports at the locations and elevations shown on the Drawings, unless otherwise directed by the City's Representative during installation. The equipment shall be brought to proper level with metallic wedges, shims, or backing nuts. Precision gauges and levels shall be used in setting all equipment. After the machine has been leveled and aligned, the nuts on the anchor bolts shall be tightened to anchor the machine firmly into place against the shims and backing nuts. Wedges shall be removed after shimming. Grout placed beneath equipment bases shall be as specified in these contract documents, and shall be installed in accordance with the manufacturer's instructions. C. Access For Maintenance and Operation. All equipment shall be installed in such a manner as to provide access for routine maintenance and lubrication. D. Portable Equipment. Equipment of a portable nature that requires no installation shall be delivered to a location. designated by the City's Representative. 72 OF 140 3.07 MECHANICAL START -UP Once the equipment has been installed, complete with all auxiliary and support systems, and is ready for operation, the Contractor shall mechanically check out the equipment to verify that the equipment functions correctly under "non - process" conditions. The equipment shall be fine - tuned, adjusted, water tested, where. applicable, .and. completely checked out before the equipment and support systems are considered ready for process start-up. The Contractor will be responsible for coordinating this effort and providing all support services and facilities necessary for work effort. The equipment will not be considered ready for process start -up until the City's Representative is satisfied that the equipment has been satisfactorily checked - out and successfully passed a "non- process" test run. END OF SECTION 11010 SECTION 11100 PUMPS,GENERAL PART1-- GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide all pumps and pumping appurtenances, complete and operable, in accordance with the Contract Documents. B. The provisions of this Section shall apply to all pumps and pumping equipment except where otherwise indicated in the Contract Documents. C. Unit Responsibility: The pump manufacturer shall be made responsible for furnishing the WORK and for coordination of design, assembly, testing, and installation of the WORK of each pump Section; however, the CONTRACTOR shall be responsible to the OWNER for compliance with the requirements of each pump Section. D. Single Manufacturer: Where 2 or more pump systems of the same type or size are required, the pumps shall all be produced by the same manufacturer. E. 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 r ! 73 OF 140 4. National Electrical Code 5. Uniform Building Code F. 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. G. Standards of the Hydraulic Institute H. 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 City may have. All pumps shall be painted in accordance with section 09900. 1.02 SUBMITTALS In addition to the requirements of the special provisions, the following shall also be supplied. A. Shop Drawings: Shop Drawings shall contain the following information: 1. Pump name, identification number, and specification Section number. 2. Performance data curves showing head, capacity, horsepower demand, NPSH required, and pump efficiency over the entire operating range of the pump. The equipment manufacturer shall indicate separately the head, capacity, horsepower demand, overall efficiency, and minimum submergence required at the design flow conditions and the maximum and minimum flow conditions. 3. The CONTRACTOR shall require the manufacturer to indicate the limits on the performance curves recommended for stable operation without surge, cavitation, or excessive vibration. The stable operating range shall be as wide as possible based on actual hydraulic and mechanical tests. 4. Assembly and installation drawings including shaft size, seal, coupling, bearings, anchor bolt plan, part nomenclature, material list, outline dimensions, and shipping weights. 5. Electric motor datasheet for the proposed pumps. 6. Elevation of proposed focal control panel showing panel- mounted devices, details of enclosure type, single line diagram of power distribution, and 74 OF 140 current draw of panel, and list of all terminals required to receive inputs or to transmit outputs from the local control panel. 7. Wiring diagram of field connections with identification of terminations between local control panels, junction terminal boxes, and equipment items. 8. . Complete, electrical. schematic. diagram.. 9. Deviations from the proposed arrangement and specifications based on the factory built equipment and any prefabricated items. B. Technical Manual: The Technical Manual shall contain the required information for each pump Section. C. Spare Parts List: A spare parts list shall contain the required information for each pump Section. D. Manufacturer's Sample Form for reporting the factory performance test results: Submit at least two weeks before the factory 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. E. Factory Test Data: Signed, dated, and certified factory test data for each pump system which requires factory testing, submitted for review and approved at least two weeks prior to shipment of the equipment. 1. Manufacturer's certification of proper installation. 2. CONTRACTOR'S certification of satisfactory field testing. F. Manufacturer's Proposed Warranty G. 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 s s 75 OF 140 .• Emergency 3. Maintenance Instruction • Maintenance instructions and schedule • Parts identification and assembly illustrations • Parts list and predicted life of parts subject to wear H. Product Handling 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. 2. 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. 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 providing the requested equipment. K. Spare Parts A. The following spare parts shall be supplied: One (1) assembled power frame with stainless steel shaft and shaft sleeve, sealed bearings, seal box, mechanical seal, stainless steel wear plate, stainless steel impeller and impeller washer, stainless steel impeller bolt, and coupling elastomer insert for each type of pump. 76 OF 140 2. One (1) mechanical seal assembly for each dry pit pump and submersible motor. 3. One (1) impeller for each pump. 4. Three (3) sets of "O" rings and gaskets for each dry pit pump and submersible. motor.... . 5. One (1) stainless steel shaft sleeve for each dry pit pump. 6. One (1) set of sealed bearings for each pump and motor. B. All spare parts shall be packed in containers that are clearly identified with indelible markings on the containers. L. 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 troubleshootingwith'necessary test equipment. Training shall be specific to the models of equipment provided. PART 2 -- PRODUCTS 2.01 GENERAL A. Compliance with the requirements of the individual pump Sections may necessitate modifications to the manufacturer's standard equipment. B. Performance Curves: All centrifugal pumps shall have a continuously rising curve or the system operating range shall not cross the pump curve at two different capacities or "dip region." Unless indicated otherwise, the required pump shaft horsepower at any point on the performance curve shall not exceed the rated horsepower of the motor or engine or encroach on the service factor. 0 E 77 OF 140 C. All components of each pump system provided under the pump Sections shall be entirely compatible. Each unit of pumping equipment shall incorporate all basic mechanisms, couplings, electric motors or engine drives, variable speed controls, necessary mountings, and appurtenances. D. 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. 2.02 MATERIALS A. All materials shall be suitable for the intended application; materials not indicated shall be high - grade, standard commercial quality, free from all defects and imperfections that might affect the serviceability of the product for the purpose for which it is intended, and shall conform to the following requirements: 1. Cast iron pump casings and bowls shall be of close- grained gray cast iron, conforming to ASTM A 48 - Gray Iron Castings, Class 30, or equal. 2. Stainless steel pump shafts shall be Type 316. Miscellaneous stainless steel parts shall be Type 316. 3. Anchor bolts, washers, and nuts in Standard Service (Non- Corrosive Application) shall be stainless steel in accordance with the requirements of Section 05500 - Miscellaneous Metalwork. Anchor bolts, washers, and nuts in Corrosive Service as defined in Section 05500 shall be stainless steel in accordance with that Section. 2.03 PUMP COMPONENTS - GENERAL A. Flanges and Bolts: Suction and discharge flanges shall conform to ANSI /ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800 or ANSI /ASME B16.5 - Pipe Flanges and Flanged Fittings dimensions. B. Handholes: Handholes on pump casings shall be shaped to follow the contours of the casing to avoid any obstructions in the water passage. C. Drains: All gland seals and air valves, shall be piped to the nearest floor sink or drain, with copper tube, properly supported with brackets. D. Stuffing Boxes: Where stuffing boxes are indicated for the pump seal, they shall be of the best quality, using the manufacturer's suggested materials best suited for the specific application. For sewage, sludge, drainage, and liquids containing 0 0 78 OF 140 sediments, the seals shall be fresh -water flushed, using lantern rings. If fresh water is not available, the seal shall be flushed with product water cleaned by a solids separator as manufactured by John Crane Co., Lakos (Claude Laval Corp.), or equal. 1. Conventional Packing Gland Type Seal: Unless otherwise indicated, the packing material- .shall.,be. interlaced.. Teflon braiding, containing 50 percent ultrafine graphite impregnation to satisfy the following. Acceptable ring materials are asbestos -free die - molded packing rings of braided graphite material free of PTFE, Chesterton 1400R, or equal for non - potable water service and braided PTFE material, Chesterton 1725 or equal that is listed under NSF Standard 61 for potable water service. Shaft speeds up to 2500 fpm Temperature up to 500 degrees F pH range 0 -14 2. Mechanical Seals (Conventional Non -Split Type): Mechanical seals shall be product flushed unless indicated otherwise. Mechanical seals shall be as manufactured by the following, or equal: Sewage, Sludge, or Single seals John Crane Type 21 Silicon Wastewater Pumps Carbide E. Where indicated, a buffer fluid must be circulated a minimum 20 psi above discharge pressure, or as required by the manufacturer,. in order to maintain reliable seal performance. F. Mechanical seals for all services shall be equipped with nonctogging, flexible — mounted seats with elastomer secondary seals. Wetted metal parts shall be Type 316 stainless steel, Alloy 20, or Hastelloy B or C, whichever has the best corrosion resistance to the pumped fluid. Dual cartridge seals shall be double balanced to allow for seal integrity in case of flush water pressure reversal. All single and double seals shall have springs in the non -wetted end of the seal. 2.04 PUMP APPURTENANCES A. Nameplates: Each pump shall be equipped with a stainless steel nameplate indicating serial numbers, rated head and flow, impeller size, pump speed, and manufacturer's name and model number. 0 9 79 OF 140 B. Solenoid Valves: The pump manufacturer shall provide solenoid valves on the water or oil lubrication lines and on all cooling water lines. Solenoid valve electrical ratings shall be compatible with the motor control voltage. C. Gauges 1. All pumps (except sample pumps and sump pumps, shall be equipped with pressure gauges installed at pump discharge lines. Pump suction lines shall be provided with compound gauges. Gauges shall be located in a representative location, where not subject to shock or vibrations, in order to achieve true and accurate readings. 2. Where subject to shock or vibrations, the gauges shall be wall - mounted or attached to galvanized channel floor stands and connected by means of flexible connectors. 2.05 FACTORYTESTING A. The following tests shall be conducted on each indicated pump system: 1. Motors: Electric motors shall be tested in accordance with Section 11040. Test results shall be furnished to the pump manufacturer prior to the pump test. 2. Pump Systems: All centrifugal pump systems with drives 7 -1/2 hp up to and including 125 hp shall be tested at the pump factory in accordance with the Hydraulic Institute (HI 1.6) acceptance Level "A" (HI 2.6) as approved by the Hydraulic Institute. Tests shall be performed using the complete pump system to be furnished, including the project motor and variable speed drive if equipped with variable speed drive. For pumps with motors smaller than 100 hp, the manufacturer's certified test motor shall be acceptable. Testing of prototype models will not be acceptable. The following minimum test results shall be submitted: a. Hydrostatic test results b. At maximum speed, a minimum of five hydraulic test readings between shutoff head and 25 percent beyond the maximum indicated capacity, recorded on data sheets as defined by the Hydraulic Institute. For variable speed driven pumps, each pump shall be tested between maximum and minimum speed at 100 rpm increments. c. Pump curves showing head, flow, bhp, and efficiency requirements. d. NPSH required test curve if required by the pump specification. Otherwise, a calculated NPSH required curve may be submitted. 80 OF 140 e. Certification that the pump shaft horsepower demand did not exceed the rated motor horsepower of 1.0 service rating at any point on the curve. 3. Acceptance: In the event of failure of any pump to meet any of the requirements, the CONTRACTOR shall make all necessary modifications, repairs, or replacements to conform to the requirements of the Contract Documents and the pump shall, be re- tested until found satisfactory. PART 3 -- EXECUTION 3.01 SERVICES OF MANUFACTURER A. Inspection, Startup, and Field Adjustment: Where required by the individual pump Sections, an authorized service representative of the manufacturer shall visit the Site for the number of days indicated in those sections to witness the following and to certify in writing that the equipment and controls have been properly installed, aligned, lubricated, adjusted, and readied for operation. 1. Installation of the equipment 2. Inspection, checking, and adjusting the equipment 3. Startup and field testing for proper operation 4. Performing field adjustments to ensure that the equipment installation and operation comply with requirements B. Instruction of the Owner's Personnel 1. Where required by the individual pump Sections, an authorized training representative of the manufacturer shall visit the Site for the number of days indicated in those Sections to instruct the OWNER'S personnel in the operation and maintenance of the equipment, including step -by -step troubleshooting with necessary test equipment. Instruction shall be specific to the models of equipment provided. 2. The representative shall have at least 2 years experience in training. A resume for the representative shall be submitted. 3. Training shall be scheduled a minimum of 3 weeks in advance of the first session. 4. Proposed training material and a detailed outline of each lesson shall be submitted for review. Comments shall be incorporated into the material. 5. The training materials shall remain with the trainees. 0 0 81 OF 140 6. The OWNER may videotape the training for later use with the OWNER'S personnel. 3.02 INSTALLATION A. General: Pumping equipment shall be installed in accordance with the manufacturer's written recommendations. B. Alignment: All equipment shall be field tested to verify proper alignment and freedom from binding, scraping, shaft runout, or other defects. Pump drive shafts shall be measured just prior to assembly to ensure correct alignment without forcing. Equipment shall be secure in position and neat in appearance. C. Lubricants: The CONTRACTOR shall provide the necessary oil and grease for initial operation. 3.03 PROTECTIVE COATING A. Materials and equipment shall be coated as required in Section 09960 — Coating Systems. 3.04 FIELD TESTS A. Each pump shall be field tested after installation to demonstrate: 1. Satisfactory operation without excessive noise and vibration. 2. No material loss caused by cavitation. 3. No overheating of bearings. 4. Indicated head, flow, and efficiency at design point. B. The following field testing shall be conducted: 1. Startup, check, and operate the pump system over its entire speed range. For constant speed pump, the pump and motor shall be tested at max RPM. 2. Check each power lead to the motor for proper current balance for constant speed pump. 3. Determine bearing temperatures by contact type thermometer. A run time until bearing temperatures have stabilized shall precede this test, unless insufficient liquid volume is available (Dry pit pump and motor bearings). 4. Electrical and instrumentation tests shall conform to the requirements of the sections under which that equipment is specified. 9 0 82 OF 140 C. Field testing will be witnessed by the ENGINEER. The CONTRACTOR shall furnish 3 days advance notice of field testing. D. In the event any pumping system fails to meet the indicated requirements, the pump shall be modified or replaced and re- tested as above until it satisfies the requirements. E. After each pumping system has satisfied the requirements, the CONTRACTOR shall certify in writing that it has been satisfactorily tested and that all final adjustments have been made. Certification shall include the date of the field tests, a listing of all persons present during the tests, and the test data. F. The CONTRACTOR shall be responsible for all costs of field tests, including related services of the manufacturer's representative, except for power and water, which the CITY will bear. If available, the CITY operating personnel will provide assistance in field testing. SECTION 11136 VERTICAL VORTEX PUMPS PART1 -- GENERAL 1,01 THE REQUIREMENT A. The CONTRACTOR shall provide vertical vortex pumps and appurtenant work, complete and operable, in accordance with the Contract Documents. B. The requirements of Section 11100 - Pumps, General apply to this Section. C. The Supplier shall examine the Site conditions, intended application, and operation of the pump system and recommend the pump which will best satisfy the indicated requirements. PART 2 -- PRODUCTS 2.01 GENERAL DESCRIPTION A. Identification Pump Name Raw Sewage Pump Raw Sewage Pump Equipment Number P -1001, P -1002 P -1001 Quantity 2 1 0 9 83 OF 140 B. Operating Conditions: The WORK of this Section shall be suitable for long term operation under the following conditions: Duty Intermittent Intermittent Drive Constant speed Constant speed Ambient environment Indoors Indoors Ambient temperature, degrees F 40 to 100 40 to 100 Ambient relative humidity, percent 20 to 100 20 to 100 Fluid temperature, degrees F 40 to 100 40 to 100 Fluid Service Raw Sewage Raw Sewage Fluid pH range 6 to 9 6 to 9 Minimum available NPSH, ft 33 33 Maximum size of spheres to pass, in. dia 4 4 C. Performance Requirements Maximum shutoff head, 33 98 ft Design flow capacity, 210 100 gpm Design flow pump 35 90 head, TDH ft Maximum motor speed, 1150 1750 rpm Minimum motor size, hp 71/2 15 9 D. Pump Dimensions 0 84 OF 140 Min impeller diameter, 10 10 in fusion bonded epoxy coating Min suction flange size, 4 4 in Wear Plate 316 stainless steel wear plate located above the Min discharge flange 4 4 size, in to limit deflection of the impeller centerline to 6 mils Suction flange rating, 125 125 ANSI, psi Bearings (sealed) Single ball or roller and radial bearings, 100,000 hours Discharge flange rating, 125 125 ANSI, psi 2.02 PUMP REQUIREMENTS A. General: All components shall be designed to safely withstand forces resulting from flow reversals up to 125 percent of maximum speed within the pump during shutdown caused by power failure. B. Construction: Construction of vertical vortex pumps shall conform to the following requirements: Casing and frame Cast iron, with 2 to 3 percent nickel added, back pull- out design. Minimum 1/2-inch taps for gauges with fusion bonded epoxy coating Impeller 316 stainless steel, vortex design, 7 -vane type, statically and dynamically balanced Wear Plate 316 stainless steel wear plate located above the impeller to protect the seal and seal box Pump shaft 316 high strength stainless steel, of sufficient section to limit deflection of the impeller centerline to 6 mils when operating at continuous maximum load Shaft sleeve Type 316 stainless steel, hardened for the seal box Bearings (sealed) Single ball or roller and radial bearings, 100,000 hours L -10 life, at full load and max speed, to accept the full, maximum unbalanced thrust imposed on the pump 85 OF 140 Coupling 2 -piece heavy -duty jaw type coupling with a compression elastomer insert rated for 25 HP, and finger guards Seal Plate 316 stainless steel, designed for a single inside mechanical seal Seal Single mechanical seal, cooled and lubricated by the product being pumped Lubrication Grease, with addition and relief fittings Pump base 316 stainless steel, with drain Suction elbow 4 "x4 ", cast iron, flanged, with handhoie, contoured 2.03 MOTOR A. Each dry -pit solids - handling pump shall be driven by a premium efficiency, electric squirrel cage induction motor, 1.15 service factor, normal thrust, C -face, vertical solid shaft, 254 TC frame, 230 volts, 3 phase, 60 Hz power, total enclosed fan cooled (TEFC). The motor nameplate horsepower rating shall not be exceeded by the brake horsepower requirements of the specified head and capa conditions. Torque and slip characteristics shall be as recommended by the manufacturer of the driven equipment. B. The motor shall be Class 1, Division 1, Group C and D explosion -proof for hazardous locations. The motor enclosure shall be TEFC explosion proof. C. The stator winding and lead shall be insulated with moisture - resistant Class F insulation for continuous duty in 80 °C rise. The motor shall be designed for continuous duty capable of minimum of ten (10) starts per hour. D. Bearings: Provide bearings that are designed to give 3 years B -10 life for the conditions specified in continuous operation, proportions, mountings, and adjustments consistent with best modern practices for all applied radial and thrust loads at specified speeds. Sleeve Bearings are not acceptable. E. Balance 1. All motors shall be dynamically balanced. The use of solder or similar deposits is not acceptable. Any parent metal removed to • 0 86 OF 140 achieve dynamic or static balance shall be removed in a manner that will maintain the structural integrity of the rotor. G. Coating The pump power frame and motor shall be shop coated with primer paint, and field,coated: with a. finish coat per Section 09900. H. Quality Assurance Pumps are to be engineered and manufactured under a written Quality Assurance program. The Quality Assurance program is to be in effect for at least five (5) years, to include a written record of periodic internal and external audits to confirm compliance with UL Quality Assurance specifications. PART 3 -- EXECUTION 3.01 SERVICES OF MANUFACTURER A. Inspection, Startup, and Field Adjustment: The service representative of the manufacturer shall be present at the Site for 3 work days, to furnish the services required by Section 11100. B. Instruction of OWNER'S Personnel: The training representative of the manufacturer shall be present at the Site for 3 work days to furnish the services required by Section 11100. C. For the purposes of this paragraph, a work day is defined as an 8 hour period, excluding travel time. D. The ENGINEER may require that the inspection, startup, and field adjustment services above be furnished in 3 separate trips. END OF SECTION 11136 SECTION 11148 SUBMERSIBLE VORTEX PUMPS PART 1 -- PRODUCTS 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide submersible non -clog pumps and appurtenances, complete and operable, in accordance with the Contract Documents. B. The requirements of Section 11100 Pumps, General apply to this Section. • 87 OF 140 C. The Supplier shall examine the Site conditions, intended application, and operation of the pump system and recommend -the pump which will best satisfy the indicated requirements. PART 2 -- GENERAL 2.01 GENERAL DESCRIPTION A. Identification Pump Name Raw Sewage Pump Equipment number P -1002 Quantity 1 Location China Cove Pump Station B. Operating Conditions: The WORK of this Section shall be suitable for long term operation under the following conditions: Duty Intermittent Drive Constant Speed Ambient environment Submerged Ambient temperature, degrees F 40 to 100 Ambient relative humidity, percent 20 to 100 Fluid service Raw Sewage Fluid temperature, degrees F 40 to 100 Fluid pH range 6 to 9 Minimum available NPSH, ft Flooded Maximum size spheres to pass, in. diameter 4 Sump classification in accordance with National Electrical Code Class 1, Division 1, Groups C and D Pump removal method Rails Power supply 240 -volt, 3- phase, 60 Hz 9 C. Performance Requirements O Maximum shutoff head, ft 98 Design flow capacity, gpm 100 Design flow pump head, TDH, ft 90 Maximum motor speed, rpm 1750 Minimum motor size, hp 15 D. Pump Dimensions Size of discharge flange, inches 4 Flange rating, ANSI, psi 125 2.02 PUMP REQUIREMENTS A. General 1. Each pump shall be capable of continuous operation at full load with a water level of 36- inches above the invert of the wet pit, without cavitation or overheating of the motor. 2. Each pump, with its cable and appurtenances, shall be able to withstand continuous submergence to a minimum depth of 65 feet, whether running or off, without leakage. 3. Each pump shall be able to operate for short periods at zero static suction head without causing any damage to any part of the unit. B. Pump Construction: Construction of submersible non -clog pumps shall conform to the following requirements: Connections Machined metal -to- metal, non - spark, quick disconnect type, for withdrawal of unit from above without disconnecting pipe. When lowered into place, the pump shall automatically connect and lock into the discharge pipe, allowing for zero leakage at all anticipated pump heads. 89 OF 140 Pump Design . Single stage, centrifugal type, close - coupled to submersible electric Impeller motor, for operation in wet pit. Impeller 316 stainless steel 7 vane vortex impeller to handle raw unscreened Motor Shaft sewage, solids, and fibrous materials. Bearings Permanently- lubricated, heavy -duty axial and radial ball or roller Mechanical seals bearings top and bottom, with a minimum L -10 life of 50,000 hours, at continuous, maximum load and speed, supported by detailed calculations, to be submitted with the Shop Drawings. Seals Dual mechanical tandem, one stationary and one revolving shaft seals with individual springs, tungsten carbide or silicon carbide ring, each not requiring any maintenance, and capable of withstanding 1.5 times pump shutoff head. The seals shall be oil lubricated, with moisture detector probes, alarm, and test circuits. Oil Chamber To supply oil for lubrication and cooling of the upper shaft seal. Support Cast duckfoot bend or discharge elbow with, machined face, anchored to Sump floor. Electrical . Motor Include necessary cables for power connection, moisture detection, Cables and overload protection, sheathed, coded, and suitable for submersible pumps, and of sufficient length for direct connection to the terminal boxes indicated. Cables shall be connected to the pumps and tested at the factory. Lifting Devices Type 316 stainless steel guide rails with brackets and stainless steel lifting system of sufficient operating length. C. Materials Pump volute;'end motor frame cast iron Impeller 316 stainless steel, statically and dynamically balanced Motor Shaft Type 316 stainless steel Exposed bolts, nuts, washers Type 316 stainless steel Mechanical seals Independently operating tandem tungsten - carbide or silicon carbide and carbon rings with stainless steel springs Wear Plate Type 316 stainless steel designed to protect the motor bracket and mechanical seal 90 OF 140 .2.03 MOTOR A. .Approval: The pumping system, including the motor and wiring, shall be approved by a nationally approved testing agency for explosion -proof service. .The system, shall be..rated Class I, Division 1, Group C and D service as determined by the National Electric Code and approved by a nationally recognized testing agency (UL) at the time of bidding of the project. The CONTRACTOR shall include in the bid a copy of the certificate of approval. B. insulation: The pump motors shall be designed for continuous duty in hazardous locations. The stator and stator leads shall be moisture - resistant, triple varnished and insulated according to Class F, capable of withstanding a temperature rise of up to 155 degrees C. The allowable temperature rise of the motor at full load condition shall not exceed 80 degrees C. C. Stator: The motor stator shall be mounted in an air - filled, watertight casing and shall not be fixed in place by externally- mounted screws which may cause leakage in the motor. D. Motor Rating: Motors shall have service factors of 1.15 or greater. For motors driven by variable frequency drives, motor horsepower shall be the greater of: 1: Non - overloading conditions throughout the normal operating range of the pump curve. 2. 1.15 times the horsepower required by the pump at maximum indicated flow. E. Cable Entry: The cable entry water seal design shall be such that it precludes specific torque requirements to ensure a watertight and submersible seal. It shall permit no entry of water into any high voltage area even if the cable is severed below the water level. F. Motor Protection: Integral thermal sensors in the motors, one for each phase, shall be provided to monitor stator temperatures. These sensors shall be used in conjunction with and supplemented by external motor over - current protection located at the control panel. 2.04 PUMP CONTROLS A. Pumps shall be controlled in accordance with Section 16000 — General Electrical and Motor Control Panel. 2.05 FACTORY TESTING AND SHIPMENT A. In addition to the factory tests in Section 11100, the following procedures shall be included with the factory test prior to shipment: 0 91 OF 140 1. Verification of the pump characteristic curves by testing at 114, 1/2, 314, 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 simulating the actual operating conditions after installation, whether submerged, semi - submerged, or dry. 3. Pump seals shall be designed for complete water tightness at 65 feet submergence for 30 minutes and data on factory testing and quality control shall be submitted with the Shop Drawings. 4. 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 ready for operation. 5. Finished ferrous surfaces not painted shall be properly protected to prevent rust and corrosion. 6. The finished surfaces of exposed flanges shall be protected by strong wooden blind flanges. 7. Each pump shall be properly crated to protect against damage during shipment. PART 3 -- EXECUTION 3.01 INSTALLATION A. In addition to the requirements of Section 11100, the CONTRACTOR shall ensure that anchor bolts are set only after the discharge piping has been properly installed, to ensure exact fit with embedded piping components. 3.02 SERVICES OF MANUFACTURER A. Inspection, Startup, and Field Adjustment: The service representative of the manufacturer shall be present at the Site for 2 work days, to furnish the services required by Section 11100. B. Instruction of OWNER'S Personnel: The training representative of the manufacturer shall be present at the Site for 1 work days to furnish the services required by Section 11100. C. For the purposes of this paragraph, a work day is defined as an eight hour period, at the Site, excluding travel time. END OF SECTION 11148 0 0 92 OF 140 SECTION 15070 MISCELLANEOUS PIPING AND APPURTENANCES PART 1- GENERAL 1.01 DESCRIPTION This section includes materials, installation and testing of miscellaneous piping, fittings and appurtenances not covered in other sections. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 09900: Painting and Coating. 1.03 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit manufacturer's catalog data and descriptive literature showing" dimensions and materials of construction. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be based on the unit price per linear foot or shall be included as part of the assembly in which the work is included, all in accordance with the bid amount stated in the Proposal. PART 2- PRODUCTS 2.01 POLYVINYL CHLORIDE PIPE (PVC) AND FITTINGS A. General: All plastic drainpipe and fittings shall be unplasticized polyvinyl chloride (PVC) Type I, Grade 1 Normal Impact PVC conforming to ASTM D1784. All pipes shall meet the applicable requirements and specifications of the National Sanitation Foundation Testing Laboratories, Inc. B. PVC pipe shall be made from all new rigid unplasticized polyvinyl chloride and shall be normal impact (Type 1) Schedule 80 unless otherwise shown. Elbows and tees shall be of the same material as the pipe. Unless otherwise shown, joints shall be solvent - welded in accordance with the manufacturer's instructions. Expansion joints or pipe bends shall be provided to absorb pipe expansion over a temperature range of 100° F. 0 1 0 93 OF 140 2.02 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 N rubber gaskets. Unless noted otherwise, couplings shall be Victaulic Style 77, or approved equal. 2.03 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 118 -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 BI.I, coarse thread series, Class 2 fit. Bolt length shall be such that after the joints are made up, the bolts shall protrude through the nut, but not more than 1/2 -inch. Flanges on steel pipe shall be welded to the pipe in accordance with AWWA C207. All bolts and nuts for buried flanges and flanges located outdoors above ground shall be Type 316 stainless steel conforming to ASTM A 193, Grade B8M for bolts and ASTM A 194, Grade 8M for nuts. 2.04 SLEEVE -TYPE COUPLINGS Sleeve -type couplings shall be furnished where shown, and shall be Rockwell Style 411 standard length or long sleeve; Dresser Style 38 standard length or Style 40 long sleeve; or approved equals, as required. Couplings shall be of steel, without pipe stop, and shall be of sizes to fit the pipe and fittings shown. The middle ring shall not be less than 1/4- inch in thickness, and shall be either 5 or 7 inches long for standard couplings. Buried sleeve -type couplings shall be epoxy- coated and provided with steel bolts and nuts coated with E/M lubricants system No. 1201. All sleeve -type couplings outside the pump building shall be insulating type, Rockwell Catalog No. 416, or approved equal. 2.05 GASKETS Except as otherwise provided, gaskets for flanged joints shall be 1/16 -inch thick laminated asbestos fiber, Granite, or approved equal. Wherever blind flanges are shown, the gaskets shall consist of 1116 -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. � J 94 OF 140 2.06 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. 2.07 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 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 0 0 95 OF 140 prevent damage or injury to all piping and appurtenances during handling and installation. END OF SECTION 15070 SECTION 15074 HANGERS AND SUPPORTS PART 1 - GENERAL 1.01 DESCRIPTION The work of this section consists of providing necessary materials and installation to property 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 and Masonry Construction. C. Section 09900: Painting and Coating. D. Section 11000: Pump General. E. Section 11136: Vertical Non -Clog. F. Section 11148: Submersible Non -Clog Pumps. G. Section 16000: General Electrical and Motor Control Panels. 1.03 QUALITY ASSURANCE Standards, codes, rules and regulations as established by Section 11010. 1.04 SUBMITTALS A. Shop Drawings: Submit certified drawings showing all details of pipe, electrical conduit, ductwork and miscellaneous support devices. Shop drawings shall include all details of construction, anchor size, hanger rod sizes, bar sizes, weld sizes, mounting dimensions and overall space requirements. B. Manufacturer's Literature: Submit manufacturer's literature for all channels, Clevis hooks, straps, hanger rod, anchors, fasteners, and related material used in their utility support systems. PART 2- PRODUCTS 2.01 FRAMING SUPPORT SYSTEMS 0 96 OF 140 A. As called out on the drawings and as required to provide adequate support, use framing systems as manufactured by Unistrut Corporation of Wayne; MI - 48184, Caine- Strut, 1400 Watsoncenter Road, Wilmington, CA 90744, or equal. B. All fasteners shall be stainless steel conforming to Sections 05120 - Structural Steel and Miscellaneous Metalwork. C. All materials shall be hot - dipped galvanized steel. D. Continuous insert embedment channel shall be Unistrut P -3300 Series, Cain Strut No. C-3450/70, or equal. 2.02 CABLE TRAYS Shall be Unistrut tray system 31-2, in widths as shown on the Drawings and with 18 -inch rung spacing. Tray shall be supported on five -foot maximum 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, '/2 -inch diameter flexible connector and eye rod inserted in the ceiling. 97 OF 140 PART 3- EXECUTPON 3.01 PIPE SUPPORT Pipes shall be supported as shown on the Drawings, otherwise use appropriate type of support. Supports shall be used to meet all criteria herein, regardless of whether or not indicated on the drawings. No pipe shall be left unsupported whenever a change in direction of line or flow takes place. At least one support shall be provided between every two couplings. Supports shall be provided for all valves and other metallic appurtenances. In no case shall the distance between supports exceed the following unless specifically indicated otherwise on the drawings or specified otherwise in other sections. Pipe Size Maximum Span Between Inches Supports (Feet) 1/2-3/4 5 1 6 1 -1/4 -2 8 3 10 4 12 3.02 ELECTRICAL CONDUIT SUPPORT - See Section 16000 3.03 MISCELLANEOUS HARDWARE Support as shown. When not shown, support as required to form a solid, rigid, strong installation satisfactory to the Engineer. 3.04 COLD GALVANIZED All field cut bare metal not designated to be painted. END OF SECTION 15074 0 98 OF 140 SECTION 15120 MISCELLANEOUS VALVES AND APPURTENANCES PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and installation of miscellaneous valves, including plug valves, air release valves, flap valves, check valves, solenoid valves, ball valves, small gate valves and backflow preventors. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 09900: Painting and Coating. 1.03 SUBMITTALS A. Submit shop drawings in accordance with the Special Provisions. B. Submit manufacturer's catalog data and detail construction sheets showing all valve parts and describing.by material of construction and specifications (such as AISI, ASTM, SAE, or CDA). C. Show valve dimensions including laying lengths. Show dimensions and orientation of valve operators, as installed on the valves. D. Show valve linings and coatings. 1.04 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included as part of the bid amount stated in the Proposal for the assembly in which the valves are included. PART 2 - PRODUCTS 2.01 GENERAL Valves shall have the name of the manufacturer and the size of the valve cast or molded onto the valve body or bonnet or shown on a permanently attached plate. All valves shall be of new and current manufacture. 2.02 PLUG VALVE Plug valves shall be of the non - lubricated, eccentric type with resilient faced plugs and flanged as shown on the plans. Flanged valves shall be faced and 0 0 99 OF 140 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. 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. 2.03 • 0 100 OF 140 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.ModelAD0 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 extemal 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 Disc, Disc arm Seat Disc seat Pivot shaft Cast iron Bronze Bronze or Stainless Steel Buna -N or metal Stainless steel ASTM A126, GR. B ASTM B62 Rubber faced ASTM B62 Type 316 Mfr's specs Type 17 -4PH or Type 316 • • 101 OF 140 The valve shall be Model #106 as manufactured by Kennedy Valve Company or approved equal. B. 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 70 °F and shall have 900 ON /OFF actuation. Valve shall be a true union ball valve as manufactured by Colonial Engineering Company (Kalamazoo, Michigan; Sizes 1/2 inch to 4 inches) M &T Plastic Inc. (East Syracuse, NY; Sizes 1/2 inch to 6 inches); The Harrington Corporation (Lynchburg, Virginia; Sizes 1/2 • • 102 OF 140 inch to 4 inches); Ryan Herco Products Corporation (Burbank, California; Sizes 112 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..a.11, 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. 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. i 103 OF 140 B. Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing threaded valves. Joints shall be watertight. 3.02 PAINTING AND COATING A. Coat metal valves located above ground or in vaults and structures in accordance with Section 09900. Apply the specific prime coat at the place of manufacture. Apply finish coat in field. Finish coat shall match the color of the adjacent piping. Coat hand wheels the same as the valves. B. Coat buried metal valves at the place of manufacture per Section 09900. C. Coat metal valves 4 inches and larger on the interior metal parts, excluding seating areas and bronze and stainless steel pieces. Sandblast surfaces in accordance with SSPC SP -5. Apply two coats of epoxy resin (Keysite 740, Scotchkote 302, or equal) to a minimum dry- film thickness of 10 mils total. Follow the paint manufacturer's application recommendations; including minimum and maximum drying time between the required two coats. Remove any contaminants adjacent to the seats in order to obtain a bond. 3.03 VALVE PRESSURE TESTING Test valves at the same time that the connecting pipelines are pressure tested. See testing requirements of the Standard Specifications. Protect or isolate any parts of valves, operators, or control and instrumentation systems whose pressure rating is less than the test pressure. END OF SECTION 15120 SECTION 16000 GENERAL ELECTRICAL AND MOTOR CONTROL PANEL PART 1 - GENERAL PROVISIONS 1.1 DESCRIPTION A. It is the intent of this section of the specifications that the Contractor furnish all labor, supervision, tools, equipment, and materials necessary for erecting complete and ready for continuous use, a tested and working electrical system, substantially as indicated on the plans and hereinafter specified. B. These specifications are intended to provide a broad outline of the work and equipment required, but are not intended to include all the details of design and construction. 104 OF 140 C. The electrical plans are diagrammatic, approximately to scale. However, they shall not be used for exact locations. The Contractor shall verify all dimensions from the detailed drawings and approved shop drawings and shall coordinate these dimensions with actual field conditions. Actual distances, locations, and elevations will be governed by actual field conditions. D. Allowance has been made in the design for the number of conduits, cables and conductors, which the Engineer considers adequate for feeding various drives and equipment. These circuits and diagrams are based on available data pertaining to a particular design of equipment and portray the systems, which the Engineer has chosen to effect the required operation and level of control. Equipment provided by the Contractor (even though of the make and model specified) may differ in detail, arrangement, connections or form from that shown. If the Contractor uses equipment which differs from the equipment shown in major aspects and requires modifications to power, control or other electrical systems (including, but not limited to, size and quantity changes to wires, raceways, starters, circuit breakers, control devices, etc.), the Engineer's acceptance of the equipment will be based upon the Contractor providing the modification required, and they shall be of the same quality as shown and shall be provided at no additional cost to the Agency. E. The plans do not, and are not intended to, show all equipment, such as pull boxes, junction boxes, etc. required nor to indicate all mechanical or structural difficulties that may be encountered which would necessitate routing alteration, offsets, or fittings. Items not specifically mentioned in these specifications or noted on the plans or approved shop drawings, but which are obviously necessary to make a complete working installation, shall be deemed to be included herein. F. Discrepancies shown on different plans, between plans and actual field conditions, or between plans and specifications shall be promptly brought to the attention of the Engineer for a decision. G. The alignment of equipment and conduit shall be varied due to architectural changes, or to avoid work of other trades, without extra expense to the Agency. H. All electrical equipment shall be capable of operating successfully at full - rated load, without failure, when the ambient temperature of the air is 40 degrees C except where specified otherwise. I. Electrical conductors including cable, bus bars, etc. shall be copper, except where specified otherwise. • 0 105 OF 140 1.2 SCOPE OF WORK A. The Contractor shall provide all the materials and equipment, and perform all the work necessary for the complete execution of the electrical work as shown on the electrical plans and specified herein, including electrical work indicated on other plans which is specifically included in the electrical work. The Contractor shall provide all labor and materials not specifically shown on the plans or specified herein, yet required to ensure proper and complete operation of any system(s) or design intent inherent in the project except as specifically excluded. B. In general, the electrical work as referred to herein shall consist of, but not be limited to, the items listed as follows: 1. Lighting panels 2. Lighting systems 3. All conduit wiring and connections for work specified in Section 16 and 17 of these specifications 1.3 CODES AND STANDARDS A. All the equipment and materials shall conform to the latest revision of the following standards: American National Standards Institute (ANSI) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Manufacturers Association (NEMA) Underwriters' Laboratories (UL) Insulated Power Cable Engineers Association (IPCEA) American Society for Testing and Materials (ASTM) National Electrical Code (NEC) B. Responsibility for complying with all applicable government regulations shall be as required in the Special Conditions. C. All electrical equipment and materials, and the design, construction, and installation thereof, shall comply with all applicable provisions of the Federal Occupational Safety and Health Act (OSHA), State Building Standards, and applicable local codes and regulations. D. Where the plans or these specifications call for equipment and workmanship to be of better quality of higher standard than required by the above codes, standards, rules, and regulation, then said plans and specifications shall prevail. Nothing on the plans or in these specifications shall be construed to permit work in violation of the above codes, s • 106 OF 140 standards, rules, and regulations and the Contractor shall be held responsible for any work that is not acceptable. E. In case of differences between the building codes, specifications, state law, local ordinances, industry standards, utility company regulations, fire insurance carrier's requirements, and the contract documents, the most stringent shall govern. The Contractor shall promptly notify the Engineer in writing of such differences. 1.4 COORDINATION OF WORK AND TRADES A. Electrical work shall conform to the construction schedule and progress of other trades. The electrical construction shall be performed in cooperation with all other trades so that a neat and orderly arrangement of the work as a whole shall be obtained. B. Electrical apparatus on all equipment shall be handled, set in place, connected, checked out, serviced, and placed in readiness for proper operation to the satisfaction of the Agency and Engineer all within the scope of work intended under this section. C. Before any work is started, the Contractor shall verify with the equipment manufacturers that equipment dimensions and arrangements will allow for equipment installation in the spaces provided for on the plans for switchgear, switchboards, panelboards, motor control centers, terminal cabinets, transformers, and other major items of electrical equipment or apparatus and that the installation indicated will provide for all required ventilation, clearances, access, and work spare. D. Before installing any equipment, materials, or raceways, the Contractor shall examine the complete set of plans and specifications and approved shop drawings and verify all dimensions and space requirements. 1.5 COORDINATION OF THE ELECTRICAL SYSTEM A. The Contractor shall verify all actual equipment and motor full -load and locked rotor current ratings. The necessary minimum equipment, wire, and conduit sizes are shown on the plans. If the Contractor furnishes equipment of different ratings, the Contractor shall coordinate the actual current rating of equipment furnished with the branch circuit conductor size, the controller size, the motor starter, and the branch circuit over - current protection. The branch circuit conductors shall have a carrying capacity of not less than 125% of the actual full -load current rating. the size of the branch circuit conductors shall be such that the voltage drop from the over current protection devices up to the equipment shall not be 107 OF 140 greater than 2% when the equipment is running at full load and rated voltage. B. The motor running over current protection devices shall be rated or selected to trip at no more than 125% of the motor full -load current rating for motors marked to have a temperature rise not over 40 degrees C or motors marked with a service factor not less than 1.15, and at no more than 115% for all other types of motors. C. The motor branch circuit over current protection device shall trip open in 30 seconds or less on locked -rotor current of the motor. This device shall also protect the motor branch circuit conductors and the motor control apparatus against over current due to short- circuits or grounds. The motor control circuits shall have over current protection of the type indicated on the plans. 1.6 UTILITY COMPANY REQUIREMENTS A. All work for electrical power shall be performed in accordance with the requirements of the respective serving utility companies. B. Immediately after the award of the contract, the Contractor shall notify the serving utilities that the project is under construction and provide them with all pertinent information, including the dates on which the services will be required. C. The Contractor shall coordinate details and timing of and arrange for service entrance installation with the utility, provide all required temporary service, and include all utility connection fees for temporary service in his proposal. The Agency will pay for all permanent electrical services. 1.7 PERMITS AND INSPECTIONS The Contractor shall obtain all permits and inspections and he shall pay all fees. At the conclusion of the work on the project, the Contractor shall furnish to the Agency, properly executed, all required certificates of final inspection and approval before the work will be accepted as complete. 1.8 EQUIPMENT, MATERIALS AND WORKMANSHIP A. It is the intent of these specifications and of the plans, to secure high quality in all equipment and materials, and to require first -class workmanship, in order to facilitate trouble -free operation and minimum maintenance of the electrical system. 0 • 108 OF 140 B. All equipment and materials shall be new, listed by UL, and bear the UL label, unless exception to this requirement is inherent to an individual item specified herein, or exception is otherwise granted by the Engineer. C. Equipment and materials shall be the products of reputable, experienced manufacturers. Similar items in the project all shall be the products of the same.. manufacturer. ,. All...equipment and materials shall be of industrial grade and standard of construction, shall be of sturdy design and manufacture, and shall be capable of long, reliable, trouble -free service. D. All work, including installation, connection, calibration, testing and adjustment, shall be done by qualified, experiences personnel who are technically skilled in their trades, are thoroughly instructed, and are competently supervised. The resulting complete installation shall reflect professional quality work, employing industrial standards and methods. Any and all defective material or inferior workmanship shall be corrected immediately to the satisfaction of the Engineer at no additional cost to the Agency. 1.9 AREA DESIGNATIONS A. General: For purposes of defining electrical enclosure and electrical installation requirements of this project, certain areas have been classified on the plans and in these specifications as defined below. Electrical equipment and installations within these areas shall conform to the code requirements for the areas involved. B. General Purpose Locations: Electrical work installed in areas which are not specifically classified shall be "General Purpose." Workmanship, materials, and enclosures in these locations shall comply with the general requirements of this specification. C. All locations exposed to weather are classified as wet locations. In this area classification, raceway shall be PVC coated rigid steel conduit; entrances shall be threaded; fittings shall have gasketed covers located at a low point to drain the fitting or conduit system. Threaded hardware shall be stainless steel. Mounting brackets shall be galvanized after fabrication. Instruments and control cabinets, panels, switchboards, and motor control centers located outdoors shall be "weatherproof." Enclosures shall be mounted with a 1/4 inch air space from walls unless otherwise noted on the plans. 1.10 CONTRACTOR SUBMITTALS A. Material and Equipment Schedules: Deliver to the Engineer a complete list of all materials, equipment, apparatus, and fixtures which the 0 0 • 109 OF 140 Contractor proposes to use. The list shall include sizes, names of manufacturers, catalog numbers, and such other information required to identify the items. Shop Drawings: 1. The Contractor shall submit to the Engineer detailed dimensioned shop drawings of all designated equipment for favorable review before fabrication. Drawings submitted for review shall include front views, sections, and anchoring details. Separate drawings shall be submitted for elementary control and wiring diagrams. Wiring diagrams shall be complete for all electrical equipment furnished except lighting. Should an error be found in a shop drawing during installation of equipment, the correction, including any 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 Contractor's intent. A list of items indicating "as specified" will not suffice. A manufacturer's name alone will not suffice. Each sheet of descriptive literature submitted shall be marked by the electrical contractor in black ink to identify the material or equipment as follow: a. !_amp fixture descriptive sheets shall show the fixture schedule for which the sheet applies. b. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. C. Sheets or drawings showing more that the particular item under consideration shall have crossed out all but the pertinent description of the item for which review is requested. d. Equipment and materials descriptive literature not readily cross - referenced with the plans or specifications shall be identified by a suitable notation. 0 0 110 OF 140 e. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will NOT be accepted, unless it is clearly marked to show the intended connections. f.... Shop, drawings shall. be submitted for the following items; 1) Switchgear, switchboards, panelboards, motor control centers, terminal cabinets, transformers and other major equipment or apparatus. 2) Control panels and other specially- fabricated or custom -made equipment. 3) For other items as may be specifically called for hereinafter. C. Record Drawings: 1. Prior to completion of the contract, the Contractor shall furnish the Engineer with (3) sets of electrical plans marked with any changes, deviations or additions to any part of the electrical work. One set to remain at the job site until as -built drawings are received by the Agency. 2. The Contractor shall clearly indicate onus -built plans the following information: a. All conduit runs as actually installed. b. Location of all underground conduits and stub outs accurately dimensioned. G. Forming, cabling, and identification of all power and control circuits within pull boxes and terminal boxes. d. All changes, deviations, in locations, routing, or dimensions or additions to any part of the electrical work. e. Interior views of each pull box identifying each conduit entrance by conduit number. D. Operation, Maintenance and Repair Manuals: 1. The manuals shall include all systems drawings, block diagrams, schematics, shop drawings, and other pertinent data required to completely describe the operation and maintenance of the installed electrical system. 2. These manuals shall be submitted prior to final acceptance of the system and shall reflect all as -built conditions. 111 OF 140 3. The electrical system information in the O & M manuals shall contain: a. System operating instructions written for the benefit of the Agency's operating personnel for normal operational condition and utilizing names of controls as they appear on nameplates. b. Calibration and maintenance instructions. C. Troubleshooting instructions. d. Instructions for ordering replacement parts. e. Parts list. f. List of fuses, lamps, seals, and other expendable equipment and devices. g. List of all vendors, addresses and phone numbers. h. All as -built control diagrams. E. Miscellaneous Reports: The Contractor shall submit all other reports as called for in these specifications at the times specified. These miscellaneous reports include, but are not limited to, test procedures, records of electrical test results and certificates of inspection and acceptance. 1.11 GROUNDING A grounding system shall be installed in accordance with the National Electrical Code and all state and local codes and regulations. The grounding system shall bond together and effectively ground all exposed non - energized metal surfaces containing energized parts, devices or conductors, all building steel, all metallic electrical raceways and the neutrals of all transformers. An equipment grounding conductor shall be installed in all conduits. 1.12 WARNING SIGNS A. Permanent warning signs shall be mounted at all mechanical equipment which may be started automatically or from remote locations. Signs shall be made in accordance with Porcelain Enamel Institute Specification S- 103 and shall be suitable for exterior use. Mounting details shall be in accordance with manufacturers recommendation. Signs shall be located as approved by Engineer. B. Warning signs shall be 7- inches high by 10- inches wide, colored yellow and black, on not less than 18 -gauge vitreous enameling stock. Sign shall read: CAUTION THIS EQUIPMENT STARTS AUTOMATICALLYBY REMOTE CONTROL 112 OF 140 C. Permanent and conspicuous warning signs shall be mounted on all equipment and doorways to equipment rooms where the voltage exceeds 600 volts. Signs shall be made in accordance with Porcelain Enamel Institute Specification S -103 and shall be suitable for external use. Mounting details shall be in accordance with manufacturer's recommendations. Signs shall be located as approved by the Engineer. D. Warning signs shall be 7 inches high by 10 inches wide, colored red and white, on not less than 18 gauge vitreous enameling stock. Sign shall read: WARNING HIGH VOLTAGE KEEP OUT 1.13 QUALITY ASSURANCE A. The plans indicate diagrammatically the desired location and arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be determined in the field based on the physical size and arrangement of equipment, finished elevations, and obstructions. Locations indicated on the plans, however, shall be adhered to as closely as possible. B. All conduit and equipment shall be installed in such a manner as to avoid all obstructions, preserving headroom, and keeping openings and passageways clear. Lighting fixtures, switches, convenience outlets, and similar items shall be located within finished rooms as indicated on the plans. Where these plans do not indicate exact locations, such locations shall be approved by the Engineer. Where equipment is installed without approval and must be moved, it shall be moved without additional cost to the Agency. C. All.materials and equipment shall be installed in accordance with printed recommendations of the manufacturer which have been approved by the Engineer. The installation shall be accomplished by workmen skilled in this type of work and installation shall be coordinated in the field with other trades so that interferences are avoided. D. The Contractor shall provide adequate means for and shall fully protect all finished parts of the materials and equipment against damage from any cause during the progress of the work and until accepted by the Engineer. E. All materials and equipment, both in storage and during construction, shall be covered in such a manner that no finished surfaces will be damaged, marred, or splattered with water, foam, plaster, or paint, and all moving parts shall be kept clean and dry. 113 OF 140 F. The Contractor shall replace or have refinished by the manufacturer, all damaged materials or equipment, including face plates of panels and switchboard sections, at no expense to the Agency. G. The Contractor shall perform the tests described hereinafter and any other tests that may be required by the Engineer or other authorities having jurisdiction. The entire electrical installation shall be tested, adjustments made, and defects corrected as an obligation under the work of this section. The Contractor shall furnish all necessary replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. The following testing, as a minimum, shall be accomplished: 1. Insulation resistance tests 2. Continuity test of all wiring 3. Test for proper grounding 4. Test for short circuits in system 5. Test for all fixture connections 6.. Complete operational test on all equipment 7. Participate in plant start-up H. After each electrical installation is complete, it shall be tested thoroughly to demonstrate that the entire system is in proper working order and in accordance with the plans and specifications. In no case shall the tests be less than those outlined hereinafter. I. All tests shall conform to General Operation and General Provisions. Test procedures shall be submitted to the Engineer for all tests to be performed. All tests shall be conducted in the presence of the Engineer and shall be subject to this approval. The Engineer shall be notified in writing 14 calendar days prior to the date upon which the test is to take place, and no testing shall be started without the written approval of the Engineer. Six (6) certified copies of all test data shall be submitted to the Engineer for his review. J. The project will be subject to continued inspection during construction. The Contractor shall cooperate with the Engineer and shall provide assistance at all times for the inspection of the electrical work. He shall remove covers, operate machinery, or perform any reasonable work which, in the opinion of the Engineer, will be necessary to determine the quality and adequacy of the work. The 'Record Drawings" shall be subject to inspection at any time and shall be updated as the work progresses. 1.14 CLEANUP 114 OF 140 A. All parts of the electrical materials and equipment shall be left in a clean condition. Exposed parts shall be clean of cement, plaster and other materials, and all oil and grease spots shall be removed with a non- flammable cleaning solvent. Such surfaces shall be carefully wiped and all.cracks,and corners..scraped out.. B. During the progress of the work, the Contractor shall clean up after his men and shall leave the premises and all portions of the site in which he is working free from debris and surplus materials. C. At the completion of the work, all lighting fixture reflectors, globes, lenses and diffusers that appear noticeably dirty shall be cleaned and all burned out lamps shall be replaced. 1.15 GUARANTEE A. The Contractor shall guarantee in writing his work against any defects in material and workmanship for a period of one year from the date of final inspection. This guarantee shall be in written form and delivered before final acceptance and payment is made. Any latent defects in Contractor - furnished material or workmanship which are discovered during the time of this guaranty shall be repaired or replaced at no cost to the Agency. The Contractor shall respond in a professional manner to a notification of defect or failure and perform work immediately. PART 2- PRODUCTS 2.1 GENERAL A. Except as may be specifically indicated otherwise, materials furnished under this section shall be new and in accordance with the standards as herein before specified. Equipment used for the same purpose shall be of the same make. Outdoor equipment, fixtures and wiring devices shall be of approved weatherproof construction or shall be in weatherproof enclosure. 1. Standard Products: Materials and equipment submitted for approval shall be the cataloged products of companies regularly engaged in the manufacture of such items, shall be the latest standard design that conforms to the specification requirements and shall essentially duplicate material and equipment that has been in satisfactory use for at least two years. Replacement parts shall be stocked locally within a radius of two hundred (200) miles from job site. 0 115 OF 140 2. Approved Manufacturers: Wherever on the plans or in the specifications, materials or equipment are identified by the names of one or more manufacturers, it is intended only to indicate an acceptable standard for quality. Equal materials or equipment of other manufacturers may be submitted for consideration to the Engineer ten days prior to bid. 2.2 CONDUIT A. Rigid metal conduit shall be PVC Coated (40 mils thick) and in accordance with ANSI C80.1 and shall be hot dipped galvanized. B. Electric metallic tubing shall be steel, zinc coated. C. Flexible metal conduit shall be constructed of interlocking steel strips with continuous zinc coating. D. Liquid tight flexible metal conduits shall be constructed of galvanized interlocking steel strips with a smooth moisture and oil- proof, abrasive - resistant neoprene jacket. E. Non - metallic conduit shall be Type II, Schedule 40, polyvinyl chloride rated for 90 degrees C. F. Jacketed steel conduits shall conform to Federal Specification WW -0581- d, ANSI rigid steel conduit Specification C80.1 and to LIL Specification UL- 6. The zinc surface inside and outside shall remain intact. A 40 mil thickness PVC coating shall be bonded to the inside and outside of the conduit. A PVC coated coupling shall be furnished with each length of conduit. A PVC sleeve equal to the OD of the conduit shall extend 1 -1/2 inches from each end of the coupling. G. All conduits shall be identified with a tag number. The tag shall be stainless steel attached with a stainless steel tie wire. Contractor is required to label all conduits with tag numbers on the shop drawings which corresponds with the labeled conduits in the facility. 2.3 CONDUIT FITTINGS, OUTLET AND PULL BOXES A. Conduit fittings shall be cast or malleable of a nonferrous metal. B. Jacketed fitting shall have a 40 mil thickness PVC coating bonded to the inside and outside body of the fitting. A PVC sleeve equal to the trade diameter of the conduit opening shall extend 1 -1/2 inches beyond each threaded opening. isMO SIME111 C. Expansion joints shall be OZ type "AX" Crouse -Hinds type "XY or equal and shall be complete with bonding jumper. D. Outlet boxes shall be galvanized or sheadized, one piece pressed steel, knock -out type. E. Weatherproof outlet boxes shall be case of non - ferrous metal with threaded conduit entry and gasketed covers. F. Hazardous Areas - Use only UL approved devices per N.E.C. Para. 500 as manufactured by Crouse - Hinds, Furnish and install all seals and sealing compounds after wiring is inspected and tested. G. Insulated bushings shall be molded plastic or malleable iron with insulating ring. H. Grounding bushings shall be malleable iron with insulating bushing and ground lug. I. Conduit hubs shall be Appleton Type HUB, Myers "Scrutite," or equal. J. Pull boxes shall be code gauge steel with removable covers secured with machine screws. The pull box shall be painted with two (2) coats of primer and one (1) finished coat of light gray enamel, ANSI No. 61. Pull boxes shall meet all code requirements as to size for number and size of conduits terminating. K. Weatherproof pull boxes shall be hot dip galvanized with two (2) coats of primer paint and one (1) coat of enamel, ANSI No. 61 gray. Covers shall be gasketed and made completely weather tight. 2.4 UNDERGROUND PULL BOXES AND MANHOLES A. Pull boxes and manholes shall be precast type designed and manufactured for heavy traffic loading with heavy duty, cast iron, traffic type covers. Covers for manholes shall have a minimum diameter of 26 inches. Manholes shall be complete with necking and other appurtenances required for proper installation. B. All pull boxes shall have bolt -down covers complete with fiber gaskets for a weather tight fit. C. All joints between precast sections shall be sealed. D. Box and manhole covers shall be permanently identified as follows: • 0 117 OF 140 1. Telephone service - "T" 2. Electrical Systems 600 volts and less - "E" 3. Electrical Systems above 600 volts - "High Voltage" 2.5 WIRING DEVICES AND PLATES A. Lighting switches shall be specification grade, quiet, tumble type, rated 20 amperes at 125/277 volts. Color shall be ivory except where indicated or noted otherwise. B. Convenience outlets shall be duplex, 3 -wire grounding type, specification grade, rated 20 amperes, 120/277 volt. Color shall be ivory except where indicated or noted otherwise. C. Stainless steel cover plates for switches and receptacles shall be 0.040 inch thick with satin finish and shall be engraved with the panel and circuit designation (EX. PNL C, CIR #3). D. Weatherproof cover plates shall be cast and gasketed. Weatherproof cover plates shall be of the type where plug and cord are weatherproof with cover plate closed. Provide nameplate engraved with the panel and circuit designation. E. Nameplates shall be laminated black on white with characters cut through black lamination. Letters shall be a minimum 3/16 inch high, block type. 2.6 WIRE AND CABLE A. All conductors shall be soft -drawn copper, 97% conductivity minimum. B. All conductors No. 6 and smaller shall have type "THW ", "THHN ", "MTW" and oil resistant 600 volt insulation. C. Power wiring shall be No. 12 minimum. D. Control wiring shall be No. 16 AWG stranded with type "THHN ", "THW ", "MTW' and oil resistant 600 volt insulation. E. All conductors within fluorescent fixtures shall have type AVA or RHH 600 volt insulation except fixtures with approved wire ways for 75 degree C wire. F. Instrumentation cable shall be single or multiconductor shielded pairs as indicated. Conductors shall be No. 18 AWG coated copper per ASTM B 33, Class B strand. 118 OF 140 1. Insulation shall be 20 mils, cross - linked, polyethylene rated, 300 volts. Each conductor shall be color coded, and each pair shall be number coded. 2. The assembled pairs shall have an aluminum /mylar tape shield with a tinned copper, drain wire over, it. 3. The assembly shall be covered with a polyethylene jacket, 60 mils in thickness. 4. The instrumentation cable shall be as manufactured by Okonite, Beldon, or approved equal. G. All cables and all conductors shall be identified at each termination including wire nuts. All circuits and all multi- conductor cables shall be identified in each manhole and pull box. Individual conductors that make up a circuit shall be bundled and laced together with imprinted heat shrink tubing or imprinted plastic coated cloth. Circuit and multi- conductor cable identification shall be make with imprinted stainless steel bands or tags. A list of conductor tags shall be submitted for review prior to installation of conductors. All control • and power wiring shall be color -coded and color continuity maintained throughout the system. 2.7 LIGHTING FIXTURES AND LAMPS A. Fluorescent lighting fixtures shall be equipped with high power factor Class "P ", ETL and CBM approved, sound -rated ballast. Voltage shall be as indicated. B. High intensity discharge fixtures shall be equipped with high power factor, constant wattage ballast and shall be fused. Voltage shall be as indicated. C. Fluorescent lamps shall be standard cool white except as noted. Incandescent lamps shall be extended service type, rated for 125 volts. High intensity discharge lamps shall be color corrected. 2.8 PANEL BOARDS A. Lighting and power panel boards shall be mounted as indicated on the plans with quantity and size of thermal magnetic molded case circuit breakers inducted in panel schedules. Panels shall be 20 inches wide minimum with 4 -inch minimum side gutters and 6 -inch minimum top and bottom gutters. Breakers shall be bolt -on Type "E" frame minimum. Outdoor load circuits shall be protected by UL- approved ground fault circuit interrupters. All circuit breakers shall be UL listed having at least 119 OF 140 10,000- ampere interrupting capacity. All busses shall be copper. Panels shall be provided with directories which shall be typewritten and shall describe the load served. 2.9 RELAYS AND TIME SWITCHES A. Relays: Magnetically held relays shall have convertible contacts, and all relays shall be provided with one spare contract. Control relays shall have contacts rated 10- ampere inductive load, 250 volts, with coil voltage, number of poles, and pole arrangement as indicated on the plans. Relays shall be as manufactured by IDEC. B. Time Switches: For control of night lighting through relays or contactors, use 120 -volt, 6 -cycle astronomical dial, single -pole, double -throw contacts in conjunction with ASCO Bulletin 1255 -166 relays, Sangamo LA -12 or approved equal. C. Time Delay Relays: On -delay timers shall be solid state with coil voltage -indicated. Off -delay timers shall be pneumatic type with, coil voltage indicated.. Slave relays shall be used where required to obtain additional contacts. All relays shall have contacts rated 10 amperes at 125 volts, AC, with tube type 8 pin base. Timers shall be as manufactured by ATC. 2.10 CONTROL SWITCHES AND INDICATING LIGHTS A. Control Switches: All control switches for mounting in motor control centers or motor starter enclosures shall be round, oil tight type, complete with legend plates and quantity of contact blocks required of the control function. All control switchers for mounting in control panels shall be square, push to actuate type. Switches shall be equipped with illuminated function buttons. Each function button shall be engraved to indicate function. Switches shall be as manufactured by GE. B. Indicating Light: Indicating lights for mounting in motor control centers or motor starter enclosures shall be round, oiltight type, complete with color of lens indicated and legend plate. Lights for mounting in control panels shall be square with _single or multi - function indication as indicated. All lights shall be 24 -volt AC, and complete with 120 -24 -volt transformer. All indicating lights shall be push -to -test or dimglow type (but not mixed). Provide 12 spare lamps per lamp type. Lamps shall be as manufactured by GE. C. Field- Mounted Control Stations: Field- mounted control stations shall be Crouse -Hinds EFS type or equal and shall be equipped with 'lockout stop" pushbutton or selector switch with lockout stop feature. :j n J 120 OF 140 D. Limit Switches: Limit switches shall be waterproof double pole, double throw. Contacts shall be rated 5 amperes, 120 -volt inductive load. Limit switch shall be mounted on all equipment indicated or specified and shall be equipped with proper mounting hardware and actuator to accomplish the function. 2.11 MOTOR STARTERS Type S magnetic starters shall be furnished in all combination starter units. Starter Sizes 1 through 5 shall employ the use of a bell -crank lever design to transform vertical action of the armature into horizontal action of contact carrier and thus minimize contact bounce and produce extra long contact life. Thermal overload relays on starters shall be ambient temperature compensated bimetallic type with selector for either auto or manual reset. Overload heater units shall be provided in each starter unit. Magnetic motor starters shall be NEMA ICS 2 -321.2 combination circuit- breaker type for full voltage across- the -line starting or reduced voltage starting as noted. Starters shall be equipped with.three thermal overload devices, one in each ungrounded leg. Starters shall be suitable for operation on a 480 -volt, 3- phase, 3 -wire system, unless otherwise indicated, and equipped with control transformers. Coil voltage shall be 120 volts. Motor starter contacts shall be NEMA rated (no I.E.C. ratings) with a maximum contact temperature rise of 50 degrees centigrade measured on the contact body. The current density shall be greater than 0.0023 square inches per AMP rating per contact: Starters shall be as manufactured by GE. 2.12 MOTOR CONTROL PANEL (MCP) This control panel specification is intended to set minimum requirements for a sewer lift station control panel. It is not intended to be an exhaustive bill of material but only to provide the panel builder with a list of quality components required by the City of Newport Beach. All components listed shall match existing items already, in use by the City in order to keep replacement parts inventory to a minimum. The control panel builder shall provide the City (or contractor) with a complete submittal within 1 week of receiving a notice to proceed, which shall include a detailed wiring schematic, component layout drawing, dimensional drawing and a cut sheet on each supplied component and enclosure. All submitted material shall be bound with no loose sheets. The contractor shall provide one NEMA 12/3R freestanding, door in door, 316 SS outer enclosure duplex control panel. The control panel shall include the following items: The outer enclosure shall be a UL listed freestanding NEMA 12/3R 316 SS with gasketed double doors. The enclosure shall be a rainproof unit with filtered louvers and splashguards. The enclosure shall be of bolted construction and include a 3 -point pad - lockable handle. Doors shall be equipped with a hold -open devices provided by the 0 0 121 OF 140 panel manufacture. A separate 12" 316 SS square door with a pad - lockable handle shall be mounted over the power meter section of the control panel. The control panel shall include a set of double inner doors with dead front switches. The door switches shall interrupt the control power in the event that either one of the inner doors is opened. The inner doors shall be 316 SS. One inner door shall allow access to the high voltage section shall be interlocked with lockable circuit breaker handles. The high voltage door shall be constructed so that it cannot be opened unless the all circuit breakers are in the reset position. A safety door switch shall be provided to disconnect the control (120V) power when the inner door(s) is opened. The second inner door shall provide access to the Edison meter power section. Included in this area will be a 100A double throw transfer switch, a distribution panel and combination meter socket and main disconnect switch. The safety door switch(s) shall be spring loaded with a latching device that can be manually locked in so that power will be available for control adjustments. The manual lock -in device shall be automatically disengaged once the door is closed. Panel enclosure shall be ventilated by means of a 6" (238 CFM) single speed exhaust fan with an attic type thermostat. One set of louvered vents shall be provided. The louvers shall be covered by standard trade type, multi - layer, washable expanded aluminum filters to filter the incoming air. The fan shall be located in a manner that causes a flow of fresh outside air to flow through the enclosure. A control transformer shall be provided with a 120V secondary and be adequately sized to handle the connected load. The control transformer shall be fused on the primary and secondary sides with a minimum of 10A fuses. A sheet showing the calculations for the control transformer loads shall be submitted to insure proper sizing of the control transformer. The control panel shall be finished in a neat professional manner with gutters and wire ties. Marked terminal strip(s) shall be provided. A wiring diagram and a heater chart shall be enclosed in the panel. All lights, switches, and buttons shall be identified by printed metal or engraved phenolic nameplates. A red "High Voltage Inside" phenolic nameplate shall be fastened to door covering the high voltage compartment. All wiring shall be tagged on each end with GRAFOPLAST wire markers. All interior control components shall be labeled. COMPONENTS 1- Free standing enclosure NEMA 3R gasketed with inner dead front doors, the entire enclosure shall be 316 STAINLESS STEEL including fasteners 1- Meter socket, Utility wire pull section and main fused pull -out 1- Manual 100 amp 240- volt 3- position transfer switch cutler- hammer (to maintain compatibility) (TMC). 3- Motor circuit breakers (2 pumps and 1 transformer) GE TMC Only 122 OF 140 2- Solid state starters FIRING CIRCUITS "WATT- STOP" (no exception (TMC) to be used on 1 OH and above motors. 2- Magnetic by -pass starters with three leg over load relay (G.E. no exception(TMC) 2- H -O -A (hand - off - automatic) selector switches 2- Amber "Pump Required" indicating fights 2- Green . "Pump .On ° - indicating lights . 1 - 115V transformer 1 KVA GE TMC Only 1 - Power transformer 3 KVA GE TMC.Only 2- Red "Motor Seal Failure" indicating lights 2- SYMCOM Model 777 motor saver 1 — SYMCOM Model 350 phase failure monitor relay 1 - Red "High Level Alarm " pilot light This light shall remain activated until manually reset 1 - Red "Emergency High Level Alarm" pilot light This fight shall remain activated until manually reset 2- Induction type relays for motor moisture sensing probes 1 - "Push to Test' button for seal failure relays 1 - "Push to Test' button for indicating lights 1 - Green `Power on" indicating light 1- 20A duplex convenience receptacle with ground fault protection 2- Running time meters (Pumps No. 1 and No. 2) Engler 710 -0002 (no exception) 1 - Circuit breaker panel for convenience receptacle, ventilating fan, lights, etc. 2- Fluorescent light (4 foot 40 watt) with lighted on -off switch 1- Intrinsic relay WARRICK 27A1 DO (no exception) 1- Generator Receptacle- Crouse Hinds AR1042 -S22; No Exceptions Power relays shall be G. E. MCRA type Control and Isolation relays shall be ]DEC RR Series Time Delay relays shall be ATC 405A series All Pilot Lights, Push Buttons and Selector Switches shall be G. E. CR104P Series Liquid Level Settings Level L1 - Sonic controller pump(s) off Settings: L2 - RTU controller pump(s) off L3 - RTU Lead pump on L4 - RTU Lag pump on L5 - RTU High level alarm L6 - Sonic Lead pump on L7 - Sonic Lag pump on L8 - FLOAT SWITCH Emergency high level alarm and both pumps run 123 OF 140 The control panel shall provide automatic liquid level control for a duplex pump station. Lead pump shall start when liquid rises to level L3 or L6, and stop when liquid recedes to level L2 or L1. When liquid rises to level L4 or L7, the lag pump shall start, and stop at L2 or L1. Levels L5 or L8 activates the high -level alarm circuit. The emergency float circuit shall energize at L9 and activate the high level alarm and start both pumps with a timed control self- latching circuit. The float switch circuit shall be intrinsically safe. The emergency high -level alarm pilot light(s) shall be manually (reset) to alert the operator that a malfunction did occur. RTU- TELEMETRY The control panel builder shall install the CITY PROVIDED BRISTOL 3305 RTU or Bristol Control Wave LP, UPS Power Backup, BATTERY'S, RADIO TRANSMITTER, INTERFACE KEY PAD and MULTIRANGER PLUS SONIC CONTROLLER with isolated 4 -2omA Analog Out in the Control Enclosure. The City shall inspect the panel before the power is applied to the Bristol Controller. The BRISTOL 3305 RTU or Control Wave LP Shall be programmed by the CITY. Field programming of the MULTIRANGER PLUS CONTROLLER and assistance in determining the best location of the SONIC TRANSMITTER shall be provided by the panel builder. The 3/16" 316 STAINLESS STEEL Support cable and hardware for the SONIC TRANSMITTER shall be supplied by the panel builder. All digital I /Os shall have interface relays and all analog I /Os shall be interfaced with 4 -20 mA isolators. RTU, CONTROL WAVE Al and DI -DO CONNECTIONS BRISTOL 3305 RTU or CONTROL WAVE INPUT - OUTPUT ASSIGNMENT DUPLEX PUMP STATION ANALOG IN 1) 4 -20 mA FROM THE SONIC CONTROLLER 2) NOT USED 3) NOT USED 4) NOT USED ANALOG OUT 5) NOT USED (Used for VFD's only) 6) NOT USED (Used for VFD's only) DIGITAL 1 -6 ARE SELECTABLE DI/DO 1) NOT USED 0 0 124 OF 140 2) NOT USED 3) DI DRY PIT FLOOD (FLOAT SWITCH) 4) NOT USED 5) DI EMERGENCY HIGH LEVEL (R1 -1 CONTACTS) 6) DI INTRUSION ALARM (LIMIT SWITCHES IN SERIES TO INTERFACE RELAY) DIGITAL 7 -14 NON - SELECTABLE DI 7) DI INTRUSION BY PASS (KEY PAD) 8) DI POWER -PHASE FAIL (POWER SAVER MODEL 350, RELAY TO INTERFACE RELAY) 9) DI PUMP #1 RUNNING (CONTACTS ON GE LINE VOLTAGE RELAY) 1 D) DI PUMP #1 AUTO (CONTACTS ON HOA AND INTERFACE RELAY) 11) DI PUMP #2 RUNNING (CONTACTS ON GE LINE VOLTAGE RELAY) 12) DI PUMP #2 AUTO (CONTACTS ON HOA AND INTERFACE RELAY) 13) DI PUMP #1 CURRENT FAILURE (POWER SAVER MODEL 777, CONTACTS FROM SLAVE RELAY) 14) DI PUMP #2 CURRENT FAILURE (POWER SAVER MODEL 777, CONTACTS FROM SLAVE RELAY) DIGITAL 7 -8 NON- SELECTABLE DO 1) DO PUMP #1 CALL 2) DO PUMP #2 CALL The Motor Control Panel shall be furnished by Essco Pumps and Controls, no "or equal'. Contact person is Larry Sturgeon 1- 323 - 261 -2181. 2.13 FLOAT SWITCH /FLOOD SWITCH The level of detecting device for wet well application shall be type "S" Roto -Float and type 316 stainless steel float switch with a mercury switch inside and flexibility supported by a PVC jacketed, heavy -duty cable. The float shall be mounted on a stainless steel cable as shown on the plans or otherwise directed by the Engineer. It shall be installed in accordance with the manufacturer's recommendation. The float switch shall have a 20 Amp rating at 115 va and 10 Amps at 230 vac. The float shall be type SO with three #14 AWG fine- stranded copper conductors. The float shall be mounted on the 1 -inch pipe using type 316 stainless steel hardware. The 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 Roto -Float for Wet 125 OF 140 Well applications and Madison stainless steel, model M5600 -316SS for dry pit applications. PART 3 - EXECUTION 3.1 CONDUIT A. Conduit shall be as indicated on the plans. Wiring; except as other wise noted, shall be in conduit. Conduits shall not be installed in water - restraining walls, except where specifically authorized. Exposed conduit shall be installed either horizontally or vertically and parallel to the planes of the walls of vertically and parallel to the planes of the walls of floor. All wiring runs in earth shall be in conduit and encased in concrete with a minimum of 3 inches of cover. B. Conduit runs shown entering the structures and within the structures are schematic only. The exact locations of such conduit runs shall be determined by the Contractor with the approval of the Engineer to suit the structural details. Conduit shall be the sizes .noted on the plans. The smallest conduit allowed shall be 314 -inch trade size, except where 1/2- inch conduit is specifically called for. Where conduit sizes are not shown, they shall be one size larger than the size required by code. C. All spare conduits shall be stubbed up to a flush coupling and plugged. Conduit shall run continuously between outlets and shall be provided with conduit junction boxes where connections are made, except in special pull boxes where indicated on plans. D. Liquidtight, flexible steel conduit may be used in runs from adjacent junction boxes to motors, benches, and in certain locations where, for structural or other reasons, it is impractical to use rigid conduit and where specific permission to do so has been granted by the Engineer. Flexible conduit 'shall be used with "JAKE' conduit fittings and bushings. All conduit stub -ups shall be PVC jacketed steel. E. Conduit runs in concrete slabs, concrete walls, and masonry walls shall be rigid galvanized steel. Conduit runs in attic spaces or non - masonry walls may be EMT. F. Conduit shall be concealed, unless otherwise indicated. All conduit runs exposed to view, except those under buildings, shall be installed parallel or at right angles to structural members, walls, or lines of the building. G. Conduit shall be kept at least 6 inches from the covering on hot water pipes, 18 inches from the covering on flues and breechings, and 3/4 inch from all water - bearing walls, unless shown otherwise on the plans. The 0 1 0 126 OF 140 open ends of all conduit seals during the construction of the building. Use approved conduit unions where union joints are necessary. Running threads will not be permitted. , H. Exposed conduit, stubbing up through floor slab into bottom of exposed panels, cabinets, or equipment, shall be lined up, properly spaced, and shall be .straight.and..plumb.,.. Conduits shall be installed at sufficient depth below slab to eliminate any part of the bend above top of slab. I. Conduit placed against concrete or masonry above ground shall be fastened to the concrete with pipe straps or one -hole conduit clamps attached to the concrete by means of expansions anchors and bolts. J. Factory-made pipe straps shall be one -hole malleable iron or two -hold galvanized clamps for rigid steel conduits. Straps shall be PVC - coated for PVC - coated rigid conduits. K. Provide secure mounting facilities for all conduit. Conduit shall be supported at intervals as required by codes and not exceeding 10 feet and in all cases with a support not more than 3 feet from the outlet and at any point where it changes in direction. Wire, perforated strap, or plumber's tape shall not be used in the support of conduit. Conduit shall not be secured to suspended ceiling hanger wires or to the suspended ceiling structure. L. Pipe hangers for individual conduits shall be factory made, consisting of a pipe ring and threaded suspension rod. The pipe ring shall be malleable iron, split and hinged, or shall be springable wrought steel. Rings shall be bolted to or interlocked with the suspension rod socket. Rods shall be 3/8 inch for 2 -inch conduit hangers and smaller and shall be 1/2 inch for 2 -1/2 inch conduit hangers and larger. M. Hanger straps, rods, or pipe supports under concrete shall be attached to inserts set at the time the concrete is poured. Under wood use bolts, lag bolts or lag screws; under steel joints or trusses, use beam clamps. N. Where conduit passes from one type of construction to another or where there is a possibility of dissimilar movements, a suitable flexible or expansion device shall be installed. Expansion couplings shall be provided wherever conduits cross expansion joints or for continuous runs in excess of 100 feet, except when embedded in concrete. Expansion fitting shall have bonding jumper. O. Junction or pull boxes shall be provided for pulling conductors due to excessive number of bends or length of conduit runs. 127 OF 140 P. A nylon pull cord of 200 -pound strength shall be installed in all empty conduits. Q. All exposed conduit shall be PVC coated rigid galvanized steel. All underground sweeps and risers shall be PVC coated rigid galvanized steel. 3.2 CONDUIT FITTINGS AND OUTLET BOXES A. Cast, non - ferrous fittings and outlet boxes shall be installed for all exposed conduits including fittings and outlet boxes for switches and receptacles. Exposed fittings and outlet boxes shall have a PVC coating bonded to the surface and a PVC sleeve extended from all hubs. Stainless -steel screws shall be used to attach cover to conduit fitting. B. All outlet boxes that finish to an exposed concrete block surfaces shall have 1 -1/2 inch deep tile rings and shall be set to allow concrete block facing over the ring to frame the opening. Tile rings shall not be grouted into exposed concrete block walls. Center outlet in course of concrete block. Standard plaster rings will not be accepted. C. Unless otherwise specified or noted on the plans, boxes for the various outlets shall be as follows: 1. For light outlet boxes, use a minimum of 4 inches square, 1 -1/2 inches deep, equipped with plaster ring and fixture - supporting device as required by the unit installed. 2. For wall switch outlets use 4 -inch boxes with single or two -gang boxes with gang plaster rings for more than two switches, unless noted otherwise on the plans. 3. For convenience outlets, use 4 -inch boxes with single -gang plaster rings. All conduit fittings, sealing devices, junction boxes, and devices used in Hazardous areas shall be UL approved and as manufactured by Crouse -Hinds or Appleton. 3.4 CONDUCTORS A. Conductors No. 2 AWG and smaller shall be hand pulled. Larger conductors may be machine pulled with tension monitored. Wire lubricants shall be UL approved. B. Color Code: 1. Wire and cable shall be factory color coded by integral pigmentation with a separate color fir each phase and neutral. On conductors larger than No. 8 AWG color tape or colored plastic bands will be permitted. 0 0 128 OF 140 2. Each system shall be color -coded and shall have it maintained throughout. Phase 120/208 volts 277/480 volts A Black Brown B Red Orange C Blue Yellow Neutral White White Ground Green Green Note: All low "DC and "AC" (below 100v) voltages and signals shall be grounded separately form above power grounds. 600 volt conductors, No. 8 AWG and larger, shall be terminated spliced with compression type connectors and insulated with three layers of UL approved vinyl insulating tape. 600 volt conductors, No. 10 AWG and smaller shall be spliced with pre - insulated coil spring type connectors. Terminations and splices in all motor connection boxes shall be made with compression type connectors with bolt on lugs. 3. Termination splices shall be insulated with two varnished cambric tape with three -layer overlap of a high temperature, UL approved, tape. 4. Control conductors shall be spliced with pre - insulation crimp type connectors and terminated with split tongue pre - insulated, crimp type connectors. 5. Splices and terminations of instrument cable shall be with pre- insulated crimp type connectors. Shields; shall be electrically continuous at spliced joints with two layers of UL approved electrical insulating tape over splices. Connectors for terminations shall be split tongue or ring type. Shields shall be grounded at the receiving end of cables. 6. Splices in manholes and underground pull boxes for 600 volt conductors and below shall be water- proofed using encapsulating epoxy resin splice kits. 3.5 LIGHTING FIXTURES All lighting fixtures shall be cleaned and any damaged parts including lens, burned out lamps or noisy ballasts shall be replaced prior to final acceptance. All fixtures shall be properly mounted and securely supported. Pendant or suspended fixtures shall be mounted and secured in an approved manner to withstand earthquake damage. Lighting fixtures shall be effectively grounded. 0 3.8 GROUNDING 0 129 OF 140 A. The grounding system shall be continuous throughout the facility. All metallic, non - current conducting parts of the electrical system shall be grounded. B. Metallic raceways shall be terminated with double lock nuts and bushings. Conduits terminating in switch boards and motor control centers shall be equipped with grounding bushing and connected to equipment ground bus. C. Non - metallic conduits shall contain a green insulated copper grounding conductor. Ground conductor shall be securely connected to equipment and associated enclosures. D. Grounding continuity for underground duct banks may be maintained by the installation of a bare copper conductor installed in the concrete envelope. Ground continuity shall be maintained through all manholes and. pull boxes. All metal parts in manholes shall be connected to the grounding system. E. Ground rods shall be 3/4 -inch copper -clad steel. Locations shall be as shown on the plans; length of rods shall be as required to obtain a maximum ground resistance of 5 ohms. Top of ground rod shall be fitted with a coupling and steel driving stud. F. Connection to ground conductors shall be exothermic welded where concealed and shall be bolted pressure type where exposed. Connectors shall be of copper alloy. Grounding cable shall be copper and sized in accordance with Code requirements, when not sized on the plans. 3.7 EQUIPMENT PADS AND ANCHORING A. All floor standing equipment shall be mounted on raised concrete pads. Pad size and height shall be as indicated on the plans. Pads not indicated shall extend out 3 inches beyond enclosure and shall be 3 inches above finished grade. B. All equipment shall be securely anchored to pads. Anchorage shall be in accordance with OSHA and other applicable standards for earthquake protection. 3.8 EQUIPMENT AND SYSTEM IDENTIFICATION A. All control and indicating devices for equipment shall be identified with laminated plastic nameplates. Nameplates shall identify equipment and /or function. Nameplates shall be provided for all panel boards, control panels, special outlets, pull boxes, disconnects, motors, fans and chart i911103Mi[111111 recorders. Three phase outlets shall be identified with circuit origin and phase identification. B. All control devices locate within control panels shall be identified with permanent tags. Embossed, stick -on, plastic tags shall not be used. Terminal strips shall be identified by imprinted markers in center or under terminal strip. C. All cables and all conductors shall be identified at each termination. All circuits and all multi- conductor cables shall be identified in each manhole and pull box. Individual conductors that make up a circuit shall be bundled and laced together with imprinted heat shrink tubing or imprinted plastic coated cloth. Circuit and multi- conductor cable identification shall be made with imprinted metal bands or tags. D. All control wiring shall be color coded and color continuity maintained throughout the system. Provide minimum of (6) different colors for field wiring. Control circuit color - coding is as follows: Color Service Red Hot lead (usually to stop P.B.) Yellow Common return Brown Main coil (usually to start P.B.) Blue Reset coil Orange Trip coil E. All conductors shall be marked at both ends with shrink fit markers which clearly display a computer generated circuit number at each end of the conductor. 3.9 EARTHWORK Excavation and backfill necessary for proper installation of the electrical work shall conform to the provisions of the Section of earthwork in these specifications. 3.10 CUTTING AND REPAIRING Where it becomes necessary to cut into existing work for the purpose of making electrical installations, core drills shall be used for making circular holes. Other demolition methods for other cutting or removing shall be approved by the Engineer prior to starting the work. The Contractor shall repair all damage caused thereby to the satisfaction of the Engineer. 3.11 DISSIMILAR METALS Wherever dissimilar metals come in contact, the Contractor shall isolate these metals as required with neoprene washers or gaskets. Where fastening aluminum.. items, stainless - steel bolts shall be used. Wherever steel and aluminum join, isolation bushings shall be used to separate these dissimilar metals and grounding jumpers shall be provided across these joints. 0 131 OF 140 PART 4 - FIXTURES 4.1 GENERAL The Contractor shall furnish, install and connect all fixtures in accordance with the fixture schedule, the drawings and as hereinafter specified. All fixtures shall be installed complete with lamps, all fittings and accessories, wiring and connections necessary for their complete installation and correct operation and control. All labels shall be removed from sight when viewed from below. 4.2 BALLASTS All fluorescent fixtures shall be equipped with energy saving advance Mark III Kool Koil, high - power- factor ballasts. All ballasts shall be equipped with nonresetting thermal cutouts. After installation is completed, any ballasts which are judged to be excessively noisy by the Agency shall be removed and replaced at no extra charge. 4.3 LAMPS All lamps shall be General Electric, Westinghouse or Sylvania. Type of lamp and wattage as shown on fixture schedule, on drawings or as required by the specified fixture. Incandescent lamps shall be 130 volt. END OF SECTION 16000 SECTION 16205 125 KVA SILENT SERIES PORTABLE EMERGENCY POWER SYSTEM (Trailer Mounted DCA 125KVA USJ Diesel Generator) PART 1- GENERAL This specification outlines the requirements for providing a complete, operable and tested mobile diesel engine generator as provided by Multiquip. The portable generator shall be sound attenuated with a self- contained fuel system and voltage changeable distribution. Equipment and materials shall be of current design and ready for delivery, connection and operation. The engine shall be equipped with the necessary devices to meet current EPA regulations for the operation of a portable diesel generator. In addition, the engine generator shall have been factory tested to ensure reliable operation at rated power. The generator supplier shall have available factory test results and factory published Operators Manual for the engine - generator set. The engine shall be filled with crankcase lube oil and radiator coolant as recommended by the engine manufacturer and /or as specified herein. 0 0 132 OF 140 The engine generator set shall have posted operating instructions near the control panel and operating devices. Warning placards shall be visible at locations of customer access, to live voltage parts and other electrical connection points. APPLICABLE DOCUMENTS The following documents shall apply to the specified equipment NEMA MG1 Motors and Generators EGSA 100 Performance Standard for Engine Generators JiS Performance Standard for Engine Generators JES Electrical Performance Standards SAE Society of Automotive Engineers PART 2 - EQUIPMENT 2.1 MANUFACTURING STANDARD Subject to compliance with requirements, provide a portable, sound attenuated, diesel engine generator with certifications and tests, as manufactured by Multiquip or Generac; no "or equal'. The contact person for Multiquip is Jim Rose, (310) 537 -3700 X301. The generator supplier shall be capable of providing equipment as specified, maintaining service parts inventory and service. 2.2 RATINGS The portable sound attenuated generator set shall be Multiquip, rated for standby power output of 137 KVA/110W or prime output of 125KVA /11OW. The following manually selectable voltages shall be available: • 277/480V, 3- phase, 4 -wire • 139/240V, 3- phase, 4 -wire • 1201208V, 3- phase, 4 -wire • 120/240V, 1- phase, 3 -wire In addition, the following performance ratings shall apply: • Frequency regulation shall be isochronous under varying loads from no load to full load. • Frequency variation shall not exceed ± 0.25% from no load to full load. • Voltage regulation shall not exceed ± 1.5% from no load to full load. • Voltage variation shall not exceed + 0.5% from no load to full load. • Telephone influence factor shall be less than 50 The generator set shall be capable of picking up 100% load in one step in accordance with NFPA 110. r] L • 133 OF 140 The sound level shall not exceed 62 dB(A) @ 23 feet at full load operation. 2.3 ENGINE AND EQUIPMENT The engine shall be a 4- cycle, direct connected to the generator by a semi - flexible coupling and both shall be mounted on a common sub -base. The engine shall have sufficient power to produce the specified rating when operating at generator synchronous speed with all accessories required for normal operation including exhaust, fuel, cooling, and battery charging systems. The engine, with attached cooling system and the generator shall be mounted on the sub -base with heavy duty, resilient mounts that provide vibration isolation. The engine shall be EPA certified for portable use, and shall be John Deere 6068TF275 or equal. Maximum engine speed shall be 1800 RPM. The complete diesel engine generator set shall be free of critical speed, either a major or minor order and torsional vibrations from 10% below idling to 10% above synchronous speed. Engine shall be equipped with protective controls and sensors for shutdown for low oil pressure, high temperature and overspeed. The engine shall be equipped with a fuel system suitable for operation on No. 2 diesel fuel oil meeting the requirements of ASTM -975. The fuel system shall include an engine driven transfer pump and replaceable filters. The engine driven fuel pump shall be positive displacement and capable of providing 110% of the prime power rating with all filtering equipment in operation. The engine shall be equipped with a positive displacement, full pressure, lubrication oil pump with full flow replaceable spin -on canister oil filters and a dipstick. Provide replaceable dry element air cleaner with restriction indicator. Provide engine- mounted battery charging alternator, 35 ampere minimum and solid -state voltage regulator. Provide electronic isochronous governor, consisting of magnetic pickup speed sensor, adjustable electronic control, and an actuator - mounted integral with the fuel pump. Frequency regulation shall be isochronous under varying loads from no load to full load. Frequency variation for constant loads shall not exceed ± 0.25 percent of rated speed. The cooling system shall include a belt - driven pusher fan and water pump, and a thermostat for temperature control. The cooling system shall be rated for full rated load operation in 95° F ambient conditions. Guard rotating parts against accidental contact. Cooling system shall be filled with minimum 50% mixture of coolant/anti- freeze. Include coolant overflow tank level for monitoring coolant level. Provide a direct immersion type, jacket water heater for quick engine starting. • 9 134 OF 140 Heater AC input shall be connected to a NEMA 5 -20P flush mounted male input plug located on the generator receptacle panel. 2.4 ENGINE STARTING SYSTEM Provide a solenoid operated positive engagement gear driven electric starter for operation on 12- volts,D.G., Provide automatic cranking controls with three crank attempts with rest periods in between. Failure to start, after three cranking attempts, shall shut down and lockout the engine control. Provide 12 VDC lead acid battery system with sufficient capacity to provide 100 seconds cranking. Insulated stranded copper conductors shall connect the battery to the generator starter. Battery shall be mounted in a corrosion resistant tray with hold -downs to secure the battery. Provide a UL Listed battery float charger with a minimum ampere rating of 3A, 12VDC output, 120VAC input. Charger shall be automatic voltage regulated within I % of the correct temperature compensated value from no load to full load. Boost charging shall be automatic. Include AG and DC fuses protection and a DC charge ammeter. The charger shall be mounted inside the generator enclosure and the AC input shall be connected to a-NEMA 5 -20P flush mounted male input plug located on the housing exterior. f���H= 1.1�.L•�ti77 The generator shall be three phase, 60 hertz, single bearing, four pole - revolving field, drip- proof, and air - cooled. The rotor shall have amortissuer windings and be dynamically balanced. Generator windings shall be re- connectable with a manual selector switch providing the following voltages: • 277/480V, 3- phase, 4 -wire • 139/240V, 3- phase, 4 -wire • 120/208V, 3-phase, 4-wire • 120/240V, 1- phase, 3 -wire The insulation system shall vacuum impregnated with a second finish of epoxy varnish that is fungus resistant. The temperature rise for rotor and stator at full load shall not exceed the allowable temperature use for Class F insulation. THD shall not exceed 5% of rated voltage at full load and no single harmonic shall exceed 3% of rated voltage at full load. The excitation system shall be brushless utilizing full wave silicon diodes with surge and excitation overload protection. The excitation system shall be powered by a three phase, open delta design for maximum motor starting capability and isolation from non - linear loads. Provide permanent magnets in the construction for rapid voltage build up and sustained 300% short circuit current. 0 • 135 OF 140 Electronic current boost methods or CT boost methods are not acceptable. The voltage regulator shall be of solid -state construction and temperature compensated. Voltage regulation from no load to full load shall not exceed ± 1.5 %. Regulator shall utilize pulse width modulation and be capable of performing in the presence of non - linear loads. The regulator shall be volts /hertz with frequency compensation to allow frequency to decline in an adjustable manner before correcting the output voltage in a linear manner. 2.6 ENGINE GENERATOR CONTROL PANEL The engine generator control panel shall be an integral part of the generator, housing to completely isolate it from engine vibration. The panel shall be recessed into the housing with sealed construction and a gasketed door with viewing window for splash proof operation. All switches, lights, and other devices shall be clearly labeled on the panel face. Provide a three position panel mounted switch (STOP- MANUAL -AUTO) to stop the engine in the STOP position, start and run the engine in the MANUAL position, and allow the engine to start and run by closing a remote contact and stop by opening the remote contact in the AUTO position. Provide the following panel mounted accessories: • 2 -wire control for Auto Start -Stop operation • Panel lighting with ON /OFF switch. • Running time meter in hours and tenths of hours • Voltage adjustment rheostat ± 15% • Engine idle switch • Engine pre -heat switch Provide flush mounted analog meters (2 %) for the following: • AC ammeter • Phase Selector switch shows phase amperage • AC voltmeter • Phase Selector switch shows phase voltage • Frequency meter .Provide engine indicating meters and devices: • Water temperature gauge • Oil pressure gauge • DC charge meter Controls shall shut down and lock out the engine upon: • Failure to start after specified time (Overcrank) • Overspeed • Low oil pressure • High engine temperature • • 136 OF 140 Provide DC powered engine monitor with the following lights on the control panel • Engine Running Green LED (indicated) • Low oil pressure Red LED shutdown • High engine temp Red LED shutdown • Overcrank Red LED shutdown • Overspeed -Red LED shutdown Provide thermal magnetic circuit breaker located in control panel dead front behind removable cover. Circuit breaker shall be sized to operate at the highest rated amperage and shall be cable connected to a rotary tap switch. 2.7 POWER OUTPUT CONNECTIONS A dedicated, inverse time delay over - current relay shall be provided to monitor and protect alternator output, regardless of the generator voltage connection. In the event of an overload or short circuit, the over current relay shall activate the output circuit shunt trip and open the circuit breaker. The over current relay shall be factory set and tested prior to shipment. Provide a rotary tap switch for manual voltage selection; The tap switch shall be mounted inside the generator housing with a barrier assembly including a screw cover access. The tap switch handle shall clearly indicate the voltage positions and shall be lockable. Provide a customer entry panel as part of the generator housing. The customer panel shall be an integral part of the generator housing to completely isolate it from engine vibration. The panel shall be recessed into the housing with seamless construction with a hinged cover to shield interior from falling water. The bottom of the customer panel area shall be sloped downward for cable entry and to eliminate water accumulation. Provide 25 feet of #2 AWG copper — 4 conductor `SO' cord. Connect cord to generator with tin plated compression type eyelets. Provide Crouse Hinds #APJ10487 plug terminated to "SO" cord. Plug shall mate to receptacle specified in 16000 2.12. Regardless of voltage, selected generator output shall be limited to 100A by means of a UL listed 100 amp circuit breaker. The panel shall contain three, 50 amp, 240 volt female receptacles and two, 120 volt single -phase NEMA 20R GFCI receptacles. The 50 amp receptacles shall be activated in the 1201240 single -phase position only. The GFCI convenience receptacles shall be energized regardless of the voltage connection. All receptacles shall be flush mounted and shall be individually protected with UL listed circuit breakers flush mounted within the panel area and clearly labeled which breaker feeds which receptacle. in addition, the panel shall contain the flush mounted male plugs for the AC input power to the water jacket heater and battery charger, and include the automatic Start-Stop terminal connection block. Provide power output terminal area above the receptacle panel with flexible • 0 137 OF 140 rubber shields to separate the terminal area from the customer entrance panel. The terminal area shall be behind a separate door interlocked with the main access door for locking provisions. Cable entrance to power terminals shall be through the customer entrance panel. Mechanical lugs shall be provided for each phase, neutral and ground. The terminal lugs shall be shielded from accidental contact by a clear, Plexi -glass cover secured with cap screws. Connection diagrams for the various voltage selections and safety placards shall be clearly displayed. 2.8 PROVIDE HOUSING The engine generator set and all components shall be enclosed in a factory fit sound attenuated housing with access doors on each side and a door over the control panel. The housing shall be designed so the exhaust system is contained within the enclosure and both the radiator and exhaust discharge vertically in the same duct. The doors shall be arranged so all filters, battery, water jacket heater and other maintenance items can be easily accessed. The control panel door shall have a Plexiglas window for unobstructed viewing of the engine control panel. All doors shall be gasketed and the handles shall be recessed latching type with provisions for locking. The enclosure shall be equipped with a single point lifting bail on the top. The exterior shall be treated with a zinc phosphate process prior to a multi -coat, electro- deposition paint process for priming and the finish coatings. The interior of the housing and all intake and discharge ducts shall be lined with sound absorbing, high temperature foam, per UL94 standards. The housing and exhaust system shall be designed to limit the noise level to 62 dB(A) at 23 feet when operating at full rated load. 2.9 EXHAUST SYSTEM The exhaust system shall be designed so that the muffler is mounted inside the housing, completely concealing all components. Exhaust components mounted on the outside the housing is not acceptable. Provide critical silencer as recommended by the generator set manufacturer to meet overall specified sound level and size to assure full load operation without exceeding the engine manufacturer's recommended back pressure. Provide steel flexible connection between the engine and exhaust line as required for pipe expansion and contraction. 2.10 FUEL STORAGE SYSTEM Provide 169- gallon trailer mounted fuel tank. Tank shall be steel and all penetrations shall be on top of the tank only. Tank construction shall include interior baffles to contain fuel oscillations when in transit. Provide properly sized flexible fuel lines for supply and return and a drop tube for fuel pick -up. Galvanized or copper components shall not be allowed. 2.11 TRAILER Trailer shall be coupler, and s specifications: Axle Capacity 138 OF 140 low center of gravity, low bed type with double axle, towing crew jack. The trailer shall meet or exceed the following • Number of Axles • Suspension • Brakes • Jackstand Sized by the trailer manufacturer to meet full GVWR requirements Two Torsion or Leaf Spring Type Surge Hydraulic (all axles) 5,000 lbs. Trailer shall be equipped with highway legal fenders and a front adjustable leveling stand with footpad. Unit shall be wired, 12 -volt, to comply with Federal highway laws. Tire and wheel size shall be OEM type; sized per the trailer manufacturer to meet the full load GVWR requirements of the trailer with generator, fuel tank, fuel and all loaded accessories. Coupler shall be the Lunette eye type; 3 -inch diameter. Provide safety chain and breakaway chain, two (2) each, .1/4 in. steel alloy. Safety chain shall be anchored to the trailer by use of a loop of cold- rolled steel, or equivalent solid connection. It shall be lap- welded, not butt- welded, to the trailer. Connection of the chain to the loop shall be a double - clevis connecting link for use on trailer safety chains and shall have a strength of at least equal to the chain. Connection of the chain to the tow vehicle shall be a 1/4 inch latching clevis -type hook for use on trailer safety chains with a strength equal to the chain. All bolts shall minimum SAE Grade 5 and shall be easily identifiable. All nuts used for load bearing structural applications, unless otherwise specified shall be SAE stover (top lock) grade "B" lock nuts. Only flat washers shall be used with lock nuts. Lock Tite shall be used on any bolts that are torqued into a blind hole. All fasteners shall allow accessibility using standard mechanics tool. Trailer connector shall be female, suitable for use with surge hydraulic brakes. All low- tension primary cable shall be color coded in accordance with SAE J -1128 as follows: • White Ground connections • Black Clearance, marker, running and tail lights • Red Stop lights • Yellow Left turn indicator lights 0 0 139 OF 140 • Green Right turn indicator lights • Brown B+ lead and supplemental use All terminal and connectors shall conform to SAE standards. Harness Covering: If used, harness covering shall be convoluted tubing, preferred, or spiral wrap and shall be non - metallic per SAE J -562. The wiring shall be securely attached to substantial supports along its entire route. The use of adhesive backed wire anchors is not acceptable. At no time shall the route come near to or be a part of any heat source, exhaust system or exhaust support. Where installed wiring is required to pass through any body panel or partition, the wiring shall be protected with an insulating grommet at the point of passage. The lighting shall conform to the latest edition of the Federal Motor Vehicle Safety Standard (FMVSS) No. 108. Provide individual stop and directional tail lamps, each with. running. lights. Provide license plate holder and light. Trailer shall be painted black and comply or conform to federal requirements. Prime coat trailer and any areas susceptible to corrosion. Prime coat must be compatible with finish topcoat and applied per manufacturers recommendations. PART 3 - EXECUTION 3.1 DELIVERY AND HANDLING Deliver equipment properly packaged and mounted to facilitate handling. Deliver with recommended oil and coolant installed. ATS and manual safety switch shall properly packed for handling and storage. Handle equipment, carefully to prevent physical damage. Do not install damaged equipment; remove from site and replace damaged equipment with new. 3.2 GROUNDING Provide equipment grounding connections and material for the diesel generator in accordance with NFPA 70 for a separately derived system. Tighten connections to comply with tightening torques specified in UL 486A to. assure permanent and effective grounding. 3.3 PRODUCTION TESTS Provide certified factory production tests on the equipment performed at rated load and 0.8 PF. Tests shall include: Steady -state voltage and frequency analysis 0 140 OF 140 Rated load at rated PF Maximum power analysis 3.4 PARTS AND OPERATIONS MANUALS Provide three (3) sets of O & M manuals at time of generator shipment. Manuals shall be shipped in suitable 3 -ring binders with manufacturers name, address, phone .number.and points of contact. included. Include sales, parts department, service department and emergency (off hours) phone number. 3.5 WARRANTY The entire engine- generator assembly shall be covered by a manufacturer's express written warranty, not less than one (1) year from the date of final installation by end -user. The written warranty shall be included with the O & M manuals. END OF SECTION 16205 r