Loading...
HomeMy WebLinkAboutC-5196 - 16th Street Pump Station & Dolphin & Tamura Water Wells ImprovementsNEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC November 13, 2015 SCW Contracting Corporation Attn: Jeffrey Dean Scrape 2525 N. Old Highway 395 Fallbrook, CA 92028 Subject: 16`h Street Pump Station and Dolphin and Tamura Water Wells Improvements — C-5196 Dear SCW Contracting Corporation: On November 12, 2014, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on November 26, 2014. Reference No. 2014000510625. The Surety for the contract is Liberty Mutual Insurance Company and the bond number is 024039729. Enclosed is the Faithful Performance Bond. Sin rely, X I f kz— Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov EXECUTED IN DUPLICATE BOND NO. 024039729 PREMIUM: $9,101.00 EXHIBIT C Ptwnhjm Is For Contract Term CIN OF NEWPORT BEACH And Is Sub'ectTo Adjustment Based On Rnal Contract Price BOND NO. 024039729 FAITHFUL_ PERFORMANCE BOND The premium charges on this Bond is $ 9,101.00 , being at the rate of $ 13.69/$8.27 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to SCW CONTRACTING CORPORATION hereinafter designated as the "Principal," a contract for: 1. 16th Street PumD Station. All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters; removal and delivery of two (2) multi -stage vertical turbine water booster pump assemblies to the City Utilities yard; and construction of two (2) variable frequency drives, two (2) multi -stage vertical turbine water booster pump assemblies; concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work; 2. Dolphin Water Well Station: All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work; and 3. Tamura Water Well Station. All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring, programming, and miscellaneous facility work (the "Project" or "Work") in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and LIBERTY MUTUAL INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Seventy Three Thousand Four Hundred Ten ($773,410.00) 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 SCW CONTRACTING CORPORATION Page C-1 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 pari, 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. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shalt be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event 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 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 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 28TH day of 13 . SCW CONTRACTING CORPORATION BY: Name of Contractor (Principal) AL LIBERTY MUTUAL INSURANCE COMPANY Name Surety IMS DEPARTMENT ATTN:SURE11 ILA 1001 4TH AVENUE, SUITE 1700 - GLENDALE. CA 91203 Address of Surety 8181956-4200 Telephone BY: Agent Signature SCRAPE, PRESIDENT MARK D. IATAROLA, ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTA CHED SCW CONTRACTING CORPORATION Page C-2 ACKNOWLEDGMENT State of California County of 5�,��10—_} ss. On /y/q y % 20/,3- before me, C• G• ('QLD �� Notary Public, personally appeared -.,TA F -O AV who proved to me on the basis of satisfactory evidence to be the person{s�'whose name(O islare- subscribed to the within instrument and acknowledged to me that he/eheeMiey executed the same in his/4e#the0 authorized capacityks), and that by his/her signaturesW on the instrument the person erl, or the entity upon behalf of which the persortw acted, executed the instrument. I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct. S. L. COLEMAN WITNESS my hand and official seal. Commisalon M 191313 Z Notary Public - California > San Diego County Comm. Expires Dec 15.2 - -r Signature _ (seal) ACKNOWLEDGMENT State of California County of On _.._-. 20 before me, Notary Public, personally appeared . who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, Signature -- (seal) — . _-- — - SCVv' CONTRACTING COf2PORATION CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA + County of SAN DIEGO jt On 05/28/2013 before me, GLENDAJ GARDNER. NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared MARK D. IATAROLA Name(s) of Signers) who proved to me on the basis of satisfactory evidence to Place Notary Seal Above 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: PERFORMANCE BOND Document Date: 05/28/2013 Number of Pages: Signer(s) Other Than Named Capacity(les) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA ❑ Individual ❑ Corporate Off icer—Title(s): ❑ Partner— ❑ Limited ❑ General 56 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner — ❑Limited❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 2007 National Notary Association • 9350 De Soto Ave.. P.O. eox 2402 • Chatsworth. CA 01313-2402 • we^u.NationolNotary.a19 Item M590I Reorder: Call Toll -Free 1.600616.6627 be the person(e) whose names) is/ase subscribed to the within instrument and acknowledged to me that he/she" executed the same in his/hep4teir authorized capacity(ies), FFICIAL SEAL and that by his/heiAhei signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) GLENDAJ. GARDNER NOTARY PUBI.IGCALIFORNIAM acted, executed the instrument. 9 COMM. N0. COUNTY SAN DIEGO COUNTY I certify under PENALTY OF PERJURY under the laws of Y MY COMM, EXP, NlAhCH 16. 2017 the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. _ Place Notary Seal Above 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: PERFORMANCE BOND Document Date: 05/28/2013 Number of Pages: Signer(s) Other Than Named Capacity(les) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA ❑ Individual ❑ Corporate Off icer—Title(s): ❑ Partner— ❑ Limited ❑ General 56 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner — ❑Limited❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 2007 National Notary Association • 9350 De Soto Ave.. P.O. eox 2402 • Chatsworth. CA 01313-2402 • we^u.NationolNotary.a19 Item M590I Reorder: Call Toll -Free 1.600616.6627 THIS POWER OF ATTORNEY IS NOT V. )UNLESS ITIS PRINTED ON RED BACKG. JND. This Power of Attorney limits the acts of those named herein, and theyhave no authority to bind the Company except in the manner and to the extent herein stated.. -Certificate No. 5954724 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BYTHESE PRESENTS: ThatAmencan Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duty organized under the laws of the State of Indiana (herein colladively piled the."Companies"}; Pursuant to and oy authority herrein set forth, does hereby name, constitute and appoint, Deborah D. Davis; Glenda J. Gardner; Helen Maloney; John G. Maloney; Mark D: latarola; Michelle M. Basuil all of the city of Escondido state of CA each individually. if there be more than one named, its true and lawful affomey-in-fad to make,. execute, seal, acknowedge. and deliver, for and on its behalf as surety and as its ad and deed, any and all undertakings, bonds, remgnizances and other surety obligations, in pursuance of these presents and shall' be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies In their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has beensubscribedby an authorized officerorofficial of the Companies and the corporate seals of the .Companies have been affixed thereto this17,7_ day of January 12013 yzV :h; fi „'3q Ay American Fire and Casualty Company i The Ohio Casualty Insurance Company « (_ Liberty Mutual Insurance Company A¢ West American Insurance Company E a rR 5 STATE OF WASHINGTON ss Gregory W. Davenport, Assistant Secretary c i COUNTY OF KING. � A On this 171h day of January , 2013 before me personally appeared Gregory W. Davenport, who acknowledged lumselfto be the Assistant Secretary of American 10 F s Fre and Casualty Company, Liberty Mutual Insurance Company,, The Ohio Casualty Company, and West American Insurance Company, and that he as such, being authorized so to do, execute theforegoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. E£ ' IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial sealal Seattle, Washington, on the day and year gist above written.: O o I � � s cp By: 1 C M 3s _ KD Riley, Notft Public �a D -rr �^ a This PowerdAttomey is made and executed pursuant to and by authority ofthe :follovring By-laws and Authorizations of American Fire and Casualty Company, The: Ohio Casualty Insurance rap .Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full form and effect reading. as follows. t o a ARTICLE IV -OFFICERS -Section 12. Power of An officer or other official of the Co ..� � ey y Corporation authorized for purpose in writing byfhe Chairmanortne President, subject .m+ to such limitation as the Chairman or the President may prescribe, shall appoint such aftomeys-in fact as may be necessary to ad in behalf of the Corporationto make execute, seal,, m e acknowledge and deliver as surety any and. all undertakings,bonds, recognizances and other surety obligations. Such attorneys -in -fad, subject to the limitations set forth in their respective �. of powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, suchinstruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under A the provisions of this article may be revoked at anytime by the Board, the Chairman, the President or by the officer or officers granting such power a authority. r = . ARTICLE All- Execution of Contracts SECTION 5. Surety Bonds and Undertakings. Any ofgcer of the Company authorized for that purpose in writing by the chairman or the president, . and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to ad in behalf ofthe Company to make, execute, E.. seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizanoes and other surety obligations.. Such attorneys -in -fad subtsoEto the limitations set forth in their E W O respective powers of attorney, shall have full power to bind the Company by their signature and execution of any. such instruments and to attach thereto the seat of the Company. When so O o executed such instruments shall be as binding as if signed 'bythe . president and: attested by the secretary.. O.m Certificate of Designation The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such atlomeys-in-fad as may be necessary to ad on behalf of the Company to: make, execute, seal, acknowledge and deliver as surety any andall undertakings, bonds, recognizanoes and other surety obligations. Authorization- By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company In connectionwith suretybonds, shagbe valid and binding upon the Company with the same force and effect as though manually affixed I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and comect copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 28TH day of - MAY 20 13 �I 1405�c of 9 9 3 (� ,4a2 ih 1947 By: David. M. Carey;AssistanrSecretary LMS -12973_092012 242 of 250 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC February 3, 2015 SCW Contracting Corporation Attn: Jeffrey Dean Scrape 2525 N. Old Highway 395 Fallbrook, CA 92028 Subject: 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements - C-5196 Dear SCW Contracting Corporation: On November 12, 2014 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on November 26, 2014, Reference No. 2014000510625. The Surety for the bond is Liberty Mutual Insurance Company and the bond number is 024039729. Enclosed is the Labor & Materials Payment Bond. Sincerely, 4- 4-1''/ Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov EXECUTED IN DUPLICATE BOND NO. 024039729 CITY OF NEWPORT BEACH BOND NO. 024039729 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to SCW CONTRACTING CORPORATION hereinafter designated as the "Principal," a contract for: 1. 16th Street Pump Station. All materials, equipment, supplies and tabor for demolition of two (2) solid state soft starters; removal and delivery of two (2) multi -stage vertical turbine water booster pump assemblies to the City Utilities yard; and construction of two (2) variable frequency drives, two (2) multi -stage vertical turbine water booster pump assemblies, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work; 2. Dolphin Water Well Station. All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work; and 3. Tamura Water Well Station. All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring, programming, and miscellaneous facility work (the "Project" or "Work") in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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, LIBERTY MUTUAL INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Seventy Three Thousand Four Hundred Ten ($773,410.00) 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 SCW CONTRACTING CORPORATION Page B-1 . payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder 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 28TH day of MAY 20 13. SCW CONTRACTING CORPORATION Name of Contractor (Principal) LIBERTY MUTUAL INSURANCE COMPANY Name of Surely ATTN: SURETY CLAIMS DEPARTMENT 1001 4TH AVENUE, SUITE 1700 Address of Surety 8181958-4200 Telephone BY: JEFFREY SCRAPE, PRESIDENT BY:�" Authorized MARK D. IATAROLA, ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED SCW CONTRACTING CORPORATION YPage B -"L ACKNOWLEDGMENT State of California County of �g�^lLp� ss. On> �j�_Z�_ 20�_ before me, _ S .4. (� La A, A�) Notary Public, personally appeared .,1 9FPA0y-d4?–+, f— who proved to me on the basis of satisfactory evidence to be the person(.&) whose nem*) is/are- subscribed to the within instrument and acknowledged to me that he/sheMley executed the same in his/herltheir authorized capaclty(iest and that by his/*erfthetr signaturesW on the instrument the person( -v), or the entity upon behalf of which the persor1w acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. S. L. COLEMAN WITNESS m hand and official seal. y Commission # 1913434 11 < -� Notary Public - California s //n�1�� L.d Clnsew.� Z = San Diego County My Comm. E- - -Dec - 201- Signa — (sea!) ACKNOWLEDGMENT State of California County of _ ss. On 20 before me, Notary Public; personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature SCW CONTRACTING CORPORATION (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of SAN DIEGO On 05/2812013 before me, GLENDA J. GARDNER, NOTARY PUBLIC Date Here Insert Name and Title of the Off icar personally appeared MARK D. IATAROLA Name(s) of Signer(s) atkmro� r . �..;. OFFICIAL SEAL GLENDA J. GARDNER 9 c� • , �; NOTARY PUBLIC -CALIFORNIA COMM. NO. 2012529 SAN DIEGO COUNTY C I MY COMM. EXP. VAHCH 16, 2017 �wwwwrr Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(&) whose name(e) is/are subscribed to the within instrument and acknowledged to me that he/sHeMHey executed the same in his/hefAheir authorized capacity(aee). and that by his/herAlielf signature(&) on the instrument the person(&), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness pp� m harm an official seal. Signature y ( �Pi1 Z, .. 6, 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: LABOR AND MATERIALS PAYMENT BOND Document Date: 05/2812013 Number of Pages: Signer(s) Other Than Named Capecity(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General 56 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name:. ❑ Individual ❑ Corporate Off icer —Title(&)_ ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02007 National Notary Association • 9350 De Soto Ave., P.O. Sox 2402 • Chalsmo , CA 91313-2402 • w w.NatioualNMary.org 110M05907 Reorder CallToll-Frae 1-BOM7G6027 THIS POWER OF ATTORNEY IS NOT % D UNLESS IT IS PRINTED ON RED BACKC LIND. This Power of Attorney limits the acts of those named nereln, and they have no authority to bind the Company except m the manner and to the extent herein stated. Certificate No. 5954725 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (hereincollectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Deborah D. Davis; Glenda J. Gardner; Helen Maloney; John G. Maloney; Mark D. latarola; Michelle M. Basuil all of the city of Escondido state of CA each individually if there be more than one named, its We and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, reoognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of January ,2013 American Fire and Casual Company Ayn c.;sl T�tv �,+,� rosu r4 ea LY The Ohio Casualty Insurance Company ii Liberty Mutual Insurance Company 7906 rc of 919 l� g( 9i2 x 7947 /} West American Insurance Company `L��iaA� dS\'"✓..�;T A;Y>:.. e C'2 'ri 'WN / �/� STATE OF WASHINGTON as Gregory VV. Davenport, Assistant Secretary COUNTY OF KING - W On this 77th day of January 2013 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American 7 Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. A ;O By: F.-4_JU. t.uit� KD Riley, Notd# Pudic d m This Power of Attorney is made and executed pursuant to and by authority ofthe following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and WestAmerican Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV —OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject m to such limitation as the Chairman or the President may prescribe, shall appoint such atlomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, c acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective ai powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any poweror authority granted to any representative orattorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. C ARTICLE XIII — Execution of Contracts — SECTION 5. Surely Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, m and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-tact, as may be necessary to act in behalf of the Company to make, execute, 3 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their u respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as ff signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attomeys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, We and correct copy of the PowerofAttorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 28THday of MAY , 2cL 13 . �. 'Fr � �kS i*.S� S \SP aT'c.§x �)�'q!T yJS'�..zs:w,\'Y Jat w�,Y 4 �,++a4 �( .w�"f /� _L - 1 U 'c`i { y <1 7905 �G o+ St9 ,n .o ;; By: �' s c ' 977 _ 7941 f David M. Carey Assistant Secretary �%Yy�l p+ "'¢'AL O'y�* FCIv'�3 6'� h.s -T# � A+rnaP E * * 1-145_12873_092012 243 of 250 V �¢ fficlal Records, Orange County RECORDING REQUESTED BY AND Clerk- iecorder WHEN RECORDED RETURN TO I ' t �I b1INi oI IIIIlllll ll IIII IIII IIII I VIII II II NO FEE City Clerk rr n2 000510625 9:00 am 11126114 ,N1 2 City of Newport Beach ,pp Q o01 0.00 0.00 0.00 0.00 0.00 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, NT Newport Beach, California, 92660, as Owner, and SCW Contracting Corporation of Fallbrook, CA, as Contractor, entered into a Contract on May 28, 2013. Said Contract set forth certain improvements, as follows: 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements (C-5196) Work on said Contract was completed, and was found to be acceptable on November 12, 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Liberty Mutual Insurance Company, M Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. BYfi �U t/VW i"r 0110P-� City Clerk ?V6 t 1 i L, fficial Records, Orange County RECORDNG REQUESTED BY AND Hugh g �, Clerk -Recorder WHEN RECORDED RETURN TO?01 4 NET NO FEE *$ k 0 7 1 2 3 2 9 9$ City Clerk FF 4000510625 9:00 am 11126/14 12 City of Newport Beach G oo1 a.00 0.00 0,00 0.00 0.00 100 Civic Center Drive �r Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and SCW Contracting Corporation o f Fallbrook, CA, as Contractor, entered into a Contract on May 28, 2013. Said Contract set forth certain improvements, as follows: 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements (C-5196) Work on said Contract was completed, and was found to be acceptable on November 12, 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Liberty Mutual Insurance Company. BY Q2� Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. j Executed on at Newport Beach, California. BY City Clerk CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC November 14, 2014 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • Police Facility HVAC Replacement (Contract No. 5542) • 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements (Contract No. 5196) • West Newport Landscaping Project— Balboa Boulevard Beautification (C-4842) Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincer ly, qa� Leilani I. Brown, MMC City Clerk Enclosures 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and SCW Contracting Corporation of Fallbrook, CA, as Contractor, entered into a Contract on May 28, 2013. Said Contract set forth certain improvements, as follows: 16t 1 Street Pump Station and Dolphin and Tamura Water Wells Improvements (C-5196) Work on said Contract was completed, and was found to be acceptable on November 12. 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Liberty Mutual Insurance Company. Im Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. f ` l.� n ,.�9 on 1`��yG'UIQEL 4� i Executed BY "I City Clerk at Newport Beach, California. CITY OF F NEWPORT REACH City Council Staff Report TO: FROM: PREPARED BY: PHONE: TITLE: ABSTRACT: November 12, 2014 Agenda Item No. 5 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov Michael Sinacori, P.E., Assistant City Engineer (949)644-3342 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements — Notice of Completion and Acceptance of Contract No. 5196 (CAP12-0003) On May 28, 2013, City Council awarded Contract No. 5196, 16th Street Pump Station and Dolphin and Tamura Water Well Improvements to SCW Contracting Corporation for a total contract cost of $773,410 plus $77,000 allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after acceptance by the City Council. FUNDING REQUIREMENTS: Funds for this project were expended from the following accounts: Account Description Water Enterprise — Pump Station and Well Site Improvements Contributions — Pump Station and Well Site Improvements Account Number Amount $ 602,422.63 7523-C6002013 7251-C6002013 $ 231,978.58 Total $ 834,401.21 5-1 This project included a budgeted contribution from the Southern California Edison Company (SCE) for an energy conservation rebate estimated to be $253,786.00. During the course of the project, only $152,531.68 in eligible reimbursement was tracked to actually be realized from SCE. After appropriate audits of the work were completed, another $79,446.90 was authorized bringing the total SCE rebate amount to $231,918.58, only $21,807.42 less than what was estimated originally. City staff appreciates the cooperation received from SCE for this energy conservation program and associated rebates. DISCUSSION: Overall Contract Cost/Time Summary Actual Awarded Contract Final Cost at Contingency % Due to % Due to Amount Completion Allowance Contract Directed Unforeseen Change Change $773,410.00 $834,401.21 10% or less 7.9% 1 +5.5% 2.4% Actual Time Allowed Contract Time (days) 174 0 Under (-) or Over (+) The City's groundwater delivery system conveys groundwater pumped from four (4) existing wells in Fountain Valley to the 16th Street Reservoir. The 16th Street Pump Station pumps water from the three (3) million gallon 16th Street Reservoir into the water distribution system to meet demands and to Big Canyon Reservoir (BCR) for further storage. The City, in cooperation with SCE, performed an energy audit of its water wells and 16th Street pump station in 2012 and found that significant energy savings could be realized if pump motor and drive shaft improvements were done at both the wells and the 16th Street Pump Station. The project included the following: A. 16th Street Pump Station: Improved the pump station's overall energy efficiency by replacing the solid state soft start motor controllers of the two (2) pumps with variable frequency drives (VFDs). Eliminated throttling of the pump control valves (PCVs) thus saving electricity and reducing electric utility costs. Installed two new vertical turbine pumps at a lower horsepower but at a faster revolution per minute to improve efficiency. B. Dolphin and Tamura Water: Replaced each well site's solid state soft start motor controllers (two at each site) with VFDs. Eliminated throttling of the pump control valves, thus saving electricity and reducing the City's electric utility costs. The contract was completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $773,410.00 Actual cost of bid items constructed: $773,410.00 Total change orders: $60,991.21 Final contract cost: $834,401.21 5-2 The actual cost of bid items constructed was 7.9 percent above the original contract amount due mostly to added program logic controller (PLC) upgrades at both the well sites and 16th Street pump station. A summary of the project schedule is as follows: Estimated Completion Date per 2014 Baseline Schedule November 29, 2014 Project Awarded for Construction May 28, 2013 Contract Completion Date with Approved Extensions February 13, 2014 Actual Substantial Construction Completion Date February 13, 2014 The delivery of the new 16th Street Pump Station pumps and motors were substantially delayed due to justifiable weather and manufacturing issues and time extensions were granted. The main project components were installed within the contract allowed 174 working days and were operational in February. However, the final programming PLC and the final configuration of the VFDs at the 16th Street Pump Station to optimize energy efficiency was delayed at the City's request to allow the station to stay in operation through the end of the water year (June 30th). Pumping through the end of the water year allowed the City to maximize its draw on the groundwater basin supply and thus save approximately $250,000.00 in water costs. The programming work was completed in July and the project was ready for acceptance at that time. Unfortunately, the two new motors began to show unforeseen wear and were taken out of service for repair. It was found that different bearings on the motors were necessary to function properly with the new VFDs. Those motor modifications have been made (at no cost to the City) and both were back in operation this past month. ENVIRONMENTAL REVIEW: At the time of award, this project was deemed exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302 Class 2 (c) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment as the project is a replacement of existing utility systems involving no expansion of capacity. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A — Location Map 5-3 CITY OF NEWPORT REACH CITY CLERK NOTICE INVITING BIDS,, Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 kO {° until 10:00 am on the 7th day of May, 2013, at which time such bids shall be opened and read ford. 16 T11 STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Title of Project Contract No. 5196 $850,000.00 Engineer's Estimate Approved by ` PatricWThomas City Engineer Prospective bidders may obtain Bid Documents, Specifications and Drawings by contacting Mouse Graphics at (949) 548-5571 Located at 659 west 19" Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: General Engineering Contractor A" Non -Mandatory Pre -Bid Meeting at 10:00 AM On April 24, 2013, to be held at the 16'x' Street Pump Station (City Utility Yard) Located at 949 West 16t" Street, Newport Beach, CA 92663 For further information, call Michael J. Sinacori, P.E., Assistant City Engineer at (949) 644-3342. BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: htto:ilwnvw. NewportBeach CA. gov CHCK- Online Services /Bidding & Bid Results City of Newport Beach 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Contract No. 5196 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 3 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. (030435 A , C -G0 , C,S 1 Contractor's License No. & Classification SCW CoNr�/�G'r?N I� COrtP Bidder -St s s aw A -Q o Z S FG r2 tg 7-74 fe-,( Aut ized Signature/Title 5 / L / 2013 Dat W City 2 Newport Beach 16TH STREET PUMP STAT(QN O�NQ DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Contract No. 5196 BIDDER'S ;B ND 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 GREATER AMOUNT BID --------- _ Dollars ($ 10% ). to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of MASTER FORMAL CONTRACT, Contract No. 5196 in the City of Newport Beach, is accepter by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal falls to execute the Contract documents in the form($) 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 mull 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 gond. Witness our hands this _ 6TH day of _ MAY �. 2013. SCW CONTRACTING CORPORATION+ Marne of Contractor (Principal) LIBERTY MUTUAL INSURANCE COMPANY Name of Surety ATTN: SURETY CLAIMS DEPARMENT 1001 4TH AVENUE, SUITE 1700 SEATTLE= WA 98154 Address ;f surety 800/763-9268 Telephone BY��._ Authorized Signature/Title SUZANNE C. (SCRAP SECRETARY BY: A41 Authorized Agent Signature MARK_ D. IATAROLA, ATTORNEY-IN-FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be atiached) 5 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of On 5/6/2013 Date SAN DIEGO before me, MICHELLE M. BASUIL NOTARY PUBLIC Here Insert Name and Title of the Officer personally appeared MARK D. IATAROLA Name(s) of Signer(s) MICHELLE M. BASUIL EuntR >� COMM. #1862575 r em NOTARY PUBLIC -CALIFORNIA N SAN DIEGO COUNTY F a My Comm. Exp. AUG 24, 2013 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(&) whose name(&) is/are subscribed to the within instrument and acknowledged to me that he/she4hey executed the same in his/he e' authorized capacity4e,&), and that by his/heFAhei signature(-&) on the instrument the person(-&), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature 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: BID BOND Document Date: 5/6/2013 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner ❑ Limited ❑ General InK Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s)_ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: �`�)�C- _ _ - -.__'��.�=t4`�_-*,?'�Z'`�.`�i�`•U'"?'�C:�<'�'`ti`-�.`�%(>�t,'"`G�_<i`i �`�`Z`•t>Z:'C:`C-£.9-^E �^i�L�t�`�2:�%C:�`�`'4�L't�GSZ �`Z �' 0 2007 National Notary Association • 9350 Be Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 THIS ROWER OF ATTORNEY IS NOT V, ) UNLESS IT IS PRINTED ON RED BACKG JND. This Power of Attorney limits the acts of those named nzrein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 5954667 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Deborah D. Davis; Glenda J. Gardner; Helen Maloney; John G. Maloney; Mark D. latarola; Michelle M. Basuil all of the city of Escondido state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of January , 2013 A gL Y ifrj F ;r:c,, UAmerican Fire and Casualty Company VI The Ohio Casualty Insurance Company Liberty Mutual Insurance Company 914 a WestAmerican Insurance Company By: STATE OF WASHINGTON ss Gregory1'%V. Davenport, Assistant Secretary COUNTY OF KING On this 17th day of January , 2013 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. •—, KD Rilev. . Not Public za- This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and WestAmerican Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power ofAttorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 6TH day of MAY 2013 ^ ` fes` r :. i' �5 l f a) I 1912 16 i 1991 � By: David M. Carey, Assistant Secretary LMS_12873_092012 185 of 250 ACKNOWLEDGMENT n¢ e a a a a a n a a a a a a a a n a a . a a a n a n a a a n a a a o a n a a n a n a n n a n a n a m n n n a n a n® a m a a n n a a a n n n a n a a a a a. State of California County of �'�,� A2'sc� On &X � . Oe/3 before me, Public, personally appeared , 'Pela/4 Notary ,who proved to me on the basis of satisfactory evidence to be the personko whose name(Z) is/ate subscribed to the within instrument and acknowledged to me that i-re/she/t#ey executed the same in H+s/her/tht r authorized capacity(i&�, and that by h s/her/tlae+r signatures( on the instrument the person( or the entity upon behalf of which the person(.W) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature COLEMAN Commission ion # 1913434 Z a -r Notary Public - California z Z San Diego County My Comm. Expires Dec 15, 2014 (seaf ■ ■ a e ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ a ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ a ■ ■ ■ ■ ■ a a ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ a Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION //n�S�.g- /�410t Is QAiQ Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer Trustee Power of Attorney CEO/CFO/COO r President/ Vice -President / Secretary /Treasurer Other: Other Information: 0• Thumbprint of Signer ❑■ Check here if no thumbprint or fingerprint is available. City of Newport Beach 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Contract No. 5196 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: Address: z2�3 s� n Rct-r-i o �� V i s tc, CA l� 1 , Phone: -765,d -6d Z Z9 Zq i� 5 State License Number: 7 13 OS —j [� 1 Name: Address: Phone: State License Number: — ---- - Name: ----- Address: Phone: State License Number: 5 L W CA N'C �L,o, L^t Z N 1s C o R,P t�ki _2 c_. a S EC �2 t=7`14 R,1 Bidder Aut rized Signature/Title Ne City of Newport Beach 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Contract No. 5196 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Go a p 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 2I sT STjeG-rT Pl. m.e S7-W7yic)N Project Description NEL.) lgeLow CZ 2oLLN1�> S Lt FT s.1W-T1L)rJ I OENt> OLr� on,E Approximate Construction Dates: From 51 W l c To:I 7o 1 -7-_ Agency Name C.L Tv a F* k 11(2 Contact Person G rZ tL t-,tl n.tl(_,t Lt -1 Telephone %B) —t Sq- 97 C) LF 4, vii 7, 1 L 2. - Original Contract Amount $ Final Contract Amount $ 1-41 5z -z 1, Ll ?, ' If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. er No. 2 Project Name/Number WELL NO. (� , 114 r 1 S T -i PecyEMl1UTS Project Description \n/ELL- ktCo 0 'DC—H0 04-D W SITE Approximate Construction Dates: From 17, 17,01n To: 9 120L ( Agency Name 3L.A-cupA (oHyj1,4 N L-" SC�j2yti:c-_S 'DI Contact Person kGLLY VA►)nr_Aje_AApT Telephone osl) Original Contract Amount $ Final Contract Amount $ 1 rL4 '2� 7-1. 4Cn If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number. \1VCi L, 171 d g' XP 97N PeANCC+4Clu7- - 'TM PeaVugciNC'S Project DescriptionbDiFICATAotJ5 9XIST[N6 fuP VC -`-SGL, TI hI NCS e VAI—VC--S Approximate Construction Dates: From k2 ( 7o I O To: � I ZD 1 I r T Agency Name Ti.urZLLPA DISTrAr^ T Contact Person gA!` VtL3 Telephone (R.s() UK9`749'-4 Original Contract Amount ray Final Contract Amount $ 1. n6i 8' 43 2L4 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. MD. IN No. 4 Project Name/Number A,: R4 -T " t-2,A.S//VS .412 DUCT) /V C2 ZEnLAc r vn4 2 GUN772vL k/Q A5 T L l -/NES Project Description AJs7'l4t,lr Sgt ( r 36 3 /(. S S P/P1fVb 1.CC7-I21Ca4Cr Approximate Construction Dates: From /20 t I To. /2 )1 21 Agency Name ZAlLA-NO C M P/2E .CTI L/ Tl ES A&CtJC V Contact Person 0 -__ SIJ N I S g RoGJAJ Telephone qbq I OZ`7,.3 Original Contract Amount $ Final Contract Amount $ /.J 2Z I , Z ?- If If final amount is different from original, please explain (change orders, extra work, etc.) QLA-W 2- P(Z(0 BD5G C> a A-pOV2aVE0 P 20J CwE C "NC7E'.s t "01TIV S Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number t'G/,�.A-J ,4 P 6-1 P S17477 c)IU Project Description bG"Cp &V1,S7-iN6 VIALtL-r '-r eO,NAS77ZUCr Nb U✓ PUMP 5771�70r%) Approximate Construction Dates: From j2In 1 j_ To: CL,e_2M1— Agency Name P,M p CAt For_N L AeUr WATee- DIStPIGT Contact Person KI4TR k C MAt}n Telephone �J5() 2ct(O (o90D S. 2, 522, C) 5(o Original Contract Amount $2.sz2,R� Final Contract Amount $ CLLeaGwrL'`( Q.9. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name/Number AIq-lt. L,AI_E C()NYEYANC6 SYCI-e- H 0t2atSSt5,i% A M NSCLC. Cao I..�T1Zd(_ PPtCl C., CT`l Project Description t=Le rLrJtsbl e- I NsI--Ytt,- NU_-rbHA-TIC.. S( L(=- CAC eA"1Nv SCYZCEh-,�, t= l C C t'L nTio i� s`C Approximate Construction Dates: From 2 To:i�5 1_'Zp ( 3 Agency Name _)ZXN3cv- CAS(, (=oekA WAT-6Iz IDiS-re iC- Contact Person VkE A-TH W !-iAEk)N Telephone<461) 7ciLy -Lp9oo 1.0�S8, 10L(. Original Contract Amount $ Final Contract Amount $ 1,X15$, loLA If final amount is different from original, please explain (change orders, extra work, etc.) PIA 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 Attach additional sheets if necessary. ± SEE A-=Ac_He C> C-L_(,a 2c5 wT p 1e0,seGT.S t ST14 MEaT of= 6)(Pee1k;NC., ` 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. S c_w e a N T -M r4er� ✓V U C� K.P �(.Ce a.�A-. / SEC (2E7 -t y Bidder ALhh4ized Signature/Title 12 SCW CONTRACTING CORP. Mark Lira, Field Superintendent Mr. Lira has been involved in a variety of areas of the construction industry since 1985. Prior to his employment with SCW Contracting he was involved in the running of his own construction company. He processes a Class B license and has attended Palomar College studying construction, blue print reading and estimating. Mr. Lira joined SCW Contracting in 1995 and over the past 18 years has been superintendent on numerous jobs involving tank work, mechanical piping, and water services, and pump stations. More recent projects include: • 21s` Street Pump Station - The City of Del Mar (Awarded APWA 2012 Project of the Year Award) • Menifee Basin Desalination Facility - Eastern Municipal Water District • Cloudcroft Pump Station - The City of Poway, • Twin D Pump Station - Carlsbad Municipal Water District • Penasquitos Reservoir - The City of San Diego Mr. Lira is experienced in handling projects from the beginning stages through to the final completion. As an onsite superintendent he is responsible for: • Mobilization • Safety Inspections & Weekly Safety Meetings • Preparing schedules • Material lists • Coordination of all work. Mr. Lira maintains a strong professional work ethic when completing all projects and has been highly respected in his industry for many years. SCW CONTRACTING CORP. Kirt Bioin: Senior Proiect Manager/Estimator EXPERIENCE: Involved in the construction industry for over 27 years with a full spectrum of experience from general labor to contracting and specializing as Safety Officer, field work supervisor, Quality Control supervisor and Project Manager. Mr. Bjoin has been Senior Project Manager at SCW Contracting for over '12 years his responsibilities include: Proiect Management • Writing contracts and coordinating subcontractors • Buy out entire projects, author all purchase orders • Manage and purchase equipment • Construction cost tracking • Managing key personnel for the construction projects of multimillion dollar projects • Produce and negotiate change orders and modifications • Author and track all project RFls • Procure, review and track all project submittals • Estimating multimillion dollar projects • Author and update cost loaded CPM schedules Safety • Authoring, implementing and enforcing company Safety Plans • Authoring, implementing and enforcing Injury and Illness Prevention Programs • Authoring, implementing and enforcing Site Specific Safety Plans • Responsible for Industrial Safety Reports • Conducting all weekly Tailgate Safety Meetings • Authoring and enforcing company SWPPP programs company wide • Coordinate Safety Plans and quality control plans with subcontractors, enforcing strict adherence • Coordinate all in-house quality control personnel and supervise all work documentation and recording requirements • Supervising the Safe Work Practices and Quality Control of multimillion dollar projects • Airing organizational, QC and safety personnel • Organizing special training classes • Coordinate the Legal disposal of Hazardous Materials • Coordinate USA Dig Alert pre job meetings and keep all project mark outs • updated and current • Certified confined space trainer • Certified fork Gt operator trainer EDUCATION: University of Montana Missoula MT 3 years Cut Bank High School Cut Bank, Montana 1979 Graduate Review and Completion of Keller's 23 topic safety course including: Confined Space Entry Electrical Safety Fire Protection Hazard Communication Lockout Tag out Fall Protection Respiratory Protection Welding and Cutting Completion of "WATCH" program for traffic safety Completion of "Underground Safety Education's Confined, Snake Awareness Trainine" Completion of Trench Pate Co. Competent Persons Training Course COMPLETED PROJECTS ( CURRENT PROJECTS: 2000- Present SCW Contracting Corp. Fallbrook Ca. Project Manager Safety Officer City of Del Mar 21' Street Pump Station *APWA 2012 Project of the Year 4.4 Million Inland Empire Utilities Agency CCWRF Aeration Basins Air Ducting Replacement I Million City of Riverside Wood Road Pump Station Modifications 1.6 Million City of San Diego Penasquitos Reservoir Rehab 1.2 Million Safety Officer Project Received "Award of Safety Excellence" from the City of San Diego 10-22-02 (one issued City wide per year). Pump Station # 8, Refurbish and upgrade $ 500,000 Pump Station # I Replace existing sluice gates, new Motor control, new well decks $ 750,000 County of San Diego Rehabilitation of De Luz Bridge Remove timber deck add steel girders Install new concrete deck and guard rail. $ 500,000 City of Poway Cloud Croft Pump Station Construct new pump station facility $ 854,000 La Jolla Band of Mission Indians Install new domestic water system $ 808,000 Construct new building and chlorination Treatment Facility $400,000 Western Municipal Water District Gage Canal Pump Station Construct new non potable pump station With open concrete water reservoir 1.8 Million El Sobrante Pump Station Construct non potable pump station $ 915,000 Elsinore Valley Municipal Water District Upgrade three well site adding hypochlorite systems In new buildings $ 645,000 City of Carlsbad "Twin D Recycle Pump Station 1.5 Million Eastern Municipal Water District Fluoridation Stations 1.7 million Webster Nuevo Pump Station $ 475,000 `PEPS Station Modification 2.7 Million. North San Jacinto raw water pump station 1.2 Million Indian Ave Well 4 59, Install pumps, storage tank, chlorination system 1.2 Million Ams��M � SOW CONTRACTING CURRENT PROJECTS PROJECT OWNER PROJECT NAME AMOUNT DESCRIPTION PHONE ENGINEER MANAGER METROPOLITAN CONSTRUCT TWO ADDITIONAL BIOSOLIDS CENTER DEWATERED STORAGE SILOS, DAMIAN CITY OF SAN DIEGO ADDITIONAL $6,509,000.00 DEWATERED CAKE PUMP SYSTEM, SINGLETON 619-533-3482 AECOM STORAGE SILOS ELECTRICAL AND INSTRUMENTATION UNIVERSITY OF OCEAN SCIENCE MELCHIOR# CALIFORNIA SANTA EDUCATION $407,000.00 STRUCTURAL STEEL & MISC. METALS 805-962-9505 EHDD ARCHITECTURE CONSTRUCTION BARBARA BUILDING DEMO EXISTING VAULT, CONSTRUCT NEW PUMP STATION, MECH RANCHO CALIFORNIA TENAJA PUMP PIPING,DISINFECTION HEATH WATER DISTRICT STATION $2.522,956.00 FACILITIES, SURGE TANK, EMERGENCY MCMAHON 951-296-6900 RCWD GENERATOR, SITE IMPROVEMENTS, GRADING, PAVING, ELECTRICAL & INSTRUMENTATION FURNISH & INSTALL AUTOMATIC SELF VAIL LAKE CLEANING SCREEN FILTRATION RANCHO CALIFORNIA CONVEYANCE SYSTEM WITH OVER 500 FT CML&C HEATH WATER DISTRICT SYSTEM DREISSENA $1,958,104.00 STEEL PIPE (VARIOUS DIAMETERS 4-, McMAHON 951-296-6900 RCWD MUSSEL CONTROL 6-,18-,30-,36-, & 48 -INCH) AND FACILITY ASSOCIATED APPURTENANCES REPLACE EXISTING SEWER LIFT CITY OF RIVERSIDE CREST LIFT STATION $1080628.00 STATION WITH NEW LIFT STATION, LEONARD 951-826-5912 KRIEGER & STEWART PUBLIC WORKS REPLACEMENT ,, INSTALL NEW SEWER FORCE MAIN, ALBANO SITE IMPROVEMENTS PALOMAR ESCONDIDO STURCTURAL STEEL, DECKING & COMMUNITY COLLEGE EDUCATION CENTER $570,000.00 C.W.DRIVER 619-696-5100 LPA, INC. MISC. METALS DISTRICT IMPROVEMENTS CONSTRUCT 1,200GPM GRANULAR WELL 2A & 3 VOC ACTIVATED CARBON WATER CITY OF EL MONTE TREATMENT $1,074,893.00 CESAR ROLDAN 626-580-2057 CIVILTEC INC. TREATEMENTVESSELS,CONCRETE BLENDING PROJECT SLAB AND APPURTENT PIPING CITY OF RIVERSIDE PUBLIC UTILITIES WATER DIVISION RERC RECYCLED WATERLINE $147,256.00 CONSTRUCT ABOVE GRADE DUCTILE IRON PIPELINE AND APPURTENANCES TAMRAT SEYOUM 951-826-5285 CITY OF RIVERSIDE PUBLIC UTILITIES COMPLETED 2013 j I OWNER PROJECT NAME AMOUNT DESCRIPTION PROJECT MANAGER PHONE ENGINEER INLAND EMPIRE IERCF BELT REMOVE TEMPORY & DETERIORATED REGIONAL COMPOSTING CONVEYOR CAT WALK $188,780.00 CATWALKS FOR BELT CONVEYORS, PROCURE & REPLACE WITH NEW CAT SCOTT JOHNSEN 909.993-1625 LEE & RO, INC. FACILITY IMPROVEMENTS WALKS WITH ANCILLARY HARDWARE RANCHO CALIFORNIA WATER DISTRICT VAIL LAKE CONVEYANCE SYSTEM DREISSENA MUSSEL CONTROL FACILITY $1,958,104.00 FURNISH & INSTALL AUTOMATIC SELF CLEANING SCREEN FILTRATION SYSTEM WITH OVER 500 FT CML&C STEEL PIPE (VARIOUS DIAMETERS 4-, 6-,18-, 30-, 36-, & 48 -INCH) AND ASSOCIATED APPURTENANCES HEATH McMAHON 951-296-6900 RCWD COMPLETED 2012 PROJECT OWNER PROJECT NAME AMOUNT DESCRIPTION MANAGER 1 PHONE ENGINEER WET WELL MODIFICATIONS, LAKE ARROWHEAD CONSTRUCTION OF NEW LAKE ARROWHEAD LIFT STATION #12 COMMUNITY COMMUNITY SERVICES $766,438.00 ELECTRICAL BUILDING, FORCEMAIN AIDA HERCULES 909-336.7155 DISTRICT EXPANSION CONSTRUCTION, AND BYPASS SERVICES DISTRICT PUMPING INSTALL 592 LF of 30" 316 CCWRF AERATION STAINLESS STEEL PIPING, BASINS AIR INSULATION, ELECTRICAL INLAND EMPIRE DUCTING $1,027,354.00 RELOCATION, CONCRETE PIPE DENNIS BROWN 909-993-1600 IEUA UTILITIES AGENCY REPLACEMENT & ODOR CONTROL SUPPORTS, TIE INS TO EXISTING AERATION BASINS, CONCRETE WASTELINES VAULT HENRY J. MILLS EARTHWORK, STEEL CANOPY & WATER TREATMNT METROPOLITAN WATER PLANT FOUNDATIONS, CONCRETE RAMPS DONALD C DISTRICT OF HAZARDAROUS $298,089.00 & SLABS, FENCING, GATES, SLIDER 213-217-6000 MWD SOUTHERN CALIFORNIA WASTE STORAGE MODIFICATION OF DUCT BANK & OTHER APPURTRNANT WORK FACILITY SANTA ROSA WRF IMPROVEMENTS TO SLUDGE RANCHO CALIFORNIA IMPROVEMENTS DRYING BED #5, WASH WATER KRIEGER AND WATER DISTRICT AND GENERATORPIPELINE, $201,245.00 AND GENERATOR AND KEN COPE 951-296-6900 STEWART UPGRADE ELECTRICAL IMPROVEMENTS PINACATE MIDDLE FERRIS UNIFIED HIGH SCHOOL GYM AND $1,078,000.00 STRUCTURAL STEEL FOR NEW PAUL MILLER 909-484-1009 NTD ARCHITECTS SCHOOL DISTRICT ADMIN BUILDING GYMNASIUM AND ADMIN BUILDING COMPLETED 2011 PROJECT OWNER PROJECT NAME AMOUNT DESCRIPTION MANAGER PHONE ENGINEER INSTALL NEW BELOW GROUND SEWER LIFT STATION CITY OF DEL MAR 21st STREET PUMP $4 297 162.00 EXCATE/SHORE 35 FT. SITE ERIC MINICILLI 858-755-3294 PBS&J STATION IMPROVEMENTS, INCLUDING NEW GENERATOR PACKAGE, ELECTI RCAL, HORIZONTAL BORING SUNNYS€DE AND CONSTRUCTION OF TWO ON SITE GARNERS SODIUM HYPOCHLORITE ERNEST CITY OF RIVERSIDE CITY OF RIVERSIDE CHLORINATION $714,345.00 GENERATING SYSTEMS AND MARQUEZ 951-826-5409 PUBLIC UTILITIES - FACILITIES BUILDINGS. WATER DIVISION WELL# 6 IMPROVEMENTS, DEMO OF EXISTING WELL SITE, JURUPA COMMUNITY WELL NO 6,14 & 15 INSTALLATION OF NEW DEEP WELL KELLY SERVICES DISTRICT IMPROVEMENTS $1,391,819.00 VERTICAL TURBINE PUMP & VANDENRAADT 951-685-74344 WEBB & ASSOCIATES MOTOR, CMU MASONRY BLOCK BUILDING, SODIUM HYPOCHLORITE GENERATING SYSTEM, STEEL MODIFICATIONS TO EXISTING IXP VESSEL PIPING AND AUTOMATED WELL 17 & 18 IXP VALVES, SITE IMPROVEMENTS, JURUPA COMMUNITY ENHANCEMENTS $1,013,809.00 SAND SEPARATOR INSTALLATION, KEITH BACKUS 951-685-7434 WEBB & ASSOCIATES SERVICES DISTRICT AND ELECTRICAL AND IMPROVEMENTS INSTRUMENTATION MODIFICATIONS, TANK SAFETY IMPROVEMENTS OTAY 2ND PIPELINE CITY OF SAN DIEGO EMERGENCY $227,641.00 REPLACEMENT OF APPROX. SOLF MIKE FAKHOURY 619-533-3894 CITY OF SAN DIEGO WATERLINE OF 36" WELDED STEEL PIPE WATER DIVISION REPLACEMENT COMPLETED 2010 PROJECT OWNER PROJECT NAME AMOUNT DESCRIPTION MANAGER PHONE ENGINEER DEMOLITION OF THREE NATURAL GAS LINDEN BOOSTER STATION ENGINES, SALVAGE PIPE VALVE AND CITY OF CITY OF RIVERSIDE DEMOLITION PROJECT $52,532.52 FITTINGS, DEMOLITION OF CONCRETE ERIC ESCOBAR 909-336-7100 ID RIVERSIDE EQUIPMENT PADS, DEMOLITION AND REPLACEMENT OF CONCRETE FIATWORK DEMO EXISTING PUMP STATION, SITE GRADING, UNDERGROUND PIPELINE AND CONNECTIONS, OTAY WATER OTAY WATER DISTRICT 1485-1 PUMP STATION $1,566,779.00 CONCRETE MASONRY BLOCK BUILDING, RON RIPPERGER 619-670-2244 DISTRICT ELECTRICAL AND INSTRUMENTATION INSTALL, EMERGENCY GENERATOR INSTALL WESTERN WAY PUMP EASTERN MUNICIPAL STATION TEMPORARY $631,957.51 INSTALL 60"& 48" PIPE Wt48" FLOW METER, TEMP KARL ROLAND 951-928-3777 E.M.W.D. WATER DISTRICT BYPASS BYPASS PIPING INDIO WELL 1E WELLHEAD IMPROVEMENTS. NEW INDIO WATER WATER WELL IMPROVEMENT ER WELL IMPROVEMENT VERTICAL PUMP AND MOTORS INSTALLATION OF BOYLE $1,023,566.00 ABOVE AND BELOW GRADE PIPE AND VALVES, ANDERS WISTROM 760-391-4144 ENGINEERING AUTHORITY L I CMN BLOCK BUILDING AND WALL, PAVING, FENCE 909-933-5225 AND GATES. REPLACEMENT OF 8 30" TERTIARY BUTTERFLY WATER QUALITY CONTROL VALVES. WORK INCLUDES VALVE REMOVAL, CITY OF RIVERSIDE PLANT INSTALLATION OF $299,197.00 STEEL PIPE REPLACEMENT, COATING, RANDELL FANN 951-351-618& CITY OF INSTALLATION OF DISTRICT FURNISHED VALVES RIVERSIDE TERTIARY 3p" AND ACTUATORS, ELECTRICAL, STARTUP, AND COMMISSIONING. CONSTRUCT NEW RECYCLED WATER PUMP LAKE ARROWHEAD STATION. INSTALL PREFAB HYDROMATIC PUMP PRP COMMUNITY SERVICES LACC PUMP STATION $796,445.08 UNIT. CMU MASONRY WALL. CONVERT EXISTING RYAN GROSS 909-336-7100 ENGINEERING DISTRICT RECYCLED WATER PUMP TO GOLF COURSE IRRIGATION MUNICIPAL. WATER SOUTH ORANGE COASTAL INSTALL PRECAST VAILT ON DOHENY STATE DISTRICT OF ORANGE OCEAN DESALINATION $513,722.50 BEACH. INSTALL ELECTRICAL CONDUITS AND RICHARD BELL 714-963-3058 CAROLLO WATER LINES, INSTALL OWNER FURNISHED ENGINEERS COUNTY PROJECT REVERSE OSMOSIS PILOT FACILITY MODIFICATIONS AT TWO CHLORINATION 6TH STREET AND FACILITIES. INSTALLATION OF OWNER CITY 4F RIVERSIDE TiPPECANCSE CHLORINATION $348,716.00 FURNISHED SODIUM HYPOCHLORITE ERIC ESCOBAR PE 951-826-5121 CITY OF GENERATING EQUIPMENT, TRANSPORT AND RIVERSIDE FACILITIES INSTALLATION OF OWNER FURNISHED POLY TANKS, STARTUP AND TESTING. Koul(»wg47 11% PROJECT OWNER PROJECT NAME AMOUNT DESCRIPTION MANAGER PHONE ARCHITECT PIPE INSTALLATIONS, INSTALLATION OF FLOATING PUMP STATION, STRUCTURAL EASTERN CONCRETE, PONDS & VARIOUS YARD MUNICIPAL MVRWRF TERTIARY PIPING, LOCATED AT MORENO VALLEY WATER EFFLUENT DIVERSION REGIONAL WATER RECLAMATION GABRIEL DISTRICT PIPELINE $2,951,321.13 FACILITY BENEGUA 951-928-3777 E.M.W.D. INSTALL FLUORIDATION INJECTION, CONCRETE CONTAINMENT BASINS EASTERN FLUORIDATION FACILITIES SPECIAL COATINGS AND MONITORING MUNICIPAL AT WASHINGTON FORESAY EQUIPMENTAT VARIOUS WELL SITES WATER AND WELL SITES 25,27,28,29, THROUGHTOUT HEMET, SAN JACINTO, DISTRICT 33,35 AND 57 $1,651,348.00 AND PERRIS. BRUCE ROSS 951-928-3777 E.M.W.D. REHABILITATION AND INSTALLATION OF PUMP STATION 1A. PUMPS, MOTORS, ELECTRICAL, PIPELINE, PAINTING, HELIX WATER HELIX PUMP STATION 1A SITEWORK, CONCRETE REPAIR, AND HELIX WATER DISTRICT REHAB $349,954.00 PAVING. SCOTT HAMREN 619-466-0585 DISTRICT FURNISH LABOR EQUIPMENT MATERIAL RANCHO TO HYDRO - JET CLEAN 31,000LF OF 48" CALIFORNIA TRANSMISSION MAIN. VIDEO INSPECT RANCHO WATER YNEZ & DEPORTOLA RD 46" 31,000LF OF 48" PIPELINE AND CALIFORNIA DISTRICT TRANSMISSION MAIN $923,300.00 CLORINATE 31,000LF OF 48" PIPELINE KEN COPE 951-296-6900 WATER DISTRIC COMPLETED 2008 PROJECT ARCHITECT OWNER PROJECT NAME AMOUNT DESCRIPTION MANAGER PHONE ENGINEER EASTERN PERRIS VALLEY RWRF MUNICIPAL WATER WATSON RD POND DANIEL DISTRICT RETAINING WALL $29,000.00 MASONRY BLOCK RETAINING WALL HOWELL 951-928-3777 E.M.W.D. INSTALLATION OF 1" WATER SERVICE LOCATED AT 3961 CITRUS DRIVE, MLA GENERAL DONALD MACLEAN MACLEAN RESIDENCE $7,769.00 FALLBROOK, CA 92028 CONTRACTOR 760-723-0210 NONE RAINBOW HTS RD ABANDON EX 2" WATER SERVICE INSTALL 2" RICHARD RICK MARROCO WATER SERVICE $7,000.00 WATER SERVICE MARROCO 760-728-4828 NONE RANCHO CIELO CONNEMARA PUMP I.E.C. DANIEL BOYLE ESTATES STATION $1,678,036.05 NEW PUMP STATION FACILITY BOB MOORE 858-413-2400 ENGINEERING MUNICIPAL WATER MISC, PRESSURE DISTRICT REDUCING STATIONS $941,296.09 MISC. PRESSURE REDUCING STATIONS TOM LEE 766-728-1178 R.M.W.D EMTMAN BOOSTER MODIFICATION OF EMTMAN BOOSTER CITY OF CITY OF RIVERSIDE STATION MOD. $889,816.82 STATION KEVIN MUNNS 951-826-5820 RIVERSIDE MUNICIPAL WATER WESTERN NUEVO INSTALLATION OF NEW PUMP STATION DISTRICT PUMP STATION $500,389.91 DEMO EXISTING PUMP STATION ED SERNA 951-928-3777 E.M.W,D. MUNICIPAL WATER RELOCATE VARIOUS THROUGHOUT LAKE ELSINORE AND CANYON DISTRICT LOCATIONS $417,201.89 LAKE SIAAZIMIE 951-928-3777 E.M. W.D. City of Newport Beach , 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Contract No. 5196 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of d -o ) SLazP► &>Nt SC W.wPG , being first duly sworn, deposes and says that he or she is Sccof C_'w coLrrrJV4CXI/Uc c-ar-P , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. SCW z �e Bidder hufh4zecl Signature/Title Subscribed and sworn to (or affirmed) before me on this of 2013 by \ �' & �F proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public S. L. COLEMAN [SEAL] Commission # 1913434 Notary Public - California > San Diego County My Commission Expires: EC. /S o/y My Comm. Expires Dec 15, 2014 13 City of Newport Beach 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Contract No. 5196 DESIGNATION OF SURETIES Bidder's name S C.\^� C n Nj-rr2 ,AC-T-trt L-, Co 2 P 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): --H A Go Ncay'�- -A-s,.a n c 43 ��C-zl� I p_ / V S -C qty-C� i t�Z�, CA qZrJz S Cpt Q L-1 A2,r-- i2T�t ---�4L.LM iAL-=-��Q-� - y T" �l �. TE _I_`1 QOr r`c� � �../�1 G 31 S 4 _---T Lo 3 =—qZ &-2> - - - - -- - --- -- .. -- - 14 City of Newport Beach 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Contract No. 5196 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name c,- c _0NjI-��-rI N 6 Go r2.7n 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. Current Record Record Record Record Record Year of for for for for for Record 2012 2011 2010 2009 2008 Total 2013 No. of contracts 5 y 2 Total dollar Amount of Contracts (in Thousands of $) 2 1 4 L4_19V4 No. of fatalities No. of lost Workday Cases O ( 9 No. of lost workday cases involving " permanent transfer to another job or termination of employment _Q_ 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. Legal Business Narne of Bidder SCS �j,�;���„� C., CcP-P Business Address: Z 5 af-:T N C L=;o I y 3�5 rp,LJ_g Business Tel. No.: -7c --7 Ze, -) 3U 3 State Contractor's License No. and Classification:� , (��.> 1 Title GC�NE ZAL C:yN61,vEe�/uC' The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder C Date Title Signature of bidder Date - Title Signature of bidder Date Title Signature of bidder Date Title orr� -z Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. 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 if fewer than all of the partners/joint ventures submit 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 signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHE 16 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On May 6, 2013 before me, S.L. Coleman, Notary Public Date Here Insert Name and Title of the Officer personally appeared Jeffrey Scrape and Suzanne Scrape Name(s) of Signer(s) S. L. COLEMAN Commission #f 1913434 Z z -� Notary Public - California Z San Diego County My Comm. Expires Dec 15, 2014 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) +s/are subscribed to the within instrument and acknowledged to me that lre/sf;e/they executed the same in lisfher/their authorized capacity(ies), and that by +4s/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: 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: Contractor's Industrial Safety Record Document Date: May 61, 2013 Number of Pages: 2 Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Jeffrey Scrape Signer's Name: Suzanne Scrape ,7 Corporate Officer— Title(s): President �T Corporate Officer — Title(s): Secretary ❑ Individual ❑ Individual M. ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing © 2009 National Notary Association • National Notary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach 16T" STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Contract No. 5196 ACKNOWLEDGEMENT OF ADDENDA Bidder's name SCu" CONTtee,--11L- m . The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received I 51 3 z.--->%3 Siqnature City of Newport Beach 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS Contract No. 5196 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: <,e -%,J cotiT_-.­ x" u Com. Business Address: _zs_zS 1A% -_,,j 39 S V:7+ Lt_r, rtco le , C g ZoZ8 Telephone and Fax Number: (-7Go) -77$ - i3o$ FA,,- (_760) -7Z&- California z$-California State Contractor's License No. and Class: ro 3o ti 3} A , C �o + c s (REQUIRED AT TIME OF AWARD) Original Date Issued: ►o °, Expiration Date: x0 3 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: P -_Tr_ -r< 1<bL.La-m- sJ7 / 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 .�EF�R�y Scram?r-_ P26S=�E� �� ZS2S rl.o�D Nwv 355 I�At�3noo�c �'760� 7Z8 ^ 13095 7i26SuRE2 ca aL�cg r S%ALAr4t4C- SCRAPE SELrcLT/L2�/ Corporation organized under the laws of the State of CA�zFoee�-s�. in The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: "/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: ScrLA(?C 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; Mlffm Briefly summarize the parties' claims and defenses; i Have you ever had a contract terminated by the owner/agency? It so, explain. a_ p Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 19 Are any claims or actions unresolved or outstanding? Yes' 90 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. 3GCCleG V Sc_,-�nPC (Print name of Owner or President of Corporation/Company) Bidder Authbr-iz!ed Signature/Title —S F- e C;� Title Date On � 3 before mem �S;L.L�s .►� Notary Public, personally appeared S icTA.vNe,--Y ►v&- , who proved to me on the basis of satisfactory evidence to be the person(() whose name(s) is/are subscribed to the within instrument and acknowledged to me that Yee/she/t*eq executed the same in W-,/her/tie r authorized capacity( and that by -fps/herMteir signature(,O-on the instrument the person{, or the entity upon behalf of which the personKacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: ,e /s'7,01Y 20 S. L. COLEMAN Commission # 1913434 (SEAL) i -s Notary Public - California Z Z San Diego County MY Comm. Expires Dec 15, 2014 s TI -I STREET PUMP STATION AND MLUML-11��o I F141711 Contract No. 5196 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 ofAward'tothe 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 in Guide; Property -Casualty" Coverages shall be provided as specified in the Standard S ecifications 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. al #, R; R i. 211A] 0 R M V-11 ki I ill I i ..�R OLINOME CONTRACT NO. 5996 RATE: April 30,203 BY; D uty P661i W rks Dlrector/city Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Bid Documents — all other conditions shall remain the same. The City held a Non -Mandatory Pre -Bid Meeting on April 24, 2013 at the City's 16th Street Pump Station. The meeting consisted of a tour of that pump station and then the Tamura Well Site Facility. Attached is the sign -in sheet of attendees. Technical Ability AND Experience References — Page 9: Replace second sentence to read as follows: Bidders are required to list a minimum of three (3) projects that involve the construction of variable frequency drives of at least 100 -hp for public utility agencies with an excess installation value of $50,000. Projects must involve telemetry and/or equivalent complexities, and must also be either in construction or completed within the past 5 years. Addendum No.1 Section 6-1.2 Commencement of the Work. Replace the entire section with the following: 6-1.2 Commencement of the Work. Add the following after the first paragraph. The following items shall commence, be completed and approved by the Engineer within twenty (20) calendar days from bid opening date by the apparent responsible low bid Contractor: 1. Shop drawings for the two (2) 400 -hp water well variable frequency drives 2. Shop drawings for the two (2) 250 -hp water well variable frequency drives 3. Shop drawings for the two (2) 16th Street P.S. 300 -hp variable frequency drives Failure of the apparent low bidder to complete the prescribed work under this section may result in a "non-responsive" bidder status. Contractor shall allow three (3) working days for City review and approval time. In addition, the apparent responsible low bid Contractor shall commence from bid opening date the preparation of pump and motor shop drawing submittals. Should this contract not be awarded, the apparent responsible low bid Contractor will be compensated a maximum of $20,000.00 for the work prescribed in this section for work completed and cost incurred. Backup information and invoices will be required to justify the costs cumulative. Section 6-7 TIME OF COMPLETION — Replace the first paragraph with the following: 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 180 consecutive working days after the date on the Notice to Proceed. In addition, The Contractor shall complete the installation of all six (6) Variable Frequency drives within 120 consecutive working days from the notice to proceed. The Contractor shall be allowed 30 cumulative working days to have any water facilities out of service during the entire project. Council Award on this project is anticipated on May 28, 2013 with intent of issuing the Notice to Proceed by June 3, 2013. Addendum No.1 ITEM NO. 3: Section 6-9 LIQUIDATED DAMAGES — replace the first paragraph with the following: 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 $2,500.00 for not completing the project within the overall stipulated working days or for any VFD work not completed within the required 180 working days. The Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $5,000 for any working days required beyond the 30 days allowed for water facilities to be out of service. ITEM NO. 4: SECTION 9-3 PAYMENT: Replace the second to last sentence of Item No, B-8 with the following: An amount of $3,000.00 is determined for this bid item. TECHNCIAL SPECIFICATIONS [iTl �i�ili[•�i1 Revise Specification Section 11310, Paragraph 2.02.B., Table as follows: Maximum NPSHr at 4,000-gpm shall be 30 -ft. Replace Specification Section 11310, Paragraph 2.03.B.2.a with the following: The impeller shall be of aluminum bronze conforming to ASTM B148. They shall be of one piece construction, single suction, enclosed vane and radial flow design. The waterways through the impeller shall have extremely smooth contours, devoid of sharp corners, so as to promote maximum efficiency. ITEM NO. 7: Replace Specification Section 16483, Paragraph 4.04.8 as follows: The AC Drive and all associated optional equipment shall be (C)UL/UR listed. A UL label shall be attached inside each enclosure as verification. The contracting panel shop that provides the modifications shall be UL 508A approved and will affix their file label to each enclosure. Addendum No.1 Delete the following sections from Specification Section 16483: Paragraph 4.04.D. as follows: ?M a •. M41-16MRIWI 10 z - Paragraph 4.04.F. as follows: Add the following section to Specification Section 16483, Paragraph 4.04.C. as follows: Furnish documentation to verify successful completion of factory testing to the Engineer in the form of a submittal. ITEM NO. 10: Revise Specification Section 16483, Paragraph 5.03.M. as follows: Interrupting current rating of 44044.44C 65KAIC for all ratings. ITEM NO. 11: Add the following section to Specification Section 17040, Paragraph 3.04.A. as follows: Add sub -paragraph 3 titled, "Interim Constant Speed VFD Pumping Operation" with the following requirements: 3. Prior to the (2) pump and motor assembly replacements at the 16th Street Pump Station the (2) VFD's shall operate in a constant speed mode with ramp -up and ramp -down programming that closely mirrors the current solid state soft starters pump control operations. The VFD's shall operate at a fixed nominal speed of 1,200 -RPM. Bid Item C-2 list a correct Quantity and Unit of "2 Each" for the Demolition and Removal of Equipment at Tamura Water Wells. The "Per Lump Sum" under the line where the contractor is to write in the cents shall be changed to 'Per Each". Addendum No.1 CONTRACTOR SHALL NAME THE PUMP MANUFACTURER, PUMP SUPPLIER, MOTOR MANUFACTURER, AND PANEL BUILDER ON THIS ADDENDUM FORM: Pump Manufacturer Name: 1Gr&k, Pump Manufacturer Contact Name: Contact Phone Number wi/1%S Pump Supplier Name: r ` occ ��Tc-v~`�T(l G mZ Pump Supplier Contact Name: ----- -a4--� 'Vo(1 W n feP-S _7/Lj Z3 070 Contact Phone Number Motor Manufacturer Name: (, S Mom( -S G m -T-- I 1Ro'-1 w n +ems Motor Manufacturer Contact Name: ca / -71 C4 Contact Phone Number - Panel Builder Name: Sri r� e e_ C -1-C + Y l C, Panel Builder Contact Name: SUSS SG,-) Contact Phone Number (7(vy ) 'U Z - Zi 29 Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. 5L\P4 CoCcr�. Bidder's Name (Please Print) Date Auflidrized Signature & Title Addendum No.1 01, fJ 1 m m 1 0 I N 1 O m Q D 0 l\ m 1 1 6 4 ? D I I 6 & 6 & a 6 d) 0 C:) (D �t g "T (3) 1, 0) 0) 0) 0 0 U E 0 a) cc E \E 6 CD a) a 'ma > cu E 0 0 a) o cu E a) 'a m cd L) cu jo o a a) 0 'a E 0> m a) �o t� 0 0 L) co m a a) 0 \ cc (D -0 0 /0 U) C6 o E m CL 0 0 j o) LU CL (n (D m _Ile a) -a ca < 0 :3 z z z z 0 a m r) N a) > m cc 0 0 - ) CL m a) z 2) 0 (D a) 2 C.) m a) a) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS CONTRACT NO. 5196 To the Honorable City Council City of Newport Beach 100 Civic Center Drive P. O. Box 1768 Newport Beach, California 92663-8915 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. 5196 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 it: SCHEDULE "A" - 16TH STREET PUMP STATION ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A-1. Lump Sum Mobilization, Demobilization, and Cleanup n�neYl�hcfrec� (Si-'�rl Dollars ^/ and Cents Per Lump Sum A-2. 2 Each Demolition and Remgval of Equipment S 1 $ ��t %--I Sr- '/ d S c.v P✓1 " 6 Sh + Per Each Dollars and Cents 0-7`6 $ 10�q 1 S ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE SCHEDULE "A" - 16TH STREET PUMP STATION (continued) A-3. 2 Each Multi -Stage Vertical Turbine Pump SPv.,," n i ✓11c T -L, o -t S- d Assemblies n � aid 09/'do I (ter S @T ° Dollars(,% and "' Cents Per Each $$ �� QQ � A-4. 2 Each 300-h Variable Frequency Drives Q p d 15$©0O 5 r'�y �" r- I ki 0,r s,,d Y1 i o V j @ Dollars and Cents Per Each A-5. Lump Sum Electrical Wiring, Conduits, Boxes, Etyk tr " cn c J-hons-, � 01L -t dry T4it(f I +Dollars and Cents Per Lump Sum A-6. Lump Sum Housekeeping Pad Mpdifications fou r -t-, OK S" { rl /74e S r *`- Dollars A-7 - and Cents Per Lump Sum Lump Sum PLC Programming and OIT Programmin n to '�-,o� s•, d @ Dollars and Cents Per Lump Sum $ 1pl , o'% $IT $31, �3`8 $�'�q3(� ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A-8. Lump Sum As -Built Plans Three Thousand Dollars and Zero Cents Per Lump Sum SCHEDULE "B" - DOLPHIN WATER WELLS B-1. Lump Sum Mobilization, Demobilization, and Cleanup �►-[ Sy c{ h ;,1 e @ < V7 Dollars and Cents Per Lump Sum B-2. 2 Each Demolition and Removal of Equipment Truce-rkloH5-.-e ct 5'i " ,-, d r -e d @ Spv r-1 S r v -C-q Dollars and Cents Per Each B-3. 1 Each 250 -hp Variable Frequency Drive r�-i`-1 i'h �,� s �4 (I 1e. @ h 1--7 d---1 Dollars and Cents B-4. 1 Each 400 -hp Variable Frequency Drive `I V K 5" c4 @��•�/ 4;wBollars and Cents Per Each $3,000.00 $_1 D�91 % $ -?, 3 S( -I $ uSef $ -7 to , L1.5 -e-1 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE B-5. Lump Sum. Electrical Wiring, Conduits, Boxes, Etc. -t-I j c( t- _j vn c 74-Lv-.f sn e S �, @I'2 -7tryt 7---t/" CcSh4Dollars rand Cents Per Lump Sum B-6. Lump Miscellaneous Facility Work Sum ,5 ,� T�q opt s--, d s i + L1 wt c -e ct @ 5 �.�� [:,5 ki 4 Dollars w� and �J Cents Per Lump Sum B-7. Lump PLC Programming S Sum kl c,Ie �-ti �K s @h�_i4lcc4 TAf""S�_`_ Dollars and Cents Per Lump Sum B-8. Lump As -Built Plans Sum @ Three Thousand Dollars and - Zero Cents Per Lump Sum $3,000.00 SCHEDULE "C" - TAMURA WATER WELLS C-1. Lump Sum Mobilization, Demobilization, and Clear V" TlT��shc� ►��ne @hwid✓_r �'Sh'f-tp�1 Dollars and Cents Per Lump Sum $ 10,q t g ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE C-2. 2 Each Demolition and Removal of Equipment -T� r r -e cx.t S r r S e u e ✓I @ hul d--ej .,6Twe[V'e Dollars and Cents Per Lump Sum C-3. 1 Each 250 -hp Variable Frequency Drive Dollars and Cents Per Each s3,-21?,— $ -7, (-(2y C-4. 1 Each 400 -hp Variable Frequency Drive @ yt •� �� 4-ti✓y-Dollars and Cents Per Each $7�, C4Sy $-l(�. �l C-5. Lump Sum. Electrical Wiring, Conduits, Boxes, Etc. -rh c(- j. —L (-r @ ll'T tel. ti-eC-I T_� ✓ i'� — �r'� o I I a rs and Cents Per Lump- Sum C-6. Lump Sum Miscellaneous Facility Work , Dollars and .� Cents Per Lump Sum C-7. Lump Sum PLC Programming WZV-1 -C-49----Dollars and Cents Per Lump Sum $ ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE C-8. Lump Sum As -Built Plans @ Three Thousand Dollars and Zero Cents Per Lump Sum $3,000.00 TOTAL PRICE IN WRITTEN WORDS FOR BID SCHEDULES A. B. AND C: 7-h0q5�i Ct @,+��-%ntc�tc) +Dollars and e Cents $ J, L( j Total Price (Figures) 5 - -7 - ZO l 3 SLkl Cc N -t rr�L-e z ra 1� CO�ZP , Date Bidder 3cy8 FA:y (760) -Mt -1.91-1 E V Bidder's Telephone and Fax Numbers Bid is Authorized Signature and Title G3oLt3lr, A , cG.o , CG I zsz:;- ,.l, eDt„n 0,.jy 3�5 Bidder's License No(s), Bidder's Address F�LUr3rco�K, ��. �Zaz� and Classification(s) NOTE TO CONTRACTORS: Refer to Section 6-1.2 — Commencement of Work Apparent responsible low bid contractor is required to submit shop drawings for the six (6) Variable Frequency Drives within 20 calendar days from bid opening. 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS CONTRACT NO. C-5196 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 28th day of May, 2013 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and SCW CONTRACTING CORPORATION, a California corporation ("Contractor'), whose address is 2525 North Old Highway 395, Fallbrook, California 92028, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: 1. 16th Street Pump Station. All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters; removal and delivery of two (2) multi -stage vertical turbine water booster pump assemblies to the City Utilities yard; and construction of two (2) variable frequency drives, two (2) multi -stage vertical turbine water booster pump assemblies, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work; 2. Dolphin Water Well Station. All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work; and 3. Tamura Water Well Station. All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring, programming, and miscellaneous facility work (the "Project" or "Work"). C. 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, it is mutually agreed by and between the undersigned parties as follows: The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidders Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. C-5196, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. 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. 2. 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. 3. COMPENSATION 3.1 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 Seven Hundred Seventy Three Thousand Four Hundred Ten Dollars ($773,410.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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. SCW CONTRACTING CORPORATION Page 2 '.•:. - i. Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 5.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract 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. 5.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Michael Sinacori, P.E., Assistant City Engineer City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 5.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Jeffrey Dean Scrape SCW CONTRACTING CORPORATION 2525 N. Old Highway 395 Fallbrook, CA 92028 Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit A, and incorporated herein by reference. SCW CONTRACTING CORPORATION Page 3 7.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 7.2 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 Contractor, 7.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 7.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 7.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 7.6 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 SCW CONTRACTING CORPORATION Page 4 retained by it until disposition has been made of such suits or claims for damages as aforesaid. 7.7 Nothing in this Section or 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 above. 7.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. E�:T\ ! 137 xi777b� 8.1 This Contract may be amended or modified only by mutual written agreement of the parties. 8.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 8.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 9. 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. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. 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. 12. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] SCW CONTRACTING CORPORATION Page 5 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY' OFFICE Date: S z� (� M Aaron C. Har City Attorney ATTEST: Date: By �&'- -._....... �..... Leiiani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: s? By: Keith D. Curry Mayor CONTRACTOR: SCW CONTRACTING CORPORATION, a California corporation Date: /FR'Z/- -e- By: eBy: Suzanrte.Scrape Secretary II��IZs7��[rlT�i�i}7��) Attachments: Exhibit A — Insurance Requirements Exhibit B -- Labor and Materials Payment Bond Exhibit C -- Faithful Performance Bond SCW CONTRACTING CORPORATION Page '4 'i. -- 9 INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a SCW CONTRACTING CORPORATION Page A-1 business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Builder's Risk Insurance. For Contracts with property exposures during construction, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100%p of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. E. Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than four million dollars ($4,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability and employer's liability Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall "follow form" to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation., All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of SCW CONTRACTING CORPORATION Page A-2 recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. SCW CONTRACTING CORPORATION Page A-3 Failure of City to request copies of such agreements will not impose any liability on City, or its employees. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. SCW CONTRACTING CORPORATION Page A-4 J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. SCW CONTRACTING CORPORATION Page A-5 EXECUTED IN DUPLICATE BOND NO. 024039729 PMMX INCLUBM W PUFORKAWE RONV EXHIBIT B CITY OF NEWPORT BEACH BOND NO, 024039729 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to SCW CONTRACTING CORPORATION hereinafter designated as the 'Principal," a contract for I 16th Street Purno Station, All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters; removal and delivery of two (2) multi -stage vertical turbine water booster pump assemblies to the City Utilities yard; and construction of two (2) variable frequency drives, two (2) multi -stage vertical turbine water booster pump assernblies, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work; 2. DgjRin Water Well Station. All materials, equipment, supplies and tabor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work; and 3. Tamura Vyater Well Station. All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring, programming, and miscellaneous facility work (the "Project" or "Work") in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clark of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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, LIBERTY MUTUAL INSURANCE COMPANYduly authorized to transact business under Th—elaws o�Fd6e State of California, as Surety, (referred to herein as 'Surety") are held and firnily bound unto the City of Newport Beach, in the sum of Seven Hundred Severity Three Thousand Four Hundred Ton ($773,410,00) 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 SCW CONTRACTING CORPORATION Page B-1 payment well and truly to be rade, 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 label- 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, withhold and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code With respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file clairns Under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 of see, of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder 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 forms 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 28TH day of MAY — 20_ 13 SCW CONTRACTING CORPORATION BY: j�WBture �JtjaJEF�FREY SCRAPE, PRESIDENT Nome- of -C -o --- n-tracto r ('Phiricips-i)— Authoriz;�r-fi LIBERTY MUTUAL INSURANCE COMPANY BY: Name of Sure Authorized Agent Signature ATTN: SURETY DEPARTMENT 1001 ATH AVENUE, SUITE 1700 MARK D. IATAROLA, ATTORNEY-IN-FACT Address of Surety Print Name and 'Title 8 18i956-4200 Telephone ___ --— NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED SC1N CONTRACTING CORPORATION Page B-2 ACKNOWLEDGMENT State of California County ofss. 46- On MA-tf Z% - 20-Z-;— before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person( whose narne�) is/are- subscribed to the within Instrument and acknowledged to me that he/shefthr.y executed the saice, in hislE 7rfth-& authorized capacfty(4ies , and that by hisl4efftheir signaturesW on the instrument the potsor,(,$), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct._ S L " COLEMAN Commission # 1913434 WITNESS my hand and official seal, Z < Fa Z Notary Public - California z Z GO San Diego County �My �10�m Expires pec 45, 2094' gnW 8 (seal) State of Californe County of _ ETRX► Ifl $6. On 20-1— before me, ------ Notary Public, personally appeared . who proved to me on Ole basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged it) me that he/shelthey executed the same in his1her/their authorized capacity(ies), and that by his1her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the pprson(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SCW CONTRACTING CORPORATION (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of- SAN DIEGO On _ 05128/2013 —before me, _.___ GLENDA J. GARDNER NQTARY PUBLIC,-___ Date Hare lnsen Name and Tale of the Cuter personally appeared ___..._..—_MARK D. IATAROLA Name(a) of Signer(s) wx•,tti OFFSGAL SEAT o GLENDA J GARDNER c3 . NOTARY P;­Sh.iC-CALl ORN1A$ COMM,h10. 201 2529 SAN DIFGO COUNTY MY Got&, F(P, VARG'ii it,, 2017 who proved to me on the basis of satisfactory evidence to be the person(&) whose name() is/are subscribed to the within instrument and acknowledged to me that he/ske,'theq executed the same in his/hefAheir authorized capacity(ies•), and that by hisP-r,;f4hei signatureM on the instrument the person(e), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature Place Notary Seal Above Signature of Rotary 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: LABOR AND MATERIALS PAYMENT BOND Document Date: 05/28/2013-.---------.,-- Number of Pages: Signer(s) Other Than Named Capacity(les) Claimed by Signer(s) Signer's Name: MARK D. IATAROt.A ❑ Individual ❑ Corporate ofificer—Title{s):_.___ ❑ Partner --- C7 Unnited ❑ Genera! V Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name:__,_.,______ ❑ Individual ❑ Corporate Officer —Title(s): _— ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: :,�i.�.�i,`���i'ct.'�i,`�;�;mow?-�:�'�"?-tc�.'ct'z�Z,��•rt.�`��.`c �.�-t��2:�v��ti'�'�S:�i.�Z�`c�,'c23cti`�c'�c'�;Z"r.,�,�c *2007 NaEnnai Notary Acsorlattro , 9355 Do Soto Ave.. PQ Sex 24M - Ghaswmth, CA 91318-Z462 • wwnv,N AkmolNWery_org hnm #5907 8sarzbc C0 Toll Floe t -80M7&9527 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. _ j This. Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. i Certificate No. 5954725 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY 1 KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmerican Fire&Casualty Company and The Ohio Casualty. insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duty organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duty organized underthe laws of the State of Indiana (herein allectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute i and appoint, Deborah D. Davis; Glenda J. Gardner; Helen Maloney; John G. Maloney; Mark D. latarola; Michelle M. Basun all of the City of Escondido , state of OA each individually if there be more than one named its true and lawful attorney n tact to make execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and dead, any and all undertakings, bonds, recogmzanoes and other surety obligations in pursuance of thesis presents and shall be as binding upon the Companies as if they have been duly signed. by the president and attested by the secretary of the Companies in their own proper persons.:. IN. WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1._Zth_ day of January , 2013 American Fire and Casualty Company a ..r The Ohio Casualty Insurance Company a+ c Vii ` Liberty Mutual Insurance Company West American Insurance Company 07 R r c Gregory)N. Davenport, Assistant Secretary STATE OF WASHINGTON : as C e COUNTY OF KING. tiIm On tMs t7th,_ day of January ` 2013 '.before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American M0 F tf oy Fire and Casualty Company, Liberty Mutual insurance Company, The Ohio- Casualty Company, and WestAmerican Insurance Company, and that he, as such, being authorized solo do, AW 0 = execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer @-W t6 E E i m > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. : 00. V 16ba t��y�. O =.y By. KD Riley, Not. Public O i p E,. 0 2 This PowerofAttorney is made and executed pursuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company The Ohio Casualty Insurance 0 ' Company, Liberty Mutual Insurance Company, and WestAmerican Insurance Company which resolutions are now in full force and effect reading as follows: t o two ` ARTICLE iV- OFFICERS -Section 12. Power ofAttomey. Any officer or other official of the Corporation authorized format purpose in writing by the Chairman or the President, and subject O.0 d to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact as may be necessary to act in behalf of the Corporation to make, execute, seal, Z. a C, acknowledge and deliver as surety any and all undertakings,bonds, recognizances and other surety obligations, Such attorneys -in -fact, subject to the limitations set forth in their respective p E powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seat of the. Corporation, When so. " 0 O executed, suchinstruments shaft be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomay-m-fact under > Tthe provisions of this article may be revoked at any time by the Board the Chairman, the President or by the officer or officers granting such power or authority. : t '� c ARTICLE XIII- Execution of Contracts -SECTIONS Surety Bonds and Undertakings. Any officer. of the Company authorized for that purpose in writing by the chairman or the president, Eo000. > m and subject to soar limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the.Companyto make, execute, C M p seal, acknowledge and deliver as surety any. and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations. set forth in their. oc, Z 0 respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.. When so: 06 executed such instruments shall be as binding as if signed by thepresident and attested by the secretary o iso Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W Davenport, Assistant Secretary to appoint such attomeys-in-fact as may be necessary to act on behalf of the Company to make, execute seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds shall be valid and binding upon the Company with the same force and effect as though manually affixed i; David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, liberty Mutual Insurance Company, and West g American Insurance Company do hereby certify that the original power of attorney ofwhich the foregoing is a full, true and correct copy of the Power ofAftorney executed by said Companies, 3 is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, 3 have hereunto set my hand and affixed the seals of said Companies this 28THday of MAY 12-013 f s x_ a' By David M. Carey'%;ssistant Secretary "�`,� � "�,,._"'.--_°" `'m, .W✓'d www:,,,-yr^r 7 i LMS _12873 092012 243 of 250 EXECUTED IN DUPLICATE BOND NO. 024039729 PREMIUM: $9,101.00 EXHIBIT C PI*Mkn Is For Contract Term And Is Subject To Adjustment CITY OF NEWPORT BEACH Based BOND NO, 024039729 On Final Contfact Price FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ _9,101,00 —, being at the rate of $ 13.§W$817 - — thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to SOW CONTRACTING CORPORATION hereinafter designated as the "Principal," a contract for: 1. 16th Street Pump, Station, All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters; removal and delivery of two (2) mUlti-Stage vertical turbine water booster pump assemblies to the City Utilities yard; and construction of two (2) variable frequency drives, two (2) multi -stage vertical turbine water booster pump assemblies, concrete housekeeping pad modifications, conduit and wiring; prograrriming, and miscellaneous facility work; 2. Doi jphJn_kVatqr WqILStafion, All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, con rete housekeeping pad modifications, conduit and wiring-, programming, and miscellaneous facility work; and 3. Tamura Water Weil Station. All materials, equipment, supplies and labor for demolition of two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry, and construction of two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring, programming, and miscellaneous facility work (the "Project' or "`Work") in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute the Contract and the terns thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and LIBERTY MUTUAL INSURANCE COMPANY duly authorized to transact business under the laws of the State of California as Surety (hereinafter, "Surety"), are held and firmly bound unto the, City of Newport Beach, it) the sum of Seven Hundred Seventy Three Thousand Four Hundred 'Fen ($773,4110.00) 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 SCW CONTRACTING CORPORATION Page 0-1 bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severalty, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrator-,, qUCCeSSOrS, 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 an Its part, to be kept and performed at the time and in the mariner therein a ' peCified, 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 surn specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event 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 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 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 underthis Bond, IN WITNESS WHEREOF, this instrument has been duty executed by the Principal and Surety above named, on the 28TH day of IMO 20 13 SCW CONTRACTING CORPORATION BY: Name of Contractor (Principal) Authoriz� kignW—t-uu�re�rrltle,JEFFREY SCRAPE, PRESIDENT LIBERTY MUTUAL INSURANCE COMPANY BY:Ral Name of Surat ATTN: SURETY aAIMS DEPARTMENT 1001 4TH AVENUE, SUITE 1700 -gLENDALE.jq& 91203 Authorized Agent Signature MARK D. ATAROLA, ATTORNEY-IN-FACT Address of Surety Print Name and Title 818/956-4200 Telephone NOTARYACKNOW1 EDGMENTS OF CONTRACTOR AND SURETY MUST BB ATTACHED SCVV CONTRACTING CORPORATION Page 0-2 State of California County of Ana Go --i ss. On 2Q0_ before me, ......... Notary Public, personally appeared T�r mA&V—_.c who proved to me on the basis of satisfactory evidence to be the person4e-ywhose narreEe) islare— subscribed to the within instrument and acknowledged to me that hetsiie4tliey executed the same in his/I4�-' authorized capacity(;es), and that by his/lier4heir signatures(e-) on the instrument the person(s), or the entity upon behalf of which the persori(s) acted, executed the instrument. I certify cinder PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. — - - - - - - - - - - S. L. =COLEMAN ion Of I WITNESS my hand and official seal, Commission # 1913434 < Notary Public - California z. San Diego County OM Comm. Expires Oac 15, 2014 Signature (seal) State of California County of 'ss' On 20 before me, Notary �ubrl , personally appeared I who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) !stare subscribed to the within instrument and acknowledged to me that he/she/they executed the sarne in his1her/their authorized Gapacity(tes), and that by his/her/their signatures(s) oil the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, Signature SCW CONTRACTING CORPORATION (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of SAN DIEGO On 05!28!2013 before me, GLENDA J. GARNER. NOTARY PUBLIC___ Date Here Insed Name and Title of the Officer personally appeared MARK D. IATAROLA of Sign�r(s} �`- GLENDA J. t;ARDNER �,� "NOTARY PtJJk.IC•CALIFl7RNIA� a- • i` Ct�SufM, N4i. 2012529 � '� � SAN t)tEG4 Gf3()NTY who proved to me on the basis of satisfactory evidence to be the person(e) whose name(e) is/afe subscribed to the within instrument and acknowledged to me that he/eheftfveg executed the same in his/hef,4hefr authorized capacityO, and that by his/Her4hef signature(sj on the instrument the person(sj, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature Place Notary Seal Above Signature of Notary 'ub6c 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: PERFORMANCE BOND Document Date: 05/2812013 Number of Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA El Individual CD Corporate Officer Q Partner ---0 Limited El General V Attorney in Fact ❑ Trustee El Guardian or Conservator Cl Other: Signer Is Representing: Signer's 0 Individual El Corporate Officer Titie(s)__ ._...------ _...�, C1 Partner ---- 0 Limited ❑ General Cl Attorney in Fact 7 Trustee 0 Guardian or Conservator L Other: Signer Is Representing: ..K`.�J�`L`h.K`4`�>'�i:_'�t)�<'.'�:�=<',�^r L'T'=t',,`�,"�"u`Ci.`L`i;�rf�i^Z�`t��±`✓.�V�.*�2�.f',`�Z�`v`;�Z.'h.'�4`�'Gi>Gc.`C✓.^„>C 02007 National Notary Association • 3350 De sob Ave.. P.Q.1ru 2402 • Chla.h, CA 91 3 9 3-2942 • .. Nationaeo ery,org item 45807 Reo.Jer Call Ta14Frae 1 80tl�tiP&fi82Y THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 5954724 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, - Deborah D. Davis;. Glenda J. Gardner; Helen Maloney; John G. Maloney; Mark D. latarola;. Michelle M. Basuil all of the city of Escondido ', state of CA each Individually if there be more than one named, Its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings bonds, recognizances and other surety obligations, in pursuance of these. presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the. Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of January 2013 American Fire and Casualty Company The Ohio Casualty Insurance Company Q i s Liberty Mutual Insurance Company West American Insurance Company N f Io By: T Cut STATE OF WASHINGTON as Gregory W.Davenport, Assistant Secretary _ COUNTY OF KING dOn this 17th day of January 2013 , before me personally appeared Gregory W. Davenport, who acknowledged himself to. be the Assistant Secretary of American G ~ u to Fire and Casualty Company, Liberty Mutual Insurance Company The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do,. >10 execute the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. (OW eo > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle Washington, on the day and year first above written o a d� — m00% QM! By: Kb FA C 6 KD Riley, NotA4 Public ei° to c ` This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance 0 ai }, Company, liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:cn t o .. to0 ARTICLE IV -OFFICERS -Section 12 Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject p j Caj to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to. act in behalf. of the Corporation to make, execute, seal, >, d o.S acknowledge and deliver as surety any and all undertakings,bonds, recognizances and other surety obligations.. Such attorneys -in -fact subject to the limitations set forth in their respective a E y .powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so ' C executed, such instruments shall be as binding asif signed by the. President and attested to by the Secretary. Any power or authority granted to any representative or attomey in -tact under. '- the provisions of this article may be revoked at any time by the Board the Chairman the President or by the officer or officers granting such power or authority m e ARTICLE )Ulf - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for. that purpose in writing by the chairman or the president, 00> E and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -m -fact, as maybe necessary to actin behalf of the Company to make, execute, N p seal acknowledge and deliver as surety any and ail undertakings, bonds recognizances and other surety obligations. Such attorneys -in -fact subject to. the limitations set forth in their. m v respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shallbe as binding as if signed by the president and attested by the secretary. C ip j ..Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W Davenport Assistant Secretary to appoint such ~ `� attomeys-in-fact as may be necessary to act on behalf of the Company to make, execute,seal, acknowledge. and deliver as surety any and all undertakings, ponds, recognizances and other surety obligations. Authorization- By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds shall be valid and binding upon the Company with the same force and effect as though manually affixed. i, David M. Carey, the undersigned Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West ;. American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power ofAttorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 28TH MAY of _ MAY, 2013 I ,� f David M. Carey, Assistant Secretary i s LMS_12873 092012 242 of 250 I `1 `. j is O- CERTIFICATE F LIABILITY INSURANCE —� DATE{12BOtYYYY 5!29/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poiicy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER Michael Ehrenfeld Company 2655 Camino Del Rio North #200 San Diego `^ CA 92108 CONTACTLeslie Frankenberger PHONE U, (619) 683-9990 ,arc. No,, (619) 693-9999 ADDRESSleslie_f13ehrenfeldinsurance. corn A DRESS: INSURER($]AFFORDING COYERAOE 1 NAICa INSURER A:Westahester Fire Insurance 10030 INSURED SCW Contracting Corp 2525 N. Old Hwy #395 Fallbrcok CA 92028 wsuwues:General�Insurance Company of 4732 INsuRERc Everest National Insurance 10120 INSURER DGreenwich Company �Insurance ___._g2322 INSURER E: INSURER F: COVERAGES CERTIFICATE NUM8ER:2013 City of Newport Base RFVISI()N NI IMRFR. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. !LTR TYPEOFINSURANCE 1NgR mr S POLICY NUMBER Mouc Y'YYf �pgIAQYEXP LIMITS - GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL ttA81lFTY DAMAGE TO RENTEDPREMISES Ea occurrence $ T 100,000 A CLAIMS-MADElil OCCUR 22010396008 12/5/2012 2/5/2013 &tE6 EXP tAnY are person) _ $ W 5,040 PERSONAL& ADV INJURY _ $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 -------- PRODUCTS - COMP/OP AGG $ 1,000,000 GEML AGGREGATE LIMIT APPLIES PER: POLICY [—Xl PRO-IrIT LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMITEa 1 000 000 -§—.— ____<_ X B ANY AUTO BODILY INJURY $ ALL OWNS) SCHEDULED AUTO$ AUTOS 01022882240 2/1/2012 2/1/2013 BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE Per accident $ Medical mens _ $ 2,000 X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 4,000,000 AGGREGATE _ $ 4,000,000 B EXCESS LIAR CLAIMS ADE SC12882240 2/1/2012 2/1/2013 DEG RETENTION S C WORKERS COMPENSATION X WC STATU- DTH. AND EMPLOYERS' LIABILITY YJN E L EACH ACCIDENT $ 1 OOO 004 __......_t_. ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBFR EXOLUDED? ❑ (Mandatory In NH) NIA 7600008494131 /1/2013 1/1/2014 EL. DISEASE - EA EMPLOYEE $� 1,000 000 --- If yes, descrihe under EL. DISEASE - POLICY LIMIT $ 1 000 000 DESCRIPTION OF OPERATIONS below D Builders' Risk 06012013 /1/2033 6/1/2014 Completed value $773,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ARach ACORD 101, Additional Remarks Schedule, ff more space is required) Re: 16TH STREET PUMP STATION & TAMURA WATER WELLS IMPROVEMENTS CONTRACT NO. C-5196 CITY OF NEWPORT BEACH, its elected or appointed officers, agents, officials, employees and volunteers are added as Additional Insured per General Liability Endorsement CG20 10 11 85 Primary/Non-Contributory per GLE00070196 attached. Waiver of subrogation on GL per CG24041093. Waiver of subrogation on WC per WC040306 attached. Additional insured on Auto per CA71100307 attached. Waiver on Builders' Risk policy per policy form CM00010904 attached. CITY OF NEWPORT BEACH PUBLIC WORKS DEPT 100 CIVIC CENTER DRIVE PO BOX 1768 NEWPORT BEACH, CA 92658 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Reilly/LESLIF reserved. #N544d tamrnPt n+ Th A,-,OPn nam. ar,ril Innn aro r.nict... d markt of Ar-nRn POLICY NUMBER: G22010396008 COMMERCIAL GENERAL LIABILITY INSURED: SCW CONTRACTING CORP. EFFECTIVE: 12/5/12 to 12/5/13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance coverages under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: As Required by Written Contract signed by both parties prior to loss. (If no entry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only as respect to liability arising out of "your work" for that in- sured by or for you. CG 20 10 11 85 Copyright, Insurance Services Office, Inc. 1984 Insured: SCW Contracting Corp Policy: G22010396008 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • iA r.111i 1:4 E 111 loin t • sZ Paragraph 4.c. is deleted in its entirety and replaced by the following: c. If all of the other insurance permits contribution by equal shares, we will follow this method unless the Insured is required by contract to provide insurance that is primary and noncontributory, and the "insured contract" Is executed prior to any loss. Where required by a contract, this insurance will be primary only when and to the extent as required by that contract. However, under the contributory approach each Insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Underthis method, each insurers share is based on the ratio of its applicable limit of Insurance to the total applicable limits of insurance of all insurers. GLE 0007 01 96 POLICY NUMBER: G22010396008 SCW CONTRACTING CORP COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 6NO1441I11111 Name of Person or Organization: As Required by Written Contract signed by both parties prior to loss. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMER- CIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 0 SCW CONTRACTING CORP. POLICY 06012013 The following conditions apply in addition to the Common Policy Conditions and applicable Additional Conditions in Commercial Inland Marine Coverage Forms: LOSS CONDITIONS A. Abandonment There can be no abandonment of any property to US. B. Appraisal If we and you disagree on the value of the prop - arty, or the amount of loss, either may make writ- ten demand for an appraisal of the loss. In this event, each party will select a competent and im- partial appraiser. The two appraisers will select an umpire. If they cannot agree, either may re- quest that selection be made by a judge of a court having jurisdiction. The appraisers will state sepa- rately the value of the property and amount of loss. if they fail to agree, they will submit their differences to the umpire. A decision agreed to by any two will be binding. Each party will: 1. Pay its chosen appraiser; and 2. Bear the other expenses of the appraisal and umpire equally. If there is an appraisal, we will still retain our right to deny the claim. C. Duties in The Event Of Loss You must see that the following are done in the event of loss or damage to Coveted Property: 1. Notify the police if a law may have been bro- ken. 2. Give us prompt notice of the loss or damage. Include a description of the property involved. 3. As soon as possible, give us a description of how, when and where the loss or damage oc- curred. 4. Take all reasonable steps to protect the Cov- ered Property from further damage, and keep a record of your expenses necessary to pro- tect the Covered Property, for consideration in the settlement of the claim. This will not in- crease the Limit of Insurance. However, we will not pay for any subsequent loss or dam- age resulting from a cause of loss that is not a Covered Cause of Loss. Also, if feasible, set the damaged property aside and in the best possible order for examination. S. You will not, except at your own cost, volun- tarily make a payment, assume any obliga- tion, or incur any expense without our con- sent. — COMMERCIAL INLAND MARINE CM 00 0109 04 6. As often as may be reasonably required, permit us to inspect the property proving the loss or damage and examine your stooks and records. Also permit us to take samples of damaged and undamaged property for inspection, test- ing and analysis, and permit us to make cop- ies from your books and records. 7. We may examine any insured under oath, while not in the presence of any other insured and at such times as may be reasonably re- quired, about any matter relating to this insur- ance or the claim, including an insured's books and records. in the event of an exami- nation, an insured's answers must be signed. 8. Send us a signed, sworn proof of loss con- taining the information we request to settle the claim. You must do this within 60 days after our request. We will supply you with the necessary forms. 9. Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or suit. 10. Cooperate with us in the investigation or set- tlement of the claim. D. Insurance Under Two Or More Coverages If two or more of this policy's coverages apply to the same loss or damage, we will not pay more than the actual amount of the loss or damage. E. Loss Payment 1. We will give notice of our intentions within 30 days after we receive the sworn proof of toss. 2. We will not pay you more than your financial interest in the Covered Property. 3. We may adjust losses with the owners of lost or damaged property if other than you, If we pay the owners, such payments will satisfy your claim against us for the owners' prop- erty. We will not pay the owners more than their financial interest in the Covered Prop - arty. 4. We may elect to defend you against suits arising from claims of owners of property. We will do this at our expense. S. We will pay for covered loss or damage within 30 days after we receive the sworn proof of loss if you have complied with all the terms of this Coverage Part and: a. We have reached agreement with you on the amount of the loss; or An appraisal award has been made. CM 00 0109 04 Copyright, ISO Properties, Inc., 2003 Pagel of 3 UNIFORM pgl,Cy No. OIC12882240 SCW Corftcting Corp. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage form apply unless modified by the endorsement. EXTENDED CANCELLATION CONDITION BLANKET ADDITIONAL INSURED Paragraph 2.b. of the CANCELLATION Common SECTION 11 — LIABILITY COVERAGE — A.1. WHO Policy Condition is replaced by the following: IS AN INSURED provision is amended by the addition b. 60days before the affective date of cancellation of the following: if we cancel for any other reason. e. Any person or organization for whom you are re- quired by an "insured contract" to provide insur- ance is an "insured", subject to the following additional provisions: SECTION 11 — LIABILITY COVERAGE — A.I. WHO IS AN INSURED provision is amended by the addition of the following: d. Any business entity newly acquired or formed by you during the policy period provided you own 500/6 or more of the business entity and the business entity is not separately insured for Business Auto Coverage. Coverage is extended up to a maximum of 180 days following acquisi- tion or formation of the business entity. Coverage under this provision is afforded only until the end of the policy period. (1) The "insured contract" must be In effect during the policy period shown in the Decla- rations, and must have been executed prior to the "bodily injury" or "property damage". (2) This person or organization is an 'insured" only to the extent you are liable due to your ongoing operations for that insured, whether the work is performed by you or for you, and only to the extent you are held liable for an "accident" occurring while a covered "auto" is being driven by you or one of your em- ployees. (3) There is no coverage provided to this person or organization for "bodily injury" to its em- ployees, nor for "property damage" to its property. (4) Coverage for this person or organization shalt be limited to the extent of your negli- gence or fault according to the applicable principles of comparative negligence or fault. (5) The defense of any claim or "suit" must be tendered by this person or organization as soon as practicable to all other insurers which potentially provide insurance for such claim or "suit". Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 1997 CA 71 10 03 07 EP nCYMM1 IC V rvnVM 1 nC i' VM1MJ tlbtU{n i (6) The coverage provided will not exceed the lesser of: (a) The coverage and/or limits of this policy; or (b) The coverage and/or limits required by the "insured contract". (T) A person's or organization's status as an "insured" under this subparagraph d ends when your operations for that "insured" are completed. BLANKET WAIVER OF SUBROGATION We waive the right of recovery we may have for pay- ments made for "bodily injury" or "property damage" on behalf of the persons or organizations added as insureds" under Section it — LIABILITY COVERAGE — A.I.D. BROAD FORM NAMED INSURED and A.1,e. BLANKET ADDITIONAL INSURED. PHYSICAL DAMAGE — ADDITIONAL TRANS- PORTATION EXPENSE COVERAGE The first sentence of paragraph AA. of SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: We wig pay up to $50 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - WwrZeTtrin We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSON OR ORGANIZATION FOR WHOM THE BLANKET WAIVER OF SUBROGATION NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below Is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective. 01/01/2013 Policy No. 7600008494131 Endorsement No. 001 Insured: SCW Contracting Corp Premium $ INCL. Insurance Company: Everest National Insurance Countersigned By: -1998 by the Workers' Compensation Insurance Rating Bureau of California. All rl From the WCIRB's California Workers' Compensation Insurance Forms Manual - CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 5/30113 Dept./Contact Received From: Shari Date Completed: 5/30/13 Sent to: Shari By: Chris/Renee CompanyiPerson required to have certificate: SCW Contracting Corp Type of contract: _ All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 12/5/12-12/5/13 _ A. INSURANCE COMPANY: Westchester Fire Insurance B. AM BEST RATING (A-: VII or greater): A+:XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? X Yes O No D. LIMITS (Must be $1M or greater): What is limit provided? 1,000,00012,000,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes O No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) ® Yes O No G. ADDITIONAL INSURED FOR PRODUCTS AND ® N/A O Yes [.] No G. COMPLETED OPERATIONS ENDORSEMENT (completed O N/A O Yes N No H. Operations status does not apply to Waste Haulers) ®Yes [_] No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes O No #. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? Z Yes O No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" warding? O Yes X No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A O Yes O No L NOTICE OF CANCELLATION: O N/A ® Yes [_� No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 12/1/12-12/1/13 _ A. INSURANCE COMPANY: General Insurance Company of America B. AM BEST RATING (A-: VII or greater) A:XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes O No D. LIMITS - If Employees (Must be $1 M min. Bl & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A O Yes [.] No G. HIRED AND NON -OWNED AUTO ONLY: O N/A O Yes N No H. NOTICE OF CANCELLATION: O N/A ® Yes F] No DU. VY(}RKERS'C[MPEN88T|ON EFFECTIVE/EXPIRATION DATE: 1/1/13-1 A. INSURANCE COMPANY: B. AMBEST RATING (A -: VII orgreator): C ADMITTED Company (Must heCalifornia Admitted): Yes 0mo D. VVORKER8'COMPENGAT|0NL{M|T: 8bHutoq/ XYea FlNo E� EMPLOYERS' LIABILITY LIMIT (Must bo$1&1nrgreater) 10000 F. WAIVER OFSUBROGATION (To indude): |sitincluded? XYen DNo G. SIGNED VVORKERG'CUMPENGAJ0NEXEMPTION FORM: DON/A[lYes [INu M NOTICE OFCANCELLATION: ilN/A XYes FlNo ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED [V, PROFESSIONAL LIABILITY XN/A El Yes El No \/ POLLUTION LIABILITY �N/A 01 Yes No Y BUILDERS RISK El NIA [9Yes ElNo HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes [-I No IF NO WHICH ITEMS NEED TO BE COMPLETED? Agent nfAUartInsurance Services Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED Non~admdtedcarrier rated less than Self Insured Retention or Deductible greater than El N/A 0 Yes E] No Reason for Risk Management oppn/voVoxoe[tionhwaivec i Fisk Management w Subject to the terms of the contract. SECTION 2 2-6 SECTION 3 3-3 3-2.2 3-3.2.3 SECTION 4 4-1 4-1.3 4-1.3.4 SECTION 6 5-1 SECTION 6 6-1 6-1.1 6-1.2 6-7 6-7.1 6-7.2 6-7.4 M— M CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 16TH STREET PUMP STATION AND DOLPHIN & TAMURA WATER WELLS IMPROVEMENTS CONTRACT NO. 5196 INTRODUCTION PART 1 ---GENERAL PROVISIONS SCOPE AND CONTROL OF THE WORK WORK TO BE DONE CHANGES IN WORK EXTRA WORK Payment Markup CONTROL OF MATERIALS MATERIALS AND WORKMANSHIP Inspection Requirements Inspection and Testing UTILITIES LOCATION PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 3 Construction Schedule 3 Commencement of the Work 4 TIME OF COMPLETION 4 General 4 Working Days 4 Working Hours 4 LIQUIDATED DAMAGES 5 INDEX FOR SPECIAL PROVISIONS I OF 1 1 2 2 2 2 2 2 2 2 3 3 3 6-11 CONSTRUCTION SEQUENCING 5 6.12 PRE-BID MEETING 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 6 7.1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 6 7-1.2 Temporary Utility Services 6 7-7 COOPERATION AND COLLATERAL WORK 6 7-8 WORK SITE MAINTENANCE 6 7-8.4.3 Storage of Equipment and Materials in Public Streets 6 7-8.6 Water Pollution Control 7 7-6.6.2 Best Management Practices (BMPs) 7 7-10 PUBLIC CONVENIENCE AND SAFETY 7 7-10.1 Traffic and Access 7 7-10.3 Street Closures, Detours, Barricades 8 7-10.4 Safety 8 7-10.4.1 Safety Orders 8 7-10.6 Notices to Residents/Adjacent Establishments 8 7-15 CONTRACTOR 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 9-3.2 Partial and Final Payment 13 PART 2...CONSTRUCTION MATERIALS SECTION 201 Concrete, Mortar, and Related Materials 13 201-1 PORTLAND CEMENT CONCRETE 13 201-1.1.2 Concrete Specified by Class 13 201-2 REINFORCEMENT FOR CONCRETE 13 201-2.2.1 Reinforcing Steel 13 SECTION 207 PIPE 13 207-9 IRON PIPE AND FITTINGS 13 207-9.2 Ductile Iron Pipe for Water and Other Liquids 13 207-9.2.2 Pipe Joints 14 207-9.2.3 Fittings 14 INDEX FOR SPECIAL PROVISIONS 20F3 TECHNICAL SPECIFICATIONS SECTION 02050 DEMOLITION 02050.1 SECTION 05125 MISCELLANEOUS METAL WORK 05125.1 SECTION 07990 SEALANTS AND CAULKING 07990-1 SECTION 09900 PAINTING AND COATING 09900-1 SECTION 11010 MECHANICAL EQUIPMENT 11001-1 SECTION 11310 VERTICAL TURBINE PUMPS 11310-1 SECTION 15070 MISCELLANEOUS PIPING AND APPURTENANCES 15070.1 SECTION 15074 HANGERS AND SUPPORTS 15074-1 SECTION 16050 ELECTRICAL GENERAL PROVISIONS 16050-1 SECTION 16483 VARIABLE FREQUENCY DRIVES 16483-1 SECTION 17040 CONTROL SYSTEM HARDWARE AND SOFTWARE 17040-1 INDEX FOR SPECIAL PROVISIONS 3 OF SP 1 OF 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONTRACT NO. 5196 ff •,•► All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W -5338-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of: A. 16th Street Pump Station All materials, equipment, supplies and labor for demolition of: two (2) solid state soft starters; removal and delivery of: two (2) multi -stage vertical turbine water booster pump assemblies to the City Utilities yard; and construction of: two (2) variable frequency drives, two (2) multi -stage vertical turbine water booster pump assemblies, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work. B. Dolphin Water Well Station All materials, equipment, supplies and labor for demolition of: two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry; and construction of: two SP 2 OF 14 (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work. C. Tamura Water Well Station All materials, equipment, supplies and labor for demolition of: two (2) solid state soft starters, two (2) orifice plate assemblies and associated pilotry; and construction of: two (2) variable frequency drives, concrete housekeeping pad modifications, conduit and wiring; programming, and miscellaneous facility work." SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with the following: "(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 ............................................ 15 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, one (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(x) shall be applied to the Subcontractor's actual cost (prior to any markups) 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 Add Section 4-1.3.4 Inspection and Testing "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 SP 3 OF 14 shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 ---UTILITIES 5-1 LOCATION. Add the following after the Td paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 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.' 6-1.1 Construction Schedule. Add the following between the first and second paragraphs of this section: With the exception of work specified in Section 6-1.2 Commencement of the Work, 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 the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-1.2 Commencement of the Work. Add the following after the first paragraph: The following items shall commence, completed and approved by the Engineer within twenty (20) calendar days from bid opening date by the apparent responsible low bid Contractor: 1. Shop drawings for the two (2) 400 -hp water well variable frequency drives 2. Shop drawings for the two (2) 250 -hp water well variable frequency drives 3. Shop drawings for two (2) 16th Street P.S. 300 -hp variable frequency drives Failure of the apparent low bidder to complete the prescribed work under this section may result in a "non-responsive" bidder status. Contractor shall allow three (3) working days for City review and approval time. Should this contract not be awarded, the apparent low bidder will be compensated $7,500.00 for the work prescribed in this section. 6-7 TIME OF COMPLETION 6-7,1 General. Add to this section: "The Contractor shall complete all work under the Contract within 120 consecutive working days after the date on the Notice to Proceed. in addition, The Contractor shall have 30 working days to complete all the work once the first water well or pump is taken out of service. Council Award on this project is anticipated on May 28, 2013 with intent of issuing the Notice to Proceed by June 3, 2013. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the 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, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 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 $2,500.00 for not completing the project within the overall stipulated working days and an additional $5,000.00 for any work beyond the 30 working days from when the first water well or pump is taken out of service. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages 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 prepianned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations," Add the following Section 6-11 Construction Sequencing 6-11 CONSTRUCTION SEQUENCING. The contract work shall be constructed in the following order: 1. Phase 1: Dolphin Water Wells. 2. Phase 2: Tamura Water Wells and at 16th Street Pump Station concurrently. No work may begin at the Tamura Water Wells and 16th Street Pump Station until the Dolphin Water Wells are fully operational and have been accepted by the Engineer. Add the following Section 6-12 Pre -Bid Meeting 6-12 PRE-BID MEETING. The City will conduct a pre-bid site meeting on the date and at the time specified in the Invitation to Bid. Bidder attendance at this meeting is optional and NON -MANDATORY. Bidders shall meet at the 16TH Street Pump Station, located at the 949 W. 16`h Street, Newport Beach, CA 92663. The purpose of the Pre-bid Site Meeting is to acquaint prospective bidders with the site, local physical features, site logistics, obstructions, utilities, and security conditions and issues. The conditions and requirements of these Specifications will govern over any information presented at the Pre-bid Site Meeting. Addenda will be prepared and issued, as necessary, to effect any changes to the plans or specifications. SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services. Add to the end of this section: "Water used during construction shall be paid for by the City. City reserves the right to limit the location, times and rates of drawing of such water."" 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 shutdown of water and/or sewer facilities to take place. 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 Engineer." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored on the project sites, if approved by the Engineer in advance. Usage of the adjacent church parking lot at the Tamura Water Well for storage and/or staging is prohibited. Construction vehicles may only park in the spaces directly fronting the Tamura Water Well site. Construction vehicles shall be removed from said parking lot during non -working hours. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manua/ which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs). Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (W.A.T.C.H.), also published by Building News, Inc. Due to the proximity of the Dolphin and Tamura Water Well sites to educational facilities, all work, vehicle and equipment shall stay within the project site parcels. Traffic impact, regardless of transportation mode, at these two sites will not be permitted. �:• Pedestrian access must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all impacted establishments, as defined by the Engineer.. 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).° 7-10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 7-10.4 Safety 7-10.4.1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with 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." Add the following Section 7-10.6 "Notice to Adjacent Establishments 7-10.6 Notices to Adjacent Establishments. Ten working days prior to starting work, the Contractor shall deliver a construction notice to establishments 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 construction, the Contractor shall distribute to the 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 construction will be complete. An interruption of work at any location in excess of 14 calendar days shall SP 9 OF 14 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." Add the following Sections: "7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built' drawings. The "As -Built' shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." SECTION 9 ---MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. 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: SP 10 OF 14 SCHEDULE A: 16th Street Pump Station Item No A-1 Mobilization Demobilization and Clean -Up: Work under this item shall include, but not limited to, providing bonds, insurance and financing, traffic control, video and photographic evidence of project site and adjacent improvements; preparing the BMP Plan and construction schedule; attending all construction coordination meeting; providing shop drawings and submittals; and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA Markings and providing any required documentation, warranties, manuals, and any other turnover items as noted in these Special Provisions. Item No, A-2 Demolition and Removal of Equipment: Work under this item shall include, but not limited to, removing, delivery and/or disposing the two (2) solid state soft starters and , removal and delivery of the (2) multi -stage vertical turbine booster pumps to the City's Utilities Yard; temporarily removing two (2) air/vac valve assemblies that will be reinstalled; removing, delivery and /or deposing all conduit, wiring, boxes, switches, appurtenances, as required and in accordance with the NEC, and all other work items as required to complete the work in place. Final disposition of all removed material will be determined by the Engineer. Item No. A-3 Multi -Stage Vertical Turbine Pumps: Work under this item shall include, but not limited to, furnishing and installing the two (2) 300 -hp multi -stage vertical turbine booster pump assemblies, re -installing air/vac valve assemblies, and all other work items as required to complete the work in place. Item No. A-4 300 -hp Variable Frequency Drives: Work under this item shall include, but not limited to, furnishing and installing two (2) 300 -hp variable frequency drive assemblies, and all other work items as required to complete the work in place. Item No. A-5 Electrical Wiring, Conduits. Boxes, Etc: Work under this item shall include, but not limited to, core drilling and resealing surfaces to accommodate work; furnishing and installing electrical wiring, conduit, boxes, switches, connectors, componentry; and all other work items as required to complete the work in place. A non -shrink elastomeric grout shall be used to for wall repair work. Item No. A-6 Housekeeping Pad Modifications: Work under this item shall include, but not limited to, sawcutting/grinding the existing housekeeping pad, epoxy dowel reinforcement; preparing existing/adjoining concrete surfaces; placing fiber reinforced concrete, and all other work items as required to complete the work in place. Item No. A-7 PLC and OIT Programming Work under this item shall include, but not limited to, providing PLC and OIT program modules, installing new modules into existing program controls, modifying PLC and OIT panels to support contract improvements, miscellaneous programming, and all other work items as required to complete work in place. SP 11 OF 14 Item No. A-8 Provide As -Built Plans: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $3,000.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. SCHEDULE B: Dolphin Water Wells Item No. B-1 Mobilization Demobilization, and Clean -Up: Work under this item shall include, but not limited to, photographic evidence of project site and adjacent improvements; providing shop drawings and submittals; and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA Markings and providing any required documentation, warranties, manuals, and any other turnover items as noted in these Special Provisions. Item No. B-2 Demolition and Removal of Equipment: Work under this item shall include, but not limited to, removing, delivery and/or disposing the two (2) solid state soft starters; all conduit, wiring, boxes, switches, appurtenances, as required and in accordance with the NEC; two (2) orifice plate assemblies; pilotry tubing; installing cap/plug on pilotry components, and all other work items as required to complete the work in place. Final disposition of all removed material will be determined by the Engineer. Item No. B-3 250 -hp Variable Frequency Drives: Work under this item shall include, but not limited to, furnishing and installing one (1) 250 -hp variable frequency drive assembly, and all other work items as required to complete the work in place. Item No. B-4 400 -hp Variable Frequency Drives: Work under this item shall include, but not limited to, furnishing and installing one (1) 400 -hp variable frequency drive assembly, and all other work items as required to complete the work in place. Item No. B-5 Electrical Wiring, Conduits Boxes Etc: Work under this item shall include, but not limited to, furnishing and installing electrical wiring, conduit, boxes, switches, connectors, componentry, appurtenances, and all other work items as required to complete the work in place. Item No. B-6 Miscellaneous Facility Work: Work under this item shall include, but not limited to, sawcuttinglgrinding the existing housekeeping pad, epoxy dowel reinforcement; preparing the existing/adjoining concrete surfaces; placing fiber reinforced concrete; installing two (2) flange fillers (including successfully pressure testing, disinfecting and flushing of well discharge piping) and appurtenances, and all other work items as required to complete the work in place. Item No. B-7 PLC Programming: Work under this item shall include, but not limited to, providing PLC program modules, installing new modules into existing program SP 12 OF 14 controls, modifying PLC panels to support contract improvements, miscellaneous programming, and all other work items as required to complete work in place. Item No. B-8 Provide As -Built Plans: (and DBE Certification if applicable). Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $3,00.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. SCHEDULE C: Tamura Water Wells Item No. C-1 Mobilization, Demobilization, and Clean -UP: Work under this item shall include, but not limited to, photographic evidence of project site and adjacent improvements; providing shop drawings and submittals; and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA Markings and providing any required documentation, warranties, manuals, and any other turnover items as noted in these Special Provisions. Item No. C-2 Demolition and Removal of Equipment: Work under this item shall include, but not limited to, removing, delivery and/or disposing the two (2) solid state soft starters; all conduit, wiring, boxes, switches, appurtenances, as required and in accordance with the NEC; two (2) orifice plate assemblies; pilotry tubing; installing cap/plug on pilotry components, and all other work items as required to complete the work in place. Final disposition of all removed material will be determined by the Engineer. Item No. C-3 250 -hp Variable Frequency Drives: Work under this item shall include, but not limited to, furnishing and installing one (1) 250 -hp variable frequency drive assembly, and all other work items as required to complete the work in place. Item No. C-4 400 -hp Variable Frequency Drives: Work under this item shall include, but not limited to, furnishing and installing one (1) 400 -hp variable frequency drive assembly, and all other work items as required to complete the work in place. Item No. C-5 Electrical Wiring, Conduits, Boxes, Etc: Work under this item shall include, but not limited to, furnishing and installing electrical wiring, conduit, boxes, switches, connectors, componentry, appurtenances, and all other work items as required to complete the work in place. Item No. C-6 Miscellaneous Facility Work: Work under this item shall include, but not limited to, sawcutting/grinding the existing housekeeping pad, epoxy dowel reinforcement; preparing the existing/adjoining concrete surfaces; placing fiber reinforced concrete; installing two (2) flange fillers (including successfully pressure SP 13 OF 14 testing, disinfecting and flushing of well discharge piping) and appurtenances, and all other work items as required to complete the work in place. Item No. C-7 PLC Programming_ Work under this item shall include, but not limited to, providing PLC program modules, installing new modules into existing program controls, modifying PLC panels to support contract improvements, miscellaneous programming, and all other work items as required to complete work in place. Item No. C-8 Provide As -Built Plans Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $3,000.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be fiber -reinforced Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 epoxy -coated steel conforming to ASTM A 615 with 2 -inch minimum cover unless noted otherwise in contract documents." SECTION 207 ---PIPE 207-9.2 Ductile Iron Pipe for Water and Other Liquids SP 14 OF 14 207-9.2.2 Pipe Joints. Add to this section, "All flanged pipe joints shall be joined utilizing Type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and Transition coupling used to join pipe in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe hardness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. 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 (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI 816.5 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." SECTION 02050 � r • • A. The WORK of this Section includes furnishing materials, equipment and labor necessary to perform demolition work on the project site as shown on the Contract Drawings B. In areas where demolition is required, cut back flush and seal any pipe stub -outs remaining, and remove exposed piping, conduits, fixtures, junction boxes, light fixtures, water fixtures, and supports. Switches, receptacles, and boxes shall also be removed. Concealed piping and conduits shall be removed or capped and abandoned as necessary to facilitate the demolition work, ji[IYA&III gatIll arI�-� A. The following shall be submitted. 1. Demolition Schedule: The Contractor shall submit a complete coordination schedule for demolition work including shut-off and continuation of utility services prior to start of the WORK. The schedule shall indicate proposed methods and operations of facility demolition, and provide a detailed sequence of demolition and removal work to ensure uninterrupted operation of occupied areas. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A. Structures shall be demolished and removed in compliance with SSPWC subsection 306-5 and the requirements indicated herein. 3.02 POLLUTION CONTROL A. Water sprinkling, temporary enclosures, chutes, and other suitable methods shall be used for dust suppression. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Demolition Section 02050 - 1 B. Water shall not be used when it creates hazardous or objectionable conditions such as flooding, erosion, sedimentation, or pollution. 3.03 PROTECTION A. Safe passage of persons around the area of demolition shall be provided. Operations shall be conducted to prevent injury to people and damage to adjacent buildings, structures, and other facilities. B. Interior and exterior shoring, bracing, or supports shall be provided to prevent movement, settlement or collapse of structures to be demolished. C. Existing landscaping materials, structures, and appurtenances which are not to be demolished shall be protected and maintained as necessary. D. Unless otherwise indicated, the Contractor shall protect and maintain all utilities in the proximity of the facilities to be demolished. E. The Contractor shall protect the nearby existing equipment such as control panels and others from dust caused by demolition activities by covering, drop -curtains and other similar methods. 3.04 STRUCTURE DEMOLITION A. Building structures and appurtenances shall be demolished, as shown and required to complete work, in compliance with governing regulations. B. Small structures may be removed intact when approved by authorities having jurisdiction. C. Demolition shall proceed in a systematic manner, from top of structure to ground. D. Concrete and masonry shall be demolished in small sections. Use bracing and shoring to prevent collapse. E. Demolition equipment shall be dispersed throughout structure and demolished materials removed to prevent excessive loads on supporting walls, floors or framing. A. Footings, foundation walls, below -grade construction and concrete slabs on grade shall be demolished and removed to a depth which will not interfere with new construction, but not less than 12 inches below existing ground surface or future ground surface, whichever is lower. All floors of basements, vaults, and other underground structures shall be broken up. B. Below -grade areas and voids resulting from demolition of structures shall be completely filled to a minimum compaction of 95%. 18th Street Pump Station and Dolphin & Tamura Water Wells Improvements Demolition Section 02050 - 2 C. After fill and compaction, surfaces shall be graded to meet adjacent contours and to provide flow to surface drainage structures, or as indicated. 3.06 DISPOSAL OF DEMOLISHED MATERIALS A. Demolition and removal of debris shall be conducted to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities which shall not be dosed or obstructed without permission from the Owner. Alternate routes shall be provided around closed or obstructed traffic ways. B. Site debris, rubbish, and other materials resulting from demolition operations shall be removed and disposed of in compliance all laws and regulations. Burning of removed materials from demolished structures shall not be permitted. A. The Contractor shall provide patching, replacing, repairing and refinishing of damaged areas involved in demolition as necessary to match the existing adjacent surfaces. B. The Contractor shall repair all damages caused to adjacent facilities by demolition at no additional cost to the Owner. C. After patching and repairing has been completed, the Contractor shall carefully remove splatterings of mortar from adjoining work and repair any damage caused by such cleaning operations. 3.08 CLEANING A. During and upon completion of work, the Contractor shall promptly remove unused tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by work in a clean condition. B. Clean adjacent structures and facilities of dust, dirt, and debris caused by demolition and return adjacent areas to condition existing prior to start of work. END OF SECTION 02050 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Demolition Section 02050 - 3 SECTION 05125 MISCELLANEOUS METALWORK 9-T:Tilrrwel: Iki1: 47_TI A. This section describes miscellaneous metalwork, grating. materials, fabrication, and installation of wedge anchors, stainless-steel fasteners, and 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 09900: Painting and Coating. B. Standard Specifications for Public Works Construction. 1.03 DESIGN CRITERIA A. Structural Connections and Framing: AISC specifications for the design, fabrication, and erection of structural steel for buildings, latest edition. B. Handrails, walkways, ladders, personnel platforms: OSHA. 1.04 SUBMITTALS A. Submit drawings in accordance with the Special Provisions. B. Submit drawings of fabricated items. Show dimensions and reference materials of construction by ASTM designation and grade. C. Certificates that steels comply with the indicated standards. 1.05 MEASUREMENT AND PAYMENT Payment for the work in this section shall be included with the structure to which the metal is attached. WITMETWUNA= 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. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Miscellaneous Metalwork Section 05125 -1 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 68M, 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. PART 3 - EXECUTION 3.01 STORAGE OF MATERIALS Storage of structural materials, either plain or fabricated, shall be above ground on platforms, skids, or other supports. Keep materials free from dirt, grease, and other foreign matter and protect from corrosion. 3.02 FABRICATION AND ERECTION A. Fabricate miscellaneous metal items to straight lines and true curves. Drilling and punching shall not leave burrs or deformations. Continuously weld permanent connections along the entire area of contact. Exposed work shall have a smooth finish with welds ground smooth. Joints shall have a close fit with corner joints coped or mitered and shall be in true alignment. Unless specifically indicated on the drawings, there shall be no bends, twists, or open joints in any finished member nor any projecting edges or corners at intersections. Exposed ends and edges of metal shall be slightly rounded. All bolt holes shall be 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. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Miscellaneous Metalwork Section 05125 -2 K�iIi�7s7�1�1[c3 A. Use steel bolts to connect structural steel members except where Type 316 stainless steel bolting is shown on the drawings. B. Drive bolts accurately into the holes without damaging the thread. Protect bolt heads from damage during driving. Bolt heads and nuts shall rest squarely against the metal. Where bolts are to be used on beveled surfaces having slopes greater than 1 in 20 with a plane normal to the bolt axis, provide beveled washers to give full bearing to the head or nut. Where self-locking nuts are not furnished, bolt threads shall be upset to prevent the nuts from backing off. C. Bolts shall be of the length that will extend entirely through but not more than 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. Repair or replace metal with damaged galvanized surfaces at no additional cost to the City. Accomplish repair of galvanized surfaces by use of DRYGALV as manufactured by the American Solder and Flux Company; Cold Galvanizing Repair Compound as manufactured by Rust-Oleum; or equal. Apply in accordance with the manufacturer's instructions. 3.05 CORROSION PROTECTION A. Coat aluminum surfaces to be embedded or which are in contact with concrete or masonry, per Section 09900 before installation. Allow the paint to dry before the aluminum is placed in contact with the concrete. B. Where aluminum surfaces come in contact with dissimilar metals, keep the dissimilar metallic surfaces from direct contact by use of neoprene gaskets or washers. C. Coat non -galvanized structural steel surfaces. Paint material and color of finish coat shall be same as exterior of the piping. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Miscellaneous Metalwork Section 05125 -3 SECTION 07990 SEALANTS AND CAULKING 1.01 DESCRIPTION This section includes materials and installation of sealants and caulkings. This specification is intended to be general in scope as to locations of caulking and sealants. CONTRACTOR shall examine all Drawings and Details thoroughly and familiarize himself with the extent of the caulking and sealing involved. Only a complete and absolutely watertight and weathertight job will be accepted. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 303: Concrete, Mortar and Related Materials. 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 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. 18th Street Pump Station and Dolphin & Tamura Water Wells Improvements Sealants and Caulking Section 07990 - 1 A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer B. Storage: Products shall be carefully stored in a manner that will prevent damage and in an area that is protected from deleterious elements. PART 2 -PRODUCTS 2.01 SEALANT COMPOUNDS Materials shall conform to Fed. Spec. TT -S -00227E(3) for multi-component sealant, or to Fed. Spec. TT -S -00230C(2) for single -component sealant. Properties and adhesion of 1 -part sealants shall be equal to 2 -part materials. Sealants shall be Type I or Type 11, as applicable. Sealants shall be limited to acceptable compounds compositions which are polysulfide, polyurethane, and silicone. For metal buildings, use Class "A" sealants, and for other locations, use Class "B" sealants each conforming with above referenced Federal Specifications or with ASTM C-920 like characteristics. Above -grade sealants shall be resistant to ultra -violet deterioration. A. For joints in waterbearing surfaces, use only polyurethane sealants certified and approved by manufacturer for continuous or intermittent submergence in water or sewage. B. Silicone type sealant shall be used only on above grade joints that are not subject to vehicular or pedestrian traffic. C. Acceptable polyurethane materials are "Sikaflex/2c Polyurethane Elastomeric Sealant," as manufactured by Sika Chemical Corp., and "Select Seal, U-227 Reservoir Grade," as manufactured by SPC, or approved equal. 2.02 COLORS As selected to match adjoining surfaces. Special colors may be required. 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. 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 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Sealants and Caulking Section 07990 - 2 shall not be used. Size and shape shall be as indicated by joint details in Drawings and shall be as recommended by sealant manufacturer in writing. Sealant shall not adhere to back-up material. 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. r : 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. Do not allow solvent to air dry without wiping. Wipe dry with clean, dry cloth, or lintless paper towels. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Sealants and Caulking Section 07990 - 3 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 '/2 inch wide. For joints '/2 inch to 1 inch wide: depth shall be '/2 inch. For expansion and other joints, 1 to 2 inches wide: depth shall be no greater than '/2 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 44°F (4°C), consult sealant manufacturer for recommendations. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Sealants and Caulking Section 07990 - 4 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 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Sealants and Caulking Section 07990 - 5 PAINTING AND COATING 1.01 DESCRIPTION This section includes materials and application of painting and coating systems for the following surfaces unless noted on the plans or elsewhere in the specifications. A. Exposed Metal. B. Buried Metal. C. Submerged Metal. D. Surfaces in Contact with Concrete. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 05125: Miscellaneous Metal Work, B. Section 11310: Vertical Turbine Pumps. C. Section 15070: Miscellaneous Piping 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. 2. 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. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 1 2. Minimum recommended dry -film thickness per coat for prime, intermediate, and finish coats. 3. Recommended surface preparation. 4. Recommended thinners. 5. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. 6. Application instructions including recommended equipment and temperature limitations. C. Submit two {2} color charts for City's selection. D. Qualifications of Painting Subcontractor: 1. Copy of a valid State of California license as required for the application of coatings. 2. Five references which show that the painting subcontractor has previous successful experience with the indicated coating systems. Provide the name, address, telephone number of the City of each installation. The Contractor shall obtain the references form the subcontractor and submit them to the City. 1.05 CITY'S MANUAL The Contractor shall submit all such certificates to the City within 7 days of completion of each paint system. 1.06 QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be used to monitor all phases of surface preparation, application, and inspection throughout the duration of the project. Procedures and practices not 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 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 2 responsible for having on-site at all times recently calibrated inspection equipment available for use by the Engineer. C. Application: No coating or paint shall be applied when the surrounding air temperature or the temperature of the surface to be coated or painted is outside the published material manufacturer's recommendations to wet or damp surfaces or in rain, snow, fog or mist; when the temperature is less than 5°F above the dew point; when it is expected the air temperature will drop below manufacturer's recommendations, or less than 5°F above the dew point within eight hours after application of coating or paint. Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric or equivalents. If above conditions are prevalent, coating or paint application shall be delayed or postponed until conditions are favorable. The days coating or paint application shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. 1.07 INSPECTION AND TESTING A. General. The Contractor shall give the City a minimum of 3 days' advance notice of the start of any field surface preparation work or coating application work, and a minimum of 7 days; advance notice of the start of any shop surface preparation work. B. All such work shall be performed only in the presence of the City unless the City has granted prior approval to perform such work in its absence. C. Inspection by the City or the waiver of inspection of any particular portion of the work shall not relieve the Contractor of its responsibility to perform the work in accordance with this Specification. D. Inspection Devices: The Contractor shall furnish, until final acceptance of such coatings, inspection devices in good working condition for the detection of holidays and measurement of dry -film thickness of protective coatings. Dry -film thickness gauges shall be made available for the City's use at all times while coating is being done, until final acceptance of such coating. The Contractor shall furnish the services of a trained operator of the holiday detection devices until the final acceptance of such coatings. Holiday detection devices shall be operated only in the presence of the City. E. Film Thickness Testing: On ferrous metals, the dry film coating thickness shall be measured in accordance with the SSPC "Paint Application Specification No. 2" using a magnetic -type dry film thickness gauge such AS Mikrotest Model FM, Elcometer Model 111/1 EZ, or equal, Each coat shall be tested for the correct thickness. On non-ferrous metals and other 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 3 substrates, the coating thicknesses shall be measured at the time of application using a wet film gauge. 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. 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. r -r• r � ,�., A. Delivery of Materials: Products shall be delivered in original, unbroken packages, containers, or bundles bearing the name of the manufacturer 18th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 4 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. e 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 "DF7 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 b as selected or specified by the City. Each coat shall be of a slightly different shade, to facilitate inspection of surface coverage of each coat. Finish colors shall be as selected from the manufacturer's standard color samples by the City. E. Products shall be standard products produced by recognized manufacturers who are regularly engaged n production of such materials for essentially identical service conditions. Paint shall be abrasion, sulfide and mildew resistant. F. Substitute or "Or -Equal" Submittals: Materials have been specified from catalogs of manufacturers in most cases, to show their type and quality of the coatings that are required. Materials by other manufacturers are acceptable provided that they are established as being compatible with and of equal quality of the coatings of the companies listed. In accordance with the requirements of the Special Provisions, the CONTRACTOR shall provide satisfactory documentation from the firm manufacturing the proposed substitute or "or -equal" material that said material meets the 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 5 requirements and is equivalent or better that the listed materials in the following properties: 1. Quality 2. Durability 3. Resistance to abrasion and physical damage 4. Life Expectancy 5. Ability to re -coat in future 6. Solids content by volume 7. Dry -film thickness per coat 8. Compatibility with other coatings 9. Suitability for the intended service 10. Resistance to chemical attack 11. Temperature limitations in service and during application 12. Type and quality of recommended undercoats and topcoats 13. Ease of application 14. Ease of repairing damaged areas 15. Stability of colors G. The cost of all testing and analyzing proposed substitute materials that may be required by the City shall be paid by the Contractor. If the proposed substitution requires changes in the contact work, the Contractor shall bear all such costs involved and the costs of allied trades affected by the substitution. 2.02 PAINTING AND COATING SYSTEMS A. System No. 1 - Submerged Metal, Raw Water or Raw Sewage: 1. Type: Coal -tar epoxy having a minimum volume solids of 70%, conforming to MIL -P-23236 . 2. Service Conditions: Shall be used on metal structures or pipes (such as tanks, clarifier mechanisms, scum toughs, slide gates or other miscellaneous metal) submerged in raw water or raw sewage. 3. Surface Preparation: SSPC SP -10 4. Prime Coat: Apply to a dry -film thickness of 8 mils: a. ICI/Devoe Devtar 5A; b. Tnemec 46H-413; C, International intertuf 132; d. or approved equal. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 6 5. Finish Coat: Apply same as prime coat to give a total dry -film thickness of 16 mils. B. System No. 2 — Ferrous Surfaces in Water Passages and Submerged Surfaces of Pumps, Raw Water or Raw Sewage: 1. Type: Amine cured epoxy having a minimum solids volume content of 80% and shall be suitable for long-term immersion service in potable water and wastewater. 2. Service Conditions: Shall be used on metal surfaces in water passages of valves 4 -inch size and larger, exterior surfaces of valves, submerged surfaces of all pumps submerged in raw water or raw sewage. 3. Surface Preparation: SSPC SP -5 4. Prime Coat and Finish Coat: Apply 3 or more coats to a dry -film thickness of 16 mils: a. ICl/Devoe Bar Rust 233H; b. Ameron Amercoat 395; C. Tnemec 139; d, or approved equal, C. System No. 3 - Exposed Metal, Atmospheric Weathering Environment: 1. Type: Gloss alkyd enamel having a minimum volume solids content of 50% with alkyd primer. 2. Service Conditions: For use on exterior metal and piping, fittings and appurtenances subject to sunlight and weathering. 3. Surface Preparation: SSPC SP -6 -Commercial 4. Prime Coat: ICl/Devoe 4160, Tnemec 4-55 (2 mils), or approved equal. Minimum volume solids shall be 49%, 5. Finish coat: Two coats of ICl/Devoe Devgard 4348, 1.5 mils each; two coats of Tnemec Series 2, 1.5 mils each; or approved equal. D. System No. 4 - Exposed Metal, Galvanized: 1. Type: Synthetic resin primer (phosphoric acid or vinyl butyral acid). 2. Service Conditions: Coat galvanized surfaces with this system before applying topcoat. 3. Surface Preparation: SSPC SP -1 4. Prime Coat: ICl/Devoe Devran 205, Tnemec 32-1210, or equal, 5. Finish Coat:; ICI/Devoe Devthane 379, 2 mils; Tnemec 35, 2 mils; or equal. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 7 A System No. 5 - Exposed Metal, Nonferrous: 1. Type: Two -component vinyl wash or phosphorous acid primer, having a minimum volume solids of 8%. 2. Service Conditions: Coat nonferrous metal surfaces with the system before applying topcoat. 3. Surface Preparation: SSPC SP -1 4. Prime Coat: ICl/Devoe Devran 205, Tnemec 32-1210, or equal. 5. Finish Coat: ICl/Devoe Devthane 379, Tnemec 35, or equal. System No. 7 — Aluminum and Concrete insulation 1. Type: Bituminous paint having a minimum volume solids of 68% coat -tar pitch based. 2. 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. 3. Surface Preparation: SSPC SP -1. 4. Prime Coat: Apply synthetic resin wash primer (phasphoric acid or vinyl butyral acid) to surface as prime coat Products: a. ICl/Devoe Devtar 5A; b. Tnemec 32-1210; C, International — no primer required; d. or approved equal. 5. Finish Coat: Two coats of 12 mil dry -film thickness each coat: a. ICl/Devoe Devtar 5A; b. Tnemec 46-450; C. International Intertuf 100; d. or approved equal. G. System No. 9 interior Surface of Ferrous -Metal Valves 1. Type: Thermsetting powdered epoxy coating. 2. Service Conditions: Shall be used to coat interior surfaces of ferrous metal valves, excluding seating areas and bronze and stainless steel pieces. 3. 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. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 8 4. Coating: Apply to a dry -film thickness of 12 mils in accordance with manufacturer's recommendation: a. 3M Scotchkote 134; b, or approved equal. H. System No. 10 — Exposed Concrete, Indoors and Outdoors 1. Type: Water based acrylic latex having a minimum volume solids content of 35%. 2. Service Conditions: Shall be used to coat interior and exterior surfaces of exposed concrete. 3. 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. 4. Prime Coat: ICI Dulux 2000; Tnemec 54-561; or approved equal. 5. Finish Coat: Two or more coats, 7-10 mil dry -film thickness: a. ICI Dulux Professional 2200 Acrylic; b. Tnemec 6-465; C. or approved equal. I. System No. 11 — PVC Tape 1. Service Conditions: Shall be used on all buried small steel and non- ferrous pipe. 2. 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. 3. 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. 2.03 FINISH A. All buried ductile iron pipe and fittings, shall be coated with approximately 1 mil petroleum asphaltic coating. The coating shall be applied to the outside of all fittings in complete accordance with AWWA C 100, latest edition. All pipe shall be shop coated. After coating, buried pipe and fittings shall be encased in a 8 mil polyethylene tube in complete accordance with AWWA C 105, latest edition. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 9 B. All stainless steel bolt and screw surfaces in contact with aluminum shall be coated with Never -Seen by Never Seez Compound Corp., WLR No. 111 by Oil Research Inc., or equal. 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 A. Do not sandblast or prepare more surface area than can be coated in one day. Remove all sharp edges, burrs, and weld spatter. B. Surface preparation shall conform with the SSPC specifications as follows: Solvent Cleaning SP -1 Hand Tool Cleaning SP -2 Power Tool Cleaning SP -3 White Metal Blast Cleaning SP -5 Commercial Blast Cleaning SP -6 Brush -Off Blast Cleaning SP -7 Pickling SP -8 Near -White Blast Cleaning SP -10 C. Wherever the words "solvent cleaning" "hand tool cleaning" "wire brushing" or "blast cleaning" or similar words are used in these specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structure Painting Council, Surface Preparation Specifications, ANSI A159.1) Specifications listed above. D. Sandblasting: The Contractor shall provide suitable enclosure, exhaust system, and bad house for sandblasting operations to prevent violations of applicable air quality requirements. 3.02 PAINTING SYSTEMS A. All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, dryers, and other additives shall be as recommended by the paint manufacturer for the particular coating system. B. Deliver paints to the job site in the original, unopened containers. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 10 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. 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. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 11 F. Exposed indoor galvanized electrical conduits shall be coated per Section 2.02. Color of finish coat shall be OSHA Safety Orange, G. Mechanical equipment, such as pumps, shall be coated in accordance with Section 2.02. H. Concrete surfaces, floors, wails 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 dty-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, 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Painting and Coatings Section 09900 - 12 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 16th Street Pump Station and Dolphin & Tamura Water Wells improvements Painting and Coatings Section 09900 - 13 SECTION 11010 MECHANICAL EQUIPMENT 1.01 DESCRIPTION This Section contains general information required to install mechanical equipment as shown on the Drawings and specified in the various individual Specifications. Included shall be all supervision, labor, materials, tools, equipment and services as required for installation and test operation of equipment, including the services of Manufacturer service engineers, receiving, unloading, storage, protection, installation and complete erection of all mechanical equipment required in these Specifications. Installation shall include, but not be limited to, placing, shimming, anchoring, grouting, cleaning, painting, lubricating, assembling, testing and adjusting of all mechanical equipment. Installation shall also include providing all required miscellaneous parts. 1.02 COORDINATION OF WORK The Contractor shall coordinate his work with other disciplines to provide a complete, operational installation. 1.03 RESPONSIBILITY FOR EQUIPMENT The Contractor shall be liable for all damage to the equipment which is to be furnished and installed under this Contract, as well as for any damage to structures or other property, real or personal, resulting from the movement of equipment or installation work. This liability shall continue until the installed equipment is accepted by the City's Representative. 1.04 QUALITY OF EQUIPMENT AND WORKMANSHIP A. Materials of Construction. Equipment and appurtenances shall be designed in conformity with the specified standards as listed herein. Equipment shall be constructed of materials for the conditions of exposure and of such strength to withstand all stresses that may occur during testing, installation, and all conditions of normal operation. B. Conformance to Shop Drawings. Machinery parts shall conform exactly to the dimensions shown on the Shop Drawings. The corresponding parts of the identical machines shall be made interchangeable. Clearance shall be provided for repairs, inspection and adjustment. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Mechanical Equipment Section 11010 - 1 C. Appearance of Exposed Surfaces. Exposed surfaces shall be finished in appearance. All exposed welds shall be ground smooth and the corners of structural shapes shall be rounded or chamfered for personnel protection. D. Equipment Safety Devices. All machinery and equipment shall comply in all respects with the provisions of Federal, State and local laws and regulations regarding occupational safety. E. Seismic Design of Equipment and Their Anchorage. Equipment, together with their appurtenances, shall be designed to withstand seismic loadings according to the Uniform Building Code (latest edition). Equipment design shall consider various conditions of content levels, including both full and empty. Equipment design shall then be based on the most severe condition. Equipment manufacturers shall also be responsible for seismic design of the recommended anchorage system for their equipment. The Contractor shall install equipment using the manufacturer's recommended anchorage system or using the anchorage system otherwise shown or specified by these contract documents; implementing whichever system is most conservative, at no additional cost to the City. Shop drawings shall include seismic design calculations that shall be sealed by a registered Professional Engineer. The signing professional engineer shall be licensed in the State of California unless other registration is accepted by City. Contractor, shall guarantee all equipment provided under this Contract in accordance with the Contract Documents. 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. Gast -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. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Mechanical Equipment Section 11010 - 2 The Contractor shall obtain and use shop drawings or suitable templates when required for proper placement of equipment anchors. 2.02 LUBRICATION A. General, The Contractor shall thoroughly lubricate all equipment in accordance with the equipment manufacturer's instructions. Lubricating oils and greases shall be of the type and viscosity recommended by the equipment manufacturer. A one year supply of all necessary lubricants shall be provided by the Contractor for each piece of equipment. B. Flushing Oil. All lubricants shall be 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 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Mechanical Equipment Section 11010 - 3 coating as recommended by the Manufacturer. The coating shall be selected to provide protection for two (2) years. D. Field Touch -Up of Factory -Painted Equipment. Provide two (2) quarts of paint compatible with the finish coat on factory -painted equipment for field touch-up. 2.04 TOOLS AND ACCESSORIES The Contractor shall furnish, with each type, make or size of equipment, any special tools, wrenches and appliances which may be needed to adjust, operate, maintain or repair the equipment. Such tools and appliances shall be high-grade, properly labeled, and delivered to the City with the equipment. Tools shall be furnished with the equipment. PART 3 - EXECUTION A. General. Contractor shall submit shop drawings, schematics, technical data and all other information as necessary for City to evaluate compliance of proposed equipment with the specifications per the requirements of Specifications herein and individual equipment specifications. Additionally, Contractor shall submit the information listed below as appropriate. B. Tabulation of Additional Equipment or Parts That Are Required For a Complete Installation. The Contractor shall provide a tabulation and detailed description (including cost) of any auxiliary equipment or spare parts required for proper operation and maintenance (by City) which are not included in the Bid. C. Tabulation of Special Tools. The Contractor shall provide a list of all special tools to be provided in accordance with Paragraph 2.4. D. Instruction of City's Personnel. Recommended number of days for instruction and training of City's operating personnel. 3.02 NOISE REQUIREMENTS A. 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. B. If the tested equipment exceeds the specified noise limit, the Contractor shall provide corrective measures at no additional cost to City, as required 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Mechanical Equipment Section 11010 - 4 to achieve compliance. Such measures may include (but shall not be limited to): 1. Furnishing and installing a stainless steel silencer on the equipment system. 2. Providing a noise reducing enclosure around the equipment. C. These or other measures shall be implemented by the Contractor as required to achieve the specified maximum noise level. D. Subsequent to construction of such noise control measures, the Contractor shall retest the modified equipment system. Testing and equipment revision will continue at no additional cost to City until compliance with the specified noise limit is achieved. In all instances, copies of certified noise level test methods will be provided to City demonstrating the noise characteristics of the equipment system when each test is made. Field measurements shall be taken by competent, trained workmen who have prior experience testing and interpreting the field data obtained for similar installations. 3.03 SHOP TESTING AND SHOP INSPECTION A. Shop Testing By Manufacturer. Manufacturer's standard test procedures shall be required. The Manufacturer shall demonstrate that equipment meets all the requirements of this Specification. The Contractor shall notify the City's Representative in writing, at least five (5) working days prior to commencement of shop tests, of the time and place of all shop tests. B. Shop Inspection By the City. The City shall be granted reasonable access to the production and shop test areas of the equipment manufacturer's facility during manufacturing and testing. However, Inspection by the City's Representative will not relieve the Contractor of his responsibility for workmanship, materials and specification requirements. 3.04 SHIPPING AND IDENTIFICATION A. Tagging of Equipment Shipments. The equipment covered in these Specifications shall be fabricated in the minimum number of sub- assemblies necessary for transportation. Small components or assemblies shall be adequately boxed or crated to prevent damage during shipment. 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 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Mechanical Equipment Section 11010 - 5 equipment number. Any expense incurred by City due to the Contractor's failure to do so will be back charged or deducted from his Contract. B. Equipment Nameplates. Each piece of equipment shall be provided with a substantial stainless steel nameplate, securely fastened in a conspicuous location and clearly inscribed with the Manufacturer's name, year of manufacture, serial number, principal rating data and equipment item number. C. Equipment Openings. All openings shall be covered with plywood, plastic or wood plugs or shields to prevent debris from entering the assemblies. D. Lifting. Each assembly or sub -assembly shall have lifting lugs to facilitate erection. 3.05 OPERATING AND MAINTENANCE MANUALS Operation and Maintenance Manuals shall be furnished in accordance with the Supplementary General Conditions 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 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. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Mechanical Equipment Section 11010 - 6 D. Portable Equipment. Equipment of a portable nature that requires no installation shall be delivered to a location designated by the City's Representative. 3.07 MECHANICAL START-UP Once the equipment has been installed, complete with all auxiliary and support systems, and is ready for operation, the Contractor shall mechanically check out the equipment to 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 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Mechanical Equipment Section 11010 - 7 SECTION 11310 PART1-GENERAL 1.01 SCOPE A. This section describes the supply and installation of vertical turbine pumps. The equipment shall be installed as shown on the plans, as recommended by the Manufacturer, and in compliance with all OSHA, local, state, and federal codes and regulations. B. Contractor shall furnish all labor, materials, equipment and incidentals required to supply, modify, install, test and place in satisfactory operation vertical turbine pumps complete and operational with motors and accessories as shown and specified. Pumps shall be vertical turbine open line shaft pumps. C. All items covered in this Specification shall be furnished by a single manufacturer. The pump Manufacturer shall ensure the correct fit and compatibility of all components. The pump Manufacturer shall also ensure that the items specified herein function as a complete and workable system. D. The Contractor is responsible for troubleshooting the system after installation until it functions according to the requirements of the Drawings and Specifications. All combinations of manufactured equipment that are provided under these Specifications shall be entirely compatible, and the Contractor shall be responsible for the compatible and successful operation of each component of the equipment items. E. A pumping unit shall consist of the pump, motor, coupling, column, discharge head, sole plate, and all appurtenances. The scope of supply does not include pump cans or can air release valves for the domestic water pumps. A. The major items of equipment covered under this section include but is not necessarily limited to the equipment listed below. Item No. Descriptions 16th Street _ Booster Pumps No. 1 & No. 2 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 1 B. A pumping unit shall consist of the pump, bowl assembly, suction strainer, column, open lineshaft, discharge head, sealing assembly, motor, motor frame, and all appurtenances. C. All components of the pumping unit shall be supplied and coordinated by the pump manufacturer. A. General Equipment Provisions. The General Equipment Provisions shall apply to all equipment furnished under this section. B. Painting. Painting shall be as required in the General Equipment Provisions and as specified in Section 09900 of these Specifications. C. Galvanizing. Galvanizing shall conform to the applicable requirements of Section 210-3 "Galvanizing" of the Standard Specifications for Public Works Construction, latest edition. D. Electrical Work. All electrical work shalt be as specified in Division 16 of these Specifications. E. Ding and Valves. All piping, valves, and fittings shall be as shown on the drawings and as specified in Division 15 of these Specifications. F. Anchor Bolts. All anchor bolts, nuts, and washers shall be type 316 stainless steel and shall be furnished by the manufacturer. Anchor bolts shall conform to the requirements of Section 05500 Miscellaneous Metals. G. Instrumentation. Instrumentation and control systems shall be as shown on the drawings and as specified in Division 17 of these Specifications. H. Metals. Miscellaneous metal work shall be as specified in Division 5 of these Specifications and as shown on the drawings. Reference Standards: The work in this section shall comply with applicable provisions and recommendations of the following standards, except as otherwise shown or specified: 1. American Gear Manufacturer's Association (AGMA) 2. American National Standards Institute (ANSI) 3. American Society of Civil Engineers (ASCE) 4. American Society of Mechanical Engineers (ASME) 5. American Society for Testing and Materials (ASTM) 6. American Welding Society (AWS) 7. American Water Works Association (AWWA) 8. Anti -Friction Bearing Manufacturer's Association (AFBMA) 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 2 9. Ductile Iron Pipe Research Association (DIPRA) 10. Hydraulic Institute (HI) 11. Institute of Electrical and Electronic Engineers (IEEE) 12. Insulated Power Cable Engineer's Association (IPCEA) 13. National Association of Corrosion Engineers (NAGE) 14. National Electric Code (NEC) 15. National Electrical Manufacturer's Association (NEMA) 16. National Fire Protection Association (NFPA) 17. National Sanitation Foundation (NSF) 18. Standard Specifications for Public Works Construction (SSPWC, " Greenuook") 19. Steel Structures Painting Council (SSPC) 20. Uniform Building Code (UBC) 21. Underwriter's Laboratory (UL) IKiLIIIIIIIIIIIIII11OrAVI1ZLeR]"1 The information submitted by the Contractor shall be in accordance with Section 2 of the Standard Specification and shall include, but not be limited to, the following items: A. Shop Drawings showing in detail, the installation of all equipment and appurtenances covered by this specification. Shop Drawings shall include, but not be limited to: 1. Anchoring details. 2. Details of support members. 3. Detailed assembly, installation, and start-up procedures. 4. Dimensions, elevations and materials for all equipment items and appurtenances listed in this specification. 5. Performance curves. 6. Seismic calculations for determining the anchoring requirements for the pumps. 7. Pump Data (EA): Furnish literature, illustrations, specifications and engineering data including: dimensions, coupling data, bearing life calculations, pressure limitations, materials, paint systems, size, performance data, operating speed,- specific speed, and curves showing pump efficiencies, required net positive suction head, bowl submergence required, flow rate, head, brake horsepower, and torque and thrust from shut-off head to minimum head conditions. Supply data on pump losses including column and discharge head 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 3 hydraulic friction losses and horsepower required for shaft friction and thrust bearings. 8. Motor Data: a. For each motor furnish a certified motor data sheet for the actual motor or for a previously manufactured electrically duplicate motor which was tested. Provide the following minimum data: (1) Speed -torque relationship. (2) Efficiency at 1/2, 3/4 and full load. (3) Power factor at 1/2, 3/4 and full load. (4) Slip at full load. (5) Running light, full load and locked rotor current. (6) Temperature rises and results of dielectric tests. (7) Type and frame size. (8) Bearing type and lubrication medium. (9) Insulation and enclosure type. (10) Safe running time -current curves. 9. Thrust Bearing Data: Type, specification, lubricant specification, maximum applied load, capacity, bearing load and life (minimum) at rated speed and shut-off head. 10. Arrangement: Provide complete dimensioned arrangement drawings showing the assembled pump, motor, couplings, anchor bolts, support base, and major components. 11. Wiring: Provide drawings showing sizes and location for all wiring connecting to external devices. Number all terminal blocks. 12. Weights: Provide list of weights of major pumping unit components, including discharge head, motor, column, bowl assemblies, impeller, and sole plates. 13. Manufacturer's Certification and Reports: a. Provide all manufacturer's certification and reports required in Part 1 of this Section. b. Report on field tests including vibration tests. C. Acceptance of any report or certification by the Engineer shall not relieve the Contractor from his responsibility to meet the requirements of the Contract Documents. d. Provide certification from the pump Manufacturer that the variable frequency drive motor controller being supplied is appropriate for the control of the motor and pump being furnished. 14. Shop Test Results: 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 4 a. Certified pump and motor test data. b. Copies of torsional and critical speed analysis. 15. Field Test Results: Submit all results of field tests. 16. Calculations signed and sealed by a registered professional engineer in the State of California verifying that the diameter and embedment of all anchor bolts are suitable for use in the installation of the new pumps. B. Operation and Maintenance Data: Submit Operations and Maintenance Manuals prior to startup of facilities in accordance with Section 2. C. Manufacturer's And Supplier's Field And Test Data: All test and field data collected by the manufacturers/suppliers of equipment during installation supervision and start-up services, where required in the Specifications, shall be submitted by the Contractor to the Owner within fourteen (14) days after the start-up services are complete. The test and field data shall be submitted whether specified or not in the detailed equipment specifications and shall include but not be limited to tolerance and alignment measurements where applicable to certify equipment has been satisfactorily installed, and all other information collected by the manufacturers/suppliers to satisfy themselves that equipment has been properly installed. In cases where the manufacturers/suppliers feel equipment is not properly installed, manufacturers and suppliers shall include with this submittal a punch list detailing the problems noted. The information required under this section shall be furnished for all equipment and devices requiring installation and start-up services as specified in the Specifications and as required for a complete and operable system. D. Factory Test and Certification: All equipment, devices and systems requiring factory test and certification as required by these Specifications, may be witnessed by the Owner at the Owner's expense by reporting intent to do so to the Contractor. The Contractor shall notify the Owner in writing, at least fourteen (14) calendar days prior to testing by the manufacturer. The written notifications shall specify the exact date and location the tests shall be conducted, and all testing shall be performed during normal working hours. E. Torsional and Critical Speed Analysis: 1. Contractor shall retain pump manufacturer to perform vibration and critical frequency analysis of all pumping unit components to demonstrate compliance with requirements defined in the Conditions of Operation. Analysis shall include but not be limited to 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 5 the natural resonance of the motors (coupled and uncoupled to the shaft) pump shafts, pump head, pump columns, and pump base. 2. The analysis shall demonstrate that the pumping units wilt not be subject to harmful vibrations at any point on the pump operating curve from shut-off to run -out head during start-up, shutdown, and normal operating speed(s) ranging from 890 rpm to 1,780 rpm. 1.05 OPERATION AND MAINTENANCE MANUALS A. Submit operations and maintenance manuals for the equipment in compliance with the Contract documents, prior to shipment. Manuals shall include: 1. Name, address, and telephone number of the nearest competent service representative who can furnish parts and technical service. 2. Descriptive literature, including illustrations, covering the operational features of the equipment, specific for the particular installation, with all inapplicable information omitted or marked out. 3. Operating, maintenance and trouble shooting information. 4. Complete maintenance parts list. 5. Complete connection, interconnecting and assembly diagrams. 6. Approved shop drawings including complete electrical information. 1.06 QUALITY ASSURANCE A. Manufacturer's Qualifications: Pump manufacturer(s) and motor manufacturer(s) shall have experience in manufacturing equipment of the same size or larger to the pumps and motors specified. For a manufacturer to be determined acceptable for providing equipment on this project, it must show evidence of five separate, substantially similar installations which have been in satisfactory operation for a minimum of five years. B. All equipment shall be new and of current manufacture. All pumps shall be identical and obtained from a single manufacturer. The pump Manufacturer and the Contractor shall assume full responsibility for the completeness of the pumping system. The motors shall be obtained from a single manufacturer. The pump Manufacturer shall be the source of information on all pumping equipment furnished. C. All pumping equipment furnished under this Section shall be of a design and manufacture that has been used in similar applications and it shall be demonstrated to the satisfaction of the Owner that the quality is equal to equipment made by that manufacturer specifically named therein. D. Unit responsibility: Pumps complete with motor, necessary guards and all other specified accessories and appurtenances shall be furnished by the 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 6 pump manufacturer to insure compatibility and integrity of the individual components, and provide the specified warranty for all components. The vertical turbine pumps specified in this section shall be furnished by and be the product of one manufacturer. E. 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 ten years, to include a written record of periodic internal and external audits to confirm compliance with such program. Pumps are to be engineered and manufactured under the certification of ISO -9001:2000. F. Source Quality Control: 1. Pump Shop Tests: a. Pump columns, discharge heads, and bowl assemblies shall be hydrostatically tested to twice the design total head or one -and -a -half times the shut-off head, whichever is greater. b. Running Test: Each pump shall be operated from zero to maximum capacity. Results of the tests shall be shown in a plot of test curves showing bowl head, total head, flow, pump input power, net positive suction head required, pump efficiency, and pump efficiency at design running speed(s). Recording and computation of test results shall be in accordance with AWWA E101. Readings shall be taken at a minimum of 5 evenly spaced capacity points including shutoff, design point, minimum and maximum head for which pump is designed to operate. C. Each test shall be witnessed by a registered Professional Engineer, who may be an employee of the manufacturer. The engineer shall sign and seal all copies of curves and test reports and shall certify that hydrostatic tests were performed. Test shall be conducted in conformance with the methods described in AWWA E101. d. Pumping units shall be within the following tolerances: (1) At design head, +10 percent of design capacity or at design capacity, +5 percent of design head. (2) No minus tolerances shall be allowed with respect to capacity, total head, or the manufacturer's guaranteed bowl efficiency at the design point. e. Pumps shall not be shipped until the Engineer has approved the test reports. 2. Motor Shop Tests: a. Each motor shall be given a short commercial test to demonstrate that it is free from defects and to provide 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 7 assurance that it meets specified requirements. Tests shall include as a minimum: (1) No load running current and current balance. (2) Locked rotor current. (3) Winding resistance. (4) High potential test. (5) Bearing inspection. (6) Vibration test. b. Each test shall be witnessed by a registered Professional Engineer; who may be an employee of the manufacturer. The engineer shall sign and seal all copies of curves and test reports. c. Motors shall not be shipped until the Engineer has approved the test reports. 3. Undamped Vibration Test: The pumps shall be given an undamped vibration test to identify any potential frequency imbalances. 4. Field Tests: See Part 3 of this Section for field test requirements. A. The Contractor shall obtain from the pump Manufacturer a warranty for all pumps, motors, controls, and appurtenances for one year from the date of Substantial Completion. B. During the warranty period, the Contractor shall provide the services of a trained manufacturer's representative to make all adjustments, repairs and replace all defective material and equipment at no cost to the Owner. C. The Contractor shall include all costs incurred by the manufacturer, including travel and expenses, under the terms of the warranty. 11119X 0 i 2.41 GENERAL A. All items specified in this section shall be the unit responsibility of the pump Manufacturer. Manufacturer shall be responsible for furnishing a compatible, complete and operable system as specified. B. The Contractor shall furnish seismic calculations for anchoring all equipment, signed, stamped, and dated by a Registered Civil Engineer in the State of California, in accordance with the procedures outlined in the General Equipment Provisions. 16th Street Pump Station and Dolphin & Tamura Water Wells improvements Vertical Turbine Pumps Section 11310 - 8 2.02 CONDITIONS OF OPERATION A. Each pump shall be capable of operation in manual or automatic control modes as specified in Division 17. The pumping units shall be driven through a variable frequency drive as specified in Division 16 of these Specifications. Motors on the water pumps shall be totally enclosed fan cooled (TEFC), premium efficiency, inverter duty and shall conform to specifications herein. Motors shall be sized to be non -overloading throughout the entire range of operation as specified herein. The motors shall be capable of operation at any point on the curve defined by the performance points specified herein. The variable speed pumping units shall be capable of continuous or intermittent duty throughout the range of speed, flow, and pressure ranges specified below and shall conform to all of the following pump performance requirements. B. Each pump shall be capable of providing the following hydraulic conditions: Parameter Value Equipment Number N/A Number of Units 2 Speed Type RPM Nominal Speed (rpm) 1,800 Discharge Connection Flange Size inches 12 Column Diameter inches 14 Maximum Pump Can Velocity (fps) 4.0 Guaranteed Design Point (full speed) Flow (gpm) 4000 Total Dynamic Head (ft) 210 Minimum Efficiency (%) 80 Maximum NPSH-Re uired ft 22 Shut-off Head ft 380 Second Design Point (full speed) Flow (gpm) 2000 Total Dynamic Head (ft) 300 Minimum Efficiency (%) 65 Minimum NPSH-Re uired ft 20 Third Design Point (full speed) Flow (gpm) 3000 Total Dynamic Head (ft) 280 Minimum Efficiency (%) 80 Minimum NPSH-Re uired ft 25 Maximum Brake Horsepower HP 282.4 Nominal Motor Horsepower HP 300 Maximum Number of Stages 3 Minimum Water Levet over Pump Suction ft 18 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 9 C. Pump characteristic curve shall continuously rise from minimum head to shutoff with no intermediate dips. D. Liquid pumped is water with a maximum temperature of 80 deg Fahrenheit. E. Pump input power requirements shall not exceed the motor nameplate brake horsepower at any point on the pump operating curve from shutoff to runout at all speeds. F. Pumping Unit Vibration: 1. Pumping units shall be designed so there are not damaging vibrations or lateral or torsional critical speeds, or abnormal noise at any point on the operating curve from shutoff to run -out head at all operating speeds. 2. The vibration of the installed pumping unit shall comply with the recommended limits defined in ANSI/HI 2.4, latest edition. Contractor shall perform tests to confirm compliance with vibration limits. 3. If the installed pumps experience vibration exceeding the Hydraulic Institute limits, pump Manufacturer shall modify discharge head and other pumping components to correct the deficiencies, at no additional cost to the Owner. G. Thrust Bearings: Bearings shall have AFBMA rated (minimum) life of not less than five years when operated continuously at highest rated speed of motor and at total load consisting of the weight of the motor rotor plus combined dead weight and hydraulic thrust load imposed on motor by pump, when pumping at shutoff head. (Average life is five times minimum life). Bearings shall be adequate to carry thrust Loads existing under all conditions of pump operation from shutoff to run -out. A. General: Pumping units shall be vertical turbine, open line shaft, water lubricated, conforming to AWWA E101 except where modified below. B. Pump Materials and Construction: 1. Pump Bowls: a. The bowls shall be made of close -grained cast iron conforming to ASTM A48 CL30. Castings shall be free from blowholes and sand holes, and shall be accurately machined and fitted to close dimensions. b. Bowls 8" and above shall be flanged connected. Bowls below 8" nominal diameter may use either flanged or threaded connections. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 10 C, Bowls shall be designed with smooth passages to ensure efficient operation and their interior and exterior shall be coated with fusion bonded epoxy. d. The casing shall be hydrostatically tested to 1.5 times the design head or 1.25 times the shutoff head whichever is greater. 2. Impellers: a. The impeller shall be of Type 316 stainless steel. They shall be of one piece construction, single suction, enclosed vane and radial flow design. The waterways through the impeller shall have extremely smooth contours, devoid of sharp corners, so as to promote maximum efficiency. b. The impeller is to be balanced and secured to the shaft by means of a stainless steel drive collet for bowl shafts 1- 15/16" diameter and smaller. For bowl shafts larger than 1- 15/16" impellers shall be secured to the shaft using a combination of a thrust washer, key and/or snap rings. c. impellers shall be adjustable by means of a top shaft - adjusting nut. 3. Impeller Shaft: a. Impeller shaft shall be of stainless steel construction conforming to ASTM A582 (416 stainless steel). b. The shaft shall be supported by bronze bearings located on both sides of each impeller. C. Impeller shaft coupling shall be of stainless steel construction conforming to ASTM A582 (416 stainless steel). 4. Wear Rings: a. Wear rings shall be provided on both the impellers and bowls on bowls of nominal diameter of 8" or larger so that clearances can be maintained throughout the life of the rings and minimize recirculation. Bowls of 6" and 7" nominal diameter shall incorporate bowl wear rings only. b. Impeller wear rings shall be of the radial -type. C. Bowl wear rings shall be of the radial -type. d. Wear rings shall be attached to the impellers and bowls using an interference fit and Loctite. e. Wear rings shall be aluminum bronze. 5. Column: a. Total length of discharge column shall be as shown on the Drawings. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 11 b. Column pipe shall be not less than 14 inches diameter. C. Column pipe shall be flanged and furnished in interchangeable sections not over ten feet in length. d. Column joints are to be butted to ensure perfect column alignment after assembly. e. The interior and exterior of the pump columns shall be coated with fusion bonded epoxy. 6. Lineshafts: a. Lineshafting shall be of ample size to transmit the torque and operate the pump without distortion or vibration. b. Lineshafting shall be made of Type 416 stainless steel and be furnished in interchangeable sections not over ten feet in length. C. Lineshafting shall be coupled with extra -strong threaded 410 stainless steel couplings machined from solid bar steel. d. Lineshafting shall be fitted with stainless steel replaceable sleeves at each bearing and shall conform to AISI 316 material. e. Lineshaft bearings shall be of bronze material construction. f. Lineshaft bearings shall be retained in bronze guides that are fitted into the column coupling and secured in place by the butted column pipe ends. 7. Discharge Head Assembly: a. The pump discharge head shall be of the above ground type of fabricated carbon steel construction with an ANSI 125# discharge flange. b. The discharge head shall be of sufficient design to support the entire weight of the pump and driver. G. If the application uses a variable frequency drive, the discharge head shall be fabricated steel and specifically designed to elevate the discharge head natural frequency above the operating speed. d. A drive shaft of the same material as the lineshaft shall extend through the sealing assembly of the discharge head and be coupled to a vertical solid shaft driver using a spacer type coupling to permit easy field removal of the mechanical seal. e. Discharge head openings shall be fitted with guards to prevent access to the rotating shaft and/or coupling. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 12 f. The interior and exterior of the discharge head shall be coated with fusion bonded epoxy. 8. Provide single cartridge type mechanical seal. Mechanical seals shall Durametallic P50 as manufactured by Flowserve and shall be installed and tested by the vertical turbine pump manufacturer. 9. Stainless steel anchor bolts shall fit into existing pipe sleeves and shall be sized and installed in accordance with the manufacturer's recommendations. 10. All bolts, nuts and cap screws shall have hexagon heads and shall be Type 316 stainless steel. 11. Brass or stainless steel nameplates giving the manufacturer's model and serial number, rated capacity, head, speed, date of manufacture, and all other pertinent data shall be attached to the pump. 1. Motors shall be constructed in accordance with current NEMA, IEEE and ANSI Standards, where applicable. Motors shall be fully capable of performing in accordance with the manufacturer's nameplate rating and free from defective material and workmanship. 2. Motors shall be vertical squirrel cage induction type, hollow shaft, inverter duty with a service factor of 1.15. Motors shall comply with NEMA Standard MG1-31 3. Motors shall operate on 460 volt, 3 phase electric power. 4. Motors shall be of sufficient size so that there will be no overload on the motor above rated nameplate horsepower under any condition of operation from shut-off to zero head. Motors shall be suitable electrically and mechanically for pump drive application. Motors shall be designed for continuous operation at full load and rated voltage with a frequency variation of ± 5 percent and a voltage variation of ± 10 percent. Motors shall be suitable for use with a variable frequency drive. The starting, accelerating and operating torques of the pump motors shall be sufficient to start and operate the pump over a speed range of 50% to 100% of full speed 5. Maximum vibration limit for pump motors shall be 0.002 inches peak to peak unfiltered, when measured in accordance with NEMA Publication MGI -20.54. 6. Motor enclosure shall be TEFC. Combined noise level of pump and motor measured at a distance of 5 feet shall not exceed 75 dBA at 3 feet. 7. Motors shall be equipped with 120 volt, single phase space heaters. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 13 8. Motors shall be equipped with (6) 100 ohm platinum resistance temperature detectors in the motor winding and (2) 100 ohm platinum resistance temperature detectors the for bearings. 9. Motor shall be capable of carrying full load current continuously without injurious temperature rise in an ambient temperature of 50 °C 10. Motor shall be made from high grade steel laminations adequately fastened together and to the shaft. Squirrel cage shall be either cast aluminum or bar type with brazed or welded end rings, 11. Insulation shall be minimum Class H braced for repeated full voltage starts. 12. The maximum temperature rise of windings as measured by the resistance method shall not exceed 90°C when the motor is operated continuously at service factor horsepower, rated voltage and frequency and with an ambient temperature not exceeding 50 ° C. 13. Locked rotor currents shall be as specified in NEMA standards 14. Motors shall be equipped with stainless steel hardware throughout. All windings, stators and rotor parts subject to wear due to airborne abrasives shall be treated with abrasion resistant material. Bearings shall be provided with dust -tight seals. 15. Provide corrosion resistant guard screens to cover openings. 16. Provide an engraved stainless steel name plate for each motor. The nameplate shall include as a minimum: a. Manufacturer. b. Type. C. Frame. d. Insulation Class. e. Horsepower. f. RPM. g. W Model. h. KVA Code. i. Voltage. j. Locked Motor Current. k. Full Load Current. 1, Serial Number. m. Date of Manufacture. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 14 A. All ferrous surfaces of the pumping unit except for machined or bearing surfaces and stainless steel surfaces shall be shop painted. Non-ferrous, stainless steel and moving parts shall not be painted. B. All exterior surfaces below the sole plate, the bottom surfaces of the head and sole plate, and all interior wetted surfaces shall receive surface cleaning and preparation, prime coat, and applied finish coats as specified in Section 09900. C. All exterior surfaces above, and including, the sole plate shall receive surface clearing and preparation, prime coat, and applied finish coats as specified in Section 09900. D. Touch-up all painted parts that have been damaged during shipping. E. Coat machined, polished and non-ferrous surfaces with a corrosion prevention compound. F. Paint all equipment after installation to match the Owner's Color Selection Schedule as presented in Section 09900. A. Provide Following: 1 One (1) bowl assembly for each style and size of vertical turbine pump. B. Pack in sturdy containers with clear indelible identification markings. Store in a dry location until delivered to Owner. WIT. -I E Tki RyknW _Troffu TZ:4_0 A. Provide pumping equipment as manufactured by Flowserve, Sterling Pumps, Peerless Pumps or approved equal. B. Provide pump motors as manufactured by General Electric, U. S. Motors, or approved equal. PART 3 - EXECUTION 3.01 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site to ensure uninterrupted progress of the work. Deliver anchor bolts and anchorage devices which are to be embedded in cast -in-place concrete in ample time not to delay that work. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 15 B. Packaging shall be as required to prevent damage during shipment and unloading. C. Handle all equipment and materials very carefully. Damaged equipment and materials will not be acceptable. Protect all bolt threads, etc. from damage and corrosion. Protect all factory applied coatings from damage during shipment, unloading, storage and installation. D. All material and equipment shall be covered or stored in a manner which will prevent entry of deleterious matter. Power cables shall be covered or stored in a manner which will protect them from dirt and abrasion. 3.02 INSPECTION A. Prior to installation, the Contractor shall provide for one site visit and up to 4 hours of time on-site by the pump manufacturer's representative to provide the following services: 1. Ensure that the equipment shipped to the job -site has been handled according to the manufacturer's recommendations and has arrived in good working order. 2. Ensure that all equipment has been stored and protected according to the manufacturer's recommendations. B. Inspect and verify the structures or surfaces on which the equipment will be installed have no defects which would adversely affect the installation. C. The Contractor shall promptly report, in writing, defects which may affect the work to the Engineer. A copy of the manufacturer's field report shall be provided to the Engineer. 3.03 INSTALLATION A. Install in a manner and to the tolerances recommended by the equipment manufacturer. B. Installation shall include furnishing and applying an initial supply of grease and oil, recommended by the manufacturer. C. Support piping independent of pump. D. Check and align unit components. E. Make all electrical connections in conformance with requirements of Division 16, Electrical. F. Plug all taps and orifices not required for pump operation and controls. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 16 G. Neatly placed copper pipe with compression fittings to allow disassembly shall be provided on each pump to convey leakage to nearest drainage inlet. 3.04 START-UP AND FIELD TESTS A. Contractor shall verify that structures, pipes and equipment are compatible. B. Make adjustments required to achieve optimum operation. C. Field test using job supplied flow meters and pressure gauges to demonstrate mechanical integrity and compliance with hydraulic performance criteria in this spec and with shop performance tests and vibration limitations. The tests shall demonstrate that the equipment operates in the manner intended. D. Demonstrate that the completed installation meets specified requirements and that all controls and safety shutdowns are operational. Make adjustments required to place equipment in proper operating condition. E. A certified factory hydrostatic and performance test shall be performed on each bowl assembly in accordance with Hydraulic Institute Standards, latest edition. Tests shall be sufficient to determine the curves of head, input horsepower, and efficiency relative to capacity from shutoff to 150% of design flow. A minimum of six points, including shutoff, shall be taken for each test. At least one point of the six shall be taken as near as possible to each specified condition. F. Results of the performance tests shall be certified by a Registered Professional Engineer and submitted for approval before final shipment. G. Vibration Testing: 1. Provide services of specialist in this field to conduct the tests. 2. Test each installed pump and motor at each operating speed for compliance with specified vibration and critical frequency limits. 3. Perform bump tests on each pump in each of two orthogonal planes one of which shall include the discharge elbow to determine critical frequency. 4. Determine the natural frequency of the pump support structure at each pump by a bump test and an analyzer with a frequency finder. 5. Perform vibration measurements at the upper motor bearing of each pump at each operating speed. Provide measurements in each of two orthogonal horizontal directions one of which shall be in the plane of greatest vibration and in addition provide a measurement in the vertical (pump axial) direction. Modify units 16th Street Pump Station and Dolphin & Tamura Water Wells improvements Vertical Turbine Pumps Section 11310 - 17 and/or dynamic balance, if required to meet specified vibration limits or to correct excessive vibration. 6. The limits of vibration as set forth in the standards of the Hydraulic Institute shall govern. 3,05 MANUFACTURER'S FIELD SERVICES A. Retain factory trained pump and motor manufacturer's representatives with demonstrated ability and experience in the installation and operation of the pumps, and motors and accessories to perform the services listed below: 1. Provide technical assistance to Contractor during installation of pumping units. 2. Check alignment and inspect the installation prior to final grouting and start-up. 3. Assist in initial start-up, adjustments and field testing, including vibration testing. 4. Instruct City's personnel in the operation and user maintenance of all components. 5. Supervise the correction of any defective or faulty Work before and after acceptance by Owner. B. The pump and motor manufacturers shall check and approve the installation during construction and prior to initial operation. Prior to initial start-up, a written statement shall be provided by the manufacturers stating the equipment has been installed by the Contractor in accordance with the Drawings, Specifications and manufacturer's shop drawings and is ready to be placed into operation. The manufacturer shall test operate the system in the presence of the Engineer and shall verify the equipment conforms to the specified requirements. The manufacturer shall re -visit the job -site as often as necessary until all deficiencies are corrected and the installation and operation is satisfactory to the Engineer. C. Perform all tests in the presence of the Engineer and the pump manufacturer's representative. D. Submit report on pump performance from the pump manufacturer's representative. END OF SECTION 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Vertical Turbine Pumps Section 11310 - 18 SECTION 15070 1.01 DESCRIPTION This section includes materials, installation and testing of miscellaneous piping, fittings and appurtenances not covered in other sections. Section 09900: Painting and Coating. llfft -, " 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. 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 1, 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. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Miscellaneous Piping And Appurtenances Section 15070 - 1 2.02 STAINLESS STEEL PIPE (2 -INCH AND SMALLER) Stainless steel pipe shall be Schedule 40S seamless, conforming to the requirements of ASTM A312. Joints shall be screwed. Fittings shall be screwed, stainless steel, 150 pound, rated 1,000 -pound CWP, with forgings conforming to ASTM A 276, Type 316. Dimensions shall conform to ANSI B 16.3. Branch connections shall be screwed tees as specified above, or shall be 3,000 - pound WOG forged stainless steel, ASTM A182, Grade 316L commercial welding branch fittings with threaded outlet. Welding branch fittings shall be as manufactured by the Bonney Forge Division of Gulf and Western Industrial Division (Allentown, PA), Allied Piping Products Co., Inc. (Norristown, PA), or approved equal. Thread lubricant shall be Teflon tape. Contractor shall provide a dielectric barrier between contacting surfaces wherever stainless steel pipe is supported by metallic brackets, hangers, or other devices. The dielectric barrier material shall be as approved by Engineer. 2.03 GROOVED END COUPLING Grooved end couplings shall be designed for a water working pressure equal to the design pressure for the pipe on which they are to be installed, and shall be equipped with Grade H rubber gaskets. Unless noted otherwise, couplings shall be Victaulic Style 31, or approved equal. 2.04 FLANGES, GASKETS, AND BOLTS Flanges shall conform to dimensions and drilling of ANSI 816.1, Class 125, or as called for on the Drawings. Flange gaskets shall be ring type, Jahns-Mansville Style 605, Granite, or equal. Thickness shall be 1/16 -inch for pipe 18 -inches and smaller, and 1/8 -inch for larger pipe. Flange assembly bolts shall be standard hexagon head carbon steel machine bolts with heavy hot pressed hexagon nuts. Threads shall conform to ANSI 131.1, coarse thread series, Class 2 fit. Bolt length shall be such that after the joints are made up, the bolts shall protrude through the nut, but not more than 1/2 -inch. All bolts and nuts for buried flanges and flanges located outdoors above ground shall be Type 316 stainless steel conforming to ASTM A 193, Grade B8M for bolts and ASTM A 194, Grade 8M for nuts. 2.05 GASKETS Except as otherwise provided, gaskets for flanged joints shall be 1/16 -inch thick laminated asbestos fiber, Granite, or approved equal. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Miscellaneous Piping And Appurtenances Section 15070 - 2 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. 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. PART 3 - EXECUTION 3.01 GENERAL The CONTRACTOR shall install pipe closure sections, fittings, valves, and appurtenances shown, including pipe supports, bolts, nuts, gaskets, and jointing materials. All exposed piping shall be adequately supported with devices of appropriate design. Where details are shown, the supports shall conform thereto and shall be placed as indicated; provided that the support for all piping shall be complete and adequate as herein specified, regardless of whether said supporting devices are specifically called for. 3.02 ALL OTHER PIPING All other piping and appurtenances shall be installed utilizing installation procedures standard with the manufacturer of the pipe. Care shall be taken to prevent damage or injury to all piping and appurtenances during handling and installation. ENO OF SECTION 15070 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Miscellaneous Piping And Appurtenances Section 15070 - 3 SECTION 15074 HANGERS AND SUPPORTS PART 1 -GENERAL 1.01 DESCRIPTION The work of this section consists of providing necessary materials and installation to properly support all pipe, electrical conduit, ductwork and miscellaneous hardware. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 207-9: Iron Pipe and Fittings. B. Section 303: Concrete, Mortar and Related Materials. C. Section 09900: Painting and Coating. D. Section 16050: General Electrical Provisions 1.03 QUALITY ASSURANCE Standards, codes, rules and regulations as established by Section 11010. 1.04 SUBMITTALS A. Shop Drawings: Submit certified drawings showing all details of pipe, electrical conduit, ductwork and miscellaneous support devices. Shop drawings shall include all details of construction, anchor size, hanger rod sizes, bar sizes, weld sizes, mounting dimensions and overall space requirements. B. Manufacturer's Literature: Submit manufacturer's literature for all channels, Clevis hooks, straps, hanger rod, anchors, fasteners, and related material used in their utility support systems. PART 2 -PRODUCTS 2.01 FRAMING SUPPORT SYSTEMS A. As called out on the drawings and as required to provide adequate support, use framing systems as manufactured by Unistrut Corporation of Wayne; MI 48184, Caine -Strut, 1400 Watsoncenter Road, Wilmington, CA 90744, or equal. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Hangers and Supports Section 15074 - 1 B. All fasteners shall be stainless steel conforming to Sections 05125 - Structural Steel and Miscellaneous Metalwork. C. All materials shall be hot -dipped galvanized steel. D. Continuous insert embedment channel shall be Unistrut P-3300 Series, Cain Strut No. C-3450/70, or equal. 2.02 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. 2.03 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, '/z -inch diameter all threaded rod, '/x -inch diameter flexible connector and eye rod inserted in the ceiling. PART 3 - EXECUTION 3.01 PIPE SUPPORT Pipes shall be supported as shown on the Drawings, otherwise use appropriate type of support. 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 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Hangers and Supports Section 15074 - 2 3.02 ELECTRICAL CONDUIT SUPPORT See Section 16050 A. The support type detail used will be as shown on the drawing. The spacing and frequency of support details will be as required by the latest SMACNA guide. 3.04 MISCELLANEOUS HARDWARE Support as shown. When not shown, support as required to form a solid, rigid, strong installation satisfactory to the Engineer. 3.05 COLD GALVANIZED All field cut bare metal not designated to be painted. END OF SECTION 15074 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Hangers and Supports Section 15074 - 3 SECTION 16050 ELECTRICAL GENERAL PROVISIONS 1.01 REQUIREMENTS A. Provide all tools, supplies, materials, equipment, and all labor necessary for the furnishing, construction, installation, testing, and operation of all electrical work and appurtenant work necessary to provide a complete and operable electrical system, all in accordance with the requirements of the Contract Documents. B. Make all field connections and terminations to all motors, switchgear, panels, control equipment and devices, instruments, and to all vendor - furnished packaged equipment as required by these Specifications. The provisions of this Section shall apply to all electrical items specified in the various Sections of Division 16 of these Specifications, except where otherwise specified or shown in the Contract Documents. C. Fumish and install all materials and incidentals required to complete the electrical work as specified herein. Typical materials which may be incidentals shall not be limited to terminal lugs not furnished with vendor - supplied equipment, compression connectors for cables, splices, junction and terminal boxes, and all control wires required by vendor -furnished equipment to interconnect with other equipment all specifically shown on the Contract Documents, 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these specifications. 1. NEC National Electrical Code, latest edition ANSI C80.1 Zinc Coated, Rigid Steel Conduit, Specification for ANSI C80.4 Fittings for Rigid Metal Conduit and Electrical Metallic Tubing, Specifications for ANSI/UL 467 Grounding and Bonding Equipment, Safety Standard for ASTM B3 Soft or Annealed Copper Wire ICEA S-61-402 Thermoplastic - Insulated Wire and Cable 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 1 NEMA 250 Enclosures for Electrical Equipment (1,000 volts maximum) NEMA PB -1 Panelboards UL 6 Rigid Metal Electrical Conduit UL 44 Rubber - Insulated Wire and Cable. UL 514 Electrical Outlet Boxes and Fittings B. All equipment furnished by the CONTRACTOR shall be listed by and shall bear the label of Underwriters' Laboratories, Incorporated, (UL) or of an independent testing laboratory acceptable to the local Code -enforcement agency having jurisdiction. C. The construction and installation of all electrical equipment and materials shall comply with all applicable provisions of the OSHA Safety and Health Standards (29CFR1910 and 29CFR1926, as applicable), State Building Standards, and applicable local codes and regulations. 1.03 PERMITS AND INSPECTION A. Permits shall be obtained and inspection fees shall be paid for as specified the General Conditions. A. Shop drawings and catalog data submittals shall be in accordance with Section 01300 - Contractor Submittals. B. Submit complete material lists for the work of this Section. Such lists shall state manufacturer and brand name of each item or class of material. Also submit shop drawings for all grounding work not specifically shown. C. Catalog data shall be submitted to supplement all shop drawings. Catalog cuts, bulletins, brochures, or the like or photocopies of applicable pages thereof shall be submitted for mass produced, non -custom manufactured material. These catalog data sheets shall be stamped to indicate the project name, applicable Specification section and paragraph, model number, and options. This information shall be marked in spaces designated for such data in the stamp. 1.05 QUALITY ASSURANCE A. The Drawings diagrammatically indicate the desired location and arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be proposed by the Contractor and approved by the City in the field based on the physical size and arrangement of equipment, finished elevations, and other obstructions. Locations shown on the Drawings, however, shall be adhered to as closely as possible. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 2 B. Conduit and equipment shall be installed in such a manner as to avoid all obstructions and to preserve head room and keep openings and passageways clear. Lighting fixtures, switches, convenience outlets, and similar items shall be located within finished rooms, as shown. Where the Drawings do not indicate exact locations, such locations shall be obtained from the Engineer. Where equipment is installed without instruction and must be moved, it shall be moved without additional cost to the City. C. Install all materials and equipment in accordance with printed recommendations of the manufacturer which have been reviewed by the Engineer. Use workmen skilled in this type of work and coordinate installation in the field with other trades so that interference's are avoided. D. Do all work, including installation, connection, calibration, testing, adjustment, and paint touch-up, using qualified, experienced personnel working under continuous, competent supervision. The completed installation shall display competent work, reflecting adherence to prevailing industrial standards and methods. E. Provide adequate means for and shall fully protect all finished parts of the materials and equipment against damage from any cause during the progress of the work and until acceptable by the Engineer. F. Cover all materials and equipment, both in storage and during construction, in such a manner that no finished surfaces will be damaged, marred, or splattered with water, foam, plaster, or paint. Keep all moving parts clean and dry. G. Replace or have refinished by the manufacturer all damaged materials or equipment, including faceplates of panels and switchboard sections, at no expense to the City. H. Make all tests required by the Engineer or other authorities having jurisdictions. All such tests shall be witnessed by CITY and be performed in the presence of the Engineer. Furnish all necessary testing equipment and pay all costs of tests, including all replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. Do the following testing: 1. Testing for the ground resistance value specified under "Grounding," herein. 2. Insulation resistance tests as specified under "Wire and Cable," herein. 1 Operational testing of all equipment furnished and/or connected in other Sections of Division 16, Electrical, including furnishing of support labor for testing. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 3 Submit standard test reports for mass-produced equipment along with the shop drawing for such equipment. Submit test reports on testing specifically required for individual pieces of equipment to the Engineer for review prior to final acceptance of the project. J. Correct any test failure in accordance with the industry practices and in a manner satisfactory to the Engineer. 1.06 AREA DESIGNATIONS e A. For purposes of delineating electrical enclosure and electrical installation requirements of this project, certain areas have been classified in the Contract Documents as defined below. Electrical installations within these areas shall conform to the referenced code requirements for the area involved, B. General Purpose Indoor Locations: Electrical work installed in areas which are not otherwise specifically classified shall be "General Purpose." Workmanship and enclosures shall comply with the general requirements of these Specifications.. Electrical enclosures shall be NEMA Type 1. C. Outdoor and Damp Locations: In outdoor locations, raceway shall be PVC coated rigid galvanized steel conduit; entrances shall be threaded; and fittings shall have Basketed covers. Provisions shall be made to drain the fitting or conduit system. Threaded fastening hardware and unistrut shall be stainless steel or PVC -coated steel. Raceway supports such as hanger rods, clamps, and brackets shall be stainless steel. Attachments or welded assemblies shall be galvanized after fabrication. Locations which are indoors and 2 feet below grade elevation or which are classified as damp locations on the Drawings shall have electrical installations which conform to the requirements for outdoor locations. "Damp locations" shall include drywells. A. In addition to the requirements of "Cleanup" in Section 01700 - Project Closeout, thoroughly clean all parts of the materials and equipment. Thoroughly clean exposed parts of cement, plaster, and other materials. Remove all oil and grease spots with a non-flammable cleaning solvent, Carefully wipe such surfaces and scrape out all cracks and corners. Paint touch-up shall be applied to all scratches on panels and cabinets. Electrical cabinets or enclosures shall be vacuum -cleaned before final acceptance. B. During the progress of the work, clean the premises including metal filings and leave the premises and all portions of the site free of debris, 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen, Provisions Section 16050 - 4 A. Perform all electrical demolition work as shown or specified. B. Do not reuse wire, conduit, junction boxes, fittings, supports and miscellaneous hardware removed as part of the demolition work. Use of existing conductors for re -termination is allowed as shown on the drawings C. Wires and/or conduits which need to be extended shall be terminated in a new terminal box with terminal strips or splices. Identify wires and before disconnection and after reconnection. D. Electrical demolition work shall be as shown on the Drawings or as required by the Specifications. E. Contractor shall remove and salvage existing components to City as directed by Engineer 1.09 INSTALLATION OF NEW EQUIPMENT IN EXISTING STRUCTURES A. Installation for certain new equipment and devices` installation are required in existing structures. Under this phase of the work, to remove existing equipment or devices, install new equipment as required by these Specifications or by the Drawings, remove existing conductors from existing raceway, and pull new conductors in existing raceway, reconnect existing conductors or furnish and install new conduit and wires as required by the Drawings. B. Visit the site before bidding and carefully examine existing installation so that the bid will reflect all the work necessary to provide a complete installation so that the resulting installation will function as required by the Drawings and Specifications. Include in its bid price all costs of labor and materials necessary to complete installations. 1.10 INSTALLATION OF TEMPORARY EQUIPMENT A. To facilitate continuous operation of existing equipment, furnish and install temporary equipment. Submit to the Engineer installation and connection details for review and acceptance by the Engineer. All costs associated with these temporary installations shall be part of the bid price, and without additional cost to the City. B. Cables, conduits, and fittings used in temporary connections shall not be reused to install permanent connections. 1.11 PLANNED PUMP STATION SHUTDOWNS A. Continuance of station operation during this upgrade process is important. Examine all work to be done in, on, or adjacent to existing equipment. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 5 Schedule work, subject to City's approval, to minimize required station shutdown time. Submit a written request, including sequence and duration of activities to be performed during station shutdown. B. Perform all switching, safety tagging, etc., required for station shutdown or to isolate existing equipment. In no case shall the Contractor begin any work in, on, or adjacent to existing equipment without written authorization by the City or the Engineer. 1.12 MODIFICATIONS TO EXISTING ELECTRICAL FACILITIES Make all modifications or alterations to existing electrical facilities required to successfully install and integrate the new electrical equipment as shown. Make all modifications to existing equipment, panels, or cabinets shall be made in a professional manner with all coatings repaired to match existing. Include the total costs for all modifications to existing electrical facilities required for a complete and operating system shall be included in the bid price and no additional payment for the work will be paid. Exercise extreme caution in digging trenches in order not to damage existing underground utilities. Pay cost of repairs of damages caused during construction. FWTZTPINU•�r� All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and materials shall be the products of experienced and reputable manufacturers in the industry. Similar items in the project shall be products of the same manufacturer. All equipment and materials shall be of industrial grade and standard of construction; shall be of sturdy design and manufacture; and shall be capable of reliable, trouble-free service. 2.02 GROUNDING All power and control conduits shall have ground conductors 2.03 RACEWAYS A. Raceway shall be manufactured in accordance with UL and ANSI standards and shall bear UL label as applicable. 1. Rigid steel conduits and fittings shall be full weight, mild steel, hot- dip galvanized and zinc bichromate coated inside and outside after galvanizing. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 6 2. Rigid steel conduit shall be manufactured in accordance with UL Standard No. 6 and ANSI 80-1. 3. Rigid steel conduit shall be manufactured by Triangle PWC, Republic Steel, or approved equal. C. Flexible metallic conduit shall be fabricated from galvanized inter -locked steel strip. Liquid -tight flexible metallic conduit shall have an extruded PVC covering over the flexible steel conduit. For conduit sizes 3!4 -inch through 1-114 inch, flexible conduits shall have continuous built-in copper ground conductor. Flexible conduit shall be American Brass, Anaconda, Electroflex, or approved equal. F.�tL�1itIT.7 a1klif e1 14 A. All conductors, including ground conductors, shall be copper. Insulation shall bear UL label and the manufacturer's trademark, type, voltage and temperature rating, and conductor size. Wire and cable shall be products of American, Rome Cable, Okonite, Houston, Southwire, Manhattan, or approved equal. B. All control cables shall be rated for 600 volts and shall meet the following requirements: 1. Control wires shall consist of No. 16 gage stranded copper conductors and shall be XHHW rated for 90 degrees C at dry locations and 75 degrees C at wet locations. 2. Control wires at panels and cabinets shall be Type THWNlTHHN, UL approved, rated for 90 degrees C at dry locations. 3. Multi -conductor control cable shall be rated at 600 volts and shall consist of No. 16 gage stranded copper conductors, individually insulated with a minimum of 20 mils of polyethylene, 10 mils full color coded PVC jacket over each insulated conductor, a polyester tape over assembly, and an overall PVC jacket. Multi -conductor cable shall be identified by either ICEA color coding or ink imprinting. Multi -conductor cables may be used in conduits or cable trays as required by the Drawings. Multi -pull taped control conductor assemblies may be used in conduits as approved by the Engineer. C. Shielded instrumentation cables shall be rated at 600 volts and shall comply with the following requirements: 1. Individual shielded cable shall consist of twisted 2 or 3 No. 18 gage, stranded, color coded, tinned -coated copper in accordance with ASTM B-33 and B-8. Color coding shall be black -clear, or black - red -clear. 2. Insulation thickness shall be 32 mils of polyethylene, insulated with 2.3 mils 100 percent aluminum foillpolyester shield and No. 18 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 7 stranded tinned copper drain wire, all under a 32 mil PVC jacket. The shield shall be continuous and shall be grounded only at the receiving end, or as shown. 3. Multi -individual shielded pair or triad instrumentation cable shall consist of individual shielded and twisted pair copper conductors with an ethylene -propylene insulation, and No. 18 AWG tinned stranded copper drain wire, an overall aluminum mylar shield and an overall chloro-sulfonated polyethylene compound jacket. The cables shall be suitable for cable tray installation and shall be flame retardant. D. Building wires and cables shall be rated at 600 volts and shall meet the following requirements: 1. Building wire shall be single conductor copper cable listed by UL as Type XHHW rated 75 degrees C in wet locations and 90 degrees C in dry locations. 2. Building wire shall be stranded. 3. No wire smaller than No. 12 AWG shall be used unless specifically indicated. E. Cable terminations shall be in accordance with the following: 1. Compression connectors shall be Burndy "Hi Lug", Thomas & Betts "Shure Stake", or approved equal. Threaded connectors shall be split bolt type of high strength copper alloy. 2. Spring connectors (wire nuts) shall be "Ideal Wing Nuts", or approved equal. 3M scotchlocks are not allowed. 3. Pre -insulated fork tongue lugs shall be "Thomas & Betts" RC Series, Burndy, or approved equal. 4. General purpose insulating tape shall be Scotch No. 33, Plymouth "Slip -knot", or approved equal. High temperature tape shall be polyvinyl by Plymouth, 3M, or approved equal. 5. Resin splicing kits shall be Plymouth Plyfiex, or approved equal - 6. Stress cone material for make-up of medium voltage shielded cable shall be by G & W, 3M, DuPont, or approved equal. 2.05 PULL AND JUNCTION BOXES A. Outlet, switch, pull and junction boxes where surface mounted in exposed locations shall be cast ferrous boxes with mounting lugs, zinc or cadmium plating, and enamel finish. Surface mounted boxes in concealed locations may be pressed steel. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 8 B. Control station, pull and junction boxes, including covers, for installation in corrosive locations shall meet the NEMA 4X requirements and shall be stainless steel or fiber glass -reinforced polyester and shall be furnished with mounting lugs. C. All cast boxes shall be fitted with cast, malleable box covers and gaskets. Cast boxes shall be as manufactured by Crouse -Hinds, Appleton, or approved equal. A. Fittings shall comply with the same requirements as the raceway with which they will be used. Fittings having a volume less than 100 cubic inches for use with rigid steel conduit, shall be cast or malleable non- ferrous metal. Such fittings larger than one inch shall be "mogul size." Fittings shall be of the gland ring compression type. Covers of fittings, unless in "dry" locations, shall be closed with gaskets. Surface -mounted cast fittings, housing wiring devices in outdoor and damp locations, shall have mounting lugs. B. Insulated bushings shall be molded plastic or malleable iron with insulating ring, similar to O -Z Type A and B, equivalent types by Thomas & Betts, Steel City, Appleton, O-Z/Gedney, or approved equal. C. Insulated grounding bushings shall be malleable iron with insulating ring and with ground lug, such as O -Z Type BL, equivalent types by T & B, Steel City, O-Z/Gedney, or approved equal. D. Erickson couplings shall be used at all points of union between ends of rigid steel conduits which cannot be coupled, Running threads and threadless couplings shall not be used. Couplings shall be 3 -piece type such as Appleton Type EC, equivalent types such as manufactured by T & B, Steel City, O-Z/Gedney, or approved equal. E. Liquid -tight fittings shall be similar to Appleton Type ST malleable iron, equivalent types such as manufactured by Crouse -Hinds, T & B, O- Z/Gedney, or approved equal. F. Hubs for threaded attachment of steel conduit to sheet metal enclosures, where required, shall be similar to Appleton Type HUB, equivalent types such as manufactured by T & B, Myers Scrutite, or approved equal. G. Transition fittings to mate steel to PVC conduit, and PVC access fitting, shall be as furnished or recommended by the manufacturer of the PVC conduit. H. Use sealing fittings in conduit runs entering corrosive areas and elsewhere as shown. Sealing fittings shall be Appleton Type EYS, O -Z Type FSK, or 18th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 9 approved equal. Do not pour sealing compound in place until electrical installation has been otherwise accepted. Install expansion fittings wherever a raceway crosses a structural expansion joint. Such fittings shall be expansion and deflection type and shall accommodate lateral and transverse movement. Fittings shall be O- Z/Gedney Type "DX," Crouse Hinds "XD," or approved equal. These fittings are required in metallic and non-metallic raceway installations. When the installation is in a non-metallic run, a 3 -ft length of rigid conduit shall be used to connect the non-metallic conduit to the fitting. 2.07 ELECTRICAL IDENTIFICATION A. Fabricate nameplates from white -face, black -letter laminated plastic engraving stock, Formica type ES -1, or approved equal. Each shall be fastened securely, using fasteners of brass, cadmium plated steel, or stainless steel, screwed into inserts or tapped holes, as required. Engraved characters shall be block style of adequate size to be read easily at a distance of 6 feet with no characters smaller than 1/8 -inch high. The nameplate information shall include equipment or feeder identification system voltage, current rating, and feeder source. B. Conductor and equipment identification devices shall be either imprinted plastic -coated cloth marking devices such as manufactured by Brady, Thomas & Betts, or approved equal, or shall be heat -shrink plastic tubing, imprinted split -sleeve markers cemented in place, or approved equal. Equipment nameplate shall be engraved plastic plates. PART 3 - EXECUTION A. Size grounding cable in accordance with code requirements when sizes are not specifically called for on the Drawings. The location of ground rods shall be as shown. The length of rods forming an individual ground array shall be equal in length and shall be of the quantity required to obtain a ground resistance of no more than 5 ohms. B. Maintain ground continuity throughout the facility by installing an electrically -continuous metallic raceway system. Install metallic raceway with double lock nuts or hubs at enclosures. Non-metallic raceway containing do conductors operating at more than 50 volts to ground, or any ac conductors, shall contain a copper grounding conductor either bare, or green if insulated. Bond such conductor to terminal and intermediate metallic enclosures. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 10 A. Install raceways as shown, however, conduit routings shown are diagrammatic. Raceway systems shall be electrically and mechanically complete before conductors are installed. Bends and offsets shall be smooth and symmetrical, and shall be made with tools designed for the purpose intended. Use factory elbows for all 3/4 -inch conduit. Make bends in larger sizes of metallic conduit accomplished by field bending or by the use of factory elbows. All installations shall be in accordance with the latest edition of the National Electrical Code. B. Install raceways in accordance with the following schedule: 1. Low Voltage Raceway (control, power, and communications): a. Use galvanized rigid steel (GRS) in the pump station above grade. 2. Exposed Raceways: a. Rigidly support conduits with clamps, hangers, and Unistrut channels. b. Intervals between supports shall be in accordance with the National Electric Code. C. Plug empty conduit terminations not in manholes or pull boxes. Install exposed raceway perpendicular or parallel to buildings. Terminate conduit with flush couplings at exposed concrete surfaces. Place conduit stubbed up for floor -standing equipment in accordance with approved shop drawings. Make metallic raceways installed below -grade or in outdoor locations and in concrete with a conductive waterproof compound applied to threaded joints. Compound shall be Zinc Clads Primer Coatings No. B69A45, HTL-4 by Crouse -Hinds, Kopr Shield by Thomas & Betts, or approved equal. D. Conduit may be cast integral with horizontal and vertical concrete slabs, providing two-inch clearance is maintained between conduit surface and concrete surface. If said clearance cannot be maintained, install the conduit exposed below elevated slabs; provided, that in the case of slabs on grade, install conduit below the slab and encase it with a minimum cover of 3 inches of concrete. Maximum size of conduit that can be cast in slab shall be 1-1/2 inches. E. Use flexible conduit at dry locations for the connection of equipment such as motors, transformers, instruments, valves, or pressure switches subject to vibration or movement during normal operation or servicing. Flexible conduit may be used in lengths required for the connection of recessed lighting fixtures; otherwise the maximum length of flexible conduit shall be 18 inches. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 11 F. In other than dry locations, make connections using flexible liquid -tight conduit. Equipment subject to vibration or movement which is normally provided with wiring leads, such as solenoid valves, with a cast junction box for the make-up of connections. Flexible conduits shall be as manufactured by American Brass, Cablec, Electroflex, or approved equal, G. Perform conduit penetrations on walls and concrete structures in accordance with the following: 1. Seal all raceways entering structures at the first box or outlet with oakum or suitable plastic expandable compound to prevent the entrance into the structure of gases, liquids, or rodents. 2. Dry pack with nonshrink elastomeric, grout around raceways that penetrate concrete walls, floors, or ceilings aboveground, or use one of the methods specified for underground penetrations. 3. Where an underground conduit enters a structure through a concrete roof or a membrane waterproofed wall or floor, provide an acceptable, malleable iron, watertight, entrance sealing device. When there is no raceway concrete encasement specified or indicated, provide such device having a gland type sealing assembly at each end with pressure bushings which may be tightened at any time. When there is raceway concrete encasement specified or indicated, provide such a device with a gland type sealing assembly on the accessible side. Securely anchor all such devices into the masonry construction with one or more integral flanges. Secure membrane waterproofing to such devices in a permanently watertight manner. 4. Unless otherwise shown or specified. All conduits shall be surface mounted. 3.03 WIRES AND CABLES A. Hand pull conductors of No.1 AWG size and smaller shall be hand pulled. Larger conductors may be installed using power winches. Pulling tensions on the cables shall be within the limits recommended by the cable manufacturer. Wire pulling lubricant, where needed, shall be UL approved. B. Neatly group wire in panels, cabinets, and gutters using nylon tie straps, and shall be fanned out to terminals. C. Solid conductors shall be terminated at equipment terminal screws with ratchet type -crimping tool and does not protrude beyond screw head. Stranded conductors shall terminate directly on equipment box lugs making sure that all conductor strands are confined within lug. Use forked - tongue lugs where equipment box lugs have not been provided. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 12 D. Splices to motor leads in motor terminal boxes and any split bolt or 2 bolt compression splices shall utilize Plymouth/Bishop Plyflex, or approved equal. E. Control devices, such as solenoid operated valves, that are normally supplied with conductor pigtails, shall terminate as described for control conductors. F. Do not use pigtails at receptacles and switches. G. Test all control and instrumentation cables for continuity, polarity, undesirable ground, and origination. Perform such tests prior to placing all cables in service. H. Splices, if required to extend existing circuit, may be added to VFD enclosures only. Splices shall be compression type with shrink wrap insulation. 3.04 PULL AND JUNCTION BOXES A. Size pull and junction boxes in accordance with the requirements of the National Electrical Code. B. Use outlet boxes as junction boxes wherever possible. Where separate pull boxes are required, they shall have screw covers, Do not use outlet as pull boxes. C. Install pull boxes when conduit run contains more than (3) 90 -degree bends and runs exceed 100 feet. 3.05 CUTTING AND PATCHING A. Where it becomes necessary to cut into existing work for the purpose of making electrical installations, use core drills for making circular holes. Other demolition methods for other cutting or removing shall be approved by the City prior to starting the work. B. Repair all damage caused to other facilities. 3.06 EQUIPMENT ANCHORING A. Anchor freestanding or wall -hung equipment in place by methods that will meet seismic requirement in the area where project is located. B. Anchoring methods shall be either drop-in type or 1/4 inch wedge type and leveling criteria specified in the printed recommendations of the equipment manufacturers are a part of the work. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 13 3.07 CABLE AND EQUIPMENT IDENTIFICATION A. Provide the completed electrical installation with adequate identification to facilitate proper control of circuits and equipment and to reduce maintenance effort. B. Assign to each control and instrumentation wire and cable a unique identification number. Said numbers shall be assigned to all conductors having common terminals and shall be shown on all shop drawings. Identification numbers shall appear within 3 inches of conductor terminals. "Control" shall be defined as any conductor used for alarm, PLC, or signal purposes. C. All control wiring shall be color -coded and color continuity maintained throughout the system D. Mark all conductors at both ends with shrink fit markers which clearly display a computer generated circuit number at each end of the conductor. 1. All spare cables shall be terminated on terminal screws and shall be identified with a unique number as well as with destination. 2. Identify terminal strips by imprinted, plastic, marker strips attached under the terminal strip. E. Equipment and devices as follows: 1. Provide nameplates for all switchboard breakers, VFD's, panels, starters, switches, and pushbutton stations. In addition to the name plates, equip control devices with standard collar -type legend plates. 2. Tag empty conduits at both ends to indicate the destination at the far end. Where it is not possible to tag the conduit, identify destination by marking an adjacent surface. Install '/-inch polypropylene pull cords in all empty conduits. END OF SECTION 16050 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Electrical Gen. Provisions Section 16050 - 14 SECTION 16483 VARIABLE FREQUENCY DRIVES PART 4 - GENERAL 4.01 SCOPEOF WORK A. Provide all labor, materials, equipment, and incidentals required, and install, place in operation and field test the variable frequency drives (VFD's). B. The drive manufacturer shall fumish, field test, adjust and certify all installed drives for satisfactory operation. C. Provide Toshiba W7, 480 volt, 18 pulse drives — no substitutions allowed. Provide controls as indicated and raised 8 -inch structural base to clear existing bottom entry conduits. D. Provide (2) 250 hp VT drives and (2) 400 hp VT drives for the Dolphin and Tamura Water Well Facilities (one 250 hp VT drive and one 400 hp VT drive at each well facility). E. Provide (2) 300 hp VT drives for 16th street pump station. 4.02 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. B. ANSI C84.1 - Voltages Tolerances for North America C. CSA C22.2 No. 14-M91 - Industrial Control Equipment D. IEC 68 Part 2-3 - Basic Environmental Testing Procedures Part 2: tests - Test Ca: Damp Heat E. IEC 146.1 - Semiconductor Converters -General Requirements and Line Commutated Converters Part 1-1: Specifications of Basic Requirements F. IEC 664 - Insulation Coordination for Equipment within Low -Voltage Systems G. IEC 439 Part 1 - Low Voltage Switchgear and Controlgear Assemblies H. IEC 947 - Low Voltage Switchgear and Controlgear Components 1. IEC 204/NFPA 79 - Electrical Equipment of Industrial Machines/Industrial Machinery 18th Street Pump Station and Dolphin & Tamura Water Wells Improvements Variable Frequency Drives Section 16483 - 1 J. IEC 106 - Guide for Specifying Environmental Conditions for Equipment Performance Rating K. IEC 529 - Degrees of Protection Provided by Enclosure L. IEC 1000 - Electromagnetic Compatibility M. IEC 721 - Classification of Environmental Conditions N. IEC 255-8 Overload Relays O. IEC 801-2,-3,-4,-5 - Immunity Tests P. NEMA ICS 6 - Industrial Control and Systems Enclosures O. NEMA ICS, Part 4 Overload Relays R. NEMA 250 Enclosures for Electrical Equipment S. NEMA ICS 2-321 - Electrical Interlocks T. NEMA ICS7 - Industrial Control and Systems Adjustable Speed Drives U. NEMA ICS 7.1 - Safety Standards for Construction and Guide for Selection Installation and Operation of Adjustable Speed Drives V. UL 50 - UL Standard for Safety Enclosures for Electrical Equipment W. UL 98 - UL Standard for Disconnect Switches X. UL 507 - UL Standard for Safety Electric Fans Y. UL 508 - UL Standard for Safety Industrial Control Equipment Z. UL 508C - UL Standard for Safety Power Conversion Equipment 4.03 WARRANTY The manufacturer shall provide to CITY a certificate of warranty which states: "The complete VFD unit was installed properly. It shall receive a full warranty for all material and workmanship. The material and workmanship warranty is for a period of 3 years. The manufacturer shall provide field response to the CITY's request regarding any defects in the pumping unit. The manufacturer shall repair or replace any parts, which fails to meet the requirements of this Section at no cost to the CITY. 4.04 QUALITY ASSURANCE A. The manufacturer of the AC Drive shall be a certified ISO 9001 facility. 16th Street Pump Station and Dolphin & Tamura Water Wells improvements Variable Frequency Drives Section 16483 - 2 B. The AC Drive and all associated optional equipment shall be UL listed according to Power Conversion Equipment UL 508C. A UL label shall be attached inside each enclosure as verification. C. The AC Drive shall be designed, constructed and tested in accordance with NEMA, NEC, VIDE, IEC standards and CSA certified. D. Test every power converter with an actual AC Induction Motor 100% loaded and temperature cycled within an environment chamber at 104 F degrees. Furnish documentation to verify successful completion at the request of the Engineer. E. Test all drive door -mounted pilot devices to verify successful operation. Furnish documentation upon the request of the Engineer. F. Submit the AC drive to a Hi -Pot test with all enclosed devices mounted and wired, prior to shipment. PARTS -PRODUCT 5.01 MANUFACTURER Toshiba W7 18 pulse drive. No substitutions allowed. 5.02 NOT USED 5.03 DESIGN CRITERIA A. The drive main input power shall be three phase 460 — 480VAC 50/60 Hz B. The drive shall have a voltage tolerance of +/-10%. C. Input frequency tolerance shall be +/-5% for all ratings. D. The efficiency of the drive power unit shall be a minimum of 97.0% at full load and full speed. The efficiency of the complete 18 pulse drive assembly shall be a minimum of 95% at full load and full speed. Displacement power factor will be greater than 0.95 lagging over the entire speed range. E. The Maximum Short Circuit Current Rating of the W7 shall be 100,000A RMS F. Overall hardware design is for maximum flexibility, robustness, serviceability, and reliability for the most demanding applications. G. Power Terminations are oversized for the drive current rating to allow for flexibility on all power terminations. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Variable Frequency Drives Section 16483 - 3 H. All ratings contain a minimum of three ground termination points. I. Power Terminations are `finger safe' and clearly labeled with both the US (NEMA) standards (1-1, L2 ... T2) and IEC standards (R, S ... W). J. The latest technology in packaging, heat sink design, and cooling is utilized to minimize overall size and weight without degrading performance or functionality. K. Plastics, where used, are UV resistant. L. Standard packaging is NEMA 1 gasketed doors and filtered incoming air. M. Interrupting current rating of 100KAIC for all ratings. N. Power Semiconductor heat sinks contain one or more thermal sensors monitored by the microprocessor to prevent semiconductor damage caused by excessive heat or fan loss. O. Provide controls indicated in the project drawings. P. Provide a 100 ohm platinum RTD scanner to monitor up to (9) RTD's. Provide two programmable output contacts to provide functions indicated. The make and model number shall be approved by the City. Q. The input shall be an 18 pulse design designed with integrated phase shifting transformer. R. Top or Bottom Cable entry shall be permitted. Entry shall be all top, all bottom, or a combination. S. The input circuit breaker shall be rated for 65,000 AIC, T. The cabinet of the final assembly shall be UL listed. U. The cabinet of the final assembly shall be gasketed and filtered to add a degree of protection from airborne contaminates. V. The cabinet shall be 24" deep and 42" wide (maximum dimensions). W. Provide door mounted Electronic Operator Interface X. Provide 1 turn speed pot for remote mounting. 5.44 ENVIRONMENT A. Operating environmental ambient conditions without derating shall be: 1. Temperature: —10 to +40 degrees C 2. Relative humidity: 5 to 95% non condensing 16th Street Pump Station and Dolphin 8 Tamura Water Wells Improvements Variable Frequency Drives Section 16483 - 4 3. Elevation: to 1000 meters (3300 ft) 4. Shock: 0.5 G maximum Storage environmental ambient conditions: 5. Temperature: -10 to +65 degrees C 6. Relative humidity: 5 to 98% non condensing 7. Elevation: to 5000 meters 5.45 CITY STANDARDS A. Use the following parts to match City Standards: 1. Selector switch: Eaton/Cutler-Hammer EM22XG61 D 2. Indicating lamps: Eaton/Cutler-Hammer EM22H LED's push -to -test (color to match plans). 3. Relays, Bases and Timers: Schneider Elec. RUM series 3P3T (11 pin octal) Relays, Schneider Elec. RUZC3M (11 pin octal w/timer module option) Bases, and TDR Timer Module: Schneider Elec. RUW 101 MW Timers. PART 6 - EXECUTION 6.01 FIELD QUALITY CONTROL A. Provide the services of a qualified factory -trained and authorized factory representative to assist the Contractor in installation and start-up of the equipment specified under this section. The manufacturer's representative shall provide technical direction and assistance to the Contractor in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained herein. B. The following minimum work shall be performed by the authorized factory representative. 1. Inspection and final adjustments. 2. Operational and functional checks of VFD and spare parts. Perform all adjustments in CITY presence. ., r Demonstrate that the drive works in all local and remote modes of operation to CITY satisfaction. 16th Street Pump Station and Dolphin & Tamura Water Wells improvements Variable Frequency Drives Section 16483 - 5 A. A qualified factory -trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted, and tested in accordance with the manufacturer's recommendations. B. Provide three (3) copies of the manufacturer's representative's certification before final payment is made. A. The manufacturer's representative shall provide a training session for up to three CITY staff for one normal workday at a jobsite location determined by CITY. B. The training program shall consist of the following: 1. Instructions on the proper maintenance and operation of the equipment. 2. Demonstration on how to adjust settings. . T -.. -,> A. Furnish the following spare parts: 1. Three of each type of fuse rated 460V or less. 2. Five of each type of panel lamp and/or indicating light package used. 3. Two of each relay/relay bases and timers used. 4. Two of each type selector switch used. 5. One speed pot. END OF SECTION 16483 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Variable Frequency Drives Section 16483 - 6 11111COMI CONTROL SYSTEM HARDWARE AND SOFTWARE PART 1 -GENERAL r W_ A. The Contractor, through the use of the System Integrator and qualified electrical installers, shall provide and install the instrumentation and control system hardware and PLCIOIT programming upgrades complete and operable, in accordance with the Contract Documents. B. The Contractor shall hire the City's Approved System Integrator Freedom Automation to provide PLC Programming at 16th Street Pump Station and the two associated wells, OIT Programming at 16th Street PS, provide new PLC Modules at all three sites, installing new modules into the existing PLC racks, and all required PLC panel modifications to support new modules. Point of Contact is Dino Grillo760-908-3568 . The City will provide HMI screen development at the Operations Center. a A. Instrumentation and control system hardware submittals consist of Bill of Materials and construction drawings for PLC modification. B. Contractor will provide Operation and Maintenance {O&M} Manual. The O&M shall contain As -Built drawings reflecting project modifications after startup testing. The O&M will also include a printed copy of the PLC program and a backup copy of the PLC program on CD-ROM. A. All equipment and materials delivered to the Site shall be stored in a location that shall not interfere with the operations of the Owner's personnel or interfere with construction. Storage and handling shall be performed in a manner that shall afford maximum protection to the equipment and materials. It is the Contractor's responsibility to assure proper handling and on-site storage. 1.04 SPECIAL WARRANTY REQUIREMENTS A, Equipment and materials selected by the Contractor that do not achieve design requirements after installation shall be replaced or modified by the System Integrator to attain compliance. The cost for doing so shall be the Contractor's responsibility. Following replacement or modification, the Contractor shall retest the system and perform any additional procedures 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Control System Hardware and Software Section 17040 - 1 needed to place the complete instrumentation and control system in satisfactory operation and attain design compliance approval from the Engineer. B, The Contractor warrants/guarantees the satisfactory performance of the installed equipment and materials under operating conditions for a period of 1 year after the date of final acceptance of the instrumentation and control system, In the event that tests and inspections disclose latent defects or failure to meet the specified requirements, the System Integrator, upon notification by the Owner, shall proceed at once to correct or repair any such defects or non-conformance or to furnish, at the delivery point named in the Contract Documents, such new equipment or parts as may be necessary for conformity to the requirements, and shall receive no additional compensation therefore. In case of any required repairs or other corrective or remedial work covered under warranty, the warranties on all such corrections, repairs, new equipment, or parts shall be extended for an additional 24 months from the date of final acceptance, or 12 months from the date of completion of any such corrections, repairs, new equipment, or parts, whichever date is later. If the Owner performs repair, the Contractor shall reimburse the Owner for all costs incurred in the removal of the defective material and installation of the replacement, 2.01 GENERAL A. Each of the three PLC's (Pump Station and two wells) shall have a new Analog In and Analog Out module added. All new material is to be used. No used or reconditioned equipment is acceptable. The internal wiring of the controller is to be fixed with logic functions it must perform in a given application to reside in memory. B. All materials and all instrumentation and control system equipment furnished under this Contract shall be new, free from defects, of first quality, and produced by manufacturers regularly engaged in the manufacture of these products. C. Hardware Commonality: Where there is more than one item of similar equipment being furnished all such similar equipment shall be the product of a singular manufacturer. 2.02 INSTRUMENTATION AND CONTROL SYSTEM ENCLOSURES A. All modifications to existing PLC's with addition of new UO modules shall be mounted inside existing enclosure. All channels on the new modules shall be wired to terminal blocks. Signal field wiring shall terminate on these terminal blocks. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Control System Hardware and Software Section 17040 - 2 2.03 PROGRAMMABLE LOGIC CONTROLLER (PLC) A. The 16th Street Pump Station and the two associated wells each have an Allen-Bradley SLC 500 in a MCP. System Integrator will modify the existing programs at each site to accommodate one new Analog Input and one new Analog Output module and implement the new control strategies. Each module will have all 1/0 wired to new field terminals ready for use. Match existing terminal blocks. Each analog circuit will be fused. B, PLC Input/Output (1/0) Modules 1. 1/0 Modules General: All 1/0 housings and modules shall be suitable for hostile industrial environments. The I/O's shall be 4-20 mA DC for all analog inputs and outputs. All analog signals shall be fused in the panel. 2. Analog Input Modules: Module shall have eight single or differential input channels, voltage, or current selectable. Input modules shall be source or sink to handle 2 -wire or 4 -wire transmitters, respectively. Channels are not individually isolated. System Integrator shall configure channels for 4 to 20 mA DC. Within the module an analog to digital conversion is performed and the digital result is entered into the processor. The analog to digital conversion shall be updated with each scan of the processor. Input modules shall be Allen-Bradley 1746-NI8. 3. Analog Output Modules: Module shall have four current output channels. Channels are not individually isolated. System Integrator shall configure channels for 4 to 20 mA DC. Within the module a digital to analog conversion is performed and the analog result is entered into the module channel. The digital to analog conversion shall be updated with each scan of the processor. Input modules shall be Allen-Bradley 1746-N041. 2.04 PLC SPARE PARTS A. System Integrator shall furnish the following spare parts: 1. One Allen-Bradley 1746-NI8 Analog Input Module 2, One Allen-Bradley 1746-NO41 Analog Output Module 3. 10% of fuses installed as part of upgrade PART 3 - EXECUTION . t 2 . t _ • i, A. The Contractor shall utilize qualified personnel to accomplish, or supervise the physical installation of all elements, components, accessories, or 16th Street Pump Station and Dolphin & Tamura Water Welts Improvements Control System Hardware and Software Section 17040 - 3 assemblies that it provides, The Contractor shall employ installers who are skilled and experienced in the installation and connection of all elements, components, accessories, and assemblies it provides. B. All components of the instrumentation and control system shall be the installation responsibility of the Contractor unless specifically noted otherwise. Grounding shall be shown on submittal drawings. After installation of the instrumentation and control system is completed, the installation shall be inspected by the Contractor and the City's representatives. Any problems shall be corrected, and when both are satisfied with the installation, a written certification of the installation shall be delivered to the Engineer. The certification shall state that all PLC IJO modules, system grounds, and all other components of the instrumentation and control system have been inspected and are installed in accordance with the Manufacturer's guidelines. 3.02 SITE ACCEPTANCE TESTING A. Startup tests shall be performed by the Contractor with the City's participation as needed, to determine that all features and equipment systems and subsystems have been properly designed, manufactured, installed and adjusted, function properly as specified and are capable of operating simultaneously and continuously in the local and remote control modes at all capacities throughout their operating range. B. After installation and checkout by System Integrator's personnel, the control systems shall be subjected to an acceptance test. C. Site acceptance testing shall be scheduled after receipt of the System Integrator System Loop Test Report that verifies all field signals are reflected in the proper address locations in the system database. D. The site acceptance testing shall follow the same procedure as the factory testing and shall operate without loss of basic functions. The City will provide support to verify that the site signals are being displayed properly on the SCADA HMI. The Contractor is responsible for providing verification that all required signals are being displayed properly on the 16th Street Pump Station OIT that is to be modified by System Integrator. The operational demonstration shall confirm that the status, alarm, and process variable signals are valid and are being updated appropriately, and that the discrete and analog output signals from the control system are being correctly transmitted and implemented. Any errors or abnormal occurrences shall be recorded by System Integrator's field representative. Failure of redundant equipment shall not be considered downtime provided that automatic failover occurs as specified and, in the opinion of City Representative, the failure was not caused by deficiency in design or installation. In the event of repeated failure of any hardware component or software module, the acceptance test shall be terminated and re -started. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Control System Hardware and Software Section 17040 - 4 3.03 TRAINING A. System Integrator shall conduct training courses for City personnel. Training shall be conducted by experienced instructors who are familiar with the specific system supplied. Training for Operators and Maintenance personnel will be conducted on site in one 4 -hour class. Up to six students can attend a class. B. Training shall address operation of instruments, control system maintenance (panel and instruments), and pump station operation. Alarms and PLC program response to alarm signals will be demonstrated. C. Training lesson plans shall be submittal at least 30 days prior to the start of training for approval. 3.04 CONTROL SCENARIOS A. 16th Street Pump Station: 1. Overview: The 16th Street Pump Station modifications generally consist of upgrading (2) of the booster pumping units from a variable design flow rate (varying flows up to 2,400-gpm being provided by throttling of a Cla-Val flow control valve) to variable speed pumping (range of flows between 2000-gpm and 4,000-gpm) provided via variable frequency drives. The City will be converting the Cla-Val flow control valve to a pump control check valve). The remaining (3) solid state soft start operated vertical turbine booster pump will not be modified (hardware or software). 2. Variable Speed Pumping Operation: The (2) upgraded booster pumps will be alternated based upon running hours and not pump starts to extend each pump's longevity. The operator will set a target flow rate and start the lead pump. The pump will start at minimum speed (60% initially, but adjustable and field testing will determine the minimum speed setpoint) and ramp up the pump speed until the target flow rate is achieved. Should the target flow rate not be achieved when the lead pump reaches 100% (full) speed, the lead pump will be ramp down to minimum speed and the lag variable speed pumping unit will be engaged. Both the lead and lag pumps will operate and modulate in parallel. Should the target flow rate not be achieved when both pumps reach 100% (full) speed, a lag -lag (constant speed) pump will be engaged. This practice will continue until all pumps are operating in unison, Once the target flow rate is achieved an adjustable range (initially set at +/- 2%) centered about the target flow rate shall be satisfactory, Should the station pumped flow rate track out of the target setpoint flow by more than the adjustable range the pumps will be modulated accordingly. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Control System Hardware and Software Section 17040 - 5 Ail Should the target flow rate be reduced the pumps will reverse the logic in the previous paragraphs. Upon shutdown, or when the flow rate is reduced such that pumps must be shut down, (1) pump at a time will reduce to minimum speed, power will be removed, and the pump control valve will close hydraulically. There will be an adjustable time delay (initially set for 60 seconds) between pumps being called on and turned off respectively. Pumps may not concurrently be shut -down. Dolphin and Tamura Well Facilities 1. Overview: Both the Dolphin and Tamura Well Facilities have a "shallow well" and a "deep well". At both well sites the modifications generally consist of upgrading the (2) well pump motor controllers from solid state soft starters to a variable frequency drives to eliminate throttling of the Cla-Val flow control valves to achieve variable flow rates from each well. The orifice plate assemblies on the Cla-Val control valves will be removed and the Cla-Val control valves will be converted from a flow control valve to a well pump check valve. Moreover, the existing control panels and their functionality at each site will be maintained to preserve the custom start-up and shut- down procedures that the City has developed over the years. One control panel operates both of the solid state soft starters at each site. This control panel will operate the (2) variable speed drives. 2. Theory of Operations: At either site, both the "shallow" and "deep" wells shall not be allowed to operate concurrently during their start- up (i.e. pump -to -waste cycle) so that the existing desilting and drainage facilities are not overwhelmed. This is how each facility is currently operated. Pump -To -Waste Cycle: When a pump is initiated by the operator (hand or auto modes), it will commence it's pump -to -waste cycle. A constant speed (adjustable and field tested) for each variable speed drive (VFD) will be set and the VFD will operate the well pump motor for a prescribed time period (adjustable). Auto Mode for (1) Well Pump: Once the pump -to -waste cycle is completed, the operator will provide a flow -rate set point. The VFD will modulate the well pump motor to achieve the desired flow rate. Once the target flow rate is achieved an adjustable range (initially set at +l- 2%) centered about the target flow rate shall be satisfactory. Should the pumped flow rate track out of the target setpoint flow by more than the adjustable range the pump will be modulated accordingly. 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Control System Hardware and Software Section 17040 - 6 Auto Mode for (2) Well Pumps: Once the pump -to -waste cycle is completed, the operator will provide a flow -rate for the second pump. The first pump will not be modulated while the second pump is ramping up and tracking toward it's respective target flow rate. Once the target flow rate is achieved an adjustable range (initially set at +/- 2%) centered about the target flow rate shall be satisfactory. Should the pumped flow rate track out of the target setpoint flow by more than the adjustable range the pump will be modulated accordingly. If the operation of the second pump has impacted the desired operational set -point of the first pump, then the speed/input for the second pump shall be held constant and the first pump shall be modulated per the previous paragraph. A time adjustable delay (initially set at 2 minutes) shall be programmed into the logic to mitigate/prevent system hysteresis that could occur from not allowing sufficient time between modulations from the two pumps at each site. Hand Mode for the Well Pump(s): A potentiometer located on the existing control panel at each facility will allow the operator to set the desired speed for each pump. A time adjustable delay (initially set at 2 minutes) shall be programmed into the logic to mitigate/prevent system hysteresis that could occur from not allowing sufficient time between modulations from the two pumps at each site. Well Pump Shutdown Procedure: This will be maintained and initiated by the control panel as before. Pump(s) will reduce to minimum speed, power will be removed, and the pump control valve will close hydraulically. There will be an adjustable time delay (initially set for 60 seconds) between pumps being called on and turned off respectively. Pumps may not concurrently be shut -down. END OF SECTION 17040 16th Street Pump Station and Dolphin & Tamura Water Wells Improvements Control System Hardware and Software Section 17040 - 7 OF NEWPORT r r ©APPROU D City Council Staff Report Agenda Item No. 8 _ May 28, 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL. FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, daweu�newportbcachca.gov PREPARED BY: Michael Sinacori P.E., Assistant City Engineer 949-644-3342, msinacori�7a newoortbeachca.aov APPROVE}: TITLE: 16'" Street Pump Station and Dolphin and Tamura Water Welts Improvements — Award of Contract No. 5196 Staff received favorable construction bids for the 16t" Street Pump Station and Water Well Energy Efficiency Improvements and is requesting City Council's approval to award the contract to SCW Contracting Corporation. 1. Approve the project drawings and specifications. 2. Award Contract No. 5196 to SCW Contracting Corporation of Fallbrook, California, for the total bid price of $773,410.00 and authorize the Mayor and City Clerk to execute the contract. 3, Establish a contingency of $77,000 (10 percent) to cover the cost of unforeseen work not included in the original contract. 4. Authorize the Mayor and City Clerk to execute Amendment No. 2 to Professional Services Agreement with Dudek and Associates of Encinitas, California, on a form approved by the City Attorney, for additional construction support services for not -to -exceed additional fee of $15,580. 1 of 4 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements Award of Contract No. 5196 May 28, 2013 Page 2 The CIP budget for FY 12/13 contains $330,000 in funding for this project. Sufficient additional funding is proposed in the CIP budget for FY 13/14. In addition, the Southern California Edison Company (SCE) is providing an energy conservation rebate for this project of $253,786. The following funds are planned to be expensed: Account Description Water Enterprise — Pump Station and Well Site Improvements Contributions — Pump Station and Well Site Improvements Proposed fund uses are as follows: Vendor SCW Contracting Corporation SCW Contracting Corporation Dudek DISCUSSION: Account Number Amount 7523-C6002013 $612,204.00 7251-06002013 253,786.00 Purpose Construction Contract Construction Contingency Const. Support Services Total . +. Amount $773,410.00 77,000.00 15,580.00 The City's groundwater delivery system conveys groundwater pumped from four (4) existing wells in Fountain Valley to the 16th Street Reservoir. The 16th Street Pump Station pumps water from the three (3) million gallon reservoir into the water distribution system to meet demands and to Big Canyon Reservoir (BCR) for storage. The City, in cooperation with Southern California Edison (SCE), recently performed an energy audit of its current water wells and 16th Street pump station and found that significant energy savings could be realized if pump motor and drive shaft improvements were done at both the wells and the 16th Street Pump Station. The City engaged the design services of Dudek and Associates to conduct a preliminary evaluation of the water wells and 16th Street pump station to determine the necessary improvements. The following improvements were recommended to meet the energy saving project objectives: Improve the pump station's overall energy efficiency by replacing the solid state soft start motor controllers of the two (2) pumps with variable 2of4 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements Award of Contract No. 5196 May 28, 2013 Page 3 frequency drives. This will eliminate throttling of the pump control valves (PCV's) thus saving electricity and reducing the City's electric utility costs. Install two new vertical turbine pumps at a lower horsepower but at a faster revolution per minute to improve efficiency. B. Dolphin and Tamura Water Well Project Objectives: Replace each well site's solid state soft start motor controllers (two at each site) with variable frequency drives. This will eliminate throttling of the pump control valves, thus saving electricity and reducing the City's electric utility costs. Replacing the soft -starters with Variable Frequency Drives (VFDs) will improve operational efficiency and reduce energy consumption by eliminating throttling of the PCVs. Because of the dramatic energy savings, Southern California Edison (SCE) will provide an estimated $250,000 in rebates if the City proceeds with the project. In addition, the on-going annual energy savings of the completed project will allow the City to recoup its investment in less than three (3) years. Dudek was authorized to prepare contract documents to accomplish the project objectives noted above. Those documents were completed earlier this year and bids were solicited. At 10:00 A.M. on May 7, 2013, the City Clerk opened and read the following bids for this project: The low total bid amount is 9.1 percent below the Engineer's Estimate of $850,000. The low bidder, SCW Contracting Corporation, possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. The work necessary to complete this contract consists of installing six (6) new variable frequency drives (VFDs) on the City's four wells and two of the five pumps at the 16"' Street Pump Station. In addition, two new energy efficient pumps will be installed at the 16th Street Pump Station. 3 of BIDDER AS -BID AMOUNT Low SCW Contracting Corporation $773,410,00 2 Arhaz Engineering $777,000.00 3 Southern Contracting Company $785,900.00 4 Newest Construction $807,000.00 5 MEC Mass Electric $1,003,000.00 The low total bid amount is 9.1 percent below the Engineer's Estimate of $850,000. The low bidder, SCW Contracting Corporation, possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. The work necessary to complete this contract consists of installing six (6) new variable frequency drives (VFDs) on the City's four wells and two of the five pumps at the 16"' Street Pump Station. In addition, two new energy efficient pumps will be installed at the 16th Street Pump Station. 3 of 16th Street Pump Station and Dolphin and Tamura Water Wells Improvements Award of Contract No. 5196 May 28, 2013 Page 4 Construction Supp rt Services A Professional Services Agreement (PSA) with Dudek and Associates was executed in August 2012 that included preliminary design for the water wells and 161f, Street Pump Station and final design efforts for the water wells only for a total fee of $97,460. It was determined that it would be more cost effective to complete the 16th Street Pump Station improvements in concert with the wells. Amendment No. I to the PSA was executed in February 2013 to include the necessary contract documents for the 16th Street Pump Station and increased the compensation to $119,420. The original PSA included some minor construction support assistance. However based on the final completed design, additional construction support services are needed to complete this project. Upon City Council approval, Amendment No. 2 to the Professional Services Agreement with Dudek and Associates will be prepared on a form approved by the City Attorney to increase the total not -to -exceed compensation to $135,000, ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302 Class 2 (c) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment as the project is a replacement of existing utility systems involving no expansion of capacity. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). The Notice Inviting Bids for this project was advertised in the City's official publication and in construction industry publications. Prior to implementation, staff intends to notice adjacent schools, churches and businesses. Public Works Director 4 of 4