Loading...
HomeMy WebLinkAboutC-5027(A) - Big Canyon Reservoir Floating Cover ReplacementCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC April 23, 2015 MPC Containment International LTD 4834 S. Oakley Chicago, IL 60609 Subject: Big Canyon Reservoir Floating Cover Replacement Project — C-5027 Dear MPC Containment International LTD: On April 22, 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 April 30, 2014. Reference No. 2014000165006. The Surety for the contract is Westchester Fire Insurance Company and the bond number is K0882972A. Enclosed is the Faithful Performance Bond. Sincerely, rreel�y,, �Vw- 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 9 www,newportbeachca.gov City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 BOND NO, K0882972A FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 57,205-00 being at the rate of $ 10.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, 'awarded to MPC Containment international LTD, hereinafter designated as the "Principal", a contract for construction of BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT, Contract No. 5027 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 5027 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Westchester Fire 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 Five Million, Seven Hundred Twenty Thousand, Five Hundred and 001100 Dollars ($5,720,500.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements. in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 30 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be perfonned thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28thday of February 2013-� MPC Containment International LTD (Principal) Westchester Fire Insurance Company Name of Surety 436 Walnut street Philadelphia, PA 19106 Address of Surety (215)640-1000 Telephone �Authorize&Agent Signature Judith A. McGoogan, Attorey-in-Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 31 ACKNOWLEDGMENT ................................................•.............................1 Illinois State of California --- County of cook } ss. On 2/28/2013 before me, Jessica Diaz Public, personally appeared Judith A. McGoogan ,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 he/she/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. Illinois I certify under PENALTY OF PERJURY under the laws of the State of Californian that the foregoing paragraph is true and correct. Notary WITNESS my hand and official seal. Sig ature (seal) ... 4.00 .... a .......... ... a .... ................... u...u.....I OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification _ Paper Identification _ Credible Witness(es) Capacity of Signer: _ Trustee Power of Attorney _ CEO / CFO I COO _ President/ Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer Check here if no thumbprint or fingerprint Is avallable. ACKNOWLEDGMENT ................................ .......... ...................... ..............� Illinois State of California _ County of v Ass. Q S On _;71\ \3 before me, �*_Q -'-Qr `S Notary Public, personally appeared u .. . v; e -r 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 he/she/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. Illinois I certify under PENALTY OF PERJURY under the laws of the State of Californla that the foregoing paragraph is true and correct. WITNESS my hand and official seal. -t! &�"(:� Signature [ME] (sea[) ...ir...........................................•..............................r OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee T Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other 33 Thumbprint of Signer Check here K no thumbprint or fingerprint is available. OF NEWPORT BEACH OFFICE OF THE CITY CLERK Lellani I. Brown, MMC July 16, 2014 MPC Containment International LTD 4834 S. Oakley Chicago, IL 60609 Subject: Big Canyon Reservoir Floating Cover Replacement Project - C-5027 Dear MPC Containment International LTD.: On April 22, 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 April 30, 2014, Reference No. 2014000165006. The Surety for the bond is Westchester Fire Insurance Company and the bond number is K0882972A. Enclosed is the Labor & Materials Payment Bond. Sincerely, gM4� IP, yv�-- Leilani I. Brown, MMC City Clerk Enclosure • Post Office Box 1768 - Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027. BOND NO. K0882972A LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to MPC Containment International LTD, hereinafter designated as the "Principal," a contract for construction of BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT, Contract No. 5027 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 5027 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, Westchester Fire Insurance company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Five Million, Seven Hundred Twenty Thousand, Five Hundred and 001100 Dollars ($5,720,500.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves; our heirs, executors and administrators, successors, or assigns, jointly and severally; firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in. an amount not exceeding the. sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this. Bond, a reasonable attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 34 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq, of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall In any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Pn ' al and Surety, on the 28th PC Containment International LTD (Principal) Westchester Fire Insurance Compal Name of Surety 436 Walnut Street Philadelphia, Pa 19106 Address of Surety .(215)640-1000 Telephone Judith A. McGoogan Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 35 ACKNOWLEDGMENT Nam .... one ..... ...............................................................r Illinois State of Califomia- County of cook ?ss. On 2/28/2013 before me, Tessica Diaz Notary Public, personally appeared Judith A. McGoogan ,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 he/she/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. Illinois 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. b 00 Signat re It (seal) ...u.............•.••..u...............uu.......u•u......................� OPTIONAL 1NFORMATlON —' Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification _ Credible Witness(es) Capacity of Signer: _ Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer E] Check here If no thumbprint or fingerprint Is available. I nco Gm Vr i ms DOCUMENT LISTS VARIOUS SECURITY FEATURES M THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. 0 ACKNOWLEDGMENT \\: w�S State of-Catlfomta County of W )Ss. 1077, before me, S; , Notary 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 he/she/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(g) acted, executed the instrument. Illinois 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 Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language EOE LNOTARYLLINOISMY CO4I30f15 (seal) OPTIONAL INFORMATION Type of Satisfactory Evidence: Personally Known with Paper Identification _ Paper Identification _.Credible Witness(es) Capacity of Signer: Trustee _ Power of Attorney CEO/CFO/COO President/ Vloe=President I Secretary I Treasurer Other: Other Information: 37 Thumbprint of Signer ❑ Check here If no thu nborint orfingerprint Is available. RECORDING REQUESTED BY AND WHEN RECORDED RETURNITQ'-, , 12 ' City Clerk City of Newport Beach OF 100 Civic Center Drive IY CLF Newport Beach, CA 92660 -tRecorded in Official Records, Orange County 'Hugh Nguyen, Clerk -Recorder '1111 11111[111' 1111!i11111!111 11�I!II' I III NO IFFF iLl ■ R 0 0 0 61 6 5 Z 4 4 1 2014000165006 9:40 am 04130/14 47 408 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and MPC Containment International (MPC) of Chicago, IL, as Contractor, entered into a Contract on February 26, 2013. Said Contract set forth certain improvements, as follows: Big Canyon Reservoir Floating Cover Replacement Project (C-5027) Work on said Contract was completed, and was found to be acceptable on April 22, 2014, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Westchester Fire Insurance Company. 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 kno at Newport Beach, California. BY bp-g�fr � / y Jerk CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC April 23, 2014 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project: Big Canyon Reservoir Floating Cover Replacement Project (Contract No. 5027) Please record the enclosed document and return to the City Clerk's Office. Thank you. Sincerely, L ilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.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 MPC Containment International (MPC) of Chicago, IL, as Contractor, entered into a Contract on February 26, 2013. Said Contract set forth certain improvements, as follows: Big Canyon Reservoir Floating Cover Replacement Project (C-5027) Work on said Contract was completed, and was found to be acceptable on April 22, 2014, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Westchester Fire Insurance Company. 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 onat Newport Beach, California. BY 14 k"i �Epgt /Oty Clerk CITY OF 1 NEWPORT BEACH City Council Staff Report April 22, 2014 Agenda Item No. 4. TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeach.gov PREPARED BY: Michael Sinacori, P.E., Assistant City Engineer PHONE: 949-644-3342 TITLE: Big Canyon Reservoir Floating Cover Replacement Project - Completion and Acceptance of Contract No. 5027 (CAP12-0035) ABSTRACT: On February 26, 2013, City Council awarded Contract No. 5027 (Big Canyon Reservoir Floating Cover Replacement Project) to MPC Containment International (MPC), for a total contract cost of $5,720,500 plus a $300,000 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 this Council acceptance. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts: Account Descriotion Account Number Amount Water Enterprise — BCR Cover 7511-C6002011 $ 5,985,992.00 Total: $ 5,985,992.00 197 DISCUSSION: Overall Contract Cost/Time Summary The work necessary for the completion of this contract consisted of demolition of the existing chafer panel, floating cover and appurtenances, salvage of existing equipment and materials, installation of a 45 -mil chafer CSPE, 35 -mil CSPE vertical baffle, 45 -mil CSPE floating cover, cover appurtenances, hatch, vents, floats, sand tube weights, sump pump dewatering assembly, and storm water drainage pipe system. Additional work items were added to the scope of work during construction that included modifications to improve the design, maintenance, and landscaping of the adjacent lot. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $ 5,720,500.00 Actual cost of bid items constructed: $ 5,720,500.00 Total change orders: $ 265,492.00 Final contract cost: $ 5,985,992.00 The cost of bid items constructed decreased with the deletion of the following scope of work(s): reservoir dewatering, substitution of doubler material over the grillage, reservoir disinfection chlorine (provided by the Contractor) and other items. The final construction contract cost was approximately 4.6 percent above the original bid amount through the added work that included modifications to improve the design, maintenance, and landscaping of the adjacent lot. A portion of this cost increase resulted from the modifications to the baffle design, and to provide cleaning of the reservoir at a future date. A summary of the project schedule is as follows: Estimated Completion Date per 2013 Baseline Schedule 11/14/2013 Project Awarded for Construction 2/26/2013 Contract Completion Date with Approved Extensions 1/25/2013 Actual Substantial Construction Completion Date 11/12/2013 ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302(c) (Replacement and reconstruction of existing utility systems and/or facilities involving negligible or no expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it had no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the Contract ime warded Contract Final Cost at Contingency g y Coontrntr act Time Under (-) or mount Completion Target Change (days) Over(+) $5,720,500.00 $5,985,992.00 1$300,000 +4.6% 175 +7 The work necessary for the completion of this contract consisted of demolition of the existing chafer panel, floating cover and appurtenances, salvage of existing equipment and materials, installation of a 45 -mil chafer CSPE, 35 -mil CSPE vertical baffle, 45 -mil CSPE floating cover, cover appurtenances, hatch, vents, floats, sand tube weights, sump pump dewatering assembly, and storm water drainage pipe system. Additional work items were added to the scope of work during construction that included modifications to improve the design, maintenance, and landscaping of the adjacent lot. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $ 5,720,500.00 Actual cost of bid items constructed: $ 5,720,500.00 Total change orders: $ 265,492.00 Final contract cost: $ 5,985,992.00 The cost of bid items constructed decreased with the deletion of the following scope of work(s): reservoir dewatering, substitution of doubler material over the grillage, reservoir disinfection chlorine (provided by the Contractor) and other items. The final construction contract cost was approximately 4.6 percent above the original bid amount through the added work that included modifications to improve the design, maintenance, and landscaping of the adjacent lot. A portion of this cost increase resulted from the modifications to the baffle design, and to provide cleaning of the reservoir at a future date. A summary of the project schedule is as follows: Estimated Completion Date per 2013 Baseline Schedule 11/14/2013 Project Awarded for Construction 2/26/2013 Contract Completion Date with Approved Extensions 1/25/2013 Actual Substantial Construction Completion Date 11/12/2013 ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302(c) (Replacement and reconstruction of existing utility systems and/or facilities involving negligible or no expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it had no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Map 199 e`1 SAN ATTACHMENT A 1, „ 1 DRIVE �q o Big Canyon Reservoir Floating Cover Replacement Location Map CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5027 04/22/2014 200 CITY CLERK Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 23rd day of January 23, 2013, at which time such bids shall be opened and read for BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Title of Project Contract No. 5027 (A) $ 6,500,400.00 Engineer's Estimate Public Works Prospective bidders may obtain Bid Documents, Project, Specifications and Drawings by contacting: Mouse Graphics at (949) 548-5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor. License Classification(s) required for this project: "A" Please note: Floating Cover Sub-ContractorJlnstaller must possess a "C-61" License For further information, call Michael Sinacori, Project Manager at {949} 644-3342 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http:ttwww.NewpoortBeachCA.gov CLICK: Online Services /Bidding & Bid Results City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 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. Contractor's License No. & Classification qa Bidder WAized Signature/Title �3 Date 0 City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bog�d to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Amount f3id 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 BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT, Contract No. 5027 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 5th day of February 2013. C#A�uthoriz�e���� HIPC Cuntainment International Ltd. Name of Contractor (Principal) d Westchester Fire Insurance Company Name of Surety 436 Walnut Street, P, 0. Box 1000 Philadelphia, PA 19106 Address of Surety (215) 640-1000 Telephone cllo-Qc A thoriz Agent Signat Josefina Rojo, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & SUrety must be attached) !•9 ACKNOWLEDGMENT i i M i i i i i i i i i i i f i i i i i i i■■■ i i■ ■iii ■■■ t i i i■■ i t i i i i■ i i i i i i i i i i i i i i i i i■• i i/ i i i i i i i i 1 State of Illinois County of Cook SS. On 2/5/2013 before me, Jessica Diaz Notary Public, personally appeared Josefina Roio 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 he/she/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 Illinois that the foregoing paragraph is true and correct. NESS m and and offs ii I seal. Sig ature No'r,% , �'UGf_1c _ S-r� T E 07 ILLINOIS I.4y coli/I ISSION, C-:5:07/ 10/1; �€.r-Lrl�oc+���c�F �eaesas.�assr ■ i i i i i i i i i■■ i t i i i i■■ i i i i i i i i i i i \Iii !iiiii ■ i i i i i i i i i i i i i i i i i i i i i i i■■ i i t i■ \iiiii t OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Thumbprint of Signer (] Check here if Capacity of Signer: no thumbprint Trustee or fingerprint Power of Attorney is available. CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: R ACKNOWLEDGMENT rra•r■■ar■a•ra•■a■■a■•■rr■■■aa■■■aaaaaraaaraaaaaaa■rrrarara■■r■■arrasaaa■r■rra� State of County of On before , e, v--�� Notary Public, persona ly a peared 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 he/she/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. 1 certify under PENALTY OF PERJURY under the laws of the State of =Geii#ar►-- that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature EAL RLS [Mi TE OF ILLINOIS IRES:04/30/15 aaaaararraaaaaraaaaaa■aaaaaraaaaaaaaa5aaaa0aaaaaaaaaaaaaaraataaaaa0aa0aaa0a0aaI OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer Check here if no thumbprint or fingerprint is available. Power of WESTCHESTER FIRE INSURANCE COMPANY Attorney THIS POWER. OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BONDMITH AN INCEPTION DATE AFTE.R.October 1,3, 2013, , 0 THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES 0 THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. 0 City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 DESIGNATION OF SUBCONTRACTORS) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: Address: 0 0 Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: MPP er,Tc,(otv)evt Bidder Are .l-✓L�,�, Hyl i A ized Signature/Title 8 City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name 1 Y C- bo-ylq'� r .'� �j-) (_ 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: kow Project Name/Number ld k4 l ,& Ir-tZS LCL J� Project Description -�C,PUrafK -"J 'v Approximate Construction Dates: From ' ►1 To: c=) f I ,01 Z - Agency Name IJP-T1(rr� ��v� Contact Person AY'.k4 ? U Vv2 &k_4 Telephone (6[t) 4-0 q0 t 6', Jq'6 Original Contract Amount Final Contract Amount $ 0 (, . 6rD 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. PC> E No. 2 Project Name/Number Lk t'M t nA r� c3 �V'( &;t-1ev011z- Project Description Approximate Construction Dates: From q 93 ?,o1 `L- To: S^13i 1 ?�i3 Agency Name Cqv-J Contact Person �•J b -C-- 5& "n Telephone V3) Original Contract Amount $ Final Contract Amount $ 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 Project Description�k X. 6+VV n) ; S Approximate Construction Dates: From 1(o ZI9 To: 0 i n( v Agency Name c t d. r vZdao a r Sic ccr�n oa Contact Person &'/fo S c!'j / fT-?c Telephone (g 333 Original Contract Amount $ 1 Final Contract Amount $ 3 3 �, (00 0. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 p, No.4 Project Name/Number (WVLUA-k.VC • CUD- Project Description e S C -/'i, 0c VC 0414- Approximate Construction Dates: From t 3�L( Z> To: I ,7 1 Agency Name��� Contact Person IJ r)4(•T-c Telephone (q (0 -3 0 Original Contract Amount $&71 Final Contract Amount $ 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.5 f Project Name/NumberALA-Ytg-&+ �`3i. ,STH Cc� ctt)ott t_._(,�), vc— Project Description �1 ,��iz � Approximate Construction Dates: From 151Z To: 3! -S Agency Namei)_q- tt-�O�N L�+'- 4 LS M, Ll— Contact Person l'��G^P- Telephone (90) z �'�t(44,-f rr Original Contract Amount $ Final Contract Amount $ 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. 06 a -- - . Lk 11 No. 6 Project Name/Number 'q Eke ! AKAOL.J4 Project Description Lffia,,cc.wbk ' Approximate Construction Dates: From Agency Name 24 l I 2�%( Zs To: Contact Person POLL- dA -4o Telephone(( Original Contract Amount r Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions_ Bidder �•1 �C-.S�IA/n r Y.? 1y��,�,✓. t9�4aJ �- �! � Cbt rized Signature/Title 12 City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 NON -COLLUSION AFFIDAVIT State ofC-affv-nia ) ) ss. County of X13 `�� ) SlifP6t2.J C t�* fit' , being first duly sworn, deposes and says that he or she is N'r, �-.-4--y,�""Kc-- n—(Pry of W"li:r'40- , 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-C--afftrPila that the foregoing is true and correct. M���o�t7a inn �/`�P✓1 � 4nat��tl,:� Bidder ized 0 Subscribed and sworn to (or affirmed) before me on this 9't� day of 2013 by , 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 6aiiforria that the foregoing paragraph is true and correct. QV - Notary Public [SEAL] OFFICIAL SEAL LAUREN A EARLS My Commission Expires:' ° �S NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES:04/30/15 13 City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 DESIGNATION OF SURETIES Bidders name Mn Oc A l I vl vt eo -t -�� ey ✓� c� (I CLI M 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): 3 Al //- cG a; S y (Z- 595- 31 ?() _.�v�S�rc,.�t.� � v.91G1 �✓rte (AY e re-- 1- Fr V 'P L i► ru "I ✓1 c C CVVI LO yr W /A A ACE 3(2--775- 706 14 City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name V IA PCS. ( ­r,J -kr Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2012 2011 2010 2009 2008 Total 2013 No. of contracts J Total dollarAmount Cont actsf(in p27 �� � Ci �v 0 � 02- b,38! Thousands of $)J No. of fatalities No. of lost Workday Cases � I No. of lost workday cases involving permanent transfer to o another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder opt e v1tc,11v1 eO f Zr-d. Business Address: 4f � 3 y 5-0-101 O cJ1 /1,i Business Tel. No.: FOO 2 — i ti 6 State Contractor's License No. and Classification: 10 Title PI 5 Yu Tk�C''I The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title I(Li� /L- 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 ATTACHEDI W9 ACKNOWLEDGMENT ............................................... ■ .. \ ............. \ . \ .......... ■ 1 State of Ca - County of Qi� SS. On -)-- g �\'S before me 'As Notary Public, personally pe onally appear\ed� proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. _71-V< ,a k -s I certify under PENALTY OF PERJURY under the laws of the State of C-8WQf-a}a- that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature =PUBLICSTATE L LS OF ILLINOISS:04/30115 (seI .............................. . 0 0 0 0. .0.0..11.... ■ .................. \. 0 0 0 0 ..... ■ 1 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer E] Check here if no thumbprint or fingerprint is available. City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 ACKNOWLEDGEMENT OF ADDENDA - c ��,/ Bidders name M1'n t �c�✓t�"VI Mf'�1�-���►C�' �t i- �r�►w / The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature t DI-►�-Zcr3 0 3 Uv 17 City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 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: eCA610M-ewt Business Address: j 1% SO'ItY4 O a O -e !;� /L (0066 Telephone and Fax Number: '�'00 --(Z f' U (H 6tom`' 772--L56-602? California State Contractor's License No. and Class: 6 — 6 1 (REQUIRED AT TIME OF AWARD) Original Date Issued: 0 1 1262cvS Expiration Date: to �31 o 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: (Q� Ot VI YA k�-M 9-C, A o Q,e 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 / Corporation organized under the laws of the State of `)�W?-4( it:? The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: //rJ0C All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: /t/n n e 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; AJDA P r Briefly summarize the parties' claims and defenses; IV�A Have you ever had a contract terminated by the owner/agency? If so, explain. 1(/ 0 Have you ever failed to complete a project? If so, explain. 1t/O 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 labo compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?Yes / 19 Are any claims or actions unresolved or outstanding? Yes & 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. MPC Bidder C ✓1 V%4 1 v x-10` *e ►r (Print n me of Owner or President of Corporation/Company) A riz Signature/Title Title Date On �`� 3 before me, l a r� "-� Notary Public, personally appeared -,-- I G\ 1_( 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 he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. X-\\- �"}'S I certify under PENALTY OF PERJURY under the laws of the State of -GaUfGmia_that the foregoing paragraph is true and correct. WITNESS my hand and officiseal. Notary Public in and for said State My Commission Expires: ''`V� 20 (SEAL) OFFICIAL LAUNOTARY PUOISMY COMMI15.....�.......n City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Prooerty-Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract_ The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 CONTRACT THIS CONTRACT FOR PUBLIC WORKS entered into this _ day of , 2013, by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter City ("City") and MPC CONTAINMENT INTERNATIONAL LTD, a Delaware corporation ("Contractor"), is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: The work necessary for completion of this contract consists of replacing the existing floating cover with a new CSPE floating cover and appurtenances. Work includes demolition of existing chafer panel, floating cover and appurtenances, salvage of existing equipment and materials, installation of a 45 -mil CSPE chafer panel, 36 -Mil CSPE vertical baffle, 45 -mil CSPE floating cover, cover appurtenances (hatches, vents, floats sand tube weights), sump pump dewatering assembly, and storm water drainage pipe system. The Work is located at the City of Newport Beach Big Canyon Reservoir at 3300 Pacific View Drive in Corona del Mar, California. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5027, 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"). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Five Million, Seven Hundred Twenty Thousand, Five Hundred and 001100 Dollars ($5,720,500.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Attention: Michael Sinacori (949)644-3342 MPC Containment International LTD 4834 S. Oakley Chicago, IL 60609 773-927-4120 773-650-6028 Fax F. INSURANCE REQUIREMENTS —CONSTRUCTION 1.1 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 Agreement, 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, tAl Contractor agrees to amend, supplement or endorse the existing coverage. 1.2 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 Category Class VII (or larger) i Best's Key Rating Guide, unless Manager. 1.3 Coverage Requirements. of A- (or higher) and Financial Size n accordance with the latest edition of otherwise approved by the City's Risk 1.3.1 Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident 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. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, officials, employees and agents. 1.3.2 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 business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 1.3.3 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 the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 1.3.4 Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits 24 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 uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. 1.4 Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement 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 recovery against City, and shall require similar written express waivers and insurance clauses from each of its subContractors. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability (if required), shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. 1.4.3 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. 1.4.4. Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 25 1.5 Additional Agreements Between the Parties. The parties hereby agree to the following: 1.5.1 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. Insurance certificates and endorsement 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. 1.5.2 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 the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's compensation. 1.5.3 Right to Review Subagreements. 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. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. 1.5.4 Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. 1.5.5 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section 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. 1.5.6 Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. 26 1.5.7 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 agreement, 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. 1.5.8 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 Agreement, 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. 1.5.9 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. 1.5.10 Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by the Contractor - 1 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (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, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach 27 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 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 or any or all of them). 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 attorney's 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 the Consultant. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 1. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. SIGNATURES ON NEXT PAGE IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the dates written below. APPROVED AS TO FORM OFFICE OFT E CITY ATTORNEY Date: C. Harp ATTEST: Date: aM4 Leilani I. Brown City Clerk 29 CITY OF NEWPORT BEACH A California Municipal Corporation and City and Charter City Date: Lel 0 By. —4 Keith D. C Mayor MPC CONTAINMENT INT'L., LTD Delaware corporation Y� (Cor orate Officer) Title: CEO/ resident Print Name: Benjamin Beiler Date: (3 By: Financial Of ficer) Title: Vice President Print Name: Robert Miller Date: V6 /6 City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5427 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 57,205.00 being at the rate of $ 10.00 thousand of the Contract price, WHEREAS, the City Council of the City of Newport Beach, State of Califomia, by motion adopted, 'awarded to MPC Containment International LTD, hereinafter designated as the "Principal", a contract for construction of BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT, Contract No. 5027 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 5027 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Westchester Fire 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 Five Million, Seven Hundred Twenty Thousand, Five Hundred and 00/100 Dollars ($5,720,500.00) lawful money of the united States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 30 As a part of the obligation secured hereby, and in addition to the face amount specked in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the. City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28thday of February 2093. 1 ,t F MPC Containment International LTD r' thorizedd Signatur&T'itle (Principal) Westchester Fire Insurance Company Name of Surety Authorize Agent Signature 436 Walnut Street Philadelphia, PA 19106 Address of Surety (215)640-1000 Telephone Judith A. McGoogan, Attorey-in-Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 31 ACKNOWLEDGMENT YYMYYYYYYYYYYYYY YYY YYYIIYYYYYYYYYIYYYYYYYYYYYYYYYYYYYYYYtlY Y11 YlYY YYYYYYYYYYYY YY YMYI Illinois State of California --- County of cook )ss. On 2/28/2013 before me, Jessica Diaz Notary Public, personally appeared Judith A. Mccoogan 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. Illinois 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. e c Sig ature 4 1'!"ivra S Jiti ';c i �i1l/llill� �) osL`S::J�J°o-"u44'Lr,Rmpw"v*1R�tRAd V t94� ■oweassYYYYIYYYYYYYYYYYYMYYY YY YMYYYYYYYYf YYY YYYYYYYY YY tY iYYYYYYYYYYYIIYYY YYYIYYYt OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer. Trustee Power of Attorney CEO/CFOICOO President / Vice -President / Secretary / Treasurer Other: Other Information: 32 Thumbprint of Signer p check mare if no thumbprint or fingerprint Is available. ACKNOWLEDGMENT Y/Y\YYYYYYYIYYYYYYYYYYYY\MYY\YYYYYYYYYYYYYYYY YYYYYYYY YY\YYYYYYYYY\Y\Y\\YY\YYYYI Illinois State of £aiifornia- County of '.0 lk\ ss. On 3 \ t \ %3 before me, Public, personally appeared ... sr.N, S,�'w:,, r Notary proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Illinois 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 OFFICIAL SEAL LAUREN A EARLS NMY OMMISS pN EXP RES 04 301015 (seal) •1111YlYlYY!!\\!Y!!1!!\!!!!!!!\\!Y!Y!!!\!\!!!!\\\\1P11111!!!\II YI!!t!\!a!\!i!\!\\11\M\t OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President! Secretary / Treasurer Other: OtherInformation: 33 Thumbprint of Signer p Check here if no thumbprint or fingerprint is available. City of Newport Beach BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Contract No. 5027 BOND NO K0882972A WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to MPC Containment International LTD, hereinafter designated as the "Principal," a contract for construction of BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT, Contract No. 5027 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 5027 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, Westchester Fire Insurance Company duly authorized- to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Five Million, Seven Hundred Twenty Thousand, Five Hundred and 001700 Dollars ($5,720,500.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves; our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used In, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code With respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, In case suit Is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 34 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 at. seq. of the Civil Code of the State of California, And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Pn ' al and Surety, onthe 28th PC Containment International LTD (Principal) Westchester Fire Insurance Compal Name of Surety 496 Walnut Street Philadelphia, Pa 19106 Address of Surety (215)640-1000 Telephone instrument has been duly executed by the above named Judith A. McGoogan Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 35 ACKNOWLEDGMENT YtttYYYYY/YYYY///tawa//Y/ttttw/////YtYY/Y///Y//Y/YttttYw OY Ya///aaatt ttaa\II/ttt� Illinois State of Calftirrila- County of Cook )SS. On 2/2e/2013 before me, Jessica Diaz Notary Public, personally appeared Judith R. McGoogan proved to on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same In his/hedtheir 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. Illinois I certify under PENALTY OF PERJURY under the laws of the State of Caii#amia that the foregoing paragraph is true and correct. r� 0 Signat re (seal) a ttt//wiaaawwaat•tY�tuwututwaawwwaataaa Y/+//YYwYYwt ///u Yt Yaaaatatu/u uwY� QA7(ONAL 1NF0RMAT10N Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification _ Paper Identification — Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO / CFO / COO President / Vice -President / Secretary / Treasurer Other: Other Information: 36 Thumbprint of Signer Q Check here if no thumbprint or fingerprint is avaitabte. �T Power of W ESTCxE5TEA FIRE INSURANC'A COMPANY Attorney Know all men bptbese presents: That W Cf}F,STERFIRE INSURANCE COMI!ANY,a coryoratjon of ffiv, olnmonw ldi ofPennsylvania pursuant to the following Resolution, adopted by the Bea[d.9fDfrecCors oS dlasdid Company on Decembar I ],;200k, town; "RESOLVED, tW the,[@IIPwiPB <PHsonvromn refa,8mthe exeP`Ws ,for PrWar �Irelf ofNe Canyeny of bPAds, UndwMkmis rBBagnrYah3es,"conisPaP PPAoN« wneen comm Priests if Ne Company mrereJ rnw�ayro!wlr ewutxa[Marnos:imNa a"Wmten CtiPUWtirmnn'T - _. < `.. ;:,. (1) Eachofte ChalMmh; Vm Pressdml oil i4e Vice Prpg4qpa aflhe Compmry is herebyaut4nzed toaxeeotenyWnhen tommmnenlJptBPd on bdsai[at9re Cpmpmy, iordwshe sorb write Compery or othemse, .. (3) FuhdWy apPormed attmaeq-bled eltlw COMpmyl3 hmab).te1W0edr.%.rule mY Wndm Commrtmmnfwr radon behalfo€iha„Com�sr y, order tnseal often Compam asstervnsa.wtra mtlRath?r StKa OCPQnb BPdIPIl26d lty alB afBrlt9f PUWHf9 pYOYrdhd EOrrnywCllrrBRUnP WneplppPllPMbdya4W16¶Pmey-n-faG ° •a.: 1 (a) achoftl(e thea Vioe Pmmddds aC ten Cmtpen>T sherabyatenud. for end on behWFof teCwpeny lP appplM ibwatnayrypersm dor enompy re-Cxs Pftre CPm*y with hill pbwea end &wipe(, m &aura, for end An pte�o(tm Compercq mrdepteseato&teY'ompenY or oterwse, suds Written CoP¢jdmceya gf�he ComPPnY u mry bbspet7fadth sura wnnw eppmntmmbmhr�atiemficbPOP mP)beliy Rene mtrytp wclmapf Wnaen �PrpinTmnmm by spafims on ofoBeor mPrapetoCrdm WMnm �Pmmlimma (e) Each of to ChdmPmy.ta Praroma End Vrrb Ptesrtlen740fffie CdlnpenyWhdeput`mrssd then mW mbehilf oCts Compmry bQeleRem}Posing my otlterotncerpf rhe Compmty are awhonryp azurefor mrd m be eff oft& Compmy order to Comperry'. sorb Protermro: such W nPen Comrmnrrnn of to Corppeny Bare 2pxdiadm such wnnm "issues which spec ficebm may be by gmerW rype Pr clesed WnimR Commrmrmte or pyoro incanon of ore, or more parPeulic wanes Commrtrrarts (5) Then@reNrs4FenYolficmabdrm p'etmrifxaamng mry Wsine t:omnxminn Or`sppoceci is-decepom pmueauw alis RmeTSNoP„Pna 1b'e seA bf to CompahY. may be anlseO bi Ge mdpmaucdr Wnaen Commpncol W wnaePapp oitM1lPnt or tiaucular. `-; c• ., FURTHER aEs6f.vEp. then Are aaego�y RHoluhm shaa nabs GeenrM wye ah axd4rr.esbremenicfYrP Powers ebdautlwnryorodwmr Bf.1NPygP, ePd wr6e? perswn> ro am roma oP senoras to •. CompmR and sgi$A2,idwmsbdl wt ypurq(atemiygyFeonlhe aamaCafary.YsmA powera[siuNwp Ptawrse e¢Iidtyg�redPrCafe!6 ' Does hereby nominate, constitute and appoint Adam3 Canty, lacgaetyn MY Norshom; loin P Harney, Josefuw Rdjq, Jul7th A McOoogan, all of the City of CHICAGQ, Illinois, each individually if there be morethan one named Its nue and lawful adoincy m-fact, to make;. execute, seal.and deliver on its behalf, and as its act and deed any and alf bonds, undertakings, reeogtdzances; connaeis and other writings in the n iturre thereof in piuudltlesttotexcdetlmg Ten mlthonAollars & zero cents ($10,00Q,000Q) and the execution of such wrybilp In pwtsAnce of these presemt shalfbe as binding upon saufCompany,a5 fullyand amply as If they had been duly executed and -acknowledged by the regularly eidclV"d aftices ofthe Compatry at its pnncipal oflTce, IN WITNESS WHEREOF, the said Stephen M Hsney,,Vice-President, has hereanto 8ubse{Ihed his name dud ar[RXEi£tAe Corporate seal of the said W,ESTCHESTER FIRE INSURANCE COMPANY tins ISday itf4ctober.1 W ES'fCHESiE,R,`FRt@ INSU]tANMCOMPANY VMpnesidust COMMONWEALTH OF PENNSYLVANIA COUNTY OF PHILADELPHIA ss THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES E THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. I ACKNOWLEDGMENT ................. .................................... ....................... Mal \\. v �S State of-Caflftnma County of W )Ss. On '� ��� 3 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 he/she/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. Illinois 1 certify tinder 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. OFFICIAL SEAL LAUREN A EARLS NOTARYPUBLIC- STATEF ILLINOIS MY COMMISSION E>cPIRES:04130M5 Signature (seal) .,.............................................................................� OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification _ Credible Witness(es) Capacity of Signer: _ Trustee _ Power of Attorney CEO/CFO/COO President I Vice -President/ Secretary / Treasurer Other: Other Information: 37 Thumbprint of Signer ❑ check here If no thumbprint or fingerprint is available. 01-12-13;08;47AM; Received Jan 11 2013 10=53am ;714-548-0340 # 1/ 1 CITY OF NEWPORT BEACH PUBLIC WORDS DEPARTMENT �--�- ��IFORN �1 ADDENDUM NO. 1 BIG CANYON RESERVOIR OVER REPLACEMENT CONTRACT NO. 5027 DATE: January 10, 2013 BY:edi" .�YY''1/ Deputy PublicWorks Director/City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Proposal Documents — all other conditions shall remain the same, Notice Inviting Bids (Cover Page) — The proposal due date has been extended, Bids for the project are due to the City at 10:00 A.M. on February 5, 2013. 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 paay-ment in my Proposal. 7- Bidder's Name (Please Print) . -,V (It Date CAPC c � — )64M40d&0 ,✓h4 -L. Signature & Title Addendum No.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 BIG CANYON RESERVOIR COVER REPLACEMENT CONTRACT NO. 5027 DATE: January 31, 2013 BY: Deputy PuOkJftrkDirector/City _ Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Proposal Documents -- all other conditions shall remain the same. 1. Notice Inviting Bids (Cover Page) — The proposal due date has been extended. Bids for the project are due to the City at 10:00 A.M. on February 12, 2013. 2, Contract, Page 25, F. Insurance Requirements - Construction -- Delete Paragraphs 1.3.5 Builders Risk Insurance and 1.3.6 Pollution Liability Insurance in their entirety. 3. Special Provisions, Page SP -8, Section 7-15 CONTRACTOR'S LICENSES. Replace Section 7-15 to read: 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor and all Sub - Contractors shall possess an "A" or "C-61" contractor's 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." 4. Special Provisions, Page SP -10, 9-3.1 General, Item No. 3 Chafer Panel — Delete the words "45 -mil" from the paragraph. Page 1 of 4 Addendum No.2 5. Section 01640-2; Par. 3.4.A — Add new sentence to paragraph which reads: "Existing sediment and foreign material accumulated on the reservoir floor shall be disposed of at an approved and permitted off-site facility arranged by the CONTRACTOR." 6. Section 01650-2; Par. 3.1.0 — Add sentence to paragraph which reads: "Bacteriological testing of samples shall be paid by the CONTRACTOR." 7, Section 02778-3; Par. 1A.A.2 — Replace paragraph to read: "Provide the MANUFACTURER's written approval of the FABRICATOR, as meeting the MANUFACTURER's requirements to provide a warrantable installation." 8. Section 02778-5; Par. 1.4.N — Replace entire paragraph to read: "Floor and Sideslope Repair Plan: The CONTRACTOR shall assist the OWNER in assessing the condition of the existing floor and side slope surfaces of the reservoir immediately after the existing floating cover and side slope chafing strip panels are removed. A Floor and Sideslope Repair Plan will be prepared by the OWNER after the condition assessment of the existing floor and side slope is complete. The CONTRACTOR shall provide assistance to the OWNER and in collaboration with the geomembrane MANUFACTURER in identifying areas of the floor and side slope characterized by cracking, settling, protrusions, uneven surfaces, and any other features that do not conform to the CSPE membrane MANUFACTURER's warranty requirements for suitable underlying base conditions, including measurements of width, depth and extents of such phenomena. The CONTRACTOR shall provide assistance to the OWNER in assuring the proposed method of side slope repair indicated in the Floor and Sideslope Repair Plan meets the CSPE membrane cover MANUFACTURER's criteria for suitable and warrantable conditions. Field side slope repairs (if necessary) will be Extra Work and a change order negotiated with the CONTRACTOR per Special Provisions Section 3-3." 9. Section 02778-6; Par. 1.5.1) — Revise the fifth sentence in this paragraph to read: "The INSTALLER shall have successfully completed 'installation of at least five (5) flexible membrane floating covers on separate reservoirs, with at least two (2) of these floating covers using scrim -reinforced CSPE-based materials, with a total installed surface area of at least one (1) million square feet." 10.8ection 02778-7; Par. 1.5.G — Add new subparagraphs four and five which reads: "4. Colorado Lining International (Parker, CO) 5. EC Applications (Orange, CA)" 11. Section 02778-14; Par. 2.2.A6 — Add new sentence located above reinforced material properties table which reads: "See Drawings for CSPE chafer strip (C- 10) and baffles (C-13) material thickness requirement." 12. Drawing C-1 — The drawing scale shown on the upper right hand comer is incorrect. See General Note 3 for accuracy of the reservoir dimensions shown on the drawing. Page 2 of 4 Addendum No.2 13. Drawing C-5, Detail 1/Elevation — Add new note which reads: "Existing chafer strip anchor bar located each side of grill structure between the existing 10" dia. concrete footings. Similar to Detail 6/C-3. Total accumulative length of existing anchor bars is approximately 240 LF at each grill structure." 14_ Drawing C-7, Construction Note 2 — Revise Construction Note 2 to read: "Remove, protect and temporarily store exist 3'x3' & 4'x4' hatches, (typical of 13). Remove and dispose existing float assemblies, (typical of 9 - 3'x3' hatches), See Detail 5/C-8." 15.Drawing C-7, Construction Note 3 — Revise Construction Note 3 to read: "Remove and dispose existing sand tube weights and trough floats, typical within all existing RCTs. See Details 2 and 3/C-8." 16. Drawing C-7, Construction Note 11 - Revise Construction Note 11 to read: "Remove and dispose existing chafing strip (typ for all side slopes). Assist the Owner in inspecting the existing floor and side slopes for damage and assuring the Floor and Sideslope Repair Plan meets the CSPE Manufacturer's criteria for suitable and warrantable conditions per Section 02778." 17.Drawing C-7, Construction Note 16 — Add new Construction Note 16 which reads: "Remove, protect, and temporarily store existing sand tube weights located on top of the existing chafer strip along the upper side slope of the reservoir access ramp from the concrete anchor curb down to the toe of slope. Total length of sand tube weights is approximately 600 LF." 18. Drawing C-8, Detail 3, Subdetail A — "In the callout which begins "Remove and reinstall sand filled tube..."; revise the entire note to read: "Remove and dispose sand filled tube (see plan)," 19. Drawing C-9 — Add new General Note 18 which reads: "Install small diameter cone boot fitting on floating cover above each of four (4) mixer grillages to accommodate the mixer support cable located between the winch (located adjacent to the anchor bar) and the mixer rail cart. See Detail 1/C-5." 20. Drawing C-9 — Add new General Note 19 which reads: "Reinstall existing sand tube weights located on top of the new chafer strip along the upper side slope of the reservoir access ramp from the concrete anchor curb down to the toe of slope.' 21. Drawing C-10, Detail 1 — In the callout which begins "New 36 -mil black/black reinforced CSPE..."; revise the entire note to read: "New 45 -mil black/black reinforced CSPE chafer strip." 22. Drawing C-12, Detail 5 — Revise Note 1 to read: "Field bond entire textured CSPE walkway surface area to floating cover." Delete all references to field seam weld in Detail 5. Page 3 of 4 Addendum No.2 23. Drawing C-12, General Note 7 — Revise the first sentence in General Note 7 to read: "Drain pipe shall be single-wall, flexible, corrugated, perforated HDPE drain pipe." Delete all references to "full length geotextile sleeve. 24. Drawing C-17, Detail 1 — In the callout which begins "Spiralite 2000 EPDM..."; revise the entire note to read: "Re -used 3" spiralite 2000 EPDM suction hose at both new and exist pumps." In the callout which begins "PVC flap check valve..."; revise the entire note to read: "PVC flap check valve, 2" w/ 2"x3" increaser @ new pumps; 3" @ re -used exist pumps." 25. Drawing C-18, Detail F — Add new note 1 which reads: "Note 1. Reinstall existing chafer strip anchor bar located between existing grill structure footings per Detail 4/C-10 (Similar). Reinstall anchor bars at each of the four (4) grill structures. Grill structures do not require temporary removal/lifting in order to reinstall existing chafer strip anchor bars." Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. / M PL do✓1 G�✓I,vYIC4( TO(�d'✓c, �a✓1G!l Bidder's Name (Please Print) r� / A 3 Dat i rt - rv,2 - �A ho� ed Signature & Title Page 4 of 4 Addendum No.2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT CONTRACT NO. C-5027 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Ladies and Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. C-5027 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL PRICE AND UNIT (PRICE WRITTEN IN WORDS) PRICE (FIGURES) Lump Sum Mobilization and Demobilization @ 7kvasaw+c/ Dollars and /(/o Cents $ 265000,0c Per Lump Sum 2. Lump Sum Demolition of Existing Facilities @,,/,A X6,1&,/` d Dollars and /G" Cents $ � 69t 900,60 Per Lump Sum 3. Lump Sum Chafer Panel Giv e M•tt}cvt , 7uc 1 ndret!Nr�� /V,rrc 74c ja.ec% @76t l-vodre4 Dollars and ,f.% Cents Per Lump Sum Flail $ " f OG. dG1 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Floating Cover and Appurtenances Ttitw4e M,III an, SiX (7u�oi✓2c/SLJf�I�� 14, / ��to✓Sc Hr� @ Dollars and /V0 Cents $ }� pcti,vd Per Lump Sum 5. Lump Sum Water Circulation Baffle Ptktl Pvf T�v�su�d @I,'i 6-idead Dollars and /Cy Cents $ ' ; Vo.UD Per Lump Sum 6. Lump Sum Drain Pipe System (jn e (tun itv-ed -Fs -Ptif - @SQ✓en Z6'14(jL1; aaai Dollars and jf /0 Cents $ �y �vvb_OD A/0 Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and OCA Cents Date P= 8W- 621- orL6 F' 773-650-0O2rS Bidder's Telephone and Fax Numbers $ 2O, 556,0 ,Oa Total Price (Figures) �C` c✓1 ihv4eNf 47 125r,16 l awu Lir/ Bidder er's Authorized Signature and Ti 8d 6 5 20 G b 18 34 G„ ��o, IL 6Qb°`� Bidder's License No(s). Bidder's Address and Classification(s) Bidder's email address: z q h M p,� cov - A fIyILI 2M Client#: 118647 t ACORD. LIABILITY' ' 7 3118/2013 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(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(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 endorsement(s). PRODUCER CONTACT MNAME _-iguel A. Perez Ramey Team MZI - E, -- 312 595-6114 ,vc, Ne, Eat : AIC, NPL312 595.6169 Mesirow Insurance Services E-MAIL pe m rez mesirowfinancial.com __ 353 N. Clark Street ADDREss. . _ ... -NAIca Chicago, IL 60654 NsuRE�s)AFFOROING GavErwsE _ WWRERA, Lexington Insurance Company 19437 Nsuaeo - - „,..,e.e a .Commerce 8 Industry Insurance 19410 MPC Containment International, Ltd. 4834 South Oakley Chicago, IL 60609 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMEDABOVE FORTHE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. INSR LTR AODL UBR— TYPE OF INSURANCE IN SR _. POLICYNUMBER POLIppY EFF _...p YE%P — ---- --�—I MAVOO MMIQD7YYYY)"_ LIMPS A GENERAL LIABILITY EG14233971 2122!2012 12722!2013 OCCURRENCE . , „� S 1,000 000 X COMMERf,IAIGENERALLIABILITY EEAACCHH PREMISES EaErrUerca-x300000 CLAIMS -MADE OCCUR MEDEXP(Anyorre Person) ,$25,696 PERSONAL & ADV INJURY x1 000 000 GENERALAGGREGATE $2 000 000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO $2000,000 POLICY JECT LOC $ B AUTOMOBILE LIABILITY 6A1924827 - - - - __12122/2012 12.1221201 EOMBI tlEED1SINGLE LIMIT 11 000r000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNEDSCHEDULED BODILY INJURY ac dent) $ _ AUTOS AUTOS _ X X NON -OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS 11'_er accident $. A UMBRELLA LIAR OCCUR EGU7189860 1212212012 1212212013, EACH OCCURRENCE $510001000 X EXCESS LIAR X CLAIMS- E AGGREGATE ,$5,000000 — ._- DFD RETENTION§ -__ $. C WORKERS COMPENSATION 900320113 111212013 01!12/201 %_ 4 YA r o� AND EMPLOYERS LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE E.I. EACH ACCIDENT x1000000 OFFICEWMEMBER EXCLUDED? N/A (Mandatory In NH) EL DISEASE - EA EMPLOYEE $1,000 000 If ye S, daScdba under DESCRIPTION OF OPERATIONS below EL.DISEASE - POLICY LIMIT $1 000,000 A Contractor's EG14233971 12/2212012 1212212013 $1,000,000 Limit Pollution Liab $25,000 Retention DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, Umore apace is required) Professional Liability: National Union Fire Insurance Policy #02936093 Effective Dates: 1 212 211 2-1 3 $1,000,000 Occurrence/Aggregate (See Attached Descriptions) City of Newport Beach THE SHOULD EXPIRATIONDATEDATTE ABOVE THEREOF,, DESCRIBED NOTTIICEIEWIBLL CANBE CELLED BEFORE DELIVERED N 3300 Newport Boulevard ACCORDANCE WITH THE POLICY PROVISIONS. Newport Beach, CA 92663 AUTHORIZED REPRESENTATIVE p C 1980.2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) 1 o1`2 The ACORD name and logo are registered marks of ACORO #S1309346/M1302583 MZP HOME OFFICE SAN FRANCISCO ANNUAL RATING ENDORSEMENT IT IS AGREED THAT THE CLASSIFICATIONS AND RATES PER $100 OF REMUNERATION APPEARING IN THE CONTINUOUS POLICY ISSUED TO THIS EMPLOYER ARE AMENDED AS SHOWN BELOW. HERE ARE YOUR NEW RATES FOR THE PERIOD INDICATED. IF YOUR NAME OR ADDRESS SHOULD BE CORRECTED OR IF INSURANCE IS NOT NEEDED FOR NEXT YEAR, PLEASE TELL US. IMPORTANT THIS IS NOT A BILL CONTINUOUS POLICY 9003201-13 SEND NO MONEY UNLESS STATEMENT IS ENCLOSED THE RATING PERIOD BEGINS AND ENDS AT 12:01AM PACIFIC STANDARD TIME RATING PERIOD 1-12-13 TO 1-12-14 MPC GROUP DEPOSIT PREMIUM $955.00 4834 S OA=Y AVE MINIMUM PREMIUM $955.00 CHICAGO IL 60609 PREMIUM ADJUSTMENT PERIOD ANNUALLY R NG NAME OF EMPLOYER- MPC GROUP LLC AND/OR M. PUTTERMAN & CO LLC AND/OR MPC CONTAINMENT INTERNATIONAL LLC AND/OR MPC CONTAINMENT SYSTEMS LTD (WHOLLY OWNED SUBSIDIARY OF MPC GROUP LLC) AND/OR MPC CONTAINMENT INTERNATIONAL LTD (WHOLLY OWNED SUBSIDIARY OF MPC GROUP LLC) (COMMON OWNERSHIP) CODE NO. PRINCIPAL WORK AND RATES EFFECTIVE FROM 01-12-13 TO 01-12-14 INTERIM PREMIUM BASE BILLING BASIS RATE RATE - 2576 -1 AWNING, TARP OR CANVAS GOODS 5000 16.66 16.66 MFG.--N.O.C.--SHOP ONLY. ******}•BUREAU NOTE INFORMATION•*•••••• FEIN 362080106 FEIN 204343000 TOTAL ESTIMATED ANNUAL PREMIUM $955 COUNTERSIGNED AND ISSUED AT SAN FRANCISCO JANUARY 15, 2013 POLICY L PAGE 1 OF 3 SCIF FORM 10963A (REV.12012) OVER PLEASE ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION 9003201-13 RENEWAL NG 5-42-58-30 PAGE I HOME OFFICE SAN FRANCISCO EFFECTIVE FEBRUARY 27, 2013 AT 12.01 A.M. ALLEFFECTIVE DATESARE AND EXPIRING JANUARY 12, 2014 AT 12.01 A.M. AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME MPC GROUP 4834 S OAKLEY AVE CHICAGO IL 60609 ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST. CITY OF NEWPORT BEACH WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY, MPC GROUP IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER. IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 03%. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: MARCH 1, 2013 2570 1. F� AUTHORIZED REPRESENTA IVE PRESIDENT AND CEO SCIF FORM 10217 (REV.1-2012) OLD OP 217 EG14233971 12122/12-13 necessary litigation expenses incurred by us in connection with such defense and necessary litigation expenses incurred by the indemnitee at our request Wll be paid as Supplementary Payments. NotWthstanding the provisions of paragraph 2.b.(2) of SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY or paragraph 2.b. (2) of SECTION I - COVERAGES, COVERAGE E - ADDITIONAL POLLUTION LEGAL LIABILITY, such payments wit not be deemed to be damages for bodily injury and property damage and, under Coverage E, environmental damage and will not reduce the limits of insurance. Our obligation to defend an insured's indemnitee and to pay for attorneys' fees and necessary litigation expenses as Supplementary Payments ends when: a. We have used up the applicable limit of insurance in the payment of judgments or settlements; or b. The conditions set forth above, or the terms of the agreement described in paragraph 21. above, are no longer met. SECTION 11 - WHO IS AN INSURED Applicable to Coverages A, B. C and E Blanket Additional Insured equivalent Each of the folloWng is. an insured under Coverages A, B, C and E: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only Wth respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only Wth respect to the conduct of your business. c. A limited liability company; you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your executive officers and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. a. A trust, you are an insured. Your trustees are also insureds, but only Wth respect to their duties as trustees. 2. Each of the following is also an insured: a. Your volunteer workers only while performing duties related to the conduct of your business or your employees, other than either your executive officers (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these employees or volunteer workers are insureds for: (1) Bodily injury or personal and advertising injury: (a) To you, to your partners or members (if you are a partnership or joint. venture), to your members (if you are a limited liability company); (b) For which there is any obligation to share damages Wth or repay someone else vvho must pay damages because of the injury described in paragraphs (1)la) above; or (c) Arising out of his or her providing or failing to provide professional health care services, except as respects any physician, dentist, nurse, emergency medical technician or paramedic who is employed by you to provide such services, provided you are not engaged in the business of providing such. services. 103126 (10/09) Page 23 of 46 C14331 EG14233971 12/22/12-13 (2) Property damage or environmental damage to property: (a) Owned, occupied or used by, (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your employees, volunteer workers, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your employee or volunteer worker) or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only: (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will ..have all your rights and duties under this Policy. e. Any subsidiary, associated, affiliated or allied company or corporation, including subsidiaries thereof, of which you have more than 50% ownership interest as of the inception date of this Policy. 3. Any organization you newly :acquire or form, other than a partnership, joint venture, or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar. insurance available to that organization. However: a. Coverage under this provision is afforded only (a) until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, (b) provided that you give us written notification within 180 days of the date of such acquisition or formation or before the end of the policy period, whichever is earlier, and (c) an additional premium to be charged at our discretion, determined by the rates utilized at policy inception, is paid when due; b. Coverages A and E do not apply to bodily injury, property damage, environmental damage or emergency response costs that occurred before you acquired or formed the organization; and c. Coverage B does not apply to personal and advertising injury arising out of an offense committed before you acquired or formed the organization. 4. Any person or organization, other than a -third party carrier, with:. whom you,. agree because of a written contract, written agreement or permit, but only With respect damage, environmental damage, emergency response costs or personal and a whole or in part, by your acts or omissions or the acts oromissions of those acting .your operations, your work, equipment or premises leased, rented or owned'. by you, distributed or sold in the regular course of a vendor's business, however: As respects vendors, this insurance does not apply to: d to include as an, insured S to bodily injury,°property dvertising injury caused, in on your behalf, arising out of or your products .which are a. Bodily injury, property damage, environmental damage or emergency response costs for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; b. Any express warranty unauthorized by you; 103126 (10/09) Page 24 of 46 C14331 EG14233971 12/22/12-13 c. Any physical or chemical change in the product made intentionally by the vendor; d. Repackaging, except Men unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; g. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor, or h. Bodily injury, property damage, environmental damage or emergency response costs arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in Sub -paragraphs d. or f. above; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. As respects a manager or lessor of premises, a lessor of leased equipment, or a mortgagee, assignee, or receiver, this insurance does not apply to: (a) Any occurrence which takes place after the equipment lease expires or you cease to be a tenant. (b) Structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor of premises, or mortgagee, assignee, or receiver. 5. Any person or organization that has at least a 50% controlling interest in you but only with respect to bodily injury, property damage, environmental damage, emergency response costs or personal and advertising injury caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf, arising out of their financial control of you. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture, or limited liability company unless a current or past partnership, joint venture, or limited liability company is an insured pursuant to paragraphs 1. through 5. above. Applicable to Coverage D Each of the following is an insured under Coverage D: The Named Insured designated in the declarations and any past or present director, officer, partner, member or employee thereof, while acting within the scope of his or her duties as such and any customer with Mom you have agreed in writing to include, prior to a claim being made or loss being incurred with respect to such customer, as an insured for loss arising from your storage, handling, treatment, processing or disposal of their product or waste on any insured property. SECTION III - LIMITS OF INSURANCE AND DEDUCTIBLE 1. The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; 103126 (10/09) Page 25 of 46 C14331 POLICY NUMBER: CA 192-48-27 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 12/22/2012 Countersigned By: Named Insured: M. PUTTERM+W & CO. LLC SCHEDULE Name of Person(s) or Organization(s): WHERE REQUIRED BY CONTRACT OR AGREEMENT. THIS INSURANCE IS PRIMARY AND NON-CONTRIBUTORY AND OR OBLIGATIONS ARE NOT AFFECTED BY ANY OTHER INSURANCE CARRIED BY THE PERSON OR ORGANIZATION TO WHOM THIS COVERAGE APPLIES, WHETHER PRIMARY, EXCESS, CONTINGENT OR ANY OTHER BASIS. & SOUTHERN CALIFORNIA REGIONAL RAIL CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 2 (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. Page 2 of 2 Copyright, Insurance Services Office, Inc., 1998 CA 20 48 02 99 POLICY NUMBER: CA 192-48-27 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective:1212212012 Countersigned By: Named Insured: M. PUTTERMAN ® CO. LLC (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): WHERE REQUIRED BY CONTRACT OR AGREEMENT. THIS INSURANCE IS PRIMARY AND NON-CONTRIBUTORY AND OR OBLIGATIONS ARE NOT AFFECTED BY ANY OTHER INSURANCE CARRIED BY THE PERSON OR ORGANIZATION TO WHOM THIS COVERAGE APPLIES, WHETHER PRIMARY, EXCESS, CONTINGENT OR ANY OTHER BASIS. GRIFFITH C MPANYA}A SOUTHERN CALIFORNIA REGIONAL RAIL AUTHORIT CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 2 (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to the endorsement.! Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. Page 2 of 2 Copyright, Insurance Services Office, Inc., 1998 CA 20 48 02 99 ENDORSEMENT This endorsement, effective 12:01 A.M. 12/22/2012 forms a part of policy No. CA 192-48-27 issued to M. PUTTERMAN & CO. LLC by COMMERCE AND INDUSTRY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recover we have against any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an" accident" or" loss" if, (1) The "accident' or "loss' is due to operations undertaken in accordance with the contract existing between you and such person or organization; and (2) The contract or agreement was entered into prior to any "accident' or "loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovery funds obtained by any injured employee. A THO RIZED REPRESENTATIVE 62897 (6/95) each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the damages or loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Applicable to Coverage D You shall promptly upon our request provide us with copies of all policies potentially applicable to loss covered by Coverage D. If other valid and collectible insurance is available to the insured for loss covered under the terms and conditions of Coverage D, our obligation to the insured shall be as follows: a.. This insurance is primary, and our obligations are not affected unless any of the other insurance is also primary. In that case, we will share with all such other insurance by the method described in Subparagraph b. below. b. If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this 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. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of .insurance of all insurers. 5. Representations By accepting this Policy, you agree: a. The statements in the Declarations and application for this Policy are accurate and complete; b. Those statements are based upon representations you made to us; c- We have issued this Policy in reliance upon your representations; and d. This Policy embodies all agreements existing between the insured and us or any of our agents relating to this insurance. Except with respect to coverage provided by SECTION I - COVERAGES, COVERAGE D - POLLUTION LEGAL LIABILITY, if you unintentionally fail to disclose to us, prior to the inception date, all existing hazardsat the inception date of this Policy, we shall not deny coverage under the applicable Coverage section because of such unintentional failure. 6. Separation of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or suit is brought. Solely with respect to Coverage D, this condition shall not apply to an insured that is a parent, subsidiary or affiliate of you. 7. Transfer of Ri0hts of Recovery Against Others to Us Blanket Waiver of Subrogation, equivalent Applicable to Coverages A, B, C and E i 103126 (10109) Page 31 of 46 CI4331 If the Insured has rights to recover all or part of any payment we have made under this Policy, those rights are transferred to us. The insured'must do nothing after loss to impair them. At our request, the insured will bring spit ortransfer.those rights to us and help us enforce them. Applicable to Coverage In the event of any payment under this Policy, we shall be subrogated to all the insured's rights of recovery therefor against any person or organization and the insured shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights, including without limitation, assignment of the insured's rights against any person ororganization who caused pollution conditions on account of which we made any payment under this Policy. The insured shall do nothing to prejudice our rights under this paragraph subsequent to loss. Any recovery as a result of subrogation proceedings arising out of the payment of loss covered under this Policy shall accrue first to the insured to the extent of any payments in excess of the limit of coverage; then to us to the extent of our payment under the Policy; and then to the Insured to the extent of its Deductible. E-xpenses incurred in such subrogation proceedings shall be apportioned among the interested parties in the recovery in the proportion that each interested party's share in the recovery bears to the total recovery. 8. When We Do Not Renew If we decide not to renew this Policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than sixty (60) days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. 9. Cancellation This Policy may be cancelled by the first Named Insured by surrender thereof to us or any of our authorized agents or by mailing to us written notice stating when thereafter the cancellation shall be effective. This Policy may be cancelled by us only for the reasons stated below by mailing to the first Named Insured at the mailing address shown in the Declarations, written notice stating when not less than sixty (60) days (ten (10) days for nonpayment of premium) thereafter such cancellation shall be effective. Proof of mailing of such notice shall be sufficient proof of notice. a. Material misrepresentation by the insured; It. The insured's failure to comply with the material terms, conditions or contractual obligations under this Policy, including failure to pay any premium or Deductible when due; c. A change in operations at an insured property during the policy period Mich materially increases a risk covered under this Policy. The time of surrender or the effective date and hour of cancellation stated in the notice shall become the end of the policy period. Delivery of such written notice either. by the first Named Insured or by us shall be equivalent to mailing. If the first Named Insured cancels, earned premium shall be computed in accordance with the customary short rate table and procedure. If we cancel, earned premium shall be computed prorate. Premium adjustment may be either at the time cancellation is effected or as soon as practicable after cancellation becomes effective, but payment or tender of unearned premium is not condition of cancellation. The Named Insured first listed in Item 1. of the Declarations shall act on behalf of all other insureds, if any, for the payment or return of premium, receipt and acceptance of any endorsement issued to form a part of this Policy, giving and receiving notice of cancellation or nonrenewal, and the exercise of the rights provided in SECTION V - E%TENDED REPORTING PERIOD - COVERAGE D. 11. Assignment 103126 (10109) Page 32 of 46 C14331 DESCRIPTIONS (Continued from Page 1) $10,000 Deductible Property: Varian Fire Insurance Company Policy #M00279812 Effective Dates: 12/22112-13 Limit on file with Carrier Re: Big Canyon Reservoir Floating Cover Replacement Contract No. 5027 City of Newport Beach and its officers, officials, employees and agents are included as Additional Insured's on a Primary and Non -Contributory basis, if required in a written contract or agreement with the Named insured, as their interest may appear, with respect to General Liability and Automobile Liability. Waiver of Subrogation in favor of the Additional Insured(s), on General Liability,Automobile Liability, and Workers' Compensation applies. Umbrella Liability follows policies forms. Thirty day notice of cancellation is required. SAGITTA 25.3 (2010105) 2 of 2 #S13093481M1302583 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 3/11/13Dept/Contact Received From: Tania Date Completed: 3/12113 _ Sent to: Tania By: Renee _ Company/Person required to have certificate: MPC — M. Putterman & Company Type of contract: All Other 1. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 12/22/12 to 12/22/13 A. INSURANCE COMPANY: Lexington Insurance Conmpe B. AM BEST RATING (A-: VII or greater): A; XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes R No D. LIMITS (Must be $1M or greater): What is limit provided? $1.000,000 / $2,000.400 E. ADDITIONAL INSURED ENDORSEMENT— please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed 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 ❑ No 1. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J_ CAUTIONS (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ NIA ® Yes ❑ No 11. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 12/22/12 to 12/22/13 A. INSURANCE COMPANY: Commerce & Indust Insurance Company B. AM BEST RATING (A-: VII or greater) A; XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & 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 {fF individuaQ (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ NIA ® Yes ❑ No Ili. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 12/22/12 to 12/22/13 A. INSURANCE COMPANY: California State Fund B. AM BEST RATING (A-: VII or greater): Not Rated C. ADMITTED Company (Must be California Admitted): Z Yes El No D. WORKERS' COMPENSATION LIMIT: Statutory Z Yes Ll No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? 0 Yes [I No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: Z N/A El Yes [-I No H. NOTICE OF CANCELLATION: EJ NIA Z Yes 0 No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY 00�1� X N/A El Yes 0 No FIEMMUMMM fflm� HAVE ALL ABOVE REQUIREMENTS BEEN MET? E]Yes El No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: 3/18/13 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _; Self Insured Retention or Deductible greater than $ [I N/A X Yes El No Reason for Risk Management approval/exception/waiver: General Liability Carrier Is non -admitted, needs Risk Managementapproval. 3112/13 Sheri Anderson Approved the Non -Admitted Status. ME= Risk Management * Subject to the terms of the contract. Date PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT PROJECT CONTRACT NO. C-5027 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS 1-3 ABBREVIATIONS 1-3.3 Institutions SECTION 2 SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.3 Submittals 2-5.3.1 General 2-5.3.2 Working Drawings 2-6 WORK TO BE DONE SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 UTILITIES 5-2 PROTECTION SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK i SP -1 SP -1 SP -1 SP -1 SP -2 SP -2 SP -2 SP -2 SP -2 SP -2 .i;& SP -2 SP -2 SP -2 SP -3 SP -3 SP -3 SP -3 SP -3 SP -3 SP -3 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK SP -3 6-1.1 Construction Schedule SP -4 6-7 TIME OF COMPLETION SP -4 6-7.1 General SP -4 6-7.2 Working Day SP -4 6-7A Working Hours SP -4 6-9 LIQUIDATED DAMAGES SP -5 6-11 CONSTRUCTION AND SCHEDULE CONSTRAINTS SP -5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR SP -5 7.1 THE CONTRACTOR'S EQUIPMENT AND SP -5 FACILITIES 7-1.2 Temporary Utility Services SP -5 7-7 COOPERATION AND COLLATERAL WORK SP -6 7-8 WORK SITE MAINTENANCE SP -6 7-8.1 General SP -6 7-8.4 Storage of Equipment and Materials SP -6 7-8.4.2 Storage in Public Streets SP -6 7-8.6 Water Pollution Control SP -6 7-8.6.2 Best Management Practices (BMPs) SP -7 7-8.7 Temporary Light, Power and Water SP -7 7-8.8 Disposal of Flushing Water SP -7 7-9 PROTECTION AND RESTORATION OF EXISTING SP -8 IMPROVEMENTS 7-10 PUBLIC CONVENIENCE AND SAFETY SP -8 7-10.1 Traffic and Access SP -8 7-10.4 Safety SP -8 7-10.4.1 Safety Orders SP -8 7-15 CONTRACTOR'S LICENSES SP -8 7-16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS SP -9 SECTION 8 FACILITIES FOR AGENCY PERSONNEL SP -9 SECTION 9 MEASUREMENT AND PAYMENT SP -9 9-3 PAYMENT SP -9 ii 9-3.1 General SP -9 9-3.2 Partial and Final Payment SP -11 PART 3 ---CONSTRUCTION METHODS SECTION 302 ROADWAY SURFACING SP -11 302-5 ASPHALTIC CONCRETE PAVEMENT SP -11 302-5.1 General SP -11 302-5.10 Reservoir Porous Asphalt SP -11 302-5.11 Reservoir Cement Slurry SP -12 iii This Page Is Intentionally Blank Revised 11-30-2012 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONTRACT NO. C-5027 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W -5340-S); (3) the City's (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 1 ---TERMS DEFINITIONS ABBREVIATIONS UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS. Replace the definition of Engineer: "Engineer— MWH Americas, Inc. 19900 MacArthur Boulevard, Suite 250 Irvine, CA 92612 Attention: Mr. Kandarp R. Patel, P.E. (626) 568-6251 Office (818) 793-3934 Cell (626)568-6101 Fax Owner— See Agency" 1-3 ABBREVIATIONS. 1-3.3 Institutions. Add to the end of this section: "Additional institution abbreviations are indentified within technical specification Section 01070." L.W SECTION 2 ---SCOPE AND CONTROL OF WORK 2-5 PLANS AND SPECIFICATIONS 2-5.3 Submittals. 2-5.3.1 General. Revise the first sentence to read: "Submittals shall be provided, at the Contractor's expense, in accordance with 2-5.3.2, 2-5.3.3, where required by the Plans and technical specification Section 01300. Refer to technical specification Section 01300 for the total number of submittal copies to be submitted." 2-5.3.2 Working Drawings. Revise the second paragraph to read: "Refer to technical specification Section 01300 for the total number of working drawing copies to be submitted." 2-6 WORK TO BE DONE. Add to this section: "Big Canyon Reservoir Floating Cover Replacement Project. The work necessary for completion of this contract consists of replacing the existing floating cover with a new CSPE floating cover and appurtenances. Work includes demolition of existing chafer panel, floating cover and appurtenances, salvage of existing equipment and materials, installation of a 45 mil CSPE chafer panel, 36 mil CSPE vertical baffle, 45 mil CSPE floating cover, cover appurtenances (hatches, vents, floats, sand tube weights), sump pump dewatering assembly, and storm water drainage pipe system. The WORK is located at the City of Newport Beach Big Canyon Reservoir at 3300 Pacific View Drive in Corona Del Mar, California."' 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 SP -2 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(a) 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 new 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 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 S ---UTILITIES 5-2 PROTECTION. Add the following: "In the event that an existing pull box (or cover), electrical control or distribution panel, or other utility structure is damaged by the Work and is not re -useable, the Contractor shall provide and install a replacement of identical type and size at no additional cost to the City." 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: SP -3 "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: "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. See Specification Section 01310 for additional construction schedule requirements. 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." 6.7 TIME OF COMPLETION 6.7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 175 consecutive working days after the date on the Notice to Proceed. 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 Day. 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.° Add the following new Section 6-7.4 Working Hours: "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 SP -4 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 $2,000.00." 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 preplanned continuous sequence so as to minimize the downtime of the potable water reservoir." Add the following new Section 6-11 Construction and Schedule Constraints "6-11 Construction and Schedule Constraints. The project construction and schedule constraints are identified in technical specification Section 01313." 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: "If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor except specifically for flushing and disinfection of the existing reservoir outlet and drain piping, and cleaning, disinfection and final filling of the reservoir structure. Water used for flushing and disinfection of the existing reservoir outlet and drain piping, SP -5 and cleaning, disinfection and final filling of the reservoir structure will be provided by the Agency at no charge to the contractor. The Contractor shall use the five (5) fire hydrants located adjacent to the reservoir perimeter access road. City reserves the right to limit the location, times and rates of drawing of such water. Additional temporary utility requirements are identified in technical specification Section 01510." 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "The Agency may utilize all or part of the existing Site during the entire period of construction for the conduct of the Agency's normal operations. The Contractor shall cooperate and coordinate with the Agency to facilitate the Agency's operations and to minimize interference with the Contractor's operations at the same time. In any event, the Agency shall be allowed access to the Site during the period of construction. City forces will perform all isolation, shut down and initial draining activities of Big Canyon Reservoir facilities as required. The Contractor shall give the City 5 working days notice of the time the Contractor desires the shutdown of Big Canyon Reservoir to begin. Salvaged sump pumps, discharge hoses, and other floating cover material and equipment shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the Utilities Operation Manager, at (949) 644-3011." 7-8 WORK SITE MAINTENANCE 7-8.1 General. Add to this section: "The Contractor's use of the site shall be limited to its construction operations, including on-site storage of materials, on-site fabrication facilities, and field offices." 7-8.4 Storage of Equipment and Materials Section 7-8.4.2 Storage in Public Streets. Delete the first paragraph and add the following: "Equipment and materials shall not be stored in streets, roads, or sidewalk areas for the Big Canyon Reservoir project. The Contractor shall store equipment and materials within the construction limits and staging area designated on the Plans. It is the Contractor's responsibility to obtain any additional storage area required for equipment and materials in excess of the area designated within the construction limits. The Contractor shall restore all storage or lay down areas to its pre -construction condition." 7-8.6 Water Pollution Control. Add to this section; "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at 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." Add the following new Section 7-8.7 Temporary Light, Power and Water "7-8.7 Temporary Light, Power and Water. The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. Refer to Section 7-1.2 Temporary Utility Services if the Contractor elects to use City water." Add the following new Section 7-8.8 Disposal of Flushing Water "7-8.8 Disposal of Cleaning Water. The Contractor will be required to clean the reservoir structure and reservoir outlet and drain pipelines with water to remove dirt and debris as specified in technical specification Section 01650. The Contractor is required to discharge this water into the existing storm drain facility or to a natural drainage channel. The Contractor will need to coordinate this disposal of water with the City Newport Beach in order to schedule the cleaning as well as confirm that the storm water facility has adequate capacity to handle the proposed flow rate. All costs for the disposal of the flushing water shall be borne by the Contractor." SP -7 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Delete the second sentence and add the following: "The Contractor shall repair or replace all existing improvements within the reservoir project site which are not designated for removal (e.g., concrete curb, reservoir liner, inlet pipe, mixer grillage, control and distribution panels, access road, fences, structures, etc.) which are damaged or removed as a result of its operations. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension." Add to this section: "The reservoir floor consists of a 3 -inch layer of porous asphalt with a 1 ''Y2" cement slurry topping slab. This pavement is not designed as structural pavement. Several areas of the floor have a moist clay subgrade. Heavy machinery and large trucks may damage the floor, and are therefore not permitted within the reservoir except only on the access ramp located at the east side of the reservoir. See the Plans for vehicle load restrictions. Contractor shall repair any damaged areas of the reservoir pavement liner resulting from contractor's operations during the construction period. Porous asphalt and cement slurry topping slab repairs shall be performed in accordance with Section 302-5.10 and 5.11." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) published by Building News, Inc." 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 new 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. Additionally, the floating cover installer shall have a C-61 contractor's license. RM 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 construction progresses. A separate set of drawings shall be maintained for this purpose. On this set, mark every project condition, location, configuration, and any other change or deviation that have been made with approval from the Engineer and which may differ from the Contract Drawings at the time of award. These drawings shall be maintained up to -date during the progress of the work. Notes shall identify relevant Change Orders by number and date. Use red ink for alterations and notes. Supplement the as -built drawings by any detailed sketches as necessary or as directed, in order to fully indicate the work as actually constructed. As -built drawings shall be accessible to the ENGINEER during the construction period. Information submitted by the CONTRACTOR will be assumed to be correct, and the CONTRACTOR shall be responsible for the accuracy of such information. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. Final payment will not be acted upon until the as -built drawings have been completed and delivered to the ENGINEER. 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 8 ---FACILITIES FOR AGENCY PERSONNEL No facilities will be required for the City personnel. 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, supplies, materials, tools, and equipment and performing all work, including restoring all existing improvements to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidentals appurtenant to the items of work not separately listed shall be included in the prices shown for the other related items of work. No separate payment will be made for any item that is not specifically set forth in the proposal, and all costs therefor shall be included in the prices named in the Proposal for various appurtenant items of work. The following items of work pertain to the bid items included within the Proposal: SP -9 Item No. 1 Mobilization and Demobilization: Payment for Mobilization and Demobilization will be made at the lump sum price named in the Proposal under Item No. 1, which price shall include providing bonds, insurance and financing, establishing a field office, preparing the BMP Plan and construction schedule, 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, and providing any required documentation as noted in these Special Provisions. Payment shall be made according to the schedule of payments stated in the technical specification Section 01505. Item No. 2 Demolition of Existing Facilities: Payment for Demolition of Existing Facilities will be made at the lump sum price named in the Proposal under Item No. 2, which price shall include demolition, removal, haul, disposal/salvage and/or temporary removal/storage of existing batten bar anchorage system, 60 -mil floating cover and appurtenances, RCT sand tube weights, trough floats, hatches, vents, float assemblies, sump pumps and power/control cables, 3" dia. discharge hose, vacuum valve, 60 -mil chafing strip, remove/existing stockpiled RPP rollstock, protection of existing reservoir structures facilities from damage (mixers, grillage, inlet pipe and supports, etc.), repairs to existing structures as necessary, submittal of floor and sideslope condition assessment and repair plan, dispose of demolition material in an approved disposal site, material recycling, all in conformance with the Contract Documents. Item No. 3 Chafer Panel: Payment for Chafer Panel will be made at the lump sum price named in the Proposal under Item No. 3, which price shall include cleaning of existing reservoir side slope, procurement and fabrication of 45 -mil CSPE chafer panel materials, installation of chafer panel (including field joint seaming and trimming), doubler material, chafer connection at reservoir penetrations, re- installation of upper and lower chafer attachment in proper sequence, testing, all in conformance with the Contract Documents. Item No. 4 Floating Cover and Appurtenances: Payment for Floating Cover and Appurtenances will be made at the lump sum price named in the Proposal under Item No. 4, which price shall include reservoir floating cover system, re -installation of existing batten bar anchorage system, floating cover appurtenances (hatches, air vents, vacuum vents, rainwater collection troughs, pleated trough fitting, sand tube weights, drain pipe riser, polyester rope attachment, float assemblies, doublers, air baffle, water level indicator), dewatering sump pump system (sump pump float assembly, aluminum plate, HDPE tank, ballast, salvaged 3" EPDM suction hose, new/salvaged sump pump and associated power/control cables, salvaged hose connections, PVC pipe, check valve) cable connections, rainwater run-off enhancement weights, non-interference zone and spot weight, textured walkway, field joint seam and cover material testing, inflation test, reservoir disinfection and filling, work site cleanup, final restoration, as -built drawings and all other Big Canyon Reservoir work not included in Items 1-3 and Items 5-6, all in conformance with the Contract Documents. Item No. 5 Water Circulation Baffle: Payment for Water Circulation Baffle will be made at the lump sum price named in the Proposal under Item No. 5, which price shall include 36 -mil vertical cover baffle system, baffle sand tube weight, baffle float and attachment tab, baffle cutout at inlet pipe, grommet and rope connection, all in conformance with the Contract Documents. Item No. 6 Drain Pipe System: Payment for Drain Pipe System will be made at the lump sum price named in the Proposal under Item No. 6, which price shall include 6" dia. PVC pipe, PVC manifold, fittings, custom fabricated AWWA C-900 bend fittings, gasketed and solvent welded socket joints, connections, new/existing pipe support/anchors and clamps, discharge hose connection, cleanout, protective coating, testing, connection to existing 4" dia. PVC pipes, all in conformance with the Contract Documents. 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 3 CONSTRUCTION METHODS SECTION 302 ---ROADWAY SURFACING 302-5 ASPHALTIC CONCRETE PAVEMENT 302-5.1 General. Add to this section: "The asphalt concrete (A.C.) material used for repair of existing reservoir access road shall be III -C3 -AR -4000. The A.C. material used for repair of existing reservoir liner shall be grade AR -8000 as listed in Section 203 of the Standard Specifications for Public Works Construction." 302-5.10 Reservoir Porous Asphalt. Any damage caused by the Contractor to the existing porous asphalt lining shall be patched and repaired at the Contractor's expense. In addition, the OWNER may direct the Contractor to implement repairs to existing damaged sections of the porous asphalt lining prior to installing the reservoir cover. Extra Work will be negotiated with the Contractor in accordance with Section 3-3 Extra Work in the Special Provisions. The existing porous asphalt will need to be patched and repaired in those areas designated by the City. The hydraulic porous asphaltic paving shall consist of a hot mixture design of mineral aggregate and asphaltic binder with an asphalt percentage between 5 and 7.5 percent, placed directly on the existing reservoir SP -11 surface. No prime coat or seal coat shall be used. The paving shall be placed in a single course measuring 2 inches in thickness after compaction. The mineral aggregate shall conform to the following grading requirements: Sieve Percent Size Passing % inch 100 1/ inch 80-85 No. 4 20-35 No. 8 12-23 No. 30 5-12 No. 100 2-5 No. 200 0-3 The asphalt lining shall be grade AR -8000 as listed in Section 203 of the Standard specifications for Public Works Construction. This porous asphalt mix shall also be used to repair the AC pavement on the interior reservoir ramp and road located on the eastern section of the reservoir. A 4 -inch layer of porous asphalt shall be used for these sections. The access ramp and road is approximately 15 -feet wide. 302-5.11 Reservoir Cement Slurry. Any damage caused by the Contractor to the existing cement slurry lining, located on top of the porous asphalt, shall be patched and repaired at the Contractor's expense. In addition, the OWNER may direct the Contractor to implement repairs to existing damaged sections of the cement slurry lining prior to installing the reservoir cover. Extra Work will be negotiated with the Contractor in accordance with Section 3-3 Extra Work in the Special Provisions. The contractor shall use a 2,500 psi pump cement slurry mix to repair the existing reservoir cement slurry top slab located on the reservoir floor. The mix shall consist of 6.5 sack slurry of Portland Cement per ASTM C-150 standards, Fly ash class F per ASTM C-618. Slump shall be 4 inches +/- 1 inch. W/C ratio shall be 0.66. Max size of aggregate shall be 3/8 inch. Mix Design shall be Robertson's RS250-P43 or equal. Mix design shall be submitted to the engineer for approval. Contractor shall install the approved pumped slurry mix to achieve a finished dry thickness of 1.5 inches in a single lift. The cement slurry shall be placed in square/rectangular sections covering the repair areas identified by the Agency on the reservoir bottom. The surface shall be smooth and finished with a steel trowel. Concrete shall be cured and kept moist using polyethylene film. F:\Users\PBW\Shared%Conhacts\MASTERS\CONTRACT AND SPECS LATEST VERSIONWASTER —SPECS -SSR Revised Version 2-06-2012.doc SP -12 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS Sections DIVISION 01 - GENERAL REQUIREMENTS Pages 01010 Summary of Work ........ ................................... _.... ............. 01010-1 - 01010-3 01060 Safety and Regulatory Requirements ................................ 01060-1 - 01060-11 01070 Abbreviations of Institutions ............................................... 01070-1 - 01070-4 01090 Reference Standards........................................................ 01090-1 - 01090-2 01300 Contractor Submittals........................................................ 01300-1 - 01300-11 01310 Bar Chart Construction Schedule ...................................... 01310-1 - 01310-4 01313 Construction and Schedule Constraints 01313-1 - 01313-3 01400 Quality Control.................................................................. 01400-1 - 01400-6 01505 Mobilization....................................................................... 01505-1 - 01505-2 01510 Temporary Utilities............................................................ 01510-1 - 01510-3 01520 Security............................................................................. 01520-1 - 01520-1 01532 Site Condition Surveys ...................................................... 01532-1 - 01532-1 01550 Site Access and Storage ................................................... 01550-1 - 01550-2 01560 Temporary Environmental Controls ................................... 01560-1 - 01560-1 01590 Field Office, Equipment, and Services ............................... 01590-1 - 01590-3 01600 Products, Materials, Equipment, and Substitutions............ 01600-1 - 01600-4 01640 Demolition.............................................................. 01640-1 - 01640-2 01650 Disinfection of Reservoir Structure .................................... 01650-1 - 01650-3 01660 Startup ........................ --- .................................. --- ..... 01660-1 - 01660-4 01700 Project Closeout ......... ........ -....................................... ...... 01700-1 - 01700-2 DIVISION 02 - SITEWORK 02140 Dewatering........................................................................ 02140-1 - 02140-2 02597 PVC Pressure Pipe, Rubber Joints. ............................. -- 02597-1 - 02597-5 02778 Flexible Membrane Floating Cover .................................... 02778-1 - 02778-35 DIVISION 03 - CONCRETE 03315 Grout................................................................................. 03315-1 - 03315-9 DIVISION 05 - METALS 05500 Miscellaneous Metalwork...05500-1 05500-7 09800 Protective Coatings........................................................... 09800-1 - 09800-10 DIVISION 11 - EQUIPMENT 11000 Equipment General Provisions .......................................... 11000-1 - 11000-7 1302012 CONTRACTDOCUMENTS TABLE OF • 10500406 — BIG CANYON RES FLOATING• •' 11100 Pumps, General................................................................ 11148 Submersible Non -Clog Pumps .......................................... DIVISION 15 - MECHANICAL 15000 Piping, General................................................................. 15006 Pipe Supports................................................................... 15060 PVC Pressure Pipe........................................................... 15570 Gravity Ventilators DIVISION 17 - INSTRUMENTATION 17107 Level Detection Switches..... 11100-1 11100-6 11148-1 11148-7 15000-1 - 15000-7 15006-1 - 15006-4 15060-1 - 15060-3 15570-1 - 15570-3 17107-1 - 17107-2 1302012 • DOCUMENTS TABLE OF • 10500406 — BIG CANYON RES FLOATINGCOVER SECTION 01010 - SUMMARY OF WORK PART 1 -- GENERAL 1.1 THE REQUIREMENT A. The WORK to be performed under this Contract shall consist of furnishing plant, tools, equipment, materials, supplies, and manufactured articles, and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no increase in cost to the OWNER. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Refer to the Special Provisions, 2-6 Work to be Done. 1.3 CONTRACT METHOD A. The WORK hereunder will be constructed under a single lump -sum contract. 1.4 CONTRACTOR USE OF SITE A. The CONTRACTOR's use of the Site shall be limited to its construction operations, including on -Site storage of materials, on -Site fabrication facilities, and field offices. 1.5 OWNER USE OF THE SITE A. The OWNER may utilize all or part of the existing Site during the entire period of construction for the conduct of the OWNER's normal operations. The CONTRACTOR shall cooperate and coordinate with the OWNER to facilitate the OWNER's operations and to minimize interference with the CONTRACTOR's operations at the same time. In any event, the OWNER shall be allowed access to the Site during the period of construction. 1.6 PROJECT MEETINGS A. Preconstruction Conference Prior to the commencement of WORK at the Site, a preconstruction conference will be held at a time and place as described in the Standard Special Provisions 2-1.4. The conference shall be attended by the CONTRACTOR'S Project Manager, its superintendent, and its subcontractors as the CONTRACTOR deems appropriate. Other attendees will be: a. OWNER. b. Representatives of OWNER. c. Governmental representatives as appropriate. MWH-10112012 SUMMARY OF WORK 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01010 -1 d. Others as requested by CONTRACTOR, OWNER, or ENGINEER. 2. The CONTRACTOR shall bring the preconstruction conference submittals in accordance with Section 01300 - Contractor Submittals. 3. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The complete agenda will be furnished to the CONTRACTOR prior to the meeting date. However, the CONTRACTOR should be prepared to discuss all of the items listed below. a. The WORK. b. Status of CONTRACTOR's insurance and bonds. c. CONTRACTOR's tentative schedules. d. Transmittal, review, and distribution of CONTRACTOR's submittals. e. Processing applications for payment. Maintaining record documents. g. Critical work sequencing. h. Field decisions and Change Orders. Use of Site, office and storage areas, security, housekeeping, and OWNER's needs. Major equipment deliveries and priorities. k. CONTRACTOR's assignments for safety and first aid. Daily Report Form which the ENGINEER will furnish. m. Submittal Transmittal Form which the ENGINEER will furnish. 4. The ENGINEER will preside at the preconstruction conference and will arrange for keeping and distributing the minutes to all persons in attendance. 5. The CONTRACTOR and its subcontractors should plan on the conference taking up to three (3) hours. The conference will cover the items listed in paragraphs 2 and 3, and on reviewing the Drawings and Specifications, in extensive detail, with the ENGINEER and the OWNER. B. Progress Meetings The ENGINEER will schedule and hold regular weekly progress meetings and at other times as requested by CONTRACTOR or as required by progress of the WORK. Progress meetings shall be located at a time and place convenient to both the AGENCY and CONTRACTOR. The CONTRACTOR, ENGINEER, and all subcontractors active on the Site shall attend each meeting. CONTRACTOR may at its discretion request attendance by representatives of its suppliers, manufacturers, and other subcontractors. MWH-10112012 SUMMARY OF WORK 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01010 -2 2. The ENGINEER will preside at the progress meetings and will arrange for keeping and distributing the minutes. The purpose of the meetings is to review the progress of the WORK, maintain coordination of efforts, discuss changes in scheduling, and resolve other problems which may develop. During each meeting, the CONTRACTOR shall present any issues that may impact its progress with a view to resolve these issues expeditiously. To the maximum extent practicable, the CONTRACTOR shall advise the ENGINEER at least 24 hours in advance of the progress meeting regarding items the CONTRACTOR wishes to have added to the agenda. 3. Persons designated by the CONTRACTOR to attend and participate in project meetings shall have the authority to commit the CONTRACTOR to the resolution of problems as agreed upon in the progress meetings. 4. Subcontractors, materials suppliers, and others may be invited to attend project meetings when their aspects of the work are involved, but the CONTRACTOR shall remain wholly responsible for its obligations under the Contract. C. Other Meetings From time to time as dictated by the construction progress and concerns, the ENGINEER may call separate meetings for discussion of specific topics. The CONTRACTOR's authorized representative is required to attend these meeting as requested by the ENGINEER. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED) - END OF SECTION - MWH-10112012 SUMMARY OF WORK 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01010 -3 This Page Is Intentionally Blank PART1--GENERAL 1.1 THE REQUIREMENTS A. The work of this Section includes the minimum CONTRACTOR safety, health and emergency response requirements during the construction of the project. The CONTRACTOR shall develop and implement a detailed Site Safety and Health Plan (SSHP) which incorporates an Injury and Illness Prevention Program (IIPP). The CONTRACTOR may include additional details and requirements as he deems necessary. The CONTRACTOR is responsible for coordinating safety activities. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 01560 Temporary Environmental Controls B. Section 02140 Dewatering 1.3 REGULATORY REQUIREMENTS A. The citation or listing of specific laws, ordinances, or regulations in this and other sections of the specifications is not a complete inventory of the laws, ordinances, or regulations that apply to those engaged or employed on the work, materials used in the work, the conduct of the work, or the safety and protection of persons, property, and the environment. These citations shall not limit or diminish the CONTRACTOR's responsibility to keep fully informed of and observe and comply with laws, regulations, ordinances, codes, orders, rules, standards, or decrees of public bodies having jurisdiction. B. In the event a law, regulation, ordinance, code, order, rule, standard, or decree conflicts with a requirement of the Contract, the CONTRACTOR shall make a written request for direction from the ENGINEER. C. The CONTRACTOR's SSHP shall be in compliance with the following applicable regulations and publications: OSHA Standards a. 29 CFR 1910 (Occupational Safety and Health Standards) b. 29 CFR 1926 (Safety and Health Regulations for Construction). c. US EPA "Standard Operating Safety Guidelines," November 1984. fllmnn' •t1 A. The responsibility for the implementation and enforcement of the CONTRACTOR's SSHP lies with the CONTRACTOR, and the on-site Health and Safety Specialist. The CONTRACTOR shall take all necessary precautions for the safety of, and provide the necessary protection to prevent damage, injury or loss to: All employees on the work site and other persons who may be affected thereby. MWH-11302012 SAFETY AND REGULATORY REQUIREMENTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01060 -1 Z All materials or equipment to be incorporated in the work, whether on- or off-site. 3. Other property at or adjacent to the work site. 1.5 DEFINITIONS A. The Following definitions shall be used throughout this SSHP: On-site Personnel - The AUTHORITY and designated representatives, and CONTRACTOR personnel. 2. CONTRACTOR Personnel - Includes CONTRACTOR employees and his representatives, subcontractor personnel and representatives. 3. Visitor - All others, except the on-site personnel. 4. Health and Safety Specialist (HSS) - The HSS shall serve as the CONTRACTOR's on-site health and safety representative (see Paragraph 3.3 for description of qualifications and duties). 5. Industrial Hygienist (IH) - The IH is the professional specifically trained in industrial hygiene. For this project, the IH shall be certified by the American Industrial Hygiene Association (AIHA) and will be retained or employed by the CONTRACTOR. The IH is qualified to also serve as the HSS. 6. Security Officer - The CONTRACTOR employee responsible for maintaining site security. Physician - A licensed physician with experience in the practice of occupational medicine, provided by the CONTRACTOR. 1.6 CONTRACTOR SUBMITTALS A. The CONTRACTOR shall submit a detailed SSHP and IIPP in accordance with Section 01300, "Contractor Submittals", at least 15 days prior to construction, covering all WORK and CONTRACTOR and subcontractor employees. B. Upon request of the ENGINEER, the CONTRACTOR shall submit documentation on the implementation of the SSHP. C. Permits: The CONTRACTOR shall submit copies of permits required by regulatory authorities and shall retain copies of the permits at the site. D. The CONTRACTOR shall submit copies of the Material Safety Data Sheets (MSDS) prior to bringing hazardous materials on-site. E. The CONTRACTOR shall submit a copy of the manufacturers installation guidelines, including the recommended method of seam welding, a list of chemicals used to the ENGINEER for review and approval. The CONTRACTOR shall also provide an evaluation of potential hazardous vapors that may be generated during seam welding. F. The CONTRACTOR shall submit a Certificate of Competency for each crane operator working under this contract per CAL -OSHA regulations, Section 5006.1 of the General Industry Safety Orders prior to the start of construction or work. pop, 1 1. • i • i I.I 1.7 PUBLIC SAFETY A. Whenever the CONTRACTOR's operations create a road condition hazardous to the public, flagmen shall be furnished as necessary to give adequate warning to the public of the hazard. 1.8 AIR QUALITY A. The CONTRACTOR shall perform the work in accordance with the requirements of all federal, state, and local regulatory agencies including: South Coast Air Quality Management District (SCAQMD) 2. California Air Resources Board (GARB) B. Refer to the DUST CONTROL article in this section for additional requirements. 1.9 SAFETY, HEATH, AND PROTECTION A. The CONTRACTOR shall comply with safety standards established within the CAL - OSHA CCR Construction Safety Orders (CSO), General Industry Safety Orders (GISO), and Electrical Safety Orders (ESO) that are applicable to the work. The CONTRACTOR shall have a complete copy of the CSO, GISO, and ESO at the work site. B. A copy of the CONTRACTOR's IIPP and Code of Safe Practices, prepared in accordance with CCR Title 8 shall be kept at the site. Upon request the IIPP shall be made available to the ENGINEER for review. 1. The CONTRACTOR shall revise the IIPP and Code of Safe Practices during the work as often as necessary to fit the operations and possible hazards. C. The CONTRACTOR shall submit a copy of the manufacturers' installation guidelines, including the recommended method of seam welding and a list of chemicals used, to the ENGINEER for review and approval. If the CONTRACTOR is using heat welding the CONTRACTOR shall provide an evaluation of potential hazardous vapors that may be generated during the process. This evaluation shall be incorporated into the Site Safety Plan and the Injury and Illness Prevention Plan (IIPP). If chemicals are used during seam welding, the CONTRACTOR shall review MSDS and shall provide the workers with suitable personal protective equipment (PPE) including respirators with cartridges appropriate for use (if required in MSDS) with the chemical/fumes and gloves. D. The CONTRACTOR shall ensure the safety of OWNER employees. OWNER's employees will not be permitted to enter unsafe places for the purpose of making inspections except where an inspection is required to determine if previously detected unsafe conditions have been corrected. Where work is required to be inspected by the ENGINEER and the inspection is not performed due to the existence of an unsafe condition, the work shall be subject to rejection, or the work may be suspended. E. The CONTRACTOR shall be responsible for preventing health hazards arising from work-related activities of its employees. F. When possible, the CONTRACTOR shall notify the ENGINEER in advance of safety inspections by CAL -OSHA or other governmental safety agencies. The ENGINEER will attend safety inspections when notice is given sufficiently in advance for the ENGINEER to be present. When the ENGINEER is not present during a safety inspection, the MWH-11302012 SAFETY AND REGULATORY REQUIREMENTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01060 -3 CONTRACTOR shall immediately report to the ENGINEER that a safety inspection has taken place and shall advise the ENGINEER of violations, citations, or salient events arising from the inspection and of the CONTRACTOR's abatement actions. G. The CONTRACTOR shall ensure the availability of emergency medical services to workers on the site: Appropriately Trained Personnel: The CONTRACTOR shall ensure that a suitable number of appropriately trained personnel are available to render first aid. The names of these persons shall be made available to the ENGINEER upon request. 2. First Aid Kit: The CONTRACTOR shall provide and maintain adequate first aid kits for the use of all persons employed on the work. The first aid supplies shall be in accordance with CCR Title 8 as a minimum. H. Head Protection: All persons shall be required to wear ANSI -standard hard-hats while at the worksite in accordance with CAL -OSHA CCR Construction Safety Orders and General Industry Safety Orders. I. Weather Conditions: The CONTRACTOR shall provide the workers safety and compliance training including and protect the employees from the extreme weather conditions including heat that may occur during construction. J. The CONTRACTOR shall comply with the Safe Drinking Water and Toxic Enforcement Act of 1986, also known as Proposition 65. K. Warning Garments: All persons shall be required to wear orange or fluorescent colored warning garments such as vests, jackets, or shirts. Rainwear, when worn, shall be orange, strong yellow -green, or yellow. 10 VENTILATION A. Ventilation and control of oxygen -deficient atmospheres, dusts, fumes, mists, vapors, and gases shall be in accordance with the CSO, and GISO and all other applicable laws, ordinances, and regulations. 1.11 DUST CONTROL A. The CONTRACTOR shall implement the Best Available Control Measures (BACM) listed in Table 1 of the South Coast Air Quality Management District Rule 403. The rule and tables are available for the CONTRACTOR's review at www.agmd.gov. B. The CONTRACTOR shall provide effective measures to prevent operations from producing dust in amounts damaging to personnel, property, plant operations, plants, or animals, and to prevent causing a nuisance to persons living or occupying buildings in the vicinity. C. Areas used by the CONTRACTOR for construction roads or other purposes in connection with the work shall be sprayed with water or given an approved dust inhibiting surface treatment to avoid production of dust. This surface condition shall be continuously maintained during the entire construction period. The CONTRACTOR's construction facilities shall be operated in a manner ensuring minimum dust production. i //�I. i •` i i i.I 1.12 ENVIRONMENTAL PROTECTION A. Hazardous Materials Storage: Hazardous materials, including paint and adhesives, shall be stored in covered, leak proof containers when not in use, away from storm drains and heavy traffic areas, and shall be protected from rainfall infiltration. Hazardous materials shall be stored separate from non -hazardous materials, on a surface that prevents spills from permeating the ground surface, and in an area secure from unauthorized entry at all times. Incompatible materials shall be stored separately from each other. B. The CONTRACTOR shall be responsible for proper handling, packaging, transporting and disposal of all hazardous waste brought on site or generated on site through incidental use, including but not limited to aerosol spray cans, empty vehicle fluid and cleaning cans. 1.13 SURFACE AND STORMWATER CONTROL A. Surface and storm water that enters the CONTRACTOR's work area shall be controlled, treated, and disposed in a lawful manner. B. Timing of site preparation and other work will consider the rainy season and make provisions for storm events during the construction period to the greatest extent possible. C. The CONTRACTOR shall comply with all litter and pollution laws. D. The discharge of any substance in concentration toxic to human, animal, plant or aquatic life is prohibited. E. The CONTRACTOR shall not create a nuisance or pollution as defined in Section 13050 of the California Water Code. The CONTRACTOR shall not cause a violation of any applicable water quality standard for receiving waters adopted by the Regional Board or the State Water Resources Control Board, as required by the Clean Water Act. F. The CONTRACTOR shall implement appropriate BMPs to eliminate unauthorized non - storm water discharges from the construction site storm water run-off. 1.14 PERMITS A. The CONTRACTOR shall obtain and comply with the provisions of any permits required and shall include the costs for compliance in the price entered in the CONTRACTOR's Proposal Form. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION 3.1 ACCIDENT PREVENTION AND REPORTING A. Accident Prevention Administration: The CONTRACTOR health and safety specialist shall be responsible for implementation of an accident prevention plan. The CONTRACTOR's SSHP shall include the following provisions: 1. All CONTRACTOR personnel shall attend a site-specific safety training course that has been prepared by the CONTRACTOR industrial hygienist. MWH-11302012 SAFETY AND REGULATORY REQUIREMENTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01060 -5 2. The health and safety specialist shall be responsible for maintaining a clean job site free from hazards and providing safe access and egress from the site. Physical barriers delineating a work site will be used for limiting access to hazardous and restricted zones. 3. Emergency phone numbers shall be posted at the active job site for the Fire Department, ambulance service, and the nearest emergency medical clinic/hospital. A diagram indicating the fastest route to the clinic/hospital shall also be posted. The health and safety specialist shall be the lead person in all emergency situations. 4. A daily safety meeting shall be conducted to discuss pertinent site safety topics at the beginning of each shift, whenever new CONTRACTOR personnel arrive at the job site and as site conditions change. These meetings shall be conducted by the health and safety specialist. B. Should an accident occur, health and safety specialist shall immediately notify the AUTHORITY, complete an accident report form and investigate the cause. Any recommended hazard control measures must be discussed and approved by the industrial hygienist. The CONTRACTOR shall be responsible to record and report any chemical exposures or occupational injuries and illnesses in accordance with OSHA and AUTHORITY requirements. C. The CONTRACTOR shall report in writing to the ENGINEER on or before the 10th of each month stating: The number and character of all accidents during the previous month that resulted in loss of work time. 2. The total workforce employed on the Contract during the previous calendar month. 3. Other information that maybe required by the ENGINEER relating to project injuries or accidents. D. Accidents or incidents that cause property damage or personal injury shall be reported to the ENGINEER in writing as soon as possible, but in every case no less than 24 hours after the incident. 3.2 ACTIVITY HAZARD ANALYSIS A. The potential hazards of each site activity and the control measures that shall be implemented to minimize or eliminate them shall be thoroughly assessed by the CONTRACTOR industrial hygienist. As a part of or as a supplement to the CONTRACTOR's SSHP, an activity hazard analysis shall be prepared for each phase of site work. 3.3 CONTRACTOR PERSONNEL AND QUALIFICATIONS A. Implementation of the CONTRACTOR's SSHP shall be accomplished through an integrated effort of the following CONTRACTOR personnel: project engineer, and the health and safety specialist. Superintendent. The Superintendent is responsible to assure that the goals of the Project are attained in a manner consistent with the CONTRACTOR's SSHP requirements. He will coordinate with the health and safety specialist to assure that the project goals are completed in a manner consistent with the CONTRACTOR's MWH-11302012 SAFETY AND REGULATORY REQUIREMENTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01060 -6 SSHP. The Superintendent shall be the primary CONTRACTOR contact with the AUTHORITY. Health and Safety Specialist (HSS). The HSS shall be on-site at all times during regulated waste management work activities, and is responsible for the implementation of the CONTRACTOR's SSHP. He has the responsibility and authority to halt or modify any working condition, or remove personnel from the site if he considers conditions to be unsafe. The HSS will be the main contact in any onsite emergency situation; he will direct all field activities involved with safety within the regulated waste management area. He is responsible for assuring that all on- site personnel understand and comply with all safety requirements pertaining to regulated waste assessmentlmanagement activities. 3. Qualifications. The HSS will have a working knowledge of state and federal occupational safety and health regulations and formal training in occupational safety and health. This individual's name and applicable work experience shall be submitted prior to the submittal of the CONTRACTOR's SSHP. The HSS shall be certified in First Aid and CPR. These certifications shall be kept current for the duration of the project. 4. Field Staff. Field staff, responsible for regulated waste management. Both CONTRACTOR and subcontractor personnel are responsible for understanding and complying with all requirements of the CONTRACTOR's SSHP. Field staff shall be instructed during each daily safety meeting to bring all perceived unsafe site conditions to the attention of the HSS. 3.4 PERSONAL PROTECTIVE EQUIPMENT A. Personal protective equipment may be required during the course of work at the Big Canyon Reservoir. Selection shall be based primarily on hazard assessment data and work task requirements. The CONTRACTOR shall determine what U.S. EPA level of protection shall be mandated. The CONTRACTOR shall provide CONTRACTOR personnel involved in regulated waste assessment and management with appropriate personal safety equipment and protective clothing, and shall ensure that all safety equipment and protective clothing is kept clean and well maintained. The CONTRACTOR shall maintain an inventory of Level D personal protective equipment for two governmental personnel, and up to two site visitors per day. The provision for upgrade to Level C protection is allowed in the event that atmospheric monitoring during site activities (such as air inflation of cover membrane) indicates unexpectedly high levels of toxic air contaminants. If atmospheric monitoring indicates that Level C protection will be required, the HSS shall assure that all personnel in the exclusion and contamination reduction zones don the appropriate equipment. The HSS shall also promptly notify the Superintendent, IH, and the AUTHORITY. B. Confined Space Entry Protocol: The CONTRACTOR shall develop confined space entry protocol, in accordance with Cal -OSHA requirements, to be used for cleaning activities that may require personnel to enter confined spaces. (e.g., below an air inflated floating cover). The CONTRACTOR shall develop a pre -entry checklist and assure that the appropriate extraction equipment (as well as protective clothing, respiratory protection, and air monitoring equipment) is used. Air monitoring shall be conducted for oxygen content, and explosive or toxic atmospheres. See Standard Specification Section 7-10.4.4 Confined Spaces for additional requirements. A�. • + • t !.r C. Respirator Selection and Fit Test: Prior to the start of the site work, the HSS or the IH is responsible to assist in the selection and fit testing of air purifying respirators that may be used if Level C protection is required by CONTRACTOR personnel. All respiratory equipment usage shall be in compliance with the requirements of the OSHA Respiratory Protection Standard (29 CFR 1910.134). The HSS shall maintain documentation of the size, brand and model number of air purifying respirator with which each site worker has achieved a successful face seal fit. D. Cartridges/filters, when used, shall be changed daily or upon breakthrough, whichever occurs first. A procedure for assuring periodic cleaning, maintenance and change out of cartridges/filter shall be provided by the CONTRACTOR and addressed in the written respiratory protection program. 3.5 OCCUPATIONAL HEALTH MONITORING A. Hazard assessment is essential for determination of hazard control measures that must be implemented during site activities; it involves characterization of the chemical, physical and other safety hazards at the site. Hazard assessment must be conducted as an ongoing process. The CONTRACTOR is responsible for developing the hazard assessment. Area Survey. The HSS shall conduct a survey, prior to initiation of site activities to locate any hazards and to determine appropriate control measures. Hazards may include underground utilities, traffic, or overhead power lines. 2. Air Monitoring. The main objective of atmospheric monitoring is to assess the potential inhalation hazard to site personnel. Data obtained can also be used to assess the potential of detectable off-site releases of contaminants. CONTRACTOR air monitoring shall be conducted for oxygen content, and explosive or toxic atmospheres. 3. Heat Stress Monitoring. The stress of working in a hot environment can cause a variety of illnesses including heat exhaustion or heat stroke; the latter can be fatal. Use of personal protective equipment can significantly increase heat stress. To reduce or prevent heat stress the CONTRACTOR shall, as required, implement a schedule of rest periods and controlled beverage consumption to replace body fluids and salts. The CONTRACTOR's SSHP shall describe the monitoring methods, when ambient temperatures exceed 70 degrees F. that will be employed to assess the potential for employee heat stress. a. Personnel shall be trained to recognize the symptoms of heat stress and appropriate action to take upon recognition. Even though physiological monitoring is not always necessary, it is essential that personnel understand the significance of heat stress and its recognition. The CONTRACTOR should refer to the paragraph on heat stress in the NIOSH/OSHNUSCG/EPA document, -occupational Safety and Health Guidance Manual for Hazardous Waste Site Activities; published by the U.S. Department of Health and Human Services in October 1985. 4. Noise Monitoring. The CONTRACTOR shall develop procedures to comply with OSHA hearing Conservation Standard (29 CFR 1910.95). MWH-11302012 SAFETY AND REGULATORY REQUIREMENTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01060 -8 3.6 SITE CONTROL A. Site control requires the establishment of a regulated area, designated work zones, an evacuation protocol, and site security. 1. Regulated Area(s). To minimize the transfer of potential hazardous substances from the site where regulated waste management is in effect and contamination control procedures are needed. The CONTRACTOR shall discuss the following methods in the CONTRACTOR's SSHP: establishment of site work zones (exclusion, contamination reduction, support) and personnel/equipment decontamination. The CONTRACTOR's SSHP shall include provisions for the following: a. Setting physical barriers to exclude unnecessary personnel from the general area (Site security). b. Minimizing the number of personnel on-site consistent with effective operations. c. Establishing work zones around each tank work area. The CONTRACTOR shall describe the establishment of both Level D and Level C work zones. d. Establishing control points to regulate access to work zones. e. Implementing appropriate decontamination procedures. f. Using the "buddy system" and maintaining communication or visual contact between team members at all times. B. Emergency Protocol: The CONTRACTOR's SSHP shall address the following topics: 1. Development of evacuation routes from each work area. 2. Development of a signal system that informs site personnel that work area evacuation is necessary. 3. Assurance that the appropriate communication device(s) are present at the project site for general and emergency use. 3.7 GENERAL SITE SAFETY REQUIREMENTS A. The CONTRACTOR's SSHP shall describe prudent site safety guidelines, including the following: 1. Ignition of flammable materials in the work zone is forbidden; equipment shall be bonded and grounded, spark proof and explosion resistant, as appropriate. 2. Personnel shall work using the "buddy system" at all times. 3. Hazard assessment is a continual process; personnel must be aware of their surroundings and constantly be aware of the chemical/physical hazards that are present. 4. Personnel in the exclusion zone shall be the minimum number necessary to perform work tasks in a safe and efficient manner. MWH-11302012 SAFETY AND REGULATORY REQUIREMENTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01060 -9 5. Team members will be familiar with the physical characteristics of each investigation site, including wind direction, site access, location of communication devices, and safety equipment. 3.8 CONTRACTOR'S SSHP DOCUMENTATION A. The CONTRACTOR shall maintain logs and records. B. CONTRACTOR's SSHP implementation. Documentation, at minimum, shall include: 1. Training log documentation of the 40 hours and three day initial training. 2. Daily tailgate safety meeting forms. 3. Copies of Medical Certificates for site personnel. 4. Records of all occupational illnesses and injuries associated with the project. A daily record of all first aid treatments not otherwise recordable shall be maintained on prescribed forms and furnished to the AUTHORITY upon request. 5. Air monitoring, sampling, and analysis forms and reports. 6. Weekly Report. Prepared by the HSS. This report shall discuss the range of work accomplished during the week, incidence of protective equipment non -usage (when required), disregard of the buddy system, violations of the general site safety requirements stated in Paragraph 3.7, instances of job-related injuries and illnesses, any personnel monitoring results, and any other pertinent information. 3.9 EMERGENCY RESPONSE AND CONTINGENCY PROCEDURES A. The CONTRACTOR shall develop an emergency response and contingency plan for onsite emergencies as specified in 29 CFR 191 0.120(1). This plan shall be described in the SSHP. The emergency response and contingency plan for on-site emergencies should address at a minimum: 1. Pre -emergency planning. 2. Personnel roles, lines of authority, training and communication. 3. Emergency recognition and prevention. 4. Safe distances and places of refuge. 5. Site security and control. 6. Evacuation routes and procedures. 7. Decontamination. 8. Emergency medical treatment and first aid. 9. Emergency alerting and response procedure. 10. Critique of response and follow-up. i ii•/• • .I I • i i•i i 11. Personal protective equipment and emergency equipment. - END OF SECTION - 1 1 t •' • sly This Page Is Intentionally Blank s I I I __- s • � 1 •�^� PART 1 -- GENERAL 1.1 GENERAL A. Wherever in these Specifications references are made to the standards, specifications, or other published data of the various international, national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of the Specifications, the following acronyms or abbreviations which may appear shall have the meanings indicated herein. AA Aluminum Association AAMA American Architectural Manufacturers Association AAN American Association of Nurserymen, Inc. AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ABMA American Bearing Manufacturer's Association — ABMA ACGIH American Conference of Governmental Industrial Hygienists ACI American Concrete Institute AF&PA American Forest and Paper Association AGA American Gas Association AGCA Associated General Contractors of America AGMA American Gear Manufacturers Association AHA American Hardboard Association AHAM Association of Home Appliance Manufacturers Al The Asphalt Institute AIA American Institute of Architects AIHA American Industrial Hygiene Association AIIM Association for Information and Image Management AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMA Acoustical Material Association AMCA Air Movement and Control Association International, Inc ANS American Nuclear Society ANSI American National Standards Institute, Inc. AOAC Association of Official Agricultural Chemists APA The Engineered Wood Association API American Petroleum Institute APWA American Public Works Association ARI Air -Conditioning and Refrigeration Institute ASA Acoustical Society of America ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASNT American Society of Nondestructive Testing ASQ American Society for Quality ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWCI American Wire Cloth Institute 10 112012 ABBREVIATIONSOF • AWI Architectural Woodwork Institute AWPA American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BBC Basic Building Code, Building Officials and Code Administrators International BHMA Builders Hardware Manufacturer's Association BNI Buiding News Bookstore CABO Council of American Building Officials Cal/OSHA California Department of Industrial Relations, Division of Occupational Safety Caltrans California Department of Transportation CARB California Air Resources Board CCR California Code of Regulations CDA Copper Development Association CDHS California Department of Health and Services Office of Drinking Water CEMA Conveyors Equipment Manufacturer's Association CFR Code of Federal Regulations GGA Compressed Gas Association CHI The Chlorine Institute CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturer's Institute CLPCA California Lathing and Plastering Contractors Association CMAA Crane Manufacturers Association of America -Material Handling Industry of America COE Corps of Engineers CPSC Consumer Product Safety Commission CRA California Redwood Association CRSI Concrete Reinforcing Steel Institute CS Commercial Standard (U.S. Department of Commerce) DCDMA Diamond Core Drilling Manufacturer's Association DHI Door and Hardware Institute DIPRA Ductile Iron Pipe Research Association DOSH Division of Occupational Safety and Health (see Cal/OSHA) DSOD Division of Safety of Dams, State of California Department of Water Resources EI Energy Institute EIA Electronic Industries Alliance EPA Environmental Protection Agency ETL Electrical Test Laboratories FCC Federal Communications Commission FC] Fluid Controls Institute FEMA Federal Emergency Management Association FHWA Federal Highway Administration FM Factory Mutual System FPL Forest Products Laboratory FS Federal Specifications HI Hydronics Institute, Hydraulic Institute HSWA Federal Hazardous and Solid Waste Amendments IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials IBC International Building Code ICC International Code Council i Ii N 11 lJCX4! •' i ICER Insulated Cable Engineers Association ICCEC Electrical Code ICC -ES International Code Council Evaluation Service IEEE Institute of Electrical and Electronics Engineers IESNA Illuminating Engineering Society of North America IFC International Fire Code IFGC International Fuel Gas Code IMC International Mechanical Code IME Institute of Makers of Explosives IPC International Plumbing Code, Association Connecting Electronic Industries IRC International Residential Code ISA Instrument Society of America ISDI Insulated Steel Door Institute ISEA Industrial Safety Equipment Association ISO International Organization for Standardization ITE Institute of Traffic Engineers ITU -T Telecommunications Standardization Sector of the International Telecommunications Union LPI Lightning Protection Institute LRQA Lloyd's Register Quality Assurance MBMA Metal Building Manufacturer's Association MIL Military Standards (DOD) MPTA Mechanical Power Transmission Association MSS Manufacturers Standardization Society NAAMM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers DASMA Door and Access Systems Manufacturers Association International NAPF National Association of Pipe Fabricators NBBPVI National Board of Boiler and Pressure Vessel Inspectors NCCLS National Committee for Clinical Laboratory Standards NCMA National Concrete Masonry Association NEC National Electrical Code NECA National Electrical Contractors Association NEMA National Electrical Manufacturer's Association NETA International Electrical Testing Association NFPA National Fire Protection Association or National Fluid Power Association NISO National Information Standards Organization NIST National Institute of Standards and Technology NLGI National Lubricating Grease Institute NRCA National Roofing Contractors Association NSF National Sanitation Foundation NWWDA National Wood Window and Door Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association PCI Precast/Prestressed Concrete institute PPI Plastic Pipe Institute PS Product Standard of NBS (U.S. Department of Commerce) RCRA Resource Conservation and Recovery Act RIS Redwood Inspection Service, a division of the California Redwood Association, CRA RMA Rubber Manufacturers Association RVIA Recreational Vehicle Industry Association RWMA Resistance Welder Manufacturer's Association RWQCB Regional Water Quality Control Board ABBREVIATIONSOF s 10500406 — BIG CANYON RES FLOATING• 01070 SAE Society of Automotive Engineers SCAQMD South Coast Air Quality Management District SDI Steel Door Institute, Steel Deck Institute SJI Steel Joist Institute SMA Screen Manufacturers Association SMACNA Sheet Metal and Air Conditioning Contractors National Association SPFA Steel Plate Fabricator's Association SPIB Southern Pine Inspection Bureau SSBC Southern Standard Building Code, Southern Building Code Congress SSPC Society for Protective Coating SSPWC Standard Specifications for Public Works Construction STLE Society of Tribologists and Lubricating Engineers TAPPI Technical Association of the Worldwide Pulp, Paper, and Converting Industry TFI The Fertilizer Institute TIA Telecommunications Industries Association TPI Truss Plate Institute UBC Uniform Building Code UBC Uniform Building Code and Standards (see ICBG) UL Underwriters Laboratories, Inc. UMC Uniform Mechanical Code UPC Uniform Plumbing Code WCLIB West Coast Lumber Inspection Bureau WDMA National Window and Door Manufacturers Association WEF Water Environment Federation WI Woodwork Institute WRI Wire Reinforcement Institute, Inc. WWPA Western Wood Products Association PART 2 -- PRODUCTS (NOT USED) PART S -- EXECUTION (NOT USED) - END OF SECTION - 11101410 HI -• •' i I I I PART 1 -- GENERAL 1.1 GENERAL A. Titles of Sections and Paragraphs: Titles and subtitles accompanying specification sections and paragraphs are for convenience and reference only and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is indicated, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Contract is advertised for Bids shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth in the Specifications or shown on the Drawings will be waived because of any provision of or omission from said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific WORK is to be assigned to specialists or expert entities who must be engaged to perform that WORK. Such assignments shall be recognized as special requirements over which the CONTRACTOR has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the WORK; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of WORK is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of Contract requirements remains with the CONTRACTOR. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. The CONTRACTOR shall construct the WORK in accordance with the Contract Documents and the referenced portions of those referenced codes, standards, and specifications. B. In case of conflict between codes, reference standards, drawings, and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the ENGINEER for clarification and direction prior to ordering or providing any materials or furnishing labor. The CONTRACTOR shall bid for the most stringent requirements. C. References to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. D. References to "OSHA Standards" shall mean Title 29, Part 1914, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. E. Applicable Standard Specifications: References in the Contract Documents to "Standard Specifications" shall mean the Standard Specifications referenced in the ,MWH-10112012 REFERENCE STANDARDS Special Provisions: Standard Specifications for Public Works Construction (2009 Edition), including supplements. F. Applicable Safety Standards: References to "Cal -OSHA" shall mean State of California, Department of Industrial Relations, Construction Safety Orders, as amended to date, and all changes and amendments thereto. 1.3 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The CONTRACTOR shall be responsible that all WORK included in the Contract Documents, regardless if indicated or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other federal, state, and local regulations governing the storage and conveyance of hazardous materials, including petroleum products. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED) - END OF SECTION - MWH-10112012 REFERENCE STANDARDS SECTION 01300 - CONTRACTOR SUBMITTALS PARTI--GENERAL 1.1 GENERAL A. Wherever submittals are required by the Contract Documents, submit them to the OWNER. B. Within 10 Days after the date of commencement as stated in the Notice to Proceed, submit the following items for review: 1. Submittal Log a. Submit a preliminary schedule of Shop Drawings, Samples, and proposed Substitutes ("or equal") submittals listed in the Bid. b. Base the schedule of submittals on CONTRACTOR's priority, planned construction sequence and schedule, long -lead items, and size of submittal package. c. Allow time for resubmittals. 2. Submit a list of permits and licenses the CONTRACTOR shall obtain, indicating the agency required to grant the permit and the expected date of submittal for the permit and required date for receipt of the permit. C. Three copies of the updated submittal log shall be submitted with each monthly schedule update. D. The ENGINEER's approval of submittals shall not relieve the CONTRACTOR of the entire responsibility for the correctness of the work covered by the submittal. The CONTRACTOR shall assume all responsibility for misfits and deficient work due to errors in the submittals. 1.2 PRECONSTRUCTION CONFERENCE SUBMITTALS A. At the preconstruction conference described in Section 01010 — Summary of Work, submit the following items to the ENGINEER for review: 1. a revised schedule of Shop Drawings, Samples, and proposed Substitution ("or -equal") submittals listed in the Bid; 2. a list of permits and licenses the CONTRACTOR shall obtain, indicating the agency required to grant the permit, the expected date of submittal for the permit, and required date for receipt of the permit; 3. and a project overview bar chart in accordance with Section 01310 — Bar Chart Construction Schedule. MWH-11302012 CONTRACTOR SUBMITTALS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01300 -1 1.3 DEFINITIONS A. Or-Equal—Whenever material or equipment is indicated in these specifications by stating names of proprietary items or of particular suppliers, the naming of the item is intended to establish the type, function, and quality required. The CONTRACTOR may select any of these named items for use on the project, When the name is followed by the words `or -equal," it indicates that a substitution may be submitted for approval. An "or -equal" item serves the same function; has the same dimensions, appearance, quality, terms of warranty, durability, reliability, cost in service and maintenance; and complies with the same codes and standards as the named item. Further, its substitution will have no effect on project details, cost, and program. B. Substitution—The use of an "or equal' item of material or equipment that meets contract requirements. C. Change or Deviation—The use of an alternative item of material or equipment that does not meet the contract requirements. In this section, the same procedure shall be followed to obtain approval as for substitutions. On the letter of transmittal, substitutions, changes, and deviations are noted as variations. 1.4 SHOP DRAWINGS A. Submittals required by the Contract Documents shall be in accordance with this section unless otherwise specified. Submittals not in accordance with this section and the Contract Documents will be returned to the CONTRACTOR as unsatisfactory. B. Shop Drawings may include detail design calculations, shop -prepared drawings, fabrication and installation drawings, erection drawings, lists, graphs, catalog sheets, data sheets, and similar items. C. Whenever the CONTRACTOR is required to submit design calculations as part of a submittal, such calculations shall bear the signature and seal of an engineer registered in the appropriate branch and in the state wherein the Project is located, unless otherwise indicated. D. Transmittal Form 1. Shop Drawing submittals shall be accompanied by a standard submittal transmittal form. E. Organization 1. Use a single submittal transmittal form for each technical specification Section or item or class of material or equipment for which a submittal is required. 2. A single submittal covering multiple Sections will not be accepted, unless the primary specification references other Sections for components: For example, if a pump Section references other Sections for the motor, shop- MWH-11302012 CONTRACTOR SUBMITTALS 10500406 – BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01300 -2 applied protective coating, anchor bolts, local control panel, and variable frequency drive, a single submittal would be accepted, whereas a single submittal covering vertical turbine pumps and horizontal split -case pumps would not be accepted. 3. On the transmittal form, index the components of the submittal and insert tabs in the submittal to match the components. 4. Relate the submittal components to specification paragraph and subparagraph, Drawing number, detail number, schedule title, room number, or building name, as applicable. 5. Unless otherwise indicated, match terminology and equipment names and numbers used in the submittals with those used in the Contract Documents. Number of Copies Required Each Submittal: Unless otherwise specified, the CONTRACTOR shall furnish six (6) copies of each submittal. Each copy of the submittal shall have the letter of transmittal attached to it. 2. Working Drawings: Three full-size, 36 inches by 24 inches, direct prints of each original drawing shall be submitted for approval before manufacture or fabrication of the respective articles. 3. Catalog sheets, brochures, and other printed sheets: Six (6) copies shall be submitted. 4. Other Data: When the specifications require the submission of certifications, mill test reports, or purchase orders, a minimum of three (3) copies shall be submitted to the ENGINEER, unless otherwise specified. G. Format 1. Minimum sheet size shall be 8-112 inches by 11 inches, and maximum sheet size shall be 24 inches by 36 inches. 2. Number every page in a submittal in sequence. 3. Collate and staple or bind, as appropriate, each copy of a submittal; the ENGINEER will not collate sheets or copies. 4. Where product data from a manufacturer is submitted, clearly mark which model is proposed, with complete pertinent data capacities, dimensions, clearances, diagrams, controls, connections, anchorage, and supports. 5. Present a sufficient level of detail for assessment of compliance with the Contract Documents, 6. The letter of transmittal for each submittal shall show the transmittal number, date of transmittal, project title, construction contract number, specifications i ii, LCXGJ• •• • ` ' I !i section or drawing number to which the submittal pertains, brief description of the material or equipment submitted, and the company name or the originator of the submittal. Material descriptions shall include the following: type, size, trade name, manufacturer's/supplier's name, and other appropriate summarizing information. Submittal letters for shop drawing descriptions shall include the complete list of drawings/sheet numbers that are included in the submittal package. Each letter of transmittal shall be clearly marked to indicate the cases when the material is being submitted as a variation. 7. Numbering a. Assign to each submittal a unique number. b. Number the submittals sequentially, with the submittal numbers clearly noted on the transmittal. c. Assign original submittals a numeric submittal number followed by a letter of the alphabet in order to distinguish between the original submittal and each resubmittal: For example, if submittal "25-A" requires a resubmittal, the first resubmittal will bear the designation "25-13" and the second resubmittal will bear the designation "25-C," and so on. 8. Product Data: Product data shall be annotated or highlighted to show the particular items and options that are proposed for use in the work. 9. Drawings a. Drawing shall be submitted in complete sets together with required data so that sufficient information will be available for a thorough evaluation. b. Each CONTRACTOR's drawing shall include as minimum identification for checking: 1) CONTRACTOR's name 2) Project name 3) Applicable subcontractor's name, if any 4) Preparer's name 5) Submittal number 6) Drawing number and date 7) The contract and specification number 8) Reference contract drawing number 9) Drawing title and appropriate subtitles MWH-11302012 CONTRACTOR SUBMITTALS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01300 -4 c. Drawings shall have sufficient blank spaces for making corrections and for the ENGINEER's review stamp. The minimum blank space for stamping shall be a 3 -inch square located at the lower right corner above the title block. Drawings submitted without sufficient information or sufficient spaces for making corrections and stamping will be returned without approval. Printed material such as catalog sheets, brochures, or other printed sheets may be submitted in place of drawings, provided that the printed material fully describes the manufactured articles to be installed. If in the opinion of the ENGINEER the printed material does not adequately describe the item, the printed material will be rejected and a shop drawing shall be submitted. e. Substitution of tabular computer printouts for layout drawings will not be acceptable; however, the CONTRACTOR may submit computer printouts along with the mandatory drawings. CAD drawings are acceptable for submittal. H. Disorganized submittals that do not meet the requirements of the Contract Documents will be returned without review. ENGINEER's Review Except as otherwise indicated, the ENGINEER will return prints of each submittal to the CONTRACTOR with comments noted thereon, within 15 working days following receipt by the ENGINEER. 2. It is considered reasonable that the CONTRACTOR shall make a complete and acceptable submittal to the ENGINEER by the first resubmittal on an item. 3. The OWNER reserves the right to withhold monies due to the CONTRACTOR to cover additional costs of the ENGINEER's review beyond the first resubmittal. 4. The ENGINEER'S maximum review period for each submittal or resubmittal will be 15 working days; thus, for a submittal that requires 2 resubmittals before it is complete, the maximum review period could be 30 working days. J. If a submittal is returned to the CONTRACTOR marked "NO EXCEPTIONS TAKEN," formal revision and resubmission will not be required and two (2) copies will be returned to the Contractor. K. If a submittal is returned marked "MAKE CORRECTIONS NOTED," two (2) copies will be returned to the CONTRACTOR and the CONTRACTOR shall make the corrections on the submittal, but formal revision and resubmission will not be required. L. Resubmittals MW H-11302012 CONTRACTOR SUBMITTALS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01300 -5 If a submittal is returned marked "AMEND -RESUBMIT', one (1) copy of the submittal will be returned to the CONTRACTOR and the CONTRACTOR shall revise the submittal and resubmit the required number of copies. Resubmittal of portions of multi -page or multi -drawing submittals will not be accepted: For example, if a Shop Drawing submittal consisting of 10 drawings contains one drawing noted as "AMEND -RESUBMIT," the submittal as a whole is deemed "AMEND -RESUBMIT," and 10 drawings are required to be resubmitted. 3. Every change from a submittal to a resubmittal or from a resubmittal to a subsequent resubmittal shall be identified and flagged on the resubmittal. M. Rejected Submittals If a submittal is returned marked 'REJECTED -RESUBMIT," it shall mean either that the proposed material or product does not satisfy the specification, the submittal is so incomplete that it cannot be reviewed, or is a substitution request not submitted in accordance with Section 01600 — Products, Materials, Equipment, and Substitutions. 2. In the first 2 cases, the CONTRACTOR shall prepare a new submittal and shall submit the required number of copies. 3. In the latter case, the CONTRACTOR shall submit the substitution request according to the requirements of Section 01600 — Products, Materials, Equipment, and Substitutions. 4. The resubmittal of rejected portions of a previous submittal will not be accepted. N. The fabrication of an item may commence only after the ENGINEER has reviewed the pertinent submittals and returned copies to the CONTRACTOR marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." O. Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as changes to the contract requirements. P. Review by CONTRACTOR Submittals shall be carefully reviewed by an authorized representative of the CONTRACTOR prior to submission to the ENGINEER. 2. Each submittal shall be dated and signed by the CONTRACTOR as being correct and in strict conformance with the Contract Documents. 3. In the case of Shop Drawings, each sheet shall be so dated and signed. 4. Any deviations from the Contract Documents shall be noted on the transmittal sheet. Deviations that are not conspicuously marked on both the MWH-11302012 CONTRACTOR SUBMITTALS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01300 -6 letter of transmittal and the corresponding drawing or data will be deemed to have been disapproved by the ENGINEER or not reviewed by the ENGINEER. 5. The ENGINEER will only review submittals that have been so verified by the CONTRACTOR. 6. Non -verified submittals will be returned to the CONTRACTOR without action taken by the ENGINEER, and any delays caused thereby shall be the total responsibility of the CONTRACTOR. Q. Conformance Corrections or comments made on the CONTRACTOR's Shop Drawings during review shall not relieve the CONTRACTOR from compliance with Contract Drawings and Specifications. 2. Review is for conformance to the design concept and general compliance with the Contract Documents only. 3. The CONTRACTOR shall be responsible for confirming and correlating quantities and dimensions, fabrication processes and techniques, coordinating WORK with the trades, and satisfactory and safe performance of the WORK. 1.5 REVIEW SCHEDULE A. The sequencing and scheduling of submittals shall be in accordance with the priority established in the approved construction schedule. Submittals that affect the critical path and near -critical path work items and large equipment submittals shall be scheduled to provide the greatest amount of float possible. Submittals shall be made far enough in advance of scheduled dates of installation to provide the time for reviews, for securing necessary approvals, for possible revision and resubmittal, and for placing orders and securing delivery. 2. When delay is caused by the need for resubmission of submittals, the CONTRACTOR will not be entitled to damages or extension of time on account of the delay. 1.6 SUBMITTAL LOG A. The CONTRACTOR shall prepare and maintain an accurate submittal log for the duration of the project. The log shall contain a listing of submittals and shall include the following information for each listed item: Specification section reference 2. Projected submission date MWH-11302012 CONTRACTOR SUBMITTALS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01300 -7 3. Actual submission date 4. Projected need date for approval of the submittal 5. Actual return date from the ENGINEER 6. Notation of the ENGINEER's response 7. Notation if resubmittal or record copy is required 1.7 RECORD COPIES A. Within 30 working days after approval of shop, assembly, or layout drawings, 1 full-size direct copy shall be forwarded to the ENGINEER. This copy shall be submitted on bond paper material with clear and legible lettering and delineation. 2. Record copies of approved drawings shall be clean, legible without the use of magnification, and capable of producing copies that are comparable in quality to the original. Drawings which do not meet these criteria will not be accepted by the OWNER. Any record drawing not accepted by the OWNER must be revised and resubmitted until it is acceptable to the OWNER. 1.8 SAMPLES A. Quantity The CONTRACTOR shall submit the number of samples indicated by the Specifications. 2. If the number is not indicated, submit not less than three (3) samples. 3. Where the quantity of each sample is not indicated, submit such quantity as necessary for proper examination and testing by the methods indicated. B. Identification and Distribution Individually and indelibly label or tag each sample, indicating the salient physical characteristics and the manufacturer's name. 2. Upon acceptance by the ENGINEER, one set of the samples will be stamped and dated by the ENGINEER and returned to the CONTRACTOR, one set of samples will be retained by the ENGINEER, and one set shall remain at the Site in the ENGINEER's field office until completion of the WORK. C. The CONTRACTOR shall schedule sample submittals such that: The Contract Times will not be extended for the CONTRACTOR's failure to allow enough review and approval time or failure to submit complete or approvable samples. MWH-11302012 CONTRACTOR SUBMITTALS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01300 -8 1.9 TECHNICAL MANUAL A. The CONTRACTOR shall submit technical operation and maintenance information for each item of mechanical, electrical, and instrumentation equipment in an organized manner in the Technical Manual. B. The manual shall be written such that it can be used and understood by the OWNER's operation and maintenance staff. C. Format 1. Bind each Technical Manual in standard size 3 -ring hardcover binders, labeled on the spine and cover with Project name, OWNER's project number, Specification Section number, equipment name, and equipment identification number 2. Each Binder shall contain its own detailed table of contents at the front, plus a summary level table of contents information for the other binders in a multi - binder set. 3. Documents in binders shall be 3 -hole punched, with no text punched out, and pages larger than 8-112 by 11 shall be folded to 8-1t2 by 11 size. 4. Provide a CD with electronic files with each final set of Technical Manuals, as follows: a. Project -specific files created in Microsoft Office; b. AutoCAD; c. Adobe Acrobat portable document format (PDF) or other software required by the Specifications; and, d. Manufacturer literature in Adobe Acrobat portable document format (PDF). D. Review Process 1. Furnish 3 draft Technical Manuals for each Specification Section that requires a manual. 2. The ENGINEER will retain one copy, will forward one copy to the OWNER, and will return one copy to the CONTRACTOR with review comments. 3. Incorporate comments into the draft and submit five (5) identical copies of the final manual for acceptance. E. Schedule F. Submittal and Corrections MWH-11302012 CONTRACTOR SUBMITTALS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01300 -9 Except as otherwise indicated, submit the manuals in final form to the ENGINEER not later than the 75 percent of construction completion Time. 2. Discrepancies found by the ENGINEER shall be corrected within 30 Days from the Date of written notification by the ENGINEER. G. Manuals that are incomplete or unacceptable at the schedule criterion above will constitute sufficient justification for the OWNER to retain the amount in Paragraph 'Technical Manual Submittals" of Section 01700 — Project Closeout, from any monies due the CONTRACTOR. 1.10 SPARE PARTS LIST A. General Furnish to the ENGINEER five (5) identical sets of spare parts information for mechanical, electrical, and instrumentation equipment. 2. The spare parts list shall include those spare parts that each manufacturer recommends to be maintained by the OWNER in inventory. B. Sources and Pricing The spare parts list shall include a current list price of each spare part. 2. Each manufacturer or supplier shall indicate the name, address, and telephone number of its nearest outlet of spare parts, to assist the OWNER in ordering. C. Format Cross-reference the spare parts lists to the equipment numbers designated in the Contract Documents. 2. The spare parts lists shall be bound in standard -size, 3 -ring, loose-leaf, vinyl plastic, hard -cover binders suitable for bookshelf storage. 3. The binder ring size shall not exceed 2-1/2 inches. 4. Each copy of the spare parts lists shall be accompanied by a CD containing the lists in electronic format, in files created under Microsoft Office. 1.11 QUALITY CONTROL (QC) SUBMITTALS A. Quality control submittals are defined as those required by the Specifications to present documentary evidence to the ENGINEER that the CONTRACTOR has satisfied certain requirements of the Contract Documents. B. Unless otherwise indicated, QC submittals shall be submitted: Before delivery and unloading, for the following types of submittals: a. Manufacturers' installation instructions b. Manufacturers' and Installers' experience qualifications c. Design calculations d. Affidavits and manufacturers' certification of compliance with indicated product requirements e. Laboratory analysis results f. Factory test reports 2. Within 30 Days of the event documented for the following types of submittals: a• Manufacturers' field representative certification of proper installation b. Field measurement c. Field test reports d. Receipt of permit e• Receipt of regulatory approval C. The ENGINEER will record the date that a QC submittal was received and review it for compliance with submittal requirements, but the review procedures above for Shop Drawings and samples will not apply. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED) - END OF SECTION MWH-11302012 CONTRACTOR SUBMITTALS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01300 -11 This Page Is Intentionally Blank SECTION 01310 - BARCHART CONSTRUCTION SCHEDULE IJ -,1A TiP 1.1 GENERAL A. The CONTRACTOR shall schedule the WORK in accordance with the Contract Documents. 1.2 INITIAL SCHEDULE SUBMITTALS A. The CONTRACTOR shall submit 2 schedule documents at the Preconstruction Conference that shall serve as the CONTRACTOR's Plan of Operation for the initial 60 Day period of the Contract Times and shall identify the manner in which the CONTRACTOR intends to complete WORK within the Contract Time. The CONTRACTOR shall submit a 60 Day Plan of Operation Bar Chart Schedule and a Project Overview Bar Chart Schedule for WORK as indicated below. 60 Day Bar Chart Plan of Operation Schedule: a. The bar chart shall show the CONTRACTOR's early activities (mobilization, permits, submittals necessary for early material and equipment procurement, submittals necessary for long lead equipment procurement, scheduling submittals, initial site work, and other submittals required in the first 60 days). Project Overview Bar Chart Schedule a. The Bar Chart shall indicate the major components of the WORK and the sequence relations between the major components and subdivisions of major components. The bar chart schedule shall indicate the relationships and time frames in which the various components of the WORK will be made substantially complete and placed into service in order to meet the Contract Times. Sufficient detail shall be included for the identification of subdivisions of major components. Planned durations and start dates shall be indicated for each work item subdivision. Each major component and subdivision component shall be accurately plotted on time scale sheets not to exceed 36 - inches by 60 -inches in size. Not more than 4 sheets shall be employed to represent this overview information. b. The schedule shall show in detail the CONTRACTOR's plan of operations for construction of the project. The degree of detail shall be to the satisfaction of the ENGINEER and shall include: 1) The means, methods, and sequences for performing work 2) Mobilization of equipment 3) Submission and approval of critical submittals 4) Fabrication and delivery of critical equipment and materials 5) Approvals and permits required by regulatory agencies or other third parties 6) Access to and availability of work areas r • • t o iii. • • •01W N 7) Identification of interfaces and dependencies with preceding, concurrent, and follow-on contractors 8) Specified project phasing, milestones, and completion dates 9) Testing 10) The activities of the ENGINEER that may affect progress or affect required dates for completion of all or part of the work, including reservoir dewatering B. The ENGINEER and the CONTRACTOR shall meet to review and discuss the 60 Day Plan of Operations and Project Overview Schedules within 10 Days after submittal. The ENGINEER's review and comment on the schedules will be limited to conformance to the Contract Documents. C. In the event that correction of the schedules is required, the CONTRACTOR shall make corrections to the schedules as necessary to comply with requirements and shall adjust the schedules to incorporate any missing information requested by the ENGINEER. The CONTRACTOR shall resubmit four (4) copies of the schedule with the corrections within 10 working days of the meeting. The ENGINEER and the CONTRACTOR will review and discuss the schedule within 10 working days after receipt of the re -submittal. At this discussion, the ENGINEER will inform the CONTRACTOR if the schedule is acceptable or if it must be revised and resubmitted. 1.3 ADDITIONAL SUBMITTALS A. The CONTRACTOR shall include the costs associated with the preparation and maintenance of the required construction schedule in the Contractor's Proposal Form. The cost shall include the submittal and approval of the baseline project schedule, and shall also include the submittal and approval of the updated project schedules. B. Notwithstanding the requirement to include the construction schedules in the detailed cost breakdown, failure to submit each package by the required date may result in a reduction in progress payments by the OWNER for the corresponding month, up to 5 percent of each monthly partial payment estimate until acceptable schedules have been received. C. Look -Ahead Schedule: Look Ahead Schedule shall be submitted weekly. When a project meeting is scheduled, the Look Ahead Schedule shall be submitted at the meeting. The number of copies submitted and the layout and format of the look -ahead schedule shall be acceptable to the ENGINEER. 1.4 CHANGE ORDERS A. Upon approval of a change order or upon receipt of authorization to proceed with additional WORK, the change shall be depicted in the next submittal of the Project Overview Bar Chart Schedule. 1.5 STATUS REPORTING A. The CONTRACTOR shall furnish monthly Project Overview Bar Chart Schedules in the form indicated below. B. The Project Overview Bar Chart Schedule shall be a summary of the current construction schedule for major project components (original and as updated and adjusted throughout the entire construction period). The major project components shall be represented as time bars which shall be subdivided into various types of WORK including equipment and material procurement and fabrication, dewatering, demolition, chafing, baffle and floating cover installation, drain piping, cover appurtenances, site work, inflation test, reservoir disinfection and cleanup. C. Each major component and subdivision shall be plotted accurately on a time scale consistent with the early start and finish activity information contained in the latest update of the schedule. In addition, a percent completion shall be listed for each major component and subdivision. The CONTRACTOR shall amend the Project Overview Bar Chart Schedule as necessary to include any additional detail required by the ENGINEER. The CONTRACTOR shall include any additional information requested by the ENGINEER at any time during construction. D. The CONTRACTOR shall submit an updated project schedule by the 20`h of each month and shall include: Actual activity -start dates 2. Actual activity -completion dates 3. Estimated duration, in working days, to complete each activity that is started but not completed 4. Actual total progress achieved to date on each activity in percent 5. Non -working days granted by the ENGINEER E. Revisions to the Project Overview Bar Chart Schedule: The CONTRACTOR shall immediately advise the ENGINEER of proposed or required changes in the schedule logic or delays to the progress of the work. 2. The CONTRACTOR shall furnish a revised schedule within 10 days of the adoption of a change. A narrative description of the change, the necessity for the change, the impact of the change to the specified project milestones, and the cost to the OWNER if the revised schedule is accepted, shall be enclosed. 3. The CONTRACTOR shall furnish a revised schedule within 10 days of the award by the ENGINEER of an adjustment in the time of completion of the work. 1.6 INCLEMENT WEATHER PROVISIONS OF THE SCHEDULE A. The construction schedule shall include lost days on the construction schedule due to inclement weather. Inclement weather delays shall be determined in accordance with Standard Specifications 6-6.1 General. PART 2 -- PRODUCTS (Not Used) PART 3 -- EXECUTION (Not Used) MWH-10112012 BAR CHART CONSTRUCTION SCHEDULE 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01310 -3 - END OF SECTION - SECTION 01313 - CONSTRUCTION AND SCHEDULE CONSTRAINTS PARTI--GENERAL 1.1 THE REQUIREMENT A. WORK shall be scheduled, sequenced, and performed in a manner which minimizes disruption to the OWNER and to the operation and maintenance of the OWNER's drinking water storage and distribution systems. B. The CONTRACTOR shall incorporate the construction and schedule constraints of this Section in preparing the construction schedules required under Section 01310 - Barchart Construction Schedule. The schedule shall include the CONTRACTOR's activities necessary to satisfy all constraints of the Contract Documents. C. It is the CONTRACTOR's responsibility to coordinate and plan the construction activities to integrate each construction and schedule constraint into performance of the overall WORK. D. The listing of construction and schedule constraints below does not mean that all constraints or special conditions have been identified. The list does not substitute for the CONTRACTOR's coordination and planning for completion of the Work within the Contract Times, E. The CONTRACTOR assumes the risk of the scheduling and timing of its WORK. The schedule is the sole responsibility of the CONTRACTOR, given the scheduling and sequencing constraints presented herein. 1.2 CONSTRUCTION PARKING A. All construction parking, including parking for employee's private vehicles, shall park within the construction limits. On -street parking for CONTRACTOR's vehicles or employees is not permitted. 1.3 CONSTRUCTION SEQUENCING A. Careful consideration shall be given to construction sequencing to maximize construction efficiency, to minimize the construction time period and to meet the Intermediate Completion Milestones described herein. The following items provide a brief summary of the anticipated construction sequence for some of the time -critical construction activities. The CONTRACTOR shall determine the exact construction sequencing as well as the full definition of the activities, construction methods and procedures needed within the limitations provided in the Contract Documents. 1. After OWNER initially drains Big Canyon Reservoir, complete final drainage and remove and salvage existing batten bar anchorage system. Perform demolition work. Remove all settled silt debris from reservoir interior surfaces. Inspect, prepare and complete repairs to existing Big Canyon Reservoir liner surface suitable for installation of new chafer panel. 5. Clean existing reservoir interior liner surfaces. Cleaning may be sequenced during demolition of cover/chafer materials located in other areas of the reservoir. 6. Install reservoir chafer panel, water circulation baffle, floating cover and appurtenances. 7. Install 6" dia. drain pipe at reservoir perimeter. 8. Perform cover reservoir inflation test. 9. Disinfect, fill and test reservoir. 1.4 CONSTRUCTION CONSTRAINTS A. The following constraints affect the construction of the Work. 1. The CONTRACTOR shall clearly identify its construction and WORK area limits prior to commencing any construction Work. 2. Allow the OWNER to have clear access to Big Canyon Reservoir during all activities. 3. A minimum of 10 working days advance notice is required to allow the OWNER adequate time to prepare for any reservoir draining or filling. 4. The OWNER will be responsible for draining and re -filling Big Canyon Reservoir. CONTRACTOR shall be responsible for disinfecting the reservoir prior to re -filling. 5. The OWNER will be responsible for operating any/all valves to prepare the reservoirs for draining or filling, and to isolate the reservoir from the distribution system prior to draining. 6. CONTRACTOR will be responsible for removal of all settled silt debris on the reservoir liner surfaces. Approximately 2 to 3 inches of silt debris is expected to be located on the existing reservoir liner near the inlet pipe structure and along the inlet pipe. 7. CONTRACTOR will be responsible for cleaning the interior surfaces of Big Canyon Reservoir following any interior demolition, and existing liner repairs, and prior to installation of the new chafer panel/floating cover. 1.5 SCHEDULE CONSTRAINTS A. The following constraints affect the construction schedule of the Work: 1. The OWNER will not begin to drain Big Canyon Reservoir any earlier than April 1, 2013. The OWNER will not begin draining Big Canyon Reservoir until the CONTRACTOR provides written proof that the CSPE liner materials and other required equipment/materials have been ordered and will be delivered to the site no later than 45 calendar days after the reservoir draining commences. 2. The CONTRACTOR shall anticipate 28 calendar days to drain Big Canyon Reservoir. 3. The CONTRACTOR shall anticipate 28 calendar days for reservoir fill and disinfection. MWH - 11302012 CONSTRUCTION AND SCHEDULE CONSTRAINTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01313 - 2 A. The following Intermediate Milestone date shall be met by the CONTRACTOR. If these dates are not met, Liquidated Damages shall be assessed for each date not met in accordance with Special Provisions 6-9. The following intermediate milestone date is based on a Notice to Proceed issued to the CONTRACTOR by the OWNER no later than March 1, 2013. Intermediate Milestone: Complete the new chafer panel, water circulation baffle, floating cover, dewatering system and satisfactory inflation test for Big Canyon Reservoir, and have it ready and available for start of disinfection and filling no later than September 13, 2013. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED) - END OF SECTION - MWH - 11302012 CONSTRUCTION AND SCHEDULE CONSTRAINTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01313 - 3 This Page Is Intentionally Blank SECTION 01400 - QUALITY CONTROL PART 1 -- GENERAL 1.1 DEFINITION A. Specific quality control requirements for the WORK are indicated throughout the Contract Documents. The requirements of this Section are primarily related to performance of the WORK beyond furnishing of manufactured products. The term "Quality Control" includes inspection, sampling and testing, and associated requirements. 1.2 SUBMITTALS A. Orders: The CONTRACTOR shall submit, as soon as issued, 3 copies of orders placed outside the CONTRACTOR's plant for articles or materials to be incorporated in the work. B. When requested by the ENGINEER, the CONTRACTOR shall furnish the ENGINEER such additional information as may reasonably be required regarding the character of the materials and the progress of their procurement, including copies of invoices, bills of lading, and shipping lists on all articles and materials for use on the work. C. Test Reports and Certifications 1. Where certifications or mill -test reports are required, the CONTRACTOR shall submit 3 complete, certified copies. 2. Certifications shall show mechanical properties, or other characteristics of the materials to be used in the work. 3. Material specified by a referenced standard shall be certifiable by the mill or manufacturer under that standard. 4. The testing, analysis, and certification shall be the responsibility of the CONTRACTOR. D. Notices of Fabrication: The CONTRACTOR shall submit a separate notice of fabrication for each fabricated article and material. 1. For articles and materials fabricated outside Southern California, the CONTRACTOR shall submit the notice 14 days before starting fabrication. 2. For articles and materials fabricated within Southern California, the CONTRACTOR shall submit the notice 5 days before starting fabrication. 1.3 RESPONSIBILITIES A. The CONTRACTOR shall be responsible for full compliance with every requirement of the Contract Documents and shall ensure that the work is in full accordance with these requirements. At all times, the CONTRACTOR's work will be subject to rigid inspection by the ENGINEER. Whether discovered by the CONTRACTOR or the ENGINEER, nonconforming work shall be corrected or replaced by the CONTRACTOR. MWH-10112012 QUALITY CONTROL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01400 -1 B. For convenience, materials or equipment to be incorporated in the work may be designated in the specifications by a trade name or the name of a manufacturer and the manufacturer's catalog item number information. Materials, articles, or equipment, even if supplied by a manufacturer designated in the specifications, shall be accepted only if the items meet all other specification requirements. C. The CONTRACTOR shall furnish all tools, equipment, materials, supplies, and manufactured articles necessary or required for the performance and completion of the work included in the Contract, except for materials and equipment specified to be furnished by the OWNER. The materials, articles, and equipment provided for permanent installation in the work shall be new or shall be salvaged used materials from the original floating cover in good condition and approved by the ENGINEER for reuse and shall be in accordance with these specifications. D. The CONTRACTOR shall perform quality control on suppliers, manufacturers, products, services, site conditions, and workmanship to ensure that work conforms to the contract documents. The CONTRACTOR shall be prepared to document its quality control activities. E. The CONTRACTOR shall require and ensure conformance with specified standards as a minimum quality for the work. When more stringent tolerances, codes, or specified requirements are required by a particular manufacturer or a particular item of work, the higher standards or more precise workmanship shall be provided. F. The ENGINEER's inspections and tests are for the sole benefit of the OWNER and shall not: Relieve the CONTRACTOR of responsibility for providing adequate quality control measures 2. Relieve the CONTRACTOR of responsibility for damage to or loss of the material before acceptance 3. Constitute or imply acceptance 4. Affect the continuing rights of the OWNER after acceptance of the completed work G. The CONTRACTOR shall be responsible for adjustments, corrections, or repairs found necessary after the delivery or installation of materials and articles. H. Unidentified materials shall not be used in the work, including work at fabrication plants. 1.4 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by the ENGINEER at the place of manufacture. B. The presence of the ENGINEER at the place of manufacturer, however, shall not relieve the CONTRACTOR of the responsibility for providing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the ENGINEER. MWH-10112012 QUALITY CONTROL 1.5 SAMPLING AND TESTING A. Unless otherwise indicated, all sampling and testing will be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the OWNER reserves the right to use any generally -accepted system of sampling and testing which, in the opinion of the ENGINEER will assure the OWNER that the quality of the workmanship is in full accord with the Contract Documents. B. Any waiver by the OWNER of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the testing or other quality assurance requirements originally indicated, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial WORK, shall not be construed as a waiver of any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the ENGINEER reserves the right to make independent investigations and tests, and failure of any portion of the WORK to meet any of the requirements of the Contract Documents, shall be reasonable cause for the ENGINEER to require the removal or correction and reconstruction of any such WORK in accordance with the Contract Documents. 1.6 INSPECTION AND TESTING SERVICE A. Inspection and testing laboratory service shall comply with the following: Reports of testing, regardless of whether the testing was the OWNER'S or the CONTRACTOR'S responsibility, will be submitted to the ENGINEER, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. The CONTRACTOR shall cooperate with the OWNER or independent firm and furnish samples of materials, design mix, equipment, tools, storage, and assistance as requested. The CONTRACTOR shall notify ENGINEER 24 hours prior to the expected time for operations requiring inspection and laboratory testing services. Retesting required because of non-conformance to requirements shall be performed by the same independent firm on instructions by the ENGINEER. The CONTRACTOR shall bear all costs from such retesting. For samples and tests required for CONTRACTOR'S use, the CONTRACTOR shall make arrangements with an independent firm for payment and scheduling of testing. The cost of sampling and testing for the CONTRACTOR'S use shall be the CONTRACTOR'S responsibility. 1.7 SEQUENCING AND SCHEDULING OF INSPECTIONS AND TESTS A. The CONTRACTOR shall fully advise the ENGINEER regarding progress of the work in its various parts. B. The CONTRACTOR shall furnish and prepare the required samples and test specimens ready for testing in time for the necessary tests and analysis. MWH-10112012 QUALITY CONTROL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01400 -3 C. Where the specifications require work to be tested or approved, it shall be tested only in the presence of the ENGINEER. D. The ENGINEER shall be given timely notice of the CONTRACTOR's readiness for inspection and test. The length of advance notice shall be appropriate for the complexity of the inspection or test, the availability of the ENGINEER's staff, and the location of the inspection or test, but in no case shall less than 24 hours advance notice be given. 1.8 TESTING A. Materials and articles that are to be included in the works shall be subject to testing for conformance with the specifications and drawings. B. When not otherwise specified, sampling and testing shall be in accordance with the methods prescribed in the current standards of ASTM applicable to the class and nature of the articles or materials considered. However, the ENGINEER will have the right to use any generally accepted method of testing that will ensure that the quality of materials, articles, or work is in full accord with the specifications and drawings. 1.9 INSPECTION BY THE OWNER A. Materials and articles that are to be included in the works shall be subject to rigid inspection by the OWNER for conformance with the specifications and drawings. The CONTRACTOR shall plan for the inspections to be continuous, repetitive, and detailed. B. Orders for materials, articles, and equipment shall note that the articles, materials, and equipment are subject to inspection and acceptance by the OWNER, both during manufacture or fabrication and after delivery to the site. C. When practicable and convenient for the OWNER, inspection will be made during the manufacture of the articles and equipment. D. Materials or articles shall not be incorporated in the work until they have been inspected by the OWNER. E. After testing, work shall be covered or backfilled only with the approval of the OWNER. 1.10 FACILITIES FOR INSPECTION AND TESTING A. The CONTRACTOR shall furnish the facilities, utilities, and assistance necessary for the safe and convenient performance of inspections and tests required by the specifications or by the OWNER. The CONTRACTOR shall provide adequate lighting, access, and ventilation for a safe working environment for inspections and tests. B. The CONTRACTOR shall cooperate with the OWNER's staff in the performance of their respective duties and shall provide qualified personnel to assist with the performance of tests and inspections by them. C. When the specifications require tests or inspections to be performed by the CONTRACTOR, the CONTRACTOR shall provide qualified personnel to perform them. 1.11 REJECTION OF WORI4 A. The OWNER or ENGINEER will have the right, at all times and in all places, to reject articles or materials to be furnished for the project that fail to meet the requirements of MWH-10112012 QUALITY CONTROL 10500406 •4. �._.. •� ! . .�� these specifications. This shall be regardless of whether the defects in these articles or materials are detected at the point of manufacture or after completion of the work at the site. B. The OWNER or ENGINEER will be the sole judge as to the acceptable quality of materials, articles, and work. However, where the OWNER or ENGINEER, through an oversight or otherwise, accepts material, articles, or work that is defective or that is contrary to the specifications, the material, article, or work, no matter in what stage or condition of manufacture, delivery, or erection, may be rejected by the OWNER or ENGINEER. C. Promptly after notification of rejection by the OWNER or ENGINEER, the CONTRACTOR shall remove rejected portions or items of materials, articles, or work to a satisfactory distance from the vicinity of accepted items and shall replace them. 1.12 FINAL INSPECTIONS AND ACCEPTANCE A. Final inspections for acceptance of materials, articles, equipment, and work will be made at the completion of all contract work. B. A minimum of 10 working days prior to the estimated completion of the work, the CONTRACTOR shall notify the ENGINEER in writing of the pending completion of the entire work or an agreed portion thereof. The CONTRACTOR shall include with the notice a complete list of work items remaining to be completed. C. On or about the CONTRACTOR's estimated completion date, the ENGINEER will make a thorough inspection of the entire work. Defects or deficiencies noted during this inspection will be reported to the CONTRACTOR in writing. D. The CONTRACTOR shall notify the ENGINEER in writing when all items on the list are corrected. Shortly thereafter, the ENGINEER will make a thorough final inspection of the entire work. E. If the ENGINEER determines the work to be complete, it will be accepted. If defects or deficiencies are noted during this inspection, they will be reported in writing to the CONTRACTOR. When the CONTRACTOR notifies the ENGINEER of the correction of these items, another final inspection will be scheduled. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION 3.1 INSTALLATION A. Inspection: The CONTRACTOR shall inspect materials or equipment upon the arrival on the job site and immediately prior to installation, and reject damaged and defective items. The ENGINEER may also inspect materials or equipment upon arrival on the job site and immediately prior to installation. The CONTRACTOR shall remove materials or equipment from the job site that are found to be damaged or defective by the ENGINEER. B. Measurements: The CONTRACTOR shall verify measurements and dimensions of the WORK, as an integral step of starting each installation. .\AWH-10112012 QUALITY CONTROL C. Manufacturer's Instructions: Where installations include manufactured products, the CONTRACTOR shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in Contract Documents. - END OF SECTION - MWH-10112012 QUALITY CONTROL PART 1 -- GENERAL 1.1 GENERAL A. CONTRACTOR shall mobilize as required for the proper performance and completion of the WORK and in accordance with the Contract Documents. B. Mobilization shall include at least the following items: Moving onto the Site of CONTRACTOR's equipment necessary for the first month of operations. 2. Payment for bonds and insurance 3. Ordering major equipment and furnishing construction equipment 4. Installing temporary construction power and lighting facilities. 5. Establishing fire protection system. 6. Developing construction water supply. Providing field offices for the CONTRACTOR and the ENGINEER, complete with furnishings, equipment, and utility services. 8. Providing on -Site communication facilities, including telephones and cell phones. 9. Providing on -Site sanitary facilities and potable water facilities. 10. Arranging for and erection of CONTRACTOR's WORK and storage yards. 11. Constructing and implementing security features and requirements complying with Section 01520 - Security. 12. Obtaining required permits. 13. Having OSHA required notices and establishing safety programs. 14. Having the CONTRACTOR's superintendent at the Site full time. 15. Submitting initial submittals. A. The CONTRACTOR's attention is directed to the condition that no payment for mobilization, or any part thereof, will be recommended for payment under the Contract until mobilization items listed above have been completed. PART 2 -- PRODUCTS (NOT USED) 1302012•- • PART 3 -- EXECUTION (NOT USED) - END OF SECTION - MWH-11302012 MOBILIZATION 10500406 - BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01505 -2 SECTION 01510 - TEMPORARY UTILITIES PART 1 -- GENERAL 1.1 GENERAL A. The types of utility services required for general temporary use at the Site include the following: Water service (potable for certain uses) Sanitary sewer Electric power service 1.2 JOB CONDITIONS A. Scheduled Uses: The CONTRACTOR, in conjunction with establishing the progress schedule, shall establish a schedule for implementation and termination of service for each temporary utility at the earliest feasible time. i) 910 0 &qu nil ■ A. Permits: The CONTRACTOR shall obtain and pay for all permits for temporary utilities and shall submit one copy of each permit to the ENGINEER's field office. PART 2 -- PRODUCTS 2.1 MATERIALS A. The CONTRACTOR shall provide either new or used materials and equipment, that are in substantially undamaged condition and without significant deterioration and which are recognized in the construction industry by compliance with appropriate standards, as being suitable for intended use in each case. Where a portion of temporary utility is provided by utility company, the CONTRACTOR shall provide the remaining portion with matching and compatible materials and equipment and shall comply with recommendations of the utility company. PART 3 -- EXECUTION 3.1 INSTALLATION OF TEMPORARY UTILITY SERVICES A. General: Wherever feasible, the CONTRACTOR shall engage the utility company to install temporary service to the Site, or as a minimum, to make connection to existing utility service; locate services where they will not interfere with WORK; and maintain temporary services as installed for required period of use; and relocate, modify or extend as necessary from time to time during that period as required to accommodate WORK in progress. B. Approval of Electrical Connections: Temporary connections for electricity shall be subject to approval of the power company representative, and shall be TEMPORARY 10500406 — BIG CANYON RES FLOATINGa 01510 removed in like manner at the CONTRACTOR's expense prior to final acceptance of the WORK. C. Separation of Circuits: Circuits used for power purposes shall be separate from lighting circuits. D. Construction Wiring: Wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. Electrical facilities shall conform to the requirements of Title 8, Industrial Relations, Subchapter 5, Electrical Safety Orders, California Administrative Code; Subpart K of the OSHA Safety and Health Standards for Construction; and NEC. 3.2 INSTALLATION OF LIGHTING A. Construction Lighting: WORK conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper performance and to afford adequate facilities for inspection and safe working conditions. B. Lighting for construction activities shall be directed away from residential areas, public highways, and roads. 3.3 INSTALLATION OF SANITARY FACILITIES A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of all persons employed on the work. Toilets at construction sites shall conform to the requirements of Subpart D, Section 1926.51 of the OSHA Standards for Construction and with CCR Title 8. B. Washing facilities shall be provided where needed for the use of employees C. Sanitary and Other Organic Wastes: The CONTRACTOR shall establish a regular daily collection of sanitary and organic wastes. Wastes and refuse from sanitary facilities provided by the CONTRACTOR or organic material wastes from any other source related to the CONTRACTOR's operations shall be disposed of away from the Site in accordance with laws and regulations pertaining thereto. 1. Sanitary fixtures, receptacles, toilet rooms, washrooms, and lavatories shall be kept clean and shall be frequently disinfected. The cleaning and disinfection of sanitary conveniences shall not be less than twice a week. 3.4 OPERATIONS AND TERMINATIONS A. Protection: The CONTRACTOR shall maintain distinct markers for underground lines, and protect from damage during excavating operations. B. Termination and Removal: When need for a temporary utility service or a substantial portion thereof has ended or not later than time of substantial completion, the CONTRACTOR shall promptly remove installation. The CONTRACTOR shall complete and restore WORK which may have been MWH - 10112012 TEMPORARY UTILITIES 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01510 -2 delayed or affected by installation and use of temporary utility, including repairs to construction and grades and restoration and cleaning of exposed surfaces. C. Removal of Water Connections: Before final acceptance of the WORK on the project, temporary connections and piping installed by the CONTRACTOR shall be entirely removed, and affected improvements shall be restored to original condition or better, to the satisfaction of the ENGINEER and to the agency owning the affected utility. - END OF SECTION - MWH - 10112012 TEMPORARY UTILITIES 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01510 -3 This Page Is Intentionally Blank SECTION 01520 - SECURITY PART 1 -- GENERAL 1.1 SECURITY PROGRAM A. The CONTRACTOR shall: 1. Protect WORK including CONTRACTOR's equipment and materials, existing premises, and OWNER'S operations from theft, vandalism, and unauthorized entry. 2. Initiate program in coordination with OWNER'S existing security system at mobilization. 3. Maintain program throughout construction period. 1.2 ENTRY CONTROL A. The CONTRACTOR shall: 1. Restrict entry of persons and vehicles into Site. 2. Allow entry only to authorized persons with proper identification. 3. Provide onsite project personnel at secondary (CONTRACTOR's) access entrance whenever security gate remains in the open position. B. OWNER will control entrance of persons and vehicles related to OWNER'S operations. 1.3 PERSONNEL IDENTIFICATION A. The CONTRACTOR shall: 1. Maintain a list of authorized persons and submit copy to OWNER on request. PART 3 -- EXECUTION (NOT USED) - END OF SECTION - 1302012 10500406 - BIG CANYON RES FLOATING• 01520 This Page Is Intentionally Blank SECTION 01532 - SITE CONDITIONS SURVEYS PART1--GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall conduct thorough pre -construction and post -construction Site conditions surveys of the entire Project. Site conditions surveys shall consist of photographs and videotape recordings. 1.2 CONTRACTOR SUBMITTALS A. Videotape surveys, photographs, and other data of the preconstruction conditions shall be submitted to the ENGINEER for record purposes prior to, but not more than three weeks before, commencement of any construction activities. B. A complete set of all photographs and survey data of the post -construction conditions shall be completed and submitted prior to final inspection by the OWNER and ENGINEER. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION 3.1 PHOTOGRAPHS AND VIDEO RECORDINGS A. CONTRACTOR, as a minimum, shall document pre- and post -construction conditions by preparing videotape surveys of the following: 1. Access roadways entering the Work Site, including the reservoir perimeter AC access road. 2. Concrete curb at reservoir perimeter. 3. Chain link fence adjacent to perimeter access road. 4. Work areas, including actual work site and staging areas. B. Supplement videotape surveys with photographs as required to thoroughly document the original condition and location of existing features and facilities. C. Videotape records shall be DVD format. END OF SECTION MWH-10112012 SITE CONDITIONS SURVEYS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01532 -1 This Page Is Intentionally Blank SECTION 01550 - SITE ACCESS AND STORAGE PART1--GENERAL 1.1 ACCESS TO THE WORK SITE A. The CONTRACTOR shall coordinate with the ENGINEER to determine appropriate routing of vehicles and personnel to and from the project. B. In case of need to enter the site after normal working hours, access shall be arranged in advance with the OWNER. C. The CONTRACTOR shall confine its activities and operations within the limits of construction shown on the drawings except as otherwise permitted by the ENGINEER. D. CONTRACTOR personnel shall be prohibited access to the reservoir pump station and disinfection facilities located west of the reservoir area. 1.2 HIGHWAY LIMITATIONS A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the WORK. 1.3 ACCESS ROADS A. Throughout the entire Contract period, the CONTRACTOR shall share project entrance access, on-site access roads (including reservoir perimeter road) provided for CONTRACTOR's use, with the OWNER and other contractors whose work is adjacent to the CONTRACTOR's work. Coordination with other contractors shall be the responsibility of the CONTRACTOR. In case of conflicts or disputes, the ENGINEER's decision will be final. 2. If on-site paved access roads become damaged during the work, the CONTRACTOR shall promptly repair them with equivalent surfacing. 1.4 CONTRACTOR'S WORK AND STAGING AREA A. The OWNER will designate and arrange for the CONTRACTOR's use, a portion of the property for its exclusive use during the term of the Contract as storage and shop area for its construction operations on the WORK. At completion of WORK, the CONTRACTOR shall return this area to its original condition. B. The CONTRACTOR shall make its own arrangements for any necessary off -Site storage or shop areas necessary for the proper execution of the WORK. MWH-10112012 SITE ACCESS AND STORAGE 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01550 -1 C. The CONTRACTOR shall construct and use a separate storage area for hazardous materials used in constructing the WORK. 1. For the purpose of this paragraph, hazardous materials to be stored in the separate area are products labeled with any of the following terms: Warning, Caution, Poisonous, Toxic, Flammable, Corrosive, Reactive, or Explosive. In addition, whether or not so labeled, the following materials shall be stored in the separate area: diesel fuel, gasoline, new and used motor oil, hydraulic fluid, paints and paint thinners, 2 part epoxy coatings, sealants, glues, solvents, sand blast materials, and spill absorbent. 2. Hazardous materials shall be stored in groupings according to the Material Safety Data Sheets. 3. The CONTRACTOR shall develop and submit to the ENGINEER a plan for storing and disposing of the materials above. 4. The separate storage area shall meet the requirements of authorities having jurisdiction over the storage of hazardous materials. 5. Hazardous materials that are delivered in containers shall be stored in the original containers until use. Hazardous materials delivered in bulk shall be stored in containers which meet the requirements of authorities having jurisdiction. 1.5 PARKING A. The CONTRACTOR shall: 1. On-site parking areas for CONTRACTOR personnel shall be limited to the areas shown on the drawings. a. Parking areas required in excess of those areas shown shall be developed by the CONTRACTOR, off-site, at the CONTRACTOR's expense. b. The CONTRACTOR's personnel, suppliers, and delivery vehicles shall not park within the OWNER access roads limits nor block access to the OWNER pump station and disinfection facilities. c. At the CONTRACTOR's option, the CONTRACTOR's personnel may park in the area designated for CONTRACTOR staging area. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED) - END OF SECTION - MWH-10112012 SITE ACCESS AND STORAGE 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01550 -2 SECTION 01560 - TEMPORARY ENVIRONMENTAL CONTROLS PARTI--GENERAL 1.1 DUST ABATEMENT A. See Section 01060 for dust abatment requirements A. During the progress of the WORK, the CONTRACTOR shall keep the Site and other areas for which it is responsible in a neat and clean condition and free from any accumulation of rubbish. The CONTRACTOR shall dispose of rubbish and waste materials of any nature and shall establish regular intervals of collection and disposal of such materials and waste. The CONTRACTOR shall also keep its haul roads free from dirt, rubbish, and unnecessary obstructions resulting from its operations. Disposal of rubbish and surplus materials shall be off the Site in accordance with local codes and ordinances governing locations and methods of disposal and in conformance with applicable safety laws and the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction. 1.3 CHEMICALS A. Chemicals used on the WORK whether defoliant, soil sterilant, herbicide, pesticide, disinfectant, polymer, reactant, or of other classification, shall show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture. Use of such chemicals and disposal of residues shall be in strict accordance with the printed instructions of the manufacturer. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED) - END OF SECTION - MWH - 10112012 TEMPORARY ENVIRONMENTAL CONTROLS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01560 -1 This Page Is Intentionally Blank SECTION 01590 - FIELD OFFICE, EQUIPMENT, AND SERVICES PART 1 — GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide field offices, equipment and furnish related services specified herein for the OWNER'S Representative adjacent to or as part of the CONTRACTOR's general field office during the entire time of construction. 1.2 FIELD OFFICE SCHEDULE A. Field offices, equipped as indicated herein, shall be provided at the Site, ready for exclusive use by the ENGINEER and the OWNER'S Representative and staff within 14 Days after the commencement date stated in the Notice to Proceed. The CONTRACTOR'S attention is directed to the condition that no payment requests for any portion of mobilization will be approved until the field office has been provided. The provisions for such payment are included in Section 01505 - Mobilization. B. Unless released earlier by the ENGINEER in writing, field office(s) shall be maintained in full operation at the Site with all utilities connected and operable until the Notice of Completion has been executed or recorded. Upon execution or recordation of the Notice of Completion, or upon early release of the field office by the ENGINEER, the CONTRACTOR shall remove the field office within 14 Days from said date, and shall restore the Site occupied by the field office to the condition indicated. PART 2 -- PRODUCTS 2.1 OFFICE FACILITIES A. General: The CONTRACTOR shall provide necessary electrical wiring, plumbing, toilet and lavatory fixtures, air conditioning and heating equipment, and shelving, and shall furnish light, heat, water, and daily janitorial services in connection with the field office. B. Field Office: The office shall be one separate, well lighted, air conditioned, and electrically -heated field office. The office shall have an outside door lock. Area of the field office shall not be less than 350 square feet, excluding toilet room area. Office shall be of the portable trailer type unless otherwise specifically authorized by the ENGINEER in writing and shall be a separate unit, not attached or connected to any other structures. The office shall have as minimum 2 private offices and one conference room with enough common area to accommodate 2 bookcases. A. The CONTRACTOR shall furnish the following items in good condition in each field office: 2 each Standard 30- x 60 -inch desk(s) with not less than 3 drawers each 1 each Plan table 36- by 72 -inch top; 36 -inches tall FIELD MWH-11302012 EQUIPMENT, I each Folding table 84 x 36 -inch top, conference table 6 each Folding Chairs 1 each File cabinet, legal size, 4 or 5 drawer with lock and 3 keys, double suspension, complete with Pendaflex suspension racks for each drawer 2 each Office chair(s), standard armrest type, adjustable, swivel, tilt - back with casters 2 each Office chairs, stiff -leg type, no armrest 3 each Waste baskets. 1 each White board 36- by 42 -inches 1 each 4 shelf bookshelves 1 each Bottled water dispenser unit (supplying both hot and cold water) and bottled water service and supply of paper cups 2.3 FIELD OFFICE SERVICES A. Each field office shall be provided with sufficient lighting to produce not less than 50 foot- candles at desktop height at each desk location. Exterior lighting shall be provided over the entrance door. B. A minimum of four 110 VAC duplex grounded electric convenience outlets shall be provided in each office and in the conference room and common area. At least one such outlet shall be located on each wall. The electric distribution panel shall service not less than two 110 VAC circuits. C. A chemical toilet facility with a holding tank shall be provided. All such sanitary waste material shall be regularly pumped out and the chemicals recharged. A continuous supply of toilet paper and paper towels shall be furnished for each toilet facility. D. Regular daily janitorial services shall be furnished during working hours each Day. Offices shall be swept, dusted, and waste receptacles emptied. E. Drinking water shall be provided by a bottled water service with a continuous supply of paper cups. 2.4 COPY MACHINE A. The CONTRACTOR shall provide one new office copy machine for the exclusive use of the ENGINEER. The copy machine shall be designed to produce 25,000 copies per month duty and shall be dust resistant. B. Copy machine shall employ a dry, electrostatic process, capable of automatically feeding 8-1/2 by 11 and 11 by 17 originals and copying onto plain bond paper sheets at variable magnification from 50 percent to 200 percent. The machine shall have an automatic FIELD OFFICE, MWH-11302012 EQUIPMENT, AND SERVICES 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01590 - 2 copy sorter. The paper tray for each size paper shall hold a minimum 250 sheets with stack -feed capability. C. The CONTRACTOR shall obtain and pay for a service and repair contract with a local representative of the copy machine dealer or manufacturer for daily on -Site availability of a service representative for on-site service and repair. The CONTRACTOR shall furnish all necessary toners, chemicals, or other materials required for proper operation of the copy machine, exclusive of bond paper. The OWNER will supply all bond reproduction paper necessary for the exclusive use of the OWNER's Representative. D. Manufacturers, or Equal: The copy machine shall be the latest model from: Gestetner 2. Sharp 3. Xerox 2.5 HIGH-SPEED INTERNET SERVICE A. High -Speed Internet Service: The CONTRACTOR shall obtain and pay for high-speed internet service, including all one-time and regular fees and charges, for the OWNERS's Representative's field office. PART 3 -- EXECUTION (NOT USED) - END OF SECTION - FIELD OFFICE, MWH-11302012 EQUIPMENT, AND SERVICES 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01590 - 3 This Page Is Intentionally Blank SECTION 01600 - PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS PARTI--GENERAL 1.1 DEFINITIONS A. The word "Products," as used in the Contract Documents is defined to include purchased items for incorporation into the WORK, regardless of whether specifically purchased for the project or taken from CONTRACTOR's stock of previously purchased products. The word "Materials," is defined as products which must be substantially cut, shaped, worked, mixed, finished, refined, or otherwise fabricated, processed, installed, or applied to form WORK. The word "Equipment" is defined as products with operational parts, regardless of whether motorized or manually operated, and particularly including products with service connections (wiring, piping, and other like items). Definitions in this paragraph are not intended to negate the meaning of other terms used in the Contract Documents, including "specialties," "systems," "structure," "finishes," "accessories," "furnishings," special construction," and similar terms, which are self- explanatory and have recognized meanings in the construction industry. B. Neither "Products" nor "Materials" nor "Equipment" includes machinery and equipment used for preparation, fabrication, conveying, and erection of the WORK. 1.2 QUALITY ASSURANCE A. Source Limitations: To the greatest extent possible for each unit of WORK, the CONTRACTOR shall provide products, materials, and equipment of a singular generic kind from a single source. B. Compatibility of Options: Where more than one choice is available as options for CONTRACTOR's selection of a product, material, or equipment, the CONTRACTOR shall select an option which is compatible with other products, materials, or equipment. Compatibility is a basic general requirement of product, material and equipment selections. A. The CONTRACTOR shall deliver and store the WORK in accordance with manufacturer's written recommendations and by methods and means which will prevent damage, deterioration, and loss including theft. Delivery schedules shall be controlled to minimize long-term storage of products at the Site and overcrowding of construction spaces. In particular, the CONTRACTOR shall ensure coordination to ensure minimum holding or storage times for flammable, hazardous, easily damaged, or sensitive materials to deterioration, theft, and other sources of loss. il�'��i7g. ` * : � • 4..l 1. • i ' ► • f. -i't f • i ••� '• • i f. .• i B. The CONTRACTOR shall provide equipment and personnel to handle products, materials, and equipment including those furnished by OWNER, by methods to prevent soiling and damage. PRODUCTS, Q ♦ R AND SUBSTITUTIONS 10500406 - BIG CANYON RES FLOATINGi 01600-1 C. The CONTRACTOR shall provide additional protection during handling to prevent marring and otherwise damaging products, packaging, and surrounding surfaces. 1.5 STORAGE AND PROTECTION A. Products shall be stored in accordance with manufacturer's written instructions and with seals and labels intact and legible. Sensitive products shall be stored in weather -tight climate controlled enclosures and temperature and humidity ranges shall be maintained within tolerances required by manufacturer's recommendations. B. For exterior storage of fabricated products, products shall be placed on sloped supports above ground. Products subject to deterioration shall be covered with impervious sheet covering and ventilation shall be provided to avoid condensation. C. Loose granular materials shall be stored on solid flat surfaces in a well -drained area and shall be prevented from mixing with foreign matter. D. Storage shall be arranged to provide access for inspection. The CONTRACTOR shall periodically inspect to assure products are undamaged and are maintained under required conditions. E. Storage shall be arranged in a manner to provide access for maintenance of stored items and for inspection. 1.6 MAINTENANCE OF PRODUCTS IN STORAGE A. Stored products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a lag of inspections and shall make the log available on request. B. The CONTRACTOR shall comply with manufacturer's product storage requirements and recommendations. C. The CONTRACTOR shall maintain manufacturer -required environmental conditions continuously. D. The CONTRACTOR shall ensure that surfaces of products exposed to the elements are not adversely affected and that weathering of finishes does not occur. E. For mechanical and electrical equipment, the CONTRACTOR shall provide a copy of the manufacturer's service instructions with each item and the exterior of the package shall contain notice that instructions are included. F. Products shall be serviced on a regularly scheduled basis, and a log of services shall be maintained and submitted as a record document prior to final acceptance by the OWNER in accordance with the Contract Documents. 1.7 PROPOSED SUBSTITUTIONS OR "OR -EQUAL" ITEM A. Whenever materials or equipment are indicated in the Contract Documents by using the name of a proprietary item or the name of a particular manufacturer, the naming of the item is intended to establish the type, function, and quality required. If the name is followed by the words "or equal" indicating that a substitution is permitted, materials or equipment of other manufacturers may be accepted if sufficient information is submitted PRODUCTS, MATERIALS, EQUIPMENT MWH-10112012 AND SUBSTITUTIONS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01600-2 by the Contractor to allow the ENGINEER to determine that the material or equipment proposed is equivalent or equal to that named, subject to the following requirements: 1. The burden of proof as to the type, function, and quality of any such substitution product, material or equipment shall be upon the Contractor. 2. The ENGINEER will be the sole judge as to the type, function, and quality of any such substitution and the ENGINEER's decision shall be final. 3. The ENGINEER may require the Contractor to furnish additional data about the proposed substitution. 4. The ENGINEER may require the Contractor to furnish, at the Contractor's expense a special performance guarantee or other surety with respect to any substitution. 5. Acceptance by the ENGINEER of a substitution item proposed by the Contractor shall not relieve the Contractor of the responsibility for full compliance with the Contract Documents and for adequacy of the substitution. 6. The Contractor shall pay all costs of implementing accepted substitutions, including redesign and changes to Work necessary to accommodate the substitution. B. The procedure for review by the ENGINEER will include the following: 1. If the Contractor wishes to provide a substitution item, the Contractor shall make written application to the ENGINEER on the "Substitution Request Form." 2. Unless otherwise provided by law or authorized in writing by the ENGINEER, the "Substitution Request Form(s)" shall be submitted within a 10 -day period after Notice to Proceed. 3. Wherever a proposed substitution item has not been submitted within said 10 -day period, or wherever the submission of a proposed substitution material or equipment has been judged to be unacceptable by the ENGINEER, the Contractor shall provide the material or equipment indicated in the Contract Documents. 4. The Contractor shall certify that the proposed substitution will perform adequately the functions and achieve the results called for by the general design, and be similar and of equal substance to that indicated, and be suited to the same use as that specified. 5. The ENGINEER will evaluate each proposed substitution within a reasonable period of time. 6. As applicable, no shop drawing submittals shall be made for a substitution item nor shall any substitution item be ordered, installed, or utilized without the OWNER's prior written acceptance of the Contractor's "Substitution Request Form." 7. The ENGINEER will record the time required by the ENGINEER in evaluating substitutions proposed by the Contractor and in making changes by the Contractor in the Contract Documents occasioned thereby. C. The Contractor's application shall address the following factors which will be considered by the ENGINEER in evaluating the proposed substitution: PRODUCTS, MATERIALS, EQUIPMENT MWH-10112012 AND SUBSTITUTIONS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01600-3 Whether the evaluation and acceptance of the proposed substitution will prejudice the Contractor's achievement of Substantial Completion on time. 2. Whether acceptance of the substitution for use in the Work will require a change in any of the Contract Documents to adapt the design to the proposed substitution. 3. Whether incorporation or use of the substitution in connection with the Work is subject to payment of any license fee or royalty. 4. Whether all variations of the proposed substitution from the items originally specified are identified. 5. Whether available maintenance, repair, and replacement service are indicated. The manufacturer shall have a local service agency (within 100 miles of the site) which maintains properly trained personnel and adequate spare parts and is able to respond and complete repairs within 24 hours. 6. Whether an itemized estimate is included of all costs that will result directly or indirectly from acceptance of such substitution, including cost of redesign and claims of other contractors affected by the resulting change. 7. Whether the proposed substitute item meets or exceeds the experience and/or equivalency requirements listed in the appropriate technical specifications. D. Without any increase in cost to the OWNER, the Contractor shall be responsible for and pay all costs in connection with proposed substitutions and of inspections and testing of equipment or materials submitted for review prior to the Contractor's purchase thereof for incorporation in the Work, whether or not the ENGINEER accepts the proposed substitution or proposed equipment or material. The Contractor shall reimburse the OWNER for the charges of the OWNER and ENGINEER for evaluating each proposed substitution. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED) - END OF SECTION - PRODUCTS, MATERIALS, EQUIPMENT MWH-10112012 AND SUBSTITUTIONS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01600-4 SECTION 01640 — DEMOLITION PART1--GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall demolish and reconstruct existing facilities as indicated, in accordance with the Contract Documents. 1.2 COORDINATION A. The CONTRACTOR shall carefully coordinate the work in areas where existing facilities shall remain operational. The work indicated in the Contract Documents is not all- inclusive and the CONTRACTOR shall be responsible to perform the demolition indicated plus that which can be reasonably inferred from the Contract Documents as necessary to complete the WORK. The Specifications and Drawings identify the existing discharge piping, sump pump assembly and cover/chafer panel and electrical/control cables that shall be demolished and removed in addition to select salvaged materials. The CONTRACTOR shall comply with sequencing requirements in Section 01313 - Construction and Schedule Constraints. 1.3 CONTRACTOR SUBMITTALS A. A Demolition Work Plan, including related activities, procedures and operational sequences, shall be submitted to the ENGINEER for approval. The procedures shall provide for safe conduct of the WORK, careful removal and disposal of materials and equipment, protection of existing facilities which are to remain undisturbed, and coordination with existing facilities to remain in service. The Demolition Work Plan shall include a detailed description of the activities and procedures and time schedule of the methods and equipment to be used during the demolition and removal activities. A. Existing facilities required to be demolished (as shown on the drawings) as part of the WORK shall be removed and disposed/salvaged unless otherwise indicated. Removed items shall be disposed of by the CONTRACTOR unless otherwise directed by the OWNER. fiR*161a!� A. The CONTRACTOR shall be responsible for disposal/recycle of all debris and demolished materials off-site to an approved disposal/recycling facility and per the Contract Documents, PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION A. The CONTRACTOR shall coordinate demolition work with the OWNER and ENGINEER. Unless otherwise indicated, the CONTRACTOR shall be responsible for the sequence of 111302012 DEMOLITION 10500406 — BIG CANYON RES FLOATING• PAGE 01640-1 activities. Work shall be performed in accordance with applicable safety rules and regulations. B. The CONTRACTOR shall take precautions to avoid damage to adjacent existing facilities and to limit the work activities to the extent indicated. 3.2 PROTECTION OF EXISTING FACILITIES A. Existing facilities not subject to demolition shall be protected and maintained. Any existing facilities damaged during demolition shall be repaired to the previous condition or replaced. B. Persons shall be afforded safe passages around areas of demolition. C. The CONTRACTOR shall remove all temporary protection when the work is complete or when so authorized by the ENGINEER. D. The CONTRACTOR shall carefully consider bearing loads and capacities before placement of equipment and material on the reservoir floor and access ramp/perimeter road. Site. In the event of any questions as to whether an area to be loaded has adequate bearing capacity, the CONTRACTOR shall consult with the ENGINEER prior to the placement of such equipment or material. 3.3 DEMOLITION, SALVAGE, AND RELOCATION A. The Contract Documents indicate existing facilities to be demolished. The CONTRACTOR shall verify the scope of the work for demolition and reconstruction, and to coordinate its removal in accordance with Section 01313 - Construction and Schedule Constraints. 3.4 RESERVOIR CLEANING A. After demolition of the existing reservoir floating cover and chafer panel, the CONTRACTOR shall remove and dispose existing sediment, foreign material accumulated (approximately 10 cubic yards or less) on the reservoir floor. The sediment is predominately located near the inlet discharge structure and extending along the inlet pipe towards the reservoir outlet. After completing repairs to the existing reservoir asphalt/cement slurry liner (if directed by OWNER), pressure wash the entire reservoir liner surface area prior to installing the new chafer and floating cover. B. During and upon completion of work, the CONTRACTOR shall promptly remove tools and equipment, surplus materials, rubbish, debris, and dust and shall leave areas affected by demolition work in a clean, approved condition. C. Adjacent structures shall be cleaned of dust, dirt, and debris caused by demolition, as directed by the ENGINEER or governing authorities, and adjacent areas shall be returned to condition existing prior to start of work. - END OF SECTION - MWH - 11302012 DEMOLITION 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01640-2 SECTION 01650 - DISINFECTION OF RESERVOIR STRUCTURES PARTI--GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall test, flush and disinfect the reservoir structure in accordance with the Contract Documents, B. The CONTRACTOR shall be responsible for obtaining permits for discharging excess disinfection water and dechlorination of such water if required to satisfy permit limits. 1.2 CONTRACTOR SUBMITTALS A. Furnish submittals in accordance with Section 01300 — Contractor Submittals. B. Submittals shall include: 1. A disinfection plan and schedule, including methods for water conveyance, control, disposal of disinfection water shall be submitted in writing for approval. 2. Name of certified bacteriological testing laboratory. 3. Resume of experienced technician, if liquid chlorine is proposed. PART 2 -- PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Temporary valves, bulkheads, and other water control equipment shall be as determined by the CONTRACTOR. No materials shall be used which would be injurious to the WORK. B. Chlorine for disinfection shall be provided by the CONTRACTOR in the form of liquid chlorine. 1. Liquid chlorine shall be in accordance with ANSI/AWWA 8301 - Liquid Chlorine, and shall be used only when the following 3 conditions are met: a. With appropriate gas flow chlorinators and ejectors, b. Under the direct supervision of an experienced technician c. When appropriate safety practices are observed C. Dechlorination agents may be sodium bisulfate, sodium sulfite, or sodium thiosulfate. PART 3 -- EXECUTION 3.1 GENERAL 1 t1�I: • •' i I • i A. Water for testing and disinfecting will be furnished by the OWNER. The OWNER will operate valves, fill/drain reservoir and provide overall coordination of the disinfection process and control of the reservoir system operation. B. All hydraulic structures and appurtenant pressure piping shall be tested; those for potable water shall also be disinfected by chlorination. All chlorinating and testing operations shall be performed in the presence of the ENGINEER. C. Disinfection operations shall be scheduled as late as possible during the Contract Time to maximize the degree of sterility of the facilities at the time the WORK is accepted by the OWNER. Bacteriological testing shall be performed by a certified testing laboratory acceptable to the OWNER. Results of the bacteriological testing shall be satisfactory to the State Department of Health or other appropriate regulatory agency. D. Release of water from structures after testing and disinfecting have been completed shall comply with federal, state, and local regulations. Chlorine in excessive amounts shall be treated in accordance with permit requirements before discharge. 3.2 RESERVOIR CLEANING A. Prior to installation of the chafer panel and floating cover membrane and subsequent reservoir testing and disinfection, the existing reservoir liner surface and new chafer strip shall be cleaned thoroughly of all water, dirt and foreign material accumulated or otherwise removed as described in Section 01640. 3.3 DISINFECTION OF STRUCTURES AND APPURTENANT PIPELINES A. Structures which store or convey potable water shall be disinfected by chlorination in accordance with the requirements of ANSI/AWWA C652 - Disinfection of Water Storage Facilities, using a combination of chlorination Methods 2 and 3 as modified herein. B. Chlorination: A strong chlorine solution of approximately 200 mg/1 shall be sprayed on all interior surfaces of the structure. Following this, the reservoir shall be partially filled with water to a depth of approximately one -foot. During the partial filling operation, a chlorine -water mixture shall be injected by means of a solution -feed chlorinating device in such a way as to give a uniform chlorine concentration during the entire filling operation. The point of application shall be such that the chlorine solution will mix readily with the inflowing water. The dosage applied to the water shall be sufficient to provide a chlorine residual of at least 50 mg/I upon completion of the partial filling operation. Precautions shall be taken to prevent the strong chlorine solution from flowing back into the lines supplying the water. The reservoir outlet and inlet piping connections shall be closed prior to and during reservoir disinfection. All discharges to drain shall be dechlorinated as required by permit limits. C. Retention Period: Chlorinated water shall be retained in the partially filled structure and appurtenant piping long enough to destroy all non -spore -forming bacteria, and in any event, for at least 24 hours. After the chlorine -treated water has been retained for the required time, the free chlorine residual in the reservoir and appurtenant piping shall be at least 25 mg/I when tested according to Standard Methods. If testing does not demonstrate a residual of 25 mg/I or greater, the disinfection procedure above shall be repeated. D. Final Filling of Structure: After the free chlorine residual has been checked, and has been found to satisfy the above requirement, the water level in the reservoir shall be raised to its final elevation by addition of potable water and held for 24 hours. Before MWH-11302012 DISINFECTION OF RESERVOIR STRUCTURES 10500406 — BIG CANYON RES. FLOATING COVER REPLACEMENT PAGE 01650-2 final filling is commenced, the quantity of heavily -chlorinated water remaining in the structure after filling the piping shall, unless otherwise acceptable to the ENGINEER, be sufficient, when the water level is raised to its final elevation to produce a free chlorine residual of between 1 and 2 mg/I. After the structure has have been filled, the strength of the chlorinated water shall be determined. If the free chlorine residual is less than 1 mg/l, an additional dosage of chlorine shall be applied to the water. After 24 hours, the free chlorine residual shall be no less than 1 mg/I or an additional dosage shall be applied and the residual tested again after 24 hours. If the free chlorine residual is greater than 2 mg/l, the structure shall be partially emptied and additional potable water added. In no case shall water be released prior to the expiration of the required retention period. E. After disinfection of the reservoir and cover, and satisfactory bacteriological water quality testing, the Contractor shall institute commissioning of the cover with the City. 3.4 BACTERIOLOGICAL SAMPLING AND TESTING A. Disinfected water storage facilities shall be sampled and tested by a certified bacteriological laboratory. - END OF SECTION - This Page Is Intentionally Blank SECTION 41664 - STARTUP PART1--GENERAL 1.1 WORK INCLUDED A. This section describes the tasks associated with the startup of the reservoir that are to be performed at the completion of the reservoir floating cover. 1.2 REFERENCES A. American Water Works Association (AWWA) AWWA C652, Disinfection of Water -Storage Facilities 1.3 GENERAL A. Conduct all tests, check out, startup, and related requirements indicated in the Contract Documents and provide documentation of same to the ENGINEER prior to requesting Substantial Completion from the ENGINEER. Start up work shall include floating cover inflation test, sump pump ontoff control system testing, geomembrane material aeration and reservoir disinfection and bacteriological testing. B, Temporary facilities may be necessary such as temporary water source for testing sump pumps. If so, CONTRACTOR shall design, provide, operate, and later decommission them. 1.4 SUBMITTALS A. Schedule: The schedule for startup shall be submitted under Section 01310 - Barchart Construction Schedule, B. Startup Plan: Not less than 20 Days prior to startup, submit for review a detailed Startup Plan. The CONTRACTOR shall revise the Plan as necessary based on review comments. The Plan shall include: Description of temporary facilities and schedule for installation and decommissioning them. 2. List of OWNER and CONTRACTOR -furnished supplies. 3. Detailed schedule of operations to achieve successful pre -commissioning and commissioning. 4. Address coordination with the OWNER's staff. 5. Designate a representative of the CONTRACTOR who has the authority to act in matters relating to startup and has experience in testing and disinfecting reservoirs. The Plan shall also designate the roles and responsibilities of any Subcontractors that may be involved in startup activities. MWH-11302012 STARTUP 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01660 -1 6. Safety, startup, and testing procedures and proposed inspection and certification forms and records. Schedule and plan shall indicate source of water, testing and disinfection sequence, disinfection procedures, and the disposal of the water following disinfection. C. Records and Documentation Prioir to commencing startup procedures, provide the MANUFACTURER's written approval of the INSTALLER, as meeting the MANUFACTURER's requirements to provide a warrantable installation. See Section 02778. 2. Where required by the specifications, submit equipment installation certifications under those sections. 3. Records of startup as indicated below. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION 3.1 FLOATING COVER INFLATION TEST A. Complete a floating cover inflation test per Section 02778. 3.2 GEOMEMBRANE MATERIAL AERATION A. Upon completion of the floating cover inflation test and completion of any required repairs, the CONTRACTOR shall perform the geomembrane material aeration as described herein. B. The purpose of the geomembrane aeration is to provide the geomembrane additional environmental exposure to accelerate the leaching process from the geomembrane materials and to minimize the quantity of geomembrane material extractables in the finished potable water when the reservoir is returned to service. C. A portion of the rainwater collection trough sand tubes shall be installed in their permanent in-service location. Substantial additional ballast shall be placed uniformly throughout the floating cover on both the floor and side slopes. Ballast may be sand filled tubes from the rainwater collection troughs and/or sand bags. Ballast placed on the side slopes shall be tied off at the top of slope to prevent sliding and displacement. D. The weight and spacing of the ballast shall allow the floating cover to lift off the existing asphalt liner a limited amount to allow the flow of air beneath the entire floating cover, but not provide significant loft that could result in wind induced damage to the floating cover. The CONTRACTOR shall be responsible for determining the amount and spacing of ballast. Inflation blowers shall be placed at a minimum of two floating cover access hatches providing air underneath the floating cover. All other floating cover hatches shall be opened and serve as air outlets. E. All portions of the geomembrane material shall be aerated for a total of five 8 -hour days. The days need not be consecutive. To optimize results, the geomembrane material MW H-11302012 STARTUP 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01660 -2 aeration shall be performed during the hottest portion of the day. During the geomembrane material aeration, the CONTRACTOR shall be on-site at all times and be responsible for the operation of the inflation fans, limiting the amount of loft and stress induced on the floating cover, monitoring site wind conditions, provide additional ballast as required to minimize loft, and any other variables that could damage the floating cover. 3.3 RESERVOIR FILL, DISINFECTION AND WATER QUALITY TESTING A. At the completion of the reservoir flush and after all flush water has been removed, the initial fill and disinfection of the reservoir shall commence. The reservoir will be disinfected in accordance with AWWA C652 and Section 01650. B. During the disinfection and fill period, the CONTRACTOR shall have personnel on site to perform any necessary adjustments to the floating cover, rainwater collection troughs, rainwater enhancement weights, pump assemblies, etc. The CONTRACTOR shall deploy supplemental rainwater enhancement sand tubes, as necessary to facilitate drainage and minimize localized ponding areas. C. Following disinfection, water in the reservoir will be tested for various contaminants, including those chemicals or substances (such as VOCs) that are constituents of any product or material used in the fabrication or installation of the floating cover. See Section 02778 for VOCs testing. D. Based on the results of the operational and water quality testing, the CONTRACTOR shall make any repairs or modifications deemed necessary by the ENGINEER to rectify defects or unsatisfactory conditions observed during testing. 3.4 OPERATIONAL TESTING A. Once the reservoir has been filled, the CONTRACTOR shall check the operation of the cover for function, fit and finish. The CONTRACTOR shall demonstrate and verify, to the satisfaction of the ENGINEER, that the floating cover and all appurtenances, including the rainwater removal sump pump and ballast weights are functioning properly. B. All tensioning hardware and assemblies shall be checked for proper function. The reservoir cover should be checked for proper fitting, alignment and points of stress. C. The CONTRACTOR shall conduct separate hydraulic tests for each sump pump to assure pump/control operational requirements meet the specification requirements, including hydraulic pumping operation and motor control start/stop frequency. The CONTRACTOR is responsible to provide temporary source water, conveyance and disposal for the hydraulic test. D. Based on the results of the operational testing, the CONTRACTOR shall make any repairs or modifications deemed necessary by the ENGINEER to rectify defects or unsatisfactory conditions observed during the operational testing. 3.5 WORK ACCEPTANCE A. Final acceptance of Work will be given after completion of all said repairs or modifications. MWH-11302012 STARTUP 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01660 -3 - END OF SECTION - MWH-11302012 STARTUP 10500406 - BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01660 -4 PART 1 -- GENERAL 1.1 FINAL CLEANUP A. The CONTRACTOR shall promptly remove from the vicinity of the completed WORK, all rubbish, unused materials, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the WORK by the OWNER will be withheld until the CONTRACTOR has satisfactorily performed the final cleanup of the Site. 1.2 CLOSEOUT TIMETABLE A. The CONTRACTOR shall establish dates for equipment testing, acceptance periods, and on-site instructional periods (as required under the Contract). Such dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the OWNER, the ENGINEER, and their authorized representatives sufficient time to schedule attendance at such activities. 1.3 FINAL SUBMITTALS A. The CONTRACTOR, prior to requesting final payment, shall obtain and submit the following items to the ENGINEER for transmittal to the OWNER: 1. Written guarantees, where required. 2. Technical Manuals and instructions. 3. Maintenance stock items; spare parts; special tools. 4. Completed record drawings. 5. Certificates of inspection and acceptance by local governing agencies having jurisdiction. 6. Releases from all parties who are entitled to claims against the subject project, property, or improvement pursuant to the provisions of law. 7. Proof of satisfaction of conditions from issuers of permits. 8. Proof of Performance Bond remaining in effect during the two-year guarantee period. 1.4 MAINTENANCE, GUARANTEES AND WARRANTIES A. The CONTRACTOR shall comply with the Manufacturers, Fabricators and Installers guaranteetwarranty requirements contained in Section 02778. B. Replacement of damage to the existing AC access road pavement, concrete curb or other existing structures shall be considered as a part of such required repair work, and any repair or resurfacing constructed by the CONTRACTOR which becomes necessary by reason of such damage shall likewise be considered as a part of such required repair work. H11,1111710101=. V C. The CONTRACTOR shall make all repairs and replacements promptly upon receipt of written order from the OWNER. If the CONTRACTOR fails to make such repairs or replacements promptly, the OWNER reserves the right to do the WORK and the CONTRACTOR and its surety shall be liable to the OWNER for the cost thereof. 1.5 BOND A. The CONTRACTOR shall provide a bond to guarantee performance of the provisions contained in Paragraph "Maintenance, Guarantee and Warranty" above, and Section 02778, Paragraph 1.8. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED) - END OF SECTION - MWH-11302012 PROJECT CLOSEOUT 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 01700 -2 SECTION 02140 - DEWATERING PART1••GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall be responsible to dewater the reservoir (after initial dewatering is completed by the OWNER) prior to the WORK, and during installation of the chafer panel and floating cover. B. The OWNER will drawdown the reservoir water surface, isolate the reservoir from the distribution system and complete the initial dewatering of the reservoir down to approx. elevation 266.5, before turning the reservoir over to the CONTRACTOR for the CONTRACTORS use. C. The CONTRACTOR shall be responsible for removing the remaining accumulation of water residing on the reservoir floor after the OWNER'S completion of initial dewatering activities. D. The CONTRACTOR's dewatering work described in this section includes removal of water remaining after the OWNER'S initial dewatering activities, ground seepage through the existing reservoir liner, seepage through closed valves, and rainwater accumulation within the reservoir structure during project construction. E. It is not acceptable to drain non -potable water through the reservoir sideslope penetrations (overflow pipes) or reservoir inlet/outlet pipe. All dewatering flows shall be discharged to the reservoir drain sump or pumped from the reservoir and lawfully discharged by the CONTRACTOR. The CONTRACTOR shall provide pumps, treatment, monitoring, controls, and power, including backup power, to fulfill this requirement and dewater the reservoir. F. If water treatment is required by discharge permit(s), provide treatment of dewatered fluid sufficient to meet permit requirements, and provide disposal of all treatment residuals. 1.2 CONTRACTOR SUBMITTALS A. Prior to commencement of work, the CONTRACTOR shall submit a detailed Dewatering Plan and operation schedule for dewatering the remaining non -potable contents of the reservoir. The CONTRACTOR's Dewatering Plan is subject to review by the ENGINEER. 1.3 QUALITY CONTROL A. It shall be the sole responsibility of the CONTRACTOR to control the rate and effect of the dewatering in such a manner as to provide for safe conditions, to facilitate CSPE membrane field seaming and curing, to allow proper conditions for placement and curing of grout, and other cementitious products, to prevent schedule impacts to the work, to prevent drainage into the reservoir outlet piping, and to protect the work. MWH-11302012 DEWATERING 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02140-1 B. All dewatering operations shall be adequate to assure the integrity of the finished project and shall be the responsibility of the CONTRACTOR. PART 2 -- PRODUCTS 2.1 EQUIPMENT A. Dewatering, where required, may include the use of sump pumps, cofferdams, and temporary hose/pipelines for water disposal, and other means. Standby pumping equipment shall be maintained on the Site. PART 3 -- EXECUTION 3.1 GENERAL REQUIREMENTS A. The CONTRACTOR shall provide all equipment and electrical power necessary for dewatering. It shall have on hand, at all times, sufficient pumping equipment and machinery in good working condition and shall have available, at all times, competent workmen for the operation of the pumping equipment. Adequate standby equipment shall be kept available at all times to insure efficient dewatering and maintenance of dewatering operation during power failure. B. After completion of the reservoir cover and installation of the sump pumps, the Contractor shall be responsible for operation of the reservoir sump pumps until completion of the WORK. C. Flotation and inundation by water of equipment and materials shall be prevented by the CONTRACTOR, by maintaining a positive and continuous removal of water. The CONTRACTOR shall be fully responsible and liable for all damages which may result from failure to adequately keep the reservoir dewatered. D. The CONTRACTOR shall dispose of water from the WORK in a suitable manner without damage to adjacent property. If required to comply with applicable discharge laws and permits, water shall be filtered using an approved method to remove sand and fine -sized soil particles before disposal into any drainage system. The CONTRACTOR may utilize the existing 3" perimeter drainage piping and quick -connect couplings, and existing 4" PVC piping for drainage, subject to approval of CONTRACTOR's Dewatering Plan by the ENGINEER. E. Dewatering of the reservoir shall be considered as incidental to the construction of the WORK and all costs thereof shall be included in the various contract prices in the Bid Forms, unless a separate bid item has been established for dewatering. - END OF SECTION - MWH-11302012 DEWATERING 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02140-2 SECTION 02597 - PVC PRESSURE PIPE, RUBBER JOINTS (AWWA 0900, MODIFIED) PART1--GENERAL 1.1 THE REQUIREMENT A. Provide polyvinyl chloride (PVC) pressure pipe, complete in place, as indicated in accordance with the Contract Documents. B. The requirements of Section 15000 - Piping, General, apply to the WORK of this Section. C. This Section includes PVC pressure pipe with bell and spigot joints. PVC pipe with solvent -welded, flanged, or screwed joints is included in Section 15060 - PVC Pressure Pipe. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Commercial Standards PPI Technical Report TR 3/4 AWWA Manual M23 1.3 CONTRACTOR SUBMITTALS Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings Polyvinyl Chloride (PVC) Pressure Pipe 4 -in Through 12 -in for Water Distribution Policies and Procedures for Developing Recommended Hydrostatic Design Stresses for Thermoplastic Pipe Materials PVC Pipe - Design and Installation A. Furnish submittals in accordance with the requirements of Section 01300 — Contractor Submittals. B. Shop Drawings 1. Submit drawings of pipe, fittings, and appurtenances. C. Certifications 1. Furnish a certified affidavit of compliance for pipe and other products or materials under this Section and the following supplemental requirements: a. hydrostatic proof test reports; b. sustained pressure test reports; and, c. burst strength test reports. D. Perform and pay for sampling and testing as necessary for the certifications. i iii. • i' i � ♦ it z A. Inspection 1. Pipe shall be subject to inspection at the place of manufacture. 2. Notify the ENGINEER in writing of the manufacturing starting date, not less than 14 Days prior to the start of any phase of the pipe manufacture. 3. During the manufacture of the pipe, give the ENGINEER access to areas where manufacturing is in process, and permit the ENGINEER to make inspections as necessary to confirm compliance with the indicated requirements. 1. Test the materials used in the manufacture of the pipe in accordance with the requirements of this Section and the referenced standards, as applicable. 2. The ENGINEER shall have the right to witness testing, provided that the CONTRACTOR'S schedule is not delayed for the convenience of the ENGINEER. 3. Additional Samples a. In addition to those tests specifically required, the ENGINEER may request additional samples of any material for testing by the OWNER. b. Furnish the additional samples as a part of the WORK. PART 2• -PRODUCTS 2.1 GENERAL A. Provide PVC pressure pipe (4 -inch through 12 -inch) conforming to the applicable requirements of AWWA 0900, and the requirements indicated in this Section. 2.2 PIPE A. Provide pipe of the indicated diameter and pressure class, complete with rubber gaskets. B. Provide specials, fittings and custom fabricated bends as indicated. C. Perform surface preparation and coat above ground (exposed) PVC pipe per Section 09800. D. The dimensions and pressure classes for Dimension Ratios for large PVC pressure pipe with Cast -Iron Pipe Equivalent O.D.s shall conform to the requirements of AWWA C900. E. Additives and Fillers 1. Unless otherwise allowed in alternate qualification procedures of PPI-TR3, compounds which have a Hydrostatic Design Basis (HDB) of 4000 psi at 73.4 degrees F and for water shall not contain additives and fillers that exceed the recommended values in Table 1, Part Y of PPI-TR3 (e.g., allowable content range for calcium carbonate is 0.0-5.0 parts per hundred of resin). '1111 11C -W MAJIM01 2. If requested by the ENGINEER, determine the additive and filler content using the pyrolysis method as specified in ASTM D 2584. F. Joints 1. Joints for the elevated PVC pipe shall be either an integral bell manufactured on the pipe or a separate coupling both employing a rubber ring joint. 2. Provide the bell and coupling of the same thickness as of the pipe barrel, or greater thickness. 3. Provide the sealing ring groove in the coupling of the same design as the groove in cast iron fittings and valves available from local water works supply distributors. 4. Where indicated, provide ductile iron restrained joint pipe. G. Joint Deflection 1. Deflection at the joint shall not exceed 1.5 degrees or the maximum deflection recommended by the manufacturer. 2. No deflection of the joint will be accepted for joints that are over -belled or not belled to the stop mark. 2.3 PIPE DESIGN SCHEDULE Pipe Designation Nominal Maximum Sustained or Pipe Diameter, inches Pressure, P., Class psi 100 4 100 100 6 100 2.4 FITTINGS A. Provide PVC pipe fittings with rubber gasketed joints where specified, conforming to the applicable requirements of AWWA C900 and the requirements indicated in this Section. B. Perform surface preparation and coat above ground (exposed) PVC fittings per Section 09800. C. Clearly label each fitting in order to identify its size, pressure class, and (where applicable) bend angle. D. Custom -Fabricated Fittings: Custom fabricated fittings (including bends other than 11.25°, 22.5°, 45°, and 90°), shall be shop fabricated by a qualified supplier represented on the AWWA C900 committee or a member of the Uni-Bell PVC Pipe Association. Acceptable custom fabricators: Specified Fittings, Inc. (Bellingham, WA), Ipex USA LLC (Pineville, NC), or equal. MWH-10112012 PVC PRESSURE PIPE, RUBBER JOINTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02597 - 3 PART 3 -- EXECUTION 3.1 GENERAL A. Perform laying, jointing, and testing for defects and leakage in the presence of the ENGINEER, and obtain the ENGINEER's approval before acceptance. B. Material found to have defects will be rejected, and the CONTRACTOR shall promptly remove such defective materials from the Site. C. Installation shall conform to the requirements of AWWA M23, instructions furnished by the pipe manufacturer, and to the supplementary requirements indicated herein. D. Wherever the provisions of this Section and the aforementioned requirements are in conflict, the more stringent provision shall apply. 3.2 HANDLING AND STORAGE A. Handling 1. Carefully inspect pipe, fittings, and accessories before and after installation, and reject those found to be defective. 2. Pipe and fittings shall be free from fins and burrs. 3. Before being placed in position, clean the pipe, fittings, and accessories and maintain them in a clean condition. 4. Under no circumstances drop pipe, fittings, or any other material onto ground. B. Storage 1. Store pipe, if possible, at the Site in unit packages provided by the manufacturer. 2. Exercise caution to avoid compression damage or deformation to bell ends of the pipe. 3. Store pipe in such a way as to prevent sagging or bending, and protect pipe from exposure to direct sunlight by covering with an opaque material while permitting adequate air circulation above and around the pipe. 4. Store gaskets in a cool, dark place out of the direct rays of the sun, preferably in original cartons. 3.3 INSTALLATION A. Lay bell -and -spigot pipe with the bell end pointing in the direction of laying. B. At the end of each day's WORK, temporarily close the open ends of pipe with wood blocks or bulkheads. C. Supports 1. Place pipe directly above Unistrut supports using pipe clamp to restrain pipe in proper position. MWH-10112012 PVC PRESSURE PIPE, RUBBER JOINTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02597 - 4 2. The full length of each section of pipe and each fitting shall rest solidly on minimum of two supports. 3. Provide anchors and supports where indicated and where necessary for fastening WORK into place. 4. Independently support fittings. 5. See Section 15006 for additional pipe support requirements. D. Use short lengths of pipe, as shown in Drawings, to properly position drain pipe parallel to existing concrete curb radius located at reservoir corners. E. Install joints in accordance with the manufacturer's recommendations. F. The maximum combined deflection at couplings shall be in accordance with the manufacturer's recommendations. G. Cutting 1. Cut the pipe by means of saws, power -driven abrasive wheels, or pipe cutters, which will produce a square cut. 2. Cuts by wedge -type roller cutters will not be accepted. 3. After cutting, bevel the end of the pipe using a beveling tool, portable type sander, or abrasive disc. 3.4 CONNECTION TO EXISTING 4" PVC DRAIN PIPES A. Provide 6"/4" reducer and associated fittings to transition from single 6" PVC gasketed joint drain pipe to three individual existing 4" diameter solvent welded PVC drain pipe (ASTM D1785) as shown in Drawings. 3.5 FIELD TESTING AND DISINFECTION A. Field testing and disinfection of water mains shall conform to the requirements of Section 01656 — Pressure Pipe Testing and Disinfection. - END OF SECTION - MWH-10112012 PVC PRESSURE PIPE, RUBBER JOINTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02597 - 5 THIS PAGE INTENTIONALLY LEFT BLANK MWH-10112012 PVC PRESSURE PIPE, RUBBER JOINTS 10500406 - BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02597 - 6 SECTION 02778 - FLEXIBLE MEMBRANE FLOATING COVER PART 1 -- GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide all permits, tools, supplies, materials, equipment, and all specialized and experienced labor necessary for the furnishing, installation, and testing of a fabric -reinforced, weight -tensioned reservoir floating cover, chafer strip, and all appurtenant work necessary to provide a complete, water -tight and operable installation, all in accordance with the requirements of the Contract Documents. B. Contractor shall strictly adhere to the manufacturer's instructions for all manufactured products, including the CSPE membrane, adhesives, and all appurtenances. C. The terms "cover", "floating cover", "weight -tensioned cover", "flexible membrane cover", "reservoir cover", "membrane" and "CSPE" are synonymous and are used interchangeably throughout the Contract Documents unless otherwise noted in specific details. D. The term "INSTALLER" refers to the specialized entity performing field installation, who shall meet the installer's qualifications specified herein. The INSTALLER and the CONTRACTOR shall be the same firm or entity. The CONTRACTOR shall bear the full responsibility of fulfilling all requirements of the Contract, including those of the INSTALLER. E. The term "FABRICATOR' refers to the specialized entity performing shop fabrication of membrane panels and appurtenances, who shall meet the FABRICATOR's qualifications specified herein. The INSTALLER and FABRICATOR may be the same firm or entity. 1.2 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The latest edition of each standard available on the date of bids shall be used. B. American Water Works Association (AWWA): AWWA D-130, Standard Specification for Flexible Membrane Lining and Floating Cover Materials for Potable Water Storage. 2. AWWA Manual 25 for Flexible -Membrane Covers and Linings for Potable Water Reservoirs. 3. Reservoir Floating Cover Guidelines. California -Nevada Section AWWA. C. American Society of Testing and Materials (ASTM): ASTM D297, Standard Test Methods for Rubber Products -Chemical Analysis MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -1 2. ASTM D412, Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers—Tension 3. ASTM D413, Standard Test Methods for Rubber Property - Adhesion to Flexible Substrate. 4. ASTM D471, Standard Test Method for Rubber Property - Effect of Liquids. 5. ASTM D746, Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. 6. ASTM D751, Standard Test Methods for Coated Fabrics. 7. ASTM D1004, Standard Test Method for Initial Tear Resistance of Plastic Film and Sheeting. 8. ASTM D1149, Standard Test Method for Rubber Deterioration - Surface Ozone Cracking in a Chamber. 9. ASTM D2136, Standard Test Method for Coated Fabrics - Low Temperature Bend Test. 10. ASTM D2240, Standard Test Method for Rubber Property - Durometer Hardness. 11. FTMS 1018-2031, Federal Test Method Standard 101 B, Method 2031 1.3 REGULATORY REQUIREMENTS A. All materials in contact with potable water shall be NSF 61 approved for contact with potable water. B. The Contractor shall obtain permits and comply with all regulations from all regulatory agencies as required for the use of solvents, adhesives, and other chemicals. The Contractor shall comply fully with the provisions of South Coast Air Quality Management District rule regarding the use of solvents and adhesives. 1.4 CONTRACTOR SUBMITTALS A. Qualifications: 1. Submit documentation to substantiate that the INSTALLER, FABRICATOR, and MANUFACTURER meet the minimum qualifications specified herein. 2. Provide the MANUFACTURER's written approval of the INSTALLER, as meeting the MANUFACTURER's requirements to provide a warrantable installation. B. Shop Drawings: The INSTALLER shall submit shop drawings of the flexible membrane floating cover in accordance with the requirements of Section 01300 – Contractor Submittals. 1. Prior to ordering flexible membrane material the INSTALLER shall submit, for the ENGINEER'S approval, scaled shop drawings showing reservoir cover panel layout with proposed size, number, position, and sequence of placing all factory MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 – BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -2 fabricated panels, and indicating the location of all field seams and the direction of all factory seams on each panel. When ordering panel lengths, the INSTALLER shall allow for panel shrinkage during the manufacturing process. 2. INSTALLER shall submit CSPE material product data (including scrim -reinforced property values) to the MANUFACTURER prior to ordering the reservoir cover material, and the MANUFACTURER shall return a signed acknowledged copy thereof, which shall be forwarded to the ENGINEER for review prior to placement of the purchase order for the flexible membrane material. 3. Prior to shipping factory -fabricated panels to the project site the INSTALLER shall submit the method proposed for panel handling and deployment, describing rolling of panels and delivery to job site. 4. Shop Drawings shall show, in detail, the method of installing the weight - tensioned cover system, hatches, air vents, rainwater drainage/removal system, seaming, attachment details, and other cover appurtenances, and shall show complete details for fabricating miscellaneous metal and cover accessories not already fully detailed on the Drawings. C. Samples: Prior to ordering materials proposed for the reservoir floating cover, submit two (2), five lineal foot samples of the standard width roll goods shall be submitted to the ENGINEER for approval. Submit also two (2) each of the following items to the ENGINEER for approval: • Sample factory fabrication seam, 10 lineal feet long • Sample field seam, 10 lineal feet long • Sample float end closure, with float, proposed to be used • Weight tie rope with hot knife cut ends • Sample of CSPE membrane roll goods to be furnished; minimum 5' length • Sample non-skid walk -way • One sample of each type of weight attachment strap • Sample weight tube; 6-1/2 inch diameter, 2 feet long showing end closures and weight retention loop. • Sample baffle attachment tab • Sample baffle edge (folded over with grommets) • Sample of air vent assembly One of each sample shall be provided directly to the OWNER. One of each sample shall be shipped, with copies of all related submittal documentation, to MWH Americas, Inc, 2353 130th Ave NE, Suite 200, Bellevue, WA 98005, Attn: J. Cooke/ D. Lane, (425) 896-6900. These samples may, at the option of the OWNER, be subjected to testing in accordance with the material specifications. D. Material Safety Data Sheets (MSDS): MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -3 Material Safety Data Sheets for solvents, caulks, glues and other chemicals proposed for use shall be submitted to the ENGINEER for review. E. Material Catalog Cut Sheets: MANUFACTURER's catalog cut sheets indicating intended use, composition and physical properties for the reinforced membrane material, the base CSPE compound, and other products used to construct the floating cover and appurtenances. F. Certifications: Prior to ordering materials, the CONTRACTOR shall submit certification from the membrane MANUFACTURER that: the material is in accordance with the requirements of NSF 61 and any regulatory agency having jurisdiction over potable water storage, 2. the material meets or exceeds the physical material property requirements (as tested by a Certified Testing Laboratory) and other requirements described in this Section, the MANUFACTURER understands the intended use of the membrane materials as a weight -tensioned floating cover, chafer, and other appurtenant uses, the MANUFACTURER has read, understands and accepts this specification. G. Certified Testing Laboratory: The name of the selected testing laboratory shall be submitted to the ENGINEER for approval a minimum of 10 working days prior to any material testing by said laboratory. Three copies of all Certified Test Reports shall be submitted to the ENGINEER promptly upon completion of each test. H. FABRICATOR'S Quality Assurance Plan: Prior to ordering fabric -reinforced materials, the INSTALLER shall submit the FABRICATOR'S fully detailed Quality Assurance plan and shall obtain the ENGINEER's approval of same. INSTALLER's Quality Assurance Plan: Prior to installing any permanent materials, the INSTALLER's detailed quality assurance plan shall be submitted to the Engineer. Permanent materials shall not be install prior to the Engineer's acceptance of this plan. J. MANUFACTURER's Quality Assurance Plan: Submit the MANUFACTURER's quality assurance plan for the ENGINEER's review and acceptance. Prior to the INSTALLER's submittal to the ENGINEER, the INSTALLER shall have reviewed and approved the MANUFACTURER's quality assurance plan. No materials shall be ordered prior to the ENGINEER's acceptance of the MANUFACTURER's quality assurance plan. K. Quality Assurance Final Report. Inflation Procedure: Prior to inflation testing, submit an Inflation Procedure for approval by the ENGINEER. The inflation procedure shall address placement and removal of ballast, installation of inflation equipment, blower operation, protection of the floating cover from over -inflation or wind, personnel safety, and methods of inspection, deflation, and other relevant procedural requirements. A strict requirement that the inflation fans are to be attended by a trained operator 100% of the time that the cover is MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -4 inflated, and that the inflated cover is not to be left unattended, shall be a part of the Inflation Procedure. M. MANUFACTURER's Warranty: Submit the MANUFACTURER's full warranty, including signed documentation from the MANUFACTURER that the field conditions are suitable to provide a warrantable installation of the CSPE floating cover system. For the initial sample warranty submittal, the MANUFACTURER may provide a list of substrate improvements required, or certification that the CONTRACTOR's Floor and Sideslope Repair Plan is sufficient to provide suitable and warrantable field conditions for the membrane floating cover system. The final warranty at the completion of the WORK will not be accepted without signed certification of acceptable finished field conditions from the MANUFACTURER. 2. CSPE materials shall not be ordered until the MANUFACTURER's warranty language is reviewed and accepted by the OWNER. N. Floor and Sideslope Repair Plan: The CONTRACTOR shall assess the condition of the existing floor and side slopes of the reservoir, and submit a Floor and Sideslope Repair Plan. The Floor and Sideslope Repair Plan shall indicate areas of the floor and side slope characterized by cracking, settling, protrusions, uneven surfaces, and any other features that do not conform to the CSPE membrane MANUFACTURER's warranty requirements for suitable underlying base conditions, including measurements of width, depth and extents of such phenomena. The Floor and Sideslope Repair Plan shall indicate the CSPE membrane cover MANUFACTURER's criteria for suitable and warrantable conditions, and shall indicate the CONTRACTOR's proposed method of side slope repair (if required) to conform to those warranty requirements. 1.5 MINIMUM QUALIFICATIONS A. The qualifications presented herein represent minimum qualifications for the firms and individuals involved with the manufacture, fabrication and installation of the floating cover and appurtenances. B. Qualifications of MANUFACTURER: The MANUFACTURER of the rollstock made from the individual raw materials shall provide evidence that it has successfully manufactured not less than five (5) million square feet of scrim -reinforced CSPE/Hypalon reservoir liner and/or floating cover material, using the same membrane material compound as will be used for this project. C. Qualifications of FABRICATOR: The FABRICATOR shall have experience in the fabrication of reservoir floating cover panels with uniform strip -to -strip tension similar to the specifications used in this Work. The FABRICATOR shall be approved in writing by the MANUFACTURER, shall be regularly engaged in the fabrication of fabric -reinforced membranes, and shall provide evidence that it has successfully fabricated (in the shop) not less than three (3) million square feet of scrim -reinforced membrane reservoir liner and/or floating cover material. The Contractor shall provide a written summary of the FABRICATOR's qualifications including: name of each project which is the basis of qualification, the project site location, the date of completion, a brief description of each project, material(s) used, the square footage of each project, the current name, mailing address, and phone number of the owner for each project, and the current name of the MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -5 owner's representative who has knowledge of the project. The FABRICATOR shall be the same business name as that name used in all reference projects submitted as examples of the FABRICATOR's experience. The FABRICATOR shall not subcontract out the floating cover fabrication Work. D. Qualifications of INSTALLER: The reservoir cover field installation Work shall be performed by the INSTALLER, who shall have been regularly engaged in the installation of fabric -reinforced membranes, including both reservoir liners and floating covers similar to the type shown in these Contract Documents, under the same name and for a minimum period of five (5) consecutive years immediately prior to the Bid Opening date. The INSTALLER shall have no history of financial insolvency or bankruptcy under any name. The INSTALLER shall be the same business name as the INSTALLER name used in all reference projects submitted as examples of the INSTALLER's experience. The INSTALLER shall not subcontract out the floating cover installation WORK. The INSTALLER shall have successfully completed installation of at least five (5) flexible membrane floating covers on separate reservoirs, with at least four (4) of these floating covers using scrim -reinforced CSPE-based materials, with a total installed surface area of at least five (5) million square feet. These projects must have been completed within ten (10) years immediately prior to the Bid Opening date. The Contractor shall provide a written summary of the INSTALLER's qualifications including: name of each project which is the basis of qualification, the project site location, the date completed, a brief description of each project (including material type, liner/cover system used and surface area), the current name, mailing address and phone number of the owner for each project, and the current name of the owner's representative who has knowledge of the project. The INSTALLER shall carry valid business licenses issued by the State, County and Local Authorities Having Jurisdiction, where applicable. E. Qualifications of INSTALLER's Field Superintendent: The INSTALLER shall hire and assign, exclusively to the project, a field superintendent who has not less than five (5) years of field superintendent experience in the installation of fabric -reinforced membranes and who has successfully supervised the installation of a minimum of four (4) weight -tensioned floating covers on separate reservoirs, with at least three (3) of these covers using scrim -reinforced CSPE-based materials totaling at least 500,000 square feet. These projects must have been completed within ten (10) years immediately prior to the Bid Opening date. The INSTALLER shall provide a written summary of the Field Superintendent's qualifications including: name, name of each project which is the basis of qualification, the project site location, the date of completion, a brief description of each project (including material type, floating cover design system, and surface area), the current name, mailing address, and phone number of the owner for each project, and the current name of the owner's representative who has knowledge of the project. F. Qualifications of INSTALLER's Master Seamers: The INSTALLER shall hire and assign, exclusively to the project, Master Seamers who have not less than five (5) years of field seaming experience in the installation of fabric -reinforced membranes and who have successfully performed the installation of a minimum of four (4) weight -tensioned floating covers on separate reservoirs, with at least three (3) of these covers using scrim -reinforced CSPE-based materials totaling at least 500,000 square feet. These projects must have been completed within ten (10) years immediately prior to the Bid Opening date. The INSTALLER shall provide a written summary of the Master Seamers' qualifications including: name, name of each project which is the basis of MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -6 qualification, the project site location, the date of completion, a brief description of each project (including material type, floating cover design system, and surface area), the current name, mailing address, and phone number of the owner for each project, and the current name of the owner's representative who has knowledge of the project. G. Acceptable INSTALLERS: 1. Layfield Environmental Systems Corporation (EI Cajon, CA) 2. MPC Containment International (Chicago, IL) 3, RTD Enterprises (Madison, ME) A. CONTRACTOR's Quality Assurance Requirements: The requirements of CONTRACTOR's quality assurance shall be to ensure that the highest standards of workmanship and performance are exercised in the execution of the work; that the work is in complete compliance with the contract documents; and to implement a quality assurance program that will: Verify and document, through testing, that all materials are in accordance with the minimum stated specification requirements; 2. Verify and document that all materials adjacent to the liner and floating cover materials are placed in accordance with the specifications and in such a manner that the integrity of the liner and floating cover installation is not compromised; 3. Verify and document, through monitoring, that all liner and floating cover materials are protected and installed in accordance with the specifications; 4. Record the results of Quality Assurance activities on the project in the form of a Final Report. B. INSTALLER's Quality Assurance Plan and FABRICATOR's Quality Assurance Plan: Both the INSTALLER's Quality Assurance Plan and the FABRICATOR's Quality Assurance Plan shall address the following as applicable: The INSTALLER and FABRICATOR shall thoroughly review and comprehend the Drawings and Specifications prior to the development of the Quality Assurance Plans. The Quality Assurance Plans shall be no less stringent, and shall be consistent with the project specifications. 2. INSTALLER's Installation and Fabrication Quality Assurance Plan shall state in writing how the following items shall be accomplished and shall include sample forms to be used to document each quality assurance activity. The major heading and subheadings list those tasks, as a minimum, which shall be included in the Quality Assurance Plans. The INSTALLER and FABRICATOR shall include any additional pertinent information and topics as appropriate. a. Materials: MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -7 1) Monitor and document the unloading, handling, and on-site storage of fabricated membrane panels; 2) Label, package, and ship test samples to independent testing laboratory for specification compliance testing. b. Heat Seaming: 1) Include a list of all equipment, with pertinent technical information, to be used for heat seaming. 2) Describe complete heat seaming procedures, including cleaning of material to be seamed, seaming temperatures, and equipment dwell and pressure. 3) Indicate solvents, solutions and other chemicals to be used, in addition to or in conjunction with heat seaming. 4) Describe seaming procedures to be used at special locations, such as tee joints (where a factory or field seam is bonded to another layer) and where cap strips and patches are used on seams. 5) Indicate adverse weather or other conditions which would limit or halt seaming operations. 6) Describe measures to account for and compensate for temperature and/or humidity changes in ambient air or the flexible membrane material which may affect seam quality. 7) Describe equipment calibration frequency and procedures. C. Installation: 1) Evaluate and document the suitability of weather conditions to ensure proper installation; 2) Monitor and document placement and condition of all membrane panels while being placed; 3) Monitor and document the proper installation of membrane panels in accordance with approved shop Drawings; 4) Monitor and document trial seaming procedure and test results to evaluate seaming personnel and equipment; 5) Devise seam identification numbering system unique to each seam such that the seam location, seaming crew, equipment used, date and time are properly documented for all seaming activities; 6) Perform overall visual observations of the entire membrane surface to locate, document, and identify all damage and defects; MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -8 7) Monitor and record the repair of all damage and defects and all destructive testing. d. Seam Samples: 1) Monitor and document nondestructive testing of seams; 2) Select locations for destructive seam samples; 3) Monitor and document the cutting of test samples and patching of holes created from test sample holes: 4) Package, label and ship test samples to independent testing laboratory for specification compliance testing; 5) Interpret all laboratory test results on materials and seams for compliance with specifications; 6) Distribute laboratory test results, with interpretation, to the ENGINEER; 7) Monitor and document the repair of all rejected seams; 8) Monitor and document testing of repaired seams. C. MANUFACTURER's Quality Assurance: 1. MANUFACTURER's Quality Assurance Plan shall address the following as applicable: a. Material test procedures, values and tolerances, to include at a minimum all specified material property tests. Tests shall be performed on the manufactured membrane and on the raw CSPE compound to demonstrate conformance with the specifications. b. Frequency for each test C. Defect identification and repair. d. Identification procedures for inventory control. e. Record keeping. f. Controls to verify NSF 61 conformance of shipped material. g. Product handling and protection. D. Quality Assurance Program: 1. Upon approval of the MANUFACTURER'S, INSTALLER's and FABRICATOR's Quality Assurance Plans, the MANUFACTURER, INSTALLER and FABRICATOR shall implement and continuously monitor the Quality Assurance MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -9 Plans, as stated above, through an active and on-going Quality Assurance Program. 2. The ENGINEER may continuously monitor the Quality Assurance Program for compliance, and/or may implement its own quality control program. 3. The MANUFACTURER's, INSTALLER's and FABRICATOR's assigned quality assurance personnel shall be completely independent from the on-site installation personnel, shall not be assigned any production (installation) responsibilities and shall report directly to an off-site senior management employee. 4. The Quality Assurance Program shall include, but not necessarily be limited to, the following responsibilities on the part of the INSTALLER's quality assurance personnel: a. Review of all Drawings and specifications for clarity, completeness, and to acquire a thorough knowledge of project materials and construction procedure requirements; b. Review, revise as deemed necessary, and approve MANUFACTURER's Quality Assurance Plan C. Review, revise as deemed necessary, and approve FABRICATOR's Quality Assurance Plan; d. Continuing review of INSTALLER's Quality Assurance Plan for thoroughness, adequacy and feasibility; e. Use special job specific forms or logs for monitoring all activities involved with the Quality Assurance Plan; f. Maintain logs summarizing all daily activities; g. Interpret all laboratory test results on material and seams to ensure compliance with specifications; h. Distribute laboratory test results, with interpretation as required, to the ENGINEER. E. Quality Assurance Final Report: At the completion of the floating cover installation and as a condition of the final acceptance of all work by the ENGINEER, a Quality Assurance Final Report shall be submitted to the ENGINEER. The final report shall not be issued prior to the ENGINEER being given the opportunity to review and comment on a draft report. The Quality Assurance Final Report shall include, but not necessarily be limited to, the following items: 1. A brief description of the project, including the project name, type of facility, location, design ENGINEER, material INSTALLER, MANUFACTURER, FABRICATOR, field installer, and CONTRACTOR; 2. Detailed description of floating cover system, including membrane material, area dimensions and type of materials installed; MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -10 3. Copy of floating cover Contract Drawings and specifications with as -built markups; 4. Record of daily activities, including all special problems encountered during the project and their resolutions; 5. Copies of all field and laboratory destructive and nondestructive test results, with interpretations; 6. Copies of all standard forms and logs completed as part of the Quality Assurance Plan; 7. Copy of quality assurance record drawings indicating panel code numbers, seam code number, seaming dates, location of defects, type of defect, repairs, repair dates, location of all samples; 8. The MANUFACTURER's, INSTALLER's and FABRICATOR's approved Quality Assurance Plans. 1.7 DELIVERY, HANDLING AND STORAGE A. Panel Packaging and Storage: Factory fabricated panels shall be rolled and secured onto pipes with an outside diameter not less than 6 inches, with mounting/support hardware designed to be moved by a forklift or similar equipment. Panels shall not be accordion folded. B. Each factory fabricated panel shall be prominently and indelibly marked with the panel size and individually wrapped in a light -reflective airtight bag. Panels shall be fully enclosed in heavy, water resistant cardboard or wood crate fully enclosed and protected to prevent damage to the panel during shipment. The outside of each container shall also be prominently marked with the panel size. C. Panels which have been delivered to the project site shall be stored in their original unopened containers in a dry, free draining area, and protected both from rain and from the direct heat of the sun where possible, especially when stored for a long period of time. Pallets shall not be stacked. 1.8 WARRANTIES A. The CONTRACTOR shall guarantee the entire work constructed under the Contract to be free of defects in materials and workmanship for a period of two (2) years following the date of acceptance of the work by the OWNER. Defects include, but are not limited to leakage through the membrane (into or out of the reservoir), tears, punctures, premature material degradation, lack of functionality or operation, failure to meet applicable water quality standards due to leaching of materials, and other specified criteria. The CONTRACTOR shall agree to make, at its own expense, any repairs or replacements made necessary by defects in workmanship and materials which become evident within said guarantee period. Only an installer andlor fabricator acceptable to the OWNER may be used for repair work. The Contractor shall make repairs promptly, with work performed only by the INSTALLER or by another qualified membrane installer meeting the INSTALLER's qualifications stipulated in this specification. Vandalism, physical damage, acts of animals, or earthquakes and other unusual acts of God are MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -11 excluded. Material defects resulting from the manufacturing process shall be the responsibility of the MANUFACTURER to have replaced at its own expense. B. The MANUFACTURER shall provide a written limited thirty (30) year warranty on the floating cover material , chafer, and membrane appurtenances. The cover material shall be guaranteed on a full material replacement for a period of fifteen (15) years (from final acceptance of the total project by the OWNER) followed by another fifteen (15) years on a pro -rated schedule starting in the 16th year against manufacturing defects in materials or workmanship and against deterioration due to chlorine, chloramines, ozone, ultraviolet and normal weather aging. Vandalism, acts of animals, or earthquakes and other unusual acts of God or war are excluded. C. The FABRICATOR shall warrant the factory fabrication of the CSPE sheeting against defective factory fabrication workmanship for period of two (2) years from final acceptance by the OWNER. D. All required warranties are to be issued with an effective start date at the time of the floating cover system commissioning. FABRICATOR, INSTALLER, and CONTRACTOR shall warranty the entire work under the contract to be free of defects in materials and workmanship at time of completion and commissioning of the cover. The OWNER shall have a period of two (2) years following the date of commissioning of the cover to discover and report any such defects. The CONTRACTOR shall agree to make, or have made, at its own expense, any repairs or replacements made necessary by defects in workmanship, which become evident within said period. If the OWNER is forced to effect repairs via other sources due to CONTRACTOR un -responsiveness, the CONTRACTOR shall be liable to the OWNER for the cost of such repairs and replacements. Defects originating from MANUFACTURER's raw materials or manufacturing processes shall be remedied at the MANUFACTURER's expense including all related replacement expenses incurred. PART 2 -- PRODUCTS 2.1 MANUFACTURERS A. Manufacturer of the reservoir floating cover membrane shall be Burke Industries, San Jose, CA. 2.2 MATERIALS A. Fabric Reinforced CSPE NSF 61 Approval: All CSPE materials (including fillers and necessary processing aids) shall be designed and manufactured specifically for reservoirs containing treated (potable) water, shall have been satisfactorily demonstrated by prior use to be suitable for such use, and shall be approved by the National Sanitation Foundation (NSF Standard 61) and any regulatory agencies having jurisdiction over such use. 2. General: The cover shall be a 3 -ply composite membrane material consisting of thoroughly bonded, fabric -reinforced sheets. It shall consist of 1 ply of polyester scrim reinforcement sandwiched between 2 plies of chlorosulfonated polyethylene (CSPE) synthetic rubber. It shall be manufactured by the MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -12 calendaring process and shall be uniform in thickness, size, and surface texture. It shall be sunlight and weather resistant, flexible, durable, watertight, and free from pinholes, blisters and contaminants. The scrim shall be totally encapsulated between the plies of CSPE. The edge of the scrim shall be between 1/8 inch and 1/2 inch from the edge of the CSPE encapsulation on either side. Exposed scrim along longitudinal edges of roll stock, or indications of delamination will not be permitted. The composite membrane material shall be a flexible, durable, watertight product free of pinholes, blisters, and contaminates and shall not delaminate. 3. CSPE Compound: CSPE membrane material (unreinforced) shall be manufactured from a composition of high quality ingredients suitably compounded, of which CSPE 45 is the sole elastomer, comprising not less than 45 percent by weight of the compound. Zinc compounds of any kind, including zinc oxide, zinc state, and/or zinc dusting agents, are prohibited. Dusting agents of any kind are prohibited on the finished product. Fillers and necessary processing aids can be whatever is deemed proper to facilitate processing of the compound. The finished compound shall be certified in writing by the MANUFACTURER to have the following unsupported non -reinforced property values: Prope Test Method Test Value Specific Gravity ASTM D 297 1.65 Tensile Strength ASTM D 412 800 psi Elongation at Break ASTM D 412 400% Tear Resistance ASTM D1004, Die C 6 Ib Water Absorption ASTM D 471 5% (wt) max. Ozone Resistance ASTM D 1149 No Effect (pass) 1/8" Bent Loop, 7 -day 100 pphm, 104° F Puncture Resistance FTMS 101B 80 Ib Method 2031 4. Membrane Reinforcing: The fabric -reinforced scrim shall be 10 x 10 threads per inch, 1,000 denier polyester with yarn strands having a twist of 2 to 2-1/2 turns per inch in the fill direction. Strike -through area (openings) in the thread pattern shall measure a minimum of 40 percent of the total area to assure maximum ply adhesion. The reinforcing scrim shall create an open -type weave that permits strike -through of CSPE through the fabric to facilitate adhesion between the piles of CSPE. 5. Color: Except where noted otherwise, the finished color of the cover membrane sheets shall be as follows. Color of material shall not vary between sheets: MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -13 • Black on the exposed (top) side and • Black on the unexposed (bottom) side. Reinforced Membrane Properties: Prope Test Method Test Value Thickness ASTM D 751 45 mils (nominal) 41 mils (minimum) Material over Scrim Optical Method 15 mils (nominal) 11 mils (minimum) Breaking Strength, ASTM D 751 275 Ib (average) Grab Method 250 Ib (minimum) Tear Strength, ASTM D 751 100 lbs (average) Tongue Tear 80 lbs (minimum) Hydrostatic ASTM D 751 405 psi (average) Resistance Method A 350 psi (minimum) Procedure 1 Ply Adhesion ASTM D 413 10 lbs/in (average) Machine Method 8 lbs/in (minimum) Ozone Resistance ASTM D 1149 No Effect (pass) 1/8" Bent Loop, 7 -day 100 pphm, 104° F Low Temperature ASTM D 2136 -40°F (pass) Flexibility Puncture Resistance FTMS 101B 275 Ib (average) Method 2031 225 Ib (minimum) It is required, as a part of the MANUFACTURER's QA plan, that each production lot of membrane produced be tested for, at a minimum, tensile strength, elongation, tear strength, hydrostatic resistance, ply adhesion, low temperature flexibility, dimensional stability, puncture resistance, ozone resistance, and water resistance. Certified copies of these test reports shall be furnished to the ENGINEER within 15 working days of production. 8. It is further required, as a part of the MANUFACTURER's QA plan, to document the inspection, testing, documentation and reporting procedures to be employed to ensure conformance with the thickness requirements of these specifications. Copies of these records shall be furnished to the ENGINEER within 5 working days of production. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -14 9. Use of CSPE: Unless otherwise indicated, all CSPE material used in the cover appurtenances (including floats, weights, straps, etc.) shall be the same type of scrim -reinforced CSPE membrane as that used for the floating cover membrane. B. Water Circulation Baffle: The water circulation baffle shall function to create a specific pathway through the reservoir, by blocking flow across the baffle. The baffle shall be constructed of the same reinforced CSPE membrane material as the floating cover. 2. Seaming in the baffle shall be as shown in the standard seam details for the floating cover. Seam location and orientation (horizontal/ vertical) on the baffle curtain shall be as recommended by the reinforced CSPE membrane material MANUFACTURER, for strength and uninterrupted service of the baffle curtain. 3. Baffle shall be installed under the cover in accordance with the Drawings, including cutout for the inlet pipe, top and bottom edge connection to the float/weight. The ENGINEER shall be consulted for any questions regarding proper baffle and associated float/weight alignment and location. C. Float and Encasement: Float material used in trough floats, cover vents, baffle floats, hatch assemblies and all other flotation details shall be rigid, closed -cell polyethylene foam planks weighing 2.2 pounds per cubic foot ±10 percent. The floats shall be Ethafoam 220 by Sealed Air Corporation. The foam shall be constructed of virgin polyethylene (no post -consumer recycled content). Polyethylene foam floats shall be fully and tightly encased in the same type of scrim -reinforced CSPE as that used for the floating cover membrane. The exposed ply shall be the same color as the cover membrane. 3. Floats and encasements shall be installed on the cover in accordance with the Drawings. The ENGINEER shall be consulted for any questions regarding proper float locations. D. Pre -Wash Cleaning Solution: Solvent Solution for pre-washing/cleaning contact surfaces for field seams and other similar surfaces shall be as recommended by the MANUFACTURER of the membrane as suitable for use with CSPE material. E. CSPE Adhesive/Solvent Welding Solution: All seaming and sealing adhesives shall be of a type or types recommended by the MANUFACTURER of the fabric -reinforced CSPE for use with its material and shall be delivered in original sealed containers each with an indelible label bearing the brand name, MANUFACTURER's name, date of manufacture, and complete directions as to proper storage, use, and application of adhesives. All seaming adhesives shall be the same color as the top ply of the CSPE material being seamed. Seaming, splicing, sealing and patching adhesive shall be a MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -15 "compound filled adhesive" which is a high -solids (nominally 15 percent) solution of the same compound used in the parent sheet in a solvent. This adhesive shall be used for all specifically designated factory and all field CSPE-to-CSPE adhesive bonds. This adhesive is also referred to as a "solvent welding solution." Heat welding is also acceptable. F. Flood Coating: All cut scrim edges shall be liberally "cross -brushed" flood coated with CSPE Adhesive. G. Installation Sandbags: Sandbags shall contain a minimum of 35 pounds and a maximum of 60 pounds of sand. The sand shall have 100 percent of its particles (by weight) pass through a U.S. standard No. 8 sieve. 2. Double bags shall be utilized for sandbags. Both bags shall be made of 6 mil minimum solid (nonwoven) polyethylene with ultraviolet inhibitors sufficient to guarantee a minimum life of 12 months when exposed to the weather. Each bag shall be tied off separately. Wire ties will not be permitted; black nylon cable ties, 5 inches long, minimum, with a minimum tensile strength of 30 pounds shall be used on the inner and outer bags. H. Sand -Filled Weight Tubes: Sand -filled weight tubes include Trough Weights, Baffle Weights, and Rainwater Run-off Enhancement Weights. 2. Sand -filled weight tubes shall be fabricated from scrim -reinforced CSPE. 3. Sand -filled tubes shall be of sufficient length and lay -flat dimension to produce the finished length and diameter shown. Overall tube length shall include extra material to seal the tube ends. The sand tubes shall be filled to 95% minimum of their capacity. There shall be no evidence of voids, bridging or arching of the sand within the tubes. Inadequately filled sand tubes will be rejected. Rejected sand -filled tubes may be compacted, filled fully and patched in accordance with patching specifications, and submitted to the ENGINEER for re -inspection and acceptance. After installation, the sand -filled tubes shall be punctured, on the top, 6" to 12" on center and at both ends, with a sharp probe, such as an "icepick" or "awl' (to create "dimensionless" holes) to allow complete saturation of the sand when the weighted areas fill with storm water; the use of a blade such as a knife for this purpose is not acceptable. The ENGINEER shall witness this operation. 4. Sand used for filling the sand -filled tubes shall be clean, dry even -graded with 100% passing a No. 12 sieve and 98% retained on a No. 16 sieve. 5. Trough weights shall be positioned and attached with straps welded to cover in accordance with the Drawings. The ENGINEER shall be consulted for any questions regarding proper trough weight locations. Trough weights installed on slopes shall utilize straps with the weight retention loop shown on the Drawings. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -16 Weights shall be tightly tied using braided W diameter polyester rope with ends cut with a hot knife to fuse fibers to prevent fraying. Rubber Gaskets: Rubber gasket material shall be EPDM having a durometer hardness of 40±5 when tested in accordance with ASTM D2240, Type A scale. J. Grommets: Grommets shall be 'l3 inch diameter and of solid brass as manufactured by Stimpson, Inc., or equal. 2. Grommets shall be installed in the sand tube attachment tabs bonded to the cover. Holes in the tabs shall be punched using a die with cutter to properly suit the grommet size. Each grommet shall be seated so that the entire rim is firmly gripping the material all around the grommet. K. Weight Attachment Ropes: The sand -filled weight tubes shall be tightly tied into their attachment straps using 0.25 inch diameter braided dacron/polyester rope suitable for marine use. The rope shall be tied with tight "square knots', with the (nominally 3"+ long) loose ends "half -hitched" under the tightened rope. All rope pieces shall be cut with a "hot knife" suitable to completely fuse the fiber ends together so that they will not unravel when subjected to working stresses. L, Double -Layer CSPE Patches / Chafing Protection Doublers: The floating cover shall be fitted with bottom -side "doublers" of cover membrane attached to the bottom of the cover, to provide a double -thickness of membrane over all areas where the cover will overlay a structure or protrusion, and where indicated. Doublers shall be of sufficient size to extend at least one foot past the points of contact of the cover with the structure or grillage in question. The doublers shall be "spot -attached' to the cover in the middle of the doublers and along the edges thereof. The spot weld attachments shall be approximately 2 inches by 6 inches and shall be on a pitch of approximately 3 feet along the edges of the doublers and a nominal 3 foot by 3 foot grid in the field of the doublers. The spot attachments may be either heat or solvent welds. The doublers shall be in a uniform, flat and parallel relationship to the cover membrane, and shall not cause distortions to the cover when it is floating. The doublers shall have small drainage slits (nominally 1/2" to 1" long) in the approximate centers between all attachment spots, to allow water to drain when the cover is inflated. The ENGINEER shall inspect and approve the layout of the doublers, the attachment locations, the drainage slits and the installation operation. M. Surface/Rain Water Drain System A surface/rain water drain system shall be provided to remove rainwater from the floating cover. These assemblies shall be located on the cover in such a manner to collect rainwater that falls on the cover, taking into consideration the "wind driven" movement of rainwater on the cover. The pump system shall include MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -17 moveable sump canister assemblies, rainwater run-off enhancement weights, submersible pumps, trough drain pipes, discharge hoses, power/control cable, etc. The pumps shall be connected to the existing control panel and power supply as shown. 2. Flexible Trough Drain Pipe: Flexible drain pipe used in the RCT's shall be the corrugated perforated polyethylene in accordance with ASTM F405 and salvaged from the existing RPP cover. 3. Flexible Discharge Hose: The existing 3" dia. Spiralite EPDM flexible hose will be used for discharging water from the submersible pumps to the 6 inch drain pipe located at top of slope. Adjust hose length at each pump to assure sufficient length from pump connection to the corresponding drain pipe connection at top of slope. Reuse existing quick -connect coupler and adaptor fittings along with new hose clamps to complete hose connections. 4. Sump Pump Canisters and Float Collars: The moveable floating cover sump float collars shall be sized to accommodate the plastic canister with adequate clearance to allow free vertical displacement and easy insertion and extraction. The float collar shall be fabricated from 2.2 pounds per cubic foot density polyethylene foam and be fully encapsulated with cover membrane material in a snug -fitted manner. The float collar shall fully surround the top of the internal sump canister. The sump canister shall be weighted and/or ballasted such that the canister is fully depressed into the floating cover rainwater trough during operation. The sump canister shall be made of HDPE, minimum wall thickness of 3/16 inch, and perforated to allow sufficient flow of rainwater. The sump canister shall have no sharp corners which could damage the cover membrane. The sump canister shall be fitted with a matching lid with appropriate cutouts for the pump discharge hose, power cord, and control cords. All cords shall be retained by brackets and cord grips in the plastic sump to eliminate stress and/or disconnection. The sump canister shall have steel ballast (painted with corrosion resistant paint or coating) sufficient to ensure the weight of the sump pump assembly exceeds the weight of water displaced by the sump canister by not less than 5 percent nor more than 10 percent. 5. Check Valves: Check valves shall be fitted to the discharge end of the pump located within the pump sumps and shall be full -flow PVC swing check with a positive seal Buna-N gasket. Check valves shall be as manufactured by Flo Control, Inc., Burbank, California, or approved equal. N. Portable Floats: The INSTALLER shall provide two (2) separate portable rigid floats for the OWNER's use. Each float shall contain a single sheet of rigid closed -cell polyethylene foam with dimensions of 5 ft. long, 4 ft. wide and 4 -inch deep. 2. The portable polyethylene foam floats shall be fully encased in the same type of scrim -reinforced CSPE as that used for the floating cover membrane. O. Repair Floats: MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -18 The INSTALLER shall provide 2 movable cover repair floats within each section of floating cover bordered by rainwater collection troughs or the perimeter batten bar. These floats should be able to be moved beneath a cut or tear in the cover, while the cover is floating, to facilitate the repair of same. Moveable cover repair floats shall be circular in cross-section measuring 12 inches diameter by 54 inches long, with a 2" chamfer around the full circumference at each end. These repair floats shall be constructed using 4" thick Ethafoam pieces bonded together with BR -700 Contact Adhesive. The cover repair floats shall be fully, tightly encased in the same type of fabric -reinforced flexible membrane as that used for the floating cover. P. Non -Skid Walkway: Dedicated walkways shall be incorporated on the floating cover to assist personnel onto the floating cover as shown in the Plans. The walkway shall include 5 -foot wide non -slip surface tread. Walkway tread shall be black in color and 80 mils thick. C. Access Hatches: Hatches shall be installed on the cover, together with the required hatch floats and vents, in accordance with the Drawings. The cover material shall be clamped between the hatch frame and the float. A watertight seal shall be created between the hatch flange and the top surface of the floating cover on which it is mounted, by use of two bands (1t8 inch by 1 inch) of isobutylene tripolymer-based sealant tape. 2. The bottom of the floating cover material shall be bonded to the top of the float encasement as shown on the Drawings. There shall be a bond, at least 2 inches wide all around the perimeter of the hatch float and along all cut edges of the floating cover material in contact with the hatch float. The cuts made in the cover to insert the hatch float shall be cap stripped. 3. A 2 -inch "pipe vent", in accordance with the Contract Drawings, shall be welded to the hatch cover. The vent opening shall be mounted a minimum 24" above the bottom of the hatch floats. 4. A minimum of two, 1-112" depth "V -notch" cuts shall be provided in the hatch floats to allow air from the outer circumference of the floats to migrate to the hatch vent. The V -notch cuts shall be fully encased in cover membrane. 5. All hatch attachment fasteners shall be Type 316 stainless steel. Nylon isolation washers shall be used to isolate direct contact of the stainless steel fastener components with the aluminum hatch frame, R. Cover Vents: The access hatches contain integrated air vents. However, additional air vents may be necessary to vent entrained air which collects beneath the cover. Vents shall be installed on the cover at locations shown on the Plans, prior to the filling the reservoir. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -19 S. Contact Adhesive Contact adhesive, used for adhering the CSPE material to non-CSPE materials, such as float foam areas, and bonding of float foam to itself, shall be BR 700 Contact Adhesive or approved equal. 2. Contact adhesive shall not be used for CSPE-to-CSPE seams or adhesion. PART 3 -- EXECUTION 3.1 FABRICATION A. The INSTALLER and FABRICATOR shall facilitate a one -day inspection of the entire fabrication facility by one representative of the OWNER and one representative of the Engineer, if requested by the Engineer. Round-trip travel costs from the representatives' points of origin to the fabrication facility shall be paid by the Contractor. B. Individual widths of scrim -reinforced rollstock shall be factory -fabricated into large panels by an experienced FABRICATOR regularly engaged in fabricating fabric - reinforced membrane liners and covers. C. Inspection of Roll Goods Prior to Fabrication: Prior to factory seaming, all roll goods shall be unwound and inspected on both sides for unmixed or poorly dispersed ingredients, exposed scrim, pin holes, or the presence of contaminants or foreign particles. All defects and impurities shall be removed or repaired before the membrane is fabricated into panels. Thickness shall be measured in accordance with ASTM D 751 at the center and each edge of the beginning and end of each roll of material used in this work. A log shall be maintained showing the material type, roll number, lot number, and 3 thickness measurements at the beginning and end of each roll. This log shall be made available to the ENGINEER upon request and shall be included in the FABRICATOR's Quality Assurance Final Report. D. Factory -fabricated panels shall be rolled up onto a continuous 6" diameter core parallel with the machine direction of the calendered strips. Panels shall not be accordion folded. E. Factory -fabricated panels shall be prepared for shipping to the project site in accordance with the panel "put-up" method described in the approved Shop Drawings. Machine -made factory seams made with hot air, hot wedge or high frequency (dielectric) welding shall be as shown on the Drawings. There shall be uniform strip -to -strip tension in the fabricated panels. Uniformity of strip -to -strip tension shall be one of the objects of inspection by the FABRICATOR, and may be verified by the ENGINEER's fabrication CQA representative. Panels with visually apparent differences in tension from one strip to the next will be rejected. Total seam edge over edge overlap shall be 2-1/2 inch minimum. Total scrim over scrim welded overlap shall be 2 inch minimum. Factory seams shall develop a minimum of 90 percent of the specified strength of the parent material when tested in accordance with ASTM D751. Factory seams shall be fully bonded MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -20 across the entire lapped area, including encapsulated edges, so that no loose edge is present on the top side of the fabricated sheet. All factory seams shall provide a bond between sheets sufficiently strong that failure of the seam will not occur at the bonded surface but will produce a "film -tearing" bond. G. All factory -fabricated sheets or panels shall be given prominent, unique, indelible identifying markings conforming to the approved panel layout and indicating the proper direction for unrolling or unfolding to facilitate their layout and positioning in the field. H. Fishmouths, pleats, folds, and similar defects will not be permitted in any factory seams. The FABRICATOR shall fabricate floating cover appurtenances (such as sand tubes, sand tube tabs, wrapped floats, etc) in the factory. Field fabrication of floating cover appurtenances is only acceptable where factory fabrication is not possible or would result in a lower -quality field installation (at the determination of the ENGINEER). Factory seams for all such items shall comply with the requirements shown on the Drawings. Factory rollstock splices shall be 2 '/� - inch nominal overlap and shall be fully bonded across their entire width, with no loose edges on the top of the sheet. Float wrap shall tightly and uniformly encapsulate the floats. J. Where three layers of material occur at a 'T joint, such as at rollstock splices, care shall be taken to seal the small leak path that would otherwise occur along the edge of the middle layer. The upper layer shall be heated and rolled to conform or "step down" and seal the leak path. In addition, the area shall be covered with a 3 -inch diameter 30 -mil minimum unreinforced CSPE patch (of the same color) or cover membrane. The center of the patch shall be placed at the intersection of the edges of the top and middle layers of the membrane material, to block off the potential leak path. 3.2 FACTORY MEMBRANE AND CSPE COMPOUND TESTING REQUIREMENTS: A. CSPE membrane and compound testing shall be performed by a third -party independent testing lab acceptable to the ENGINEER. B. Unreinforced CSPE compound shall be tested for specified material properties at a minimum of once per mixed lot. C. Reinforced CSPE membrane shall be tested for specified material properties at a minimum of once per 50,000 square feet of membrane. 3.3 FACTORY FABRICATION SEAM INSPECTION AND TESTING REQUIREMENTS: A. Factory fabrication seam inspection shall be performed by a third -parry independent testing lab acceptable to the ENGINEER. Seam samples shall be taken for Quality Control testing on the following basis. When seaming "fresh" material, samples shall not normally be taken from within the panel being fabricated, but shall be from a 'representative" 4 -foot seam sample made with material from the roll being fabricated. Seam samples may be taken from the actual fabricated seams at the discretion of the Quality Control MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -21 Manager if, in his judgment, such testing of an actual seam is required to verify adequate seam quality. Holes from such sampling shall be patched as described herein. 1. First seam on each machine at the start of each shift. 2. First seam on each machine after lunch break. 3. First seam from each new panel roll being fabricated. 4. Not less than once every four hours (on average) of production of each machine. C. The 4 -foot seam test samples shall be cut at quarter points (a total of three places in each 48 -inch sample) and tested for Factory Seam Strength and Peel Adhesion. The Factory Seam Strength (shear seam strength) shall be tested in accordance with ASTM D751 (Grab Method) as modified in Appendix A of NSF 54 and shall have a value of no less than 90% of the minimum breaking strength of the parent membrane material. The Peel Adhesion shall be tested in accordance with ASTM D413 as modified in Appendix A of NSF 54 and shall provide a "film tearing bond" when tested. 1. Unless there is a failure of a test sample, only one of the three Peel Adhesion test samples need be actually tested in the test machine. If a failure occurs, adjustments in the seaming machine operation settings shall be made and a new "representative" 4 foot seam test sample shall be produced, then all three Peel Test samples shall be tested from that new "representative" seam test sample. This process shall be repeated until the test results are "passing", at which time the production seaming can be resumed. In other words, "passing" tests are required before production seaming can take place. 2. Reduced actual machine testing can be performed on the Factory Seam Strength Test (shear test) as long as there are no failures of the corresponding Peel Test samples. Only one randomly selected, actual machine -pull of the Factory Seam Strength Test is required per each 4 -hour production period. Any failure of this Factory Seam Strength Test shall dictate 100% testing of all shear test samples until no failures have been evidenced for a 4 -hour production period. D. If a test failure results from a test of a sample cut from an actual production seam, the low bond area shall be re -heated to achieve a satisfactory bond or cap -stripped with a 8 -inch wide minimum cap strip covering the low bond area and extending 6 - inches into acceptable seam at each end. The repaired area shall be re -tested and repaired as needed until minimum acceptable values are reached. Alternatively, the low bond seam may be cut from panel, and a new seam made, exposed scrim shall be flood coated. E. Seam sample cut-outs shall be repaired to standard specifications, and shall be full bonded with an over -lay patch of the same membrane extending at least 3 -inches in all directions beyond the cut-out area. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -22 F. All seams, splices and patches shall be 100% air -lance tested using an air nozzle directed on the seam upper edge and surface to detect loose edges, riffles indicating un -bonded areas within the seam, or other undesirable seam conditions. The jet of air shall be directed at the edge of seams and patches to effect the lifting of unbonded edges. The discharge orifice shall be maintained within 1/4" to 1 1/2" of the edge of the seam. Use a minimum of 60 psi continuous supply (as measured at the end of the supply hose) through a 1/16 -inch to 3/16 -inch diameter nozzle. Air lance testing shall be performed as soon as judged practical by the FABRICATOR. Each factory -fabricated seam shall be marked by the FABRICATOR's quality control inspector at the beginning, end and middle of each seam with the date and employee's name or number included, indicating compliance with all required specifications including air lance inspection. 3.4 PREPARATION A. Field Measurements: INSTALLER shall verify dimensions of all structures and appurtenances including the reservoir itself prior to fabrication of any materials for this project. INSTALLER is responsible for providing materials that meet actual field dimensions. Actual dimensions may differ from those shown on the Drawings. B. Protection: Under no circumstances shall the liner or floating cover be subjected to rough treatment or have sandbags, equipment, or other material dragged across its surface. Nor shall persons or materials slide down slopes on top of the liner or cover membrane. All scuffed surfaces resulting from abuse of any kind by the CONTRACTOR, its employees and/or subcontractors, the ENGINEER's personnel overseeing the work, or others, shall be repaired by the INSTALLER in accordance with the specifications. 2. All persons walking on the new membrane material shall wear smooth, rubber -soled shoes. Shoes with patterns in relief that could pick up rocks and trash will not be permitted. 3. The CONTRACTOR shall facilitate training in proper membrane handling and protection for all employees on the Site, including other trades not employed in membrane installation. The INSTALLER shall provide this training. 4. Scissors used in the work shall have blades with rounded points. Marking pens used for identifying areas requiring work shall be Pentel Multi - Purpose Correction Pens or similar markers which do not contain wax, oil, or grease. 5. Tarpaulins of reinforced polyethylene, about 10 feet by 10 feet in size, shall be spread out on the new floating cover material as a work area for preparing patches; temporarily storing tools, supplies, or rags; etc. Under no circumstances shall gasoline or diesel driven engines or cans of fuel or solvent be placed directly on the liner or floating cover or be stored within the reservoir overnight. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -23 3.5 6. Tarpaulins of reinforced polyethylene, or similar protective material, shall be spread out on the new floating cover material at access points during construction and wherever foot traffic is anticipated to be regular or heavy. No wheeled vehicles will be permitted on the liner or cover material without prior written approval of the ENGINEER 8. The Contractor shall take precautions and all means necessary to prevent "blocking" of the new CSPE material, or self -welding of the material to itself either spontaneously or due to excessive heat from sunlight, or any other type of heat or solvent self -welding. INSTALLATION A. Application: 1. The INSTALLER shall sequentially assemble the cover panels within a staging area approved by the ENGINEER, and deploy the cover across the reservoir floor and side slope areas using the procedure indicated in the INSTALLER's Quality Assurance Plan and panel layout shop drawings. 2. Only those panels of floating cover material that can be secured and sealed together in the same day shall be placed in position and unpackaged. 3. Membrane panels shall be deployed in sufficient time to allow panels to shrink, as a result of panel stretch during the manufacturing process, prior to field seaming. When ordering panel lengths, the INSTALLER shall allow for panel shrinkage during the manufacturing process. 4. The floating cover material shall be installed in a manner so that it will lie substantially flat on the surface of the water when the reservoir is at a full condition. There shall be no slack battened under the batten bars. Cover panels shall be well tensioned and as free of slack and/or wrinkles as possible. The INSTALLER shall review their plan for corner slack dissipation with the ENGINEER and obtain the ENGINEER's approval prior to implementation. All panels shall be installed as free of slack or wrinkles as possible. After initial positioning, spreading, initial tensioning and adequate sandbagging, all panels shall be re -tensioned during installation by the crew installing the panels in such a manner that removes all possible slack and wrinkles. Wherever possible, after seaming, the slack created by the seaming operation shall be removed prior to seaming the next adjacent panel or attaching the panel at a batten bar. If any slack is present, it shall be removed by tensioning the panel. Cutting out and patching accumulated slack at the batten bar line is not acceptable. The ENGINEER shall witness the sandbagging and re -tensioning operations, and has final approval authority as to whether same was satisfactory; the ENGINEER may, at its discretion, require that additional sandbagging and/or re -tensioning be done at the CONTRACTOR's expense. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -24 Sandbags shall be used as required to hold the membrane panels in position during installation of the floating cover and to protect them from damage or displacement. Rubber tires used for temporary anchorage are not permitted. 2. During any discontinuity of the work exceeding one hour in length, the leading (unseamed) edges of all panels or sheets shall be secured with sandbags at not more than 3 feet on centers. The INSTALLER shall be responsible for maintaining closer spacing as required to protect the work during all weather conditions. 3. All sandbags placed on slope shall be tied off at the top of slope to ensure against their shifting or sliding down the slope. 4. Sandbags that are split, torn, or otherwise losing their contents shall be immediately removed from the reservoir area and any spillage immediately cleaned up. C. Heat Seaming: All seams and welds of CSPE-to-CSPE material shall be heat seamed or solvent welded. a. Contact adhesive is not acceptable for CSPE-to-CSPE seaming and welding of the membrane material. Contact adhesive will only be allowed in the following locations: i. As recommended by the scrim -reinforced membrane material MANUFACTURER to bond CSPE material to other materials (float foam, concrete, etc) ii. Bonding of float foam to float foam or to float encasement membrane. iii, Where specifically shown or allowed (at the discretion of the Engineer). 2. Heat seaming shall comply with the INSTALLER's approved Quality Assurance Plan. 3. Seams made with heat shall be machine -made wherever practical, using hot air or hot -wedge welding equipment. A 3 -inch wide, solid hot -wedge welder is required to meet the field seam requirements of the Drawings and this specification. 4. Hand-held heat seaming equipment may be used where machine -made heat seams are not possible and for miscellaneous seaming, as approved by the ENGINEER. 5. Contact surfaces of material to be heat -seamed shall be wiped clean with a cloth until all foreign matter, dust, and dirt has been removed. Only MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -25 clean, white, lint -free, cotton cloths shall be used in the work. Then wash contact surfaces with clean cloths soaked with solvent (xylene) to remove any surface cure. Use clean, white, lint -free, cotton cloths in the work. When a cloth more closely matches the membrane material color than its original white, remove and replace the cloth. Surface cure is removed when the CSPE turns shiny and slick when wet and the color will readily transfer to one's gloved finger or rag, which is wet with pre -wash solvent. Complete removal of surface cure not more than 10 minutes ahead of seaming. When conditions adverse to proper workmanship exist, such as high heat or winds, or when other present conditions increase the probability of dirt or other foreign material being deposited on the contact surfaces, reduce the time between washing and seaming as necessary to produce acceptable seams. In the event a CSPE panel has been laid out and not seamed within 2 to 3 days thereafter, solvent scour and buff the seam surfaces to ensure a complete removal of surface cure. Perform the scouring procedure by hand buffing the contact surfaces with stainless steel scouring pads (or other ENGINEER approved abrasive scrubbing pads) soaked in solvent to effectively penetrate and remove the surface cure layer. Do not limit this scouring procedure to panel -to -panel seams, but perform the procedure on all seams (including patches and seams for attachment of floating cover accessories) 6. The INSTALLER shall follow immediately behind the heat seaming equipment, while the material is still clean and sufficiently hot from the initial seam, and bond the top edge of the seam. The top edge of the seam shall be "stitched" by manually rolling the seam area with a 2 -inch wide roller. Tee joints shall also be stitched immediately behind the heat seaming equipment to seal the potential leak path along the edge of the middle layer. 7. Welding Machine Qualification Testing: The INSTALLER must first qualify his seam welding machine(s) before field seam welding. Machine qualification must be performed before start-up or when the seam welding machine has been shut down for periods longer than fifteen (15) minutes. The seam welding machine must pass both a peel strength test and a tensile strength test in order to be qualified. Machine qualification tests may be performed on excess sheets of membrane material, as appropriate. INSTALLER can proceed with field seam welding only after successful machine qualification. A new test weld sample is always required of each machine at the start of each shift and at the re -start of operations after the lunch break. Properly identified samples of all test weld samples shall be retained with the quality control records of the INSTALLER and be made available for inspection by the ENGINEER upon request. All seams and welds of CSPE-to-CSPE material shall be heat seamed or solvent welded. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -26 a. Contact adhesive is not acceptable for CSPE-to-CSPE seaming and welding of membrane material. Contact adhesive will only be allowed in the following locations: i. As recommended by the scrim -reinforced membrane material MANUFACTURER to bond CSPE material to other materials (float foam, concrete, etc.) ii. Bonding of foam float to float foam or to float encasement membrane. iii. Where specifically shown or allowed (at the discretion of the Engineer). 2. Solvent weld seaming shall comply with the INSTALLER"s approved Quality Assurance Plan. 3. The contact surfaces of the seams shall be wiped clean to remove all dirt, dust, moisture, or other foreign materials. The INSTALLER shall produce solvent weld field seams which maintain the minimum specified fully bonded scrim over scrim overlap weld and shall make every effort to fully weld the entire overlap area, however some limited un -bonded bottom - side flaps may be present and are acceptable. 4. The contact surfaces shall be washed/scrubbed with solvent solution, to completely remove "surface cure" from the surfaces to be seamed. Removal of "surface cure" should not be completed more than 10 minutes ahead of seaming. When conditions are adverse, such as high heat or winds or when conditions increase the possibility of dirt or other foreign material being deposited on contact surfaces, the time between washing and seaming may have to be reduced as necessary to produce acceptable seams. Sometimes it is necessary to utilize an appropriate abrasive pad to remove "surface cure". Adequate removal of surface cure can usually be determined by wiping the prepared surface with a clean rag, wet with Xylene solvent; if satisfactory, it will readily pick up the color of the membrane of the wiped surface on the clean rag. Only clean, white, lint -free cotton rags shall be used in the work. When a rag shows excessive discoloration from use and/or loading with removed `surface cure", it shall be discarded into a proper safety container and replaced with a new one. 5. Solvent seam welding shall be made only after cleaning the seam surface area, and removal of "surface cure". The contact surfaces of the membranes shall be heated to warm and dry conditions. Immediately after washing with solvent and surface cure removal, a liberal amount of CSPE adhesive/solvent welding solution, a "compound filled adhesive" adhesive shall be applied to one or both of the contact surfaces for the full width of the lap between the upper and lower sheet and the two surfaces pressed together immediately to ensure that both surfaces have been contacted by "wet" adhesive. Adhesive shall be thoroughly wet and without any sign of drying or surface skinning of the adhesive at the time the contact surfaces are brought together. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -27 After pressing the two contact surfaces together and eliminating any wrinkles, the entire seam area shall be rolled perpendicular to the seam with a 2" wide roller, applying firm pressure by hand. Some visible expelling of "wet" adhesive from the seam during rolling is desirable and indicates that sufficient adhesive has been applied. When applying the adhesive, the successive seam segments shall be tied -in to the end of the seam previously completed in a manner such that leak paths or weak points in the seam do not occur. The use of supplementary heat, such as from a hot air gun, during the seaming/rolling process is normally required. After the initial seal of the lap seam has been made, any exposed free edges of the membrane material shall be resealed, using the same procedure, to eliminate all free edges. To the greatest degree practical, field seams in the cover shall be fully bonded across the entire lapped area, including encapsulated edges, so that no loose edge is present on either side of the membrane material. However, an un -bonded flap (no wider than 2") on the bottom side of the seam is acceptable for the cover when a full bond across the entire seam is not practical. All membrane panel field seams shall result in a full bonded top side with a scrim -over - scrim lap of 2 inches minimum. Whenever possible, all solvent weld field seams shall be kept dry for at least 12 hours after initial sealing to allow the seam to achieve its optimum strength. E. Field Seams: Panels to be joined in the field shall be lapped as shown on the Drawings. After the initial seal of the lap joint has been made, all exposed free edges of the membrane material shall be bonded, using the same procedure, to eliminate all free edges. Loose edges will not be allowed on the top side of the floating cover. Cutting off loose edges is not acceptable. There shall be uniform panel to panel tension in the field seaming of the panels. Uniformity of panel to panel tension shall be one of the objects of inspection by the INSTALLER and shall be verified by the ENGINEER. Panels with visually apparent difference in tension from one panel to the next will be rejected. 2. Butt joints shall be used only where lap joints are not possible as approved by the ENGINEER. Butt joints shall be formed using joint cover strips made from the same material as the material being covered, shall be continuous in length, and a minimum of 8 inches in width. The joint cover strip shall be centered over the joint and shall be fully bonded across its entire width. Butt joints shall be installed in accordance with the same procedures for lap joints. 3. All seams, field and factory, shall be staggered as required to ensure that no more than three layers of material meet at a joint. If more than three layers occur within a seam, the area shall be covered with a patch extending 3" minimum from such condition. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -28 4. Where three layers of material occur at a joint (i.e., at a tee joint), care shall be taken to seal the small leak path that would otherwise occur along the edge of the middle layer. The upper layer shall be heated and rolled, while the membrane is hot, to conform or "step-down" and seal the leak path. 5. Where transverse joints are encountered at the ends of panels, the free edge on the bottom of the overlapping panel shall be 100 percent inspected and sealed for a minimum of 6 inches from the end of the overlapping sheet prior to making the transverse seam. 6. All factory and field tee joints shall have a 3 -inch diameter patch of 40 -mil minimum unreinforced CSPE membrane, as applicable, applied to seal the potential leak paths at these locations. The center of the patch shall be placed at the intersection of the edges of the top and middle layers of membrane. Care shall be taken to avoid fishmouths, pleats, folds, and tucks in seams. Any such defects shall be prevented by tugging on the just completed seam opposite from the direction the seam is progressing. The INSTALLER's seaming crew shall give continuous attention to the elimination of all such defects to prevent their occurrence. Regardless of the location or cause of such defects, they shall be slit out far enough from the seam to dissipate the defect. The slit edges shall then be lapped and field seamed. Wherever the lap width is less than 4 inches, the defect shall be repaired with a joint cover strip. 8. All exposed cut edges of fabric -reinforced CSPE shall be liberally "cross - brushed" flood coated with CSPE adhesive/solvent welding solution. This requirement applies to all factory and field cut edges including, but not limited to, seams, joint cover strips, float encasements, and patches. 9. Field seams shall not be made if the ambient temperature or humidity would result in inferior seams. 10. When required to provide proper support, a seaming board, 12 inches wide, minimum, by 8 feet long, minimum, with rounded corners and edges shall be placed under the bottom panel during seaming. The board shall be advanced along the seam as required. Anchorage: The floating cover material shall be anchored to make a watertight seal to the perimeter batten bar as shown on the Drawings. 2. Anchor bolt holes shall be sized to uniformly force the membrane material over the anchor studs to provide a snug fit. Oversized or irregularly shaped holes will not be allowed. G. General: Remove all slack in panels before seaming. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -29 2. Only perform work in satisfactory conditions (weather, ambient conditions, etc) recommended by the membrane manufacturer and at the discretion of the engineer. 3.6 REPAIRS A. All punctures, cuts, tears, severe abrasions, and similar damage or abuse suffered by the fabric -reinforced CSPE material shall be repaired by patching to the satisfaction of the ENGINEER. B. Patches shall be cut from flat, unwrinkled parent material of the materials being patched, and shall be free of defects, field seams, and factory seams. They shall be of sufficient size to extend a minimum of 4 inches in all directions beyond the limits of any puncture, cut, tear, or abrasion. They shall be neat in appearance with corners rounded to a minimum 1 -inch radius. C. Patches shall be applied to the CSPE membrane material as specified previously for lap joints. The parent material shall be carefully pulled and held flat in the area to be patched as to provide an acceptable surface to receive the patch. Patches 8 inches or less in narrowest plan dimension shall be fully bonded across their entire width. Where patches are more than 8 inches across in narrowest dimension, they shall be seamed with a typical field seam all around with all edges buttoned down. 3.7 INSPECTION AND TESTING A. Seam Testing: Perform a minimum of one seam sample every 5,000 L.F. or one seam sample per fabricated panel, whichever is more frequent. 2. Peel Strength Test: A minimum of 5 specimens from any factory or field seam shall be tested in 180° peel by static test in which a 21 -pound weight is suspended from a 1 -inch wide heat seam after it has cooled and held for a minimum of 5 seconds. Seam width shall be determined by measuring the scrim -to -scrim lap of the seam following the static test. If 4 of the 5 specimens exhibit peel strengths that withstand the above specified force without delamination from the scrim, and have a seam width as measured above equal to or greater than that specified and shown on the Drawings, the seam shall be deemed acceptable. Test results not meeting these requirements shall be cause for rejection of the seam from which the test sample was taken. 3. Tensile Strength Test: Specimens from any given factory or field seam test sample shall be 4 inches wide, with a length equal to the specified seam width plus 6 inches. A minimum of 5 specimens from a given test sample shall be tested in accordance with the requirements of ASTM D751 (modified method). Each specimen shall have a minimum tensile strength equal to 90 percent of the value specified for the parent material tested in the same manner using 4 -inch by 6 -inch specimens. In addition, failure of the specimen shall not occur in the plane of the seam, and no seam delamination shall occur (the test shall demonstrate a film -carrying MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -30 bond). Test results not meeting these requirements shall be cause for rejection of the seam from which the test sample was taken. 4. Samples of factory and field seams from which test specimens will be taken shall measure not less than 14 inches wide by 36 inches long with the seam parallel to the 24 -inch side, and down the middle of the sample. 5. Inspection and Testing of Factory Seams During Fabrication: a. The FABRICATOR shall perform 100 percent continuous visual inspection of each lineal foot of seam as it is produced. Upon discovery of any defective seam, the FABRICATOR shall stop production of panels used in this work and shall repair the seam and determine and rectify the cause of the defect prior to continuation of the seaming process. As evidence that the FABRICATOR has complied with the inspection requirement, a mark which identifies the inspector by name or number shall be hand stamped with indelible ink no less frequently than one mark per factory seam on each end. b. The INSTALLER shall have the FABRICATOR provide and test, by the FABRICATOR's own testing facility, samples of factory seams taken from the fabricated panels, at the factory. For each type of test, one sample (consisting of 5 specimens) per fabricated panel shall be tested. The certified test results of samples from each panel shall be submitted to the ENGINEER for approval prior to installation of that panel. C. Patching of seams sampled in the factory may, at the INSTALLER's option, be done in the field during installation of the affected panel. 6. Testing of Factory Seams During Field Installation: a. The INSTALLER shall test samples of factory seams taken from installed, fabricated panels. For each type of test, one sample per fabricated panel shall be tested from the cover material. If any test results are not satisfactory, the ENGINEER may, at its discretion, require that additional sampling and testing be done at the CONTRACTOR's expense. b. Samples of factory seams from installed panels may be taken from scrap portions of the floating cover material (e.g., from portions of panels that are cut off in the field in areas of excess lap, or which are cut out for hatches and other accessories) and at other points selected or approved by the ENGINEER. 7. Inspection and Testing of Field Seams: a. The INSTALLER shall perform 100 percent continuous visual inspection of each lineal foot of seam as it is produced. Upon discovery of any defective seam, the INSTALLER shall stop MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -31 production of field welds used in this work and shall repair the seam and determine and rectify the cause of the defect prior to continuation of the seaming process. b. For each type of test, the INSTALLER shall test one sample per 500 feet of panel -to -panel field seam from the cover material. If any test results are not satisfactory, the ENGINEER may, at its discretion, require that additional sampling and testing be done at the CONTRACTOR's expense. c. Samples of heat field seams shall be taken from the installed floating cover and shall be large enough to provide a minimum of 5 specimens each that can readily be tested in both peel and tension. Field seam samples shall be numbered, dated, and identified as to the personnel making the seam from which the sample is taken, the seaming method being used, and the temperature and weather conditions at the time of seaming. Test samples shall be keyed to the location of the seam work in progress at the time the sample is made or taken by appropriate notes or markings on a drawing of the floating cover, furnished by the INSTALLER. S. All peel and tensile strength tests of seams during field installation shall be performed in the field by the INSTALLER's personnel in the presence of the ENGINEER. The INSTALLER shall provide testing equipment for static dead peel tests and a tensiometer for tensile strength tests and peel strength tests. In addition to all sampling and testing described above, the ENGINEER may, at its discretion, require the INSTALLER to provide the ENGINEER with additional samples of any field or factory seam, for testing by the ENGINEER at the ENGINEER's expense. 10. On-site Field Seam Inspection; Probe and Air Lance Inspection: a. All field seams and patches shall be visually and physically inspected and checked initially, as they are completed, by a metal probe (such as a cotter pin puller, or an ice pick or awl with the tip slightly blunted and the last inch bent over at 90 degrees). The ENGINEER may also make such probe inspections as he deems necessary. During this inspection the inspector shall be looking for such flaws or indications of poor or questionable seams as fish mouth voids running across the seam, large blister type unbonded areas within the seam, loose top edges or unbonded areas or poor bonds (easily separated by hand or probe). All loose edges found shall be marked for subsequent air lance testing, and patching. b. Each morning, before commencement of field operations, the INSTALLER shall physically test, by attempting to peel apart the ends of the previous day's field seams. All such inspections shall MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -32 G. All field seams and patches shall also be air lance tested within one working day of completion. The air -lance shall have a 1/8 -inch diameter orifice. Pressure at the orifice during air lancing shall be between 60 and 80 psi. The air lance assembly shall have a pressure gauge within 3 feet of the discharge orifice. The jet of air shall be directed at the edge of seams and patches to effect the lifting of unbonded edges as approved by the ENGINEER. The discharge orifice shall be maintained within 1/4" to 1 1/2" of the edge of the seam. The air -lance testing shall be done in a manner so as to allow the INSTALLER's inspector and the ENGINEER sufficient time to observe, mark and document any leaks or suspect areas. All air lancing shall be performed by the INSTALLER, in the presence of the ENGINEER and any leaks, flaws, loose edges or suspicious areas shall be marked and repaired by the INSTALLER. d. Generally, all seams and patches shall have been probe and air lance inspected before covering the edges (of exposed scrim) with flood coating. e. Any potential leak paths or suspicious areas revealed by the above testing shall be repaired in accordance with these specifications and retested. All probe and air lance inspections shall be marked on the membrane by the INSTALLER's Inspector as they are completed, including the Inspector's initials and the date and time of the inspection. g. In addition to all sampling and testing described above, the ENGINEER may, at his discretion, require the INSTALLER to provide OWNER with additional samples of any field or factory seam, for testing by OWNER at OWNER's expense. B. Floating Cover Inflation Test: Upon completion of the floating cover, inflate the entire cover for minimum of 4 hours or as necessary to perform internal visual inspection of entire underside of reservoir whichever is longer. Conduct visual inspection for any cover damage including "pin holes" and leaks under the cover which are identified by sunlight penetrating through the cover. All pinholes, parted seams, and other defects revealed during the inflation testing shall be repaired, adjusted or corrected, as required, Visually inspect the vertical baffle edge connections assessable under the cover. The INSTALLER shall take this opportunity to train the OWNER's staff in proper cover inflation procedures and attendant safety considerations. MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -33 2. The floating cover inflation test shall only be conducted when anticipated weather conditions during the entire test are forecast to be calm. Under no condition shall the cover be inflated in windy conditions. 3. The INSTALLER shall inspect the floating cover for tears and weak points prior to and during inflation, to avoid further compromising those areas of the cover during inflation. The inflation procedure shall be stopped, and any areas of concern repaired prior to continuing to inflate. 4. The floating cover should not be left unattended at any point during inflation, so that the fans can be shut down quickly to prevent damage to the cover, if necessary. 5. The CONTRACTOR shall comply with all regulations regarding confined - space entry before and during the floating cover inflation test. The CONTRACTOR shall fabricate a temporary inflation fan adapter plate to facilitate placing the CONTRACTOR supplied temporary inflation fans directly over the 4' x 4' hatches located on top of the mixer grillage. The CONTRACTOR shall modify the location and position of the temporary inflation fans, as necessary, (including reposition inflation fans or locating additional inflation fans to the cover access hatches) to complete the floating cover inflation test. C. VOC Testing: The CONTRACTOR shall perform laboratory testing of the water in the reservoir following construction of the new cover and filling of the reservoir. Testing parameters shall include volatile organic compounds (VOCs) regulated by the State of California. The CONTRACTOR shall facilitate the testing and assist as requested, provide membrane manufacturer technical support, and ultimately provide a floating cover system in service with water that meets the California Department of Public Health requirements. The Contractor shall allow full curing of membrane material, and shall restrict the application of solvent welding solution to only where required or approved. D. TWENTY-THREE MONTH INSPECTION Twenty-three months after completion and acceptance of the work, the CONTRACTOR and INSTALLER shall return to the site for the purpose of observing the floating cover visual inspection conducted by the OWNER. The CONTRACTOR shall provide comments as reasonably appropriate during the inspection. A copy of the written inspection report will be provided to the CONTRACTOR. Inspection observations (including inspection documents) will be used by the OWNER to determine floating cover warranty items requiring repair. The INSTALLER or another qualified installer acceptable to the OWNER shall repair the liner and floating cover system deficiencies (covering either material or workmanship) including (if required) membrane material, seams, batten bar anchor system or other items, and performance such as persistent ponding, trapped air, etc. Additional runoff enhancement weights or MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -34 vents, or deferred runoff enhancement weights or vents not installed from the Contract, shall be provided as required to address deficiencies. All reservoir cover warranty repairs will be completed by the CONTRACTOR at no cost to the CITY. 3.8 CLEANING A. Cleanup of CONTRACTOR's materials and debris within and about the reservoir shall be an ongoing responsibility of the CONTRACTOR throughout the course of the work. Special care shall be taken to ensure that no dirt, scrap, trash, tools, or other unwanted materials are trapped on top of or beneath the liner or the floating cover. END OF SECTION MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -35 This Page Is Intentionally Blank MWH-11302012 FLEXIBLE MEMBRANE FLOATING COVER 10500406 - BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 02778 -36 SECTION 43315 — GROUT PART 1 -- GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide grout, complete and in place, in accordance with the Contract Documents B. The following types of grout are covered in this Section: 1. Cement Grout. Cement grout is specified only for surface repair of non -water bearing concrete damaged during construction. 2. Non -Shrink Grout - Class I (cement -based). Class I non -shrink grout is specified for repair of holes and defects discovered in concrete or resulting from anchor or batten bar removal above the maximum water surface elevation, 3. Non -Shrink Grout - Class II (cement -based). Class II non -shrink grout is specified for repair of holes and defects discovered in concrete or resulting from anchor or batten bar removal below the maximum water surface elevation. 4. Epoxy Anchor Grout for Post Installed Adhesive Anchors. Epoxy anchor grout is specified for installation of new adhesive anchors. 1.2 CONTRACTOR SUBMITTALS A. Furnish submittals in accordance with Section 01300 -Contractor Submittals. 1. Certified testing lab reports for tests indicated herein. 2. Test results and service report from the field tests and the demonstration and training session verifying the requirements indicated herein. 3. Certifications that grouts used on the project contain no chlorides or other chemicals that cause corrosion. 4. Manufacturer's literature containing instructions and recommendations on the mixing, handling, placement, curing, and appropriate uses for each type of grout used in the WORK, and location of use. The current ICC/ES report shall be submitted for all epoxy anchor grouts for adhesive anchors. S. Manufacturer's certification that its non -shrink grout does not contain aluminum, zinc, or magnesium powders as a method of expansion. 6. Submit manufacturer's written warranty as indicated herein. 7. Name and telephone number of grout manufacturer's representative who will give on -Site service. The representative shall have at least one year of experience with the indicated grouts. 10112012 GROUT 10500406 — BIG CANYON RES FLOATINGCOVER 1.3 QUALITY ASSURANCE A. Field Tests 1. Compression test specimens will be taken from the first placement of each type of grout, and at intervals thereafter selected by the ENGINEER. The specimens will be made by the ENGINEER or its representative. 2. Compression tests and fabrication of specimens for cement grout and cement based non -shrink grout will be performed in accordance with ASTM C 1107 — Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink), at intervals during construction selected by the ENGINEER. A set of 3 specimens will be made for testing at 7 Days, 28 Days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grouts will be performed in accordance with ASTM C 579 — Standard Test Methods for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes, Method B, at intervals during construction selected by the ENGINEER. A set of 3 specimens will be made for testing at 7 Days and each earlier time period as appropriate. 4. The cost of laboratory tests on grout will be paid by the OWNER except where test results show the grout to be defective. In such case, the CONTRACTOR shall pay for the tests, removal and replacement of Defective Work, and re -testing, all as part of the WORK. 5. The CONTRACTOR shall assist the ENGINEER in obtaining specimens for testing and shall furnish materials necessary for fabricating the test specimens. B. Pre -Installation Demonstration and Training Cement and Epoxy -Based Non -Shrink Grouts a. The grout manufacturer shall give a demonstration and training session for the cement based non -shrink and epoxy grouts to be used on the project, before any installation of grout is allowed. b. Training session shall use a minimum of 5 bags of cement -based non -shrink class I grout mixed to fluid consistency. Tests shall be conducted for flow cone and bleed tests. Six cubes for testing at 1, 3, and 28 Days shall be made. The remaining grout shall be placed, and curing may be initiated on actual project placements such as baseplates and tie holes to provide on-the-job training for the CONTRACTOR and ENGINEER. The CONTRACTOR employees who will be doing the grouting shall participate in this training and demonstration session. The training session shall include methods for curing the grout. c. The manufacturer shall mix enough cement -based non -shrink class II grout for a minimum of 15 tie holes and shall train the CONTRACTOR'S employees in how to perform the WORK and cure the grout. The CONTRACTOR shall have the employees assisting in the mixing and sealing of the tie holes. GROUT 10500406 — BIG CANYON RES FLOATINGCOVER d. If the project includes patching, throughbolt holes, epoxy anchors, and/or blockouts, the manufacturer shall also train the CONTRACTOR'S employees in the mixing and curing of the epoxy grouts for each of these applications. e. The CONTRACTOR shall transport the test cubes to an independent test laboratory, obtain the test reports, and report these demonstration and training test cube strengths to the ENGINEER. Epoxy Anchor Grout for Adhesive Anchors Special inspection as recommended by the ICC/ES report and as required by the building department shall be required for adhesive anchor installations. Cost of special inspection of adhesive anchors will be paid by the OWNER. Before installing adhesive anchors in the WORK, adhesive anchor installers shall be trained and qualified at the Site by the manufacturer's representative. Training and qualification for each installer shall include at least: 1) Hole drilling procedure, hole preparation and cleaning techniques, adhesive injection technique and dispenser training/maintenance, rebar dowel preparation and installation, and proof loading/torquing. 2) Anchors installed in both the vertical and horizontal positions in a mock- up concrete panel of adequate size and thickness. Anchors shall be tested in tension and shear loading. A minimum of 3 anchors shall be tested for each installation position. 3) Anchors shall be tested at 2 times the published allowable tension load or 1-1/4 times the maximum design strength of the anchors in tension as indicated in the ICC/ES report. The test load need not exceed 80 percent of the nominal yield strength of the anchor, based on steel strength, as determined by ACI 318 Appendix D. 4) If any of the 3 test bolts in any installation position fail to reach the test loads, the installer shall be re -tested with the same procedure. Re -testing is required only for the failed installation position. 5) An installer who has 3 consecutive successful bolt tests in the first or second trial is considered qualified for adhesive anchor installation for this project. The manufacturer's representative shall issue a certificate to the qualified installer, and a copy of the certificate shall be filed with the CONTRACTOR and be submitted to the ENGINEER. 6) The test anchor size shall be the largest size adhesive anchor used on the project. The anchor embedment length and edge distances shall be adequate to resist the test loads listed above. 7) Each installer shall be re -qualified every 6 months for the duration of the project by the same qualifying procedure. 8) The certification of each qualified installer shall be available for verification at the Special Inspector's request. MWH - 10112012 GROUT 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 03315 - 3 9) Defective anchors noted by the Special Inspector shall be replaced and re -installed by the CONTRACTOR without any additional compensation. 1.4 SPECIAL CORRECTION OF DEFECTS PROVISIONS A. Manufacturer's Warranty 1. Furnish one year warranty for WORK provided under this section. 2. Manufacturer's warranty shall not contain a disclaimer limiting responsibility to the purchase price of products or materials. PART 2 -- PRODUCTS 2.1 APPLICATION A. Unless indicated otherwise, grouts shall be provided as listed below whether indicated on the Drawings or not. Application Type of Grout Anchor bolts and reinforcing steel required to be set in Epoxy Anchor Grout grout that is not in high temperature or high fire risk areas. Surface repairs Cement Grout Repair of holes and defects in concrete members Non -Shrink - Class I which are not water bearing and not in contact with soil or other fill material Repair of holes and defects in concrete members Non -Shrink - Class II which are water bearing or in contact with soil or other fill materials Any application not listed above, where grout is Non -Shrink Class I, indicated unless specifically indicated otherwise 2.2 CEMENT GROUT A. Cement grout shall be composed of one part cement, 3 parts sand, and the minimum amount of water necessary to obtain the desired consistency. Where needed to match the color of adjacent concrete, white Portland cement shall be blended with regular cement as needed. The minimum compressive strength at 28 Days shall be 4000 psi. B. Finish of cement grout used for surface repairs shall match adjacent existing concrete. 2.3 NON -SHRINK GROUTS (cement -based) A. General MWH - 10112012 GROUT 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 03315 - 4 1. Cement -based non -shrink grout shall be a prepackaged, inorganic, fluid, non -gas liberating, non-metallic, cement type grout requiring only the addition of water. Cement from kilns burning metal -rich hazardous waste fuel shall not be used. 2. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class of non -shrink grout shall be as recommended by the manufacturer for the particular application. 3. Grout shall not contain chlorides or additives that may contribute to corrosion. 4. Grout shall be formulated to be used at any consistency from fluid to plastic. 5. Cement -based non -shrink grout shall have the following minimum properties when tested at a fluid consistency, at 28 Days: a. Minimum tensile splitting strength of 500 psi per ASTM C 496 - Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. b. Minimum flexural strength of 1000 psi per ASTM C 580 - Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes. c. Minimum bond strength (concrete to grout) of 1900 psi per modified ASTM C 882 - Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Shear. d. Grout shall be certified for use in a marine environment. B. Class I Non -Shrink Grout 1. Class I non -shrink grout shall have a minimum 28 Day compressive strength of 5000 psi when mixed at a fluid consistency. 2. Class I non -shrink grout shall meet the requirements of ASTM C 1107, Grade B or C, when mixed to fluid, flowable, and plastic consistencies. 3. Grout shall have a maximum early age height change of 4.0 percent expansion, and shall have no shrinkage (0.0 percent) in accordance with ASTM C 827 — Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures. The grout when tested shall not bleed or segregate at maximum allowed water. 4. Grout shall have no shrinkage (0.0 percent) and a maximum of 0.3 percent expansion in the hardened state when tested in accordance with ASTM C 1090 — Standard Test Method for Measuring Changes in Height of Cylindrical Specimens from Hydraulic -Cement Grout. 5. Furnish certification that the non -shrink property of grout is not based on gas production or gypsum expansion. Class I Non -Shrink Grout shall be Five Star Grout by Five Star Products, Sikagrout 212 by Sika Corporation, Duragrout by L&M Construction Chemicals; High -Flow Grout by Euclid Chemical Company, CG 200 PC by Hilti, or equal. MWH - 10112012 GROUT 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 03315 - 5 C. Class II Non -Shrink Grout 1. Class II non -shrink grout shall be a high precision, fluid, extended working time, grout. The minimum 28 -Day compressive strength shall be 7500 psi, when mixed at a fluid consistency. 2. Grout shall have a maximum early age height change of 4.0 percent expansion, and shall have no shrinkage (0.0 percent) in accordance with ASTM C 827. 3. Grout shall have no shrinkage (0.0 percent) and a maximum of 0.3 percent expansion in the hardened state when tested in accordance with ASTM C 1090. 4, Class II non -shrink grout shall have an extended working time of 30 minutes minimum when mixed to a fluid consistency as defined in ASTM C 827 at temperature extremes of 45 to 90 degrees F in accordance with ASTM C 1107. 5. Class II non -shrink grout shall meet the requirements of ASTM C 1107, Grade B or C when tested using the amount of water needed to achieve fluid consistency per ASTM C 939. 6. The grout when tested shall not bleed or segregate at maximum allowed water content. 7. Provide certification that its non -shrink property is not based on gas production or gypsum expansion. 8. Class II non -shrink grout shall be Masterflow 928 by BASF, Five Star Fluid Grout 100 by Five Star Products, Crystex by L&M Construction Chemicals, or equal. 2.4 EPDXY ANCHOR GROUT A. Epoxy anchor grout for use in concrete shall be certified for use in resisting seismic loads in cracked concrete applications in accordance with ICC -ES AC 308. B. Epoxy anchor grout shall conform to ASTM C 881 — Standard Specification for Epoxy - Resin -Base Bonding Systems for Concrete, Type IV, Class B & C, Grade 3 with the exception of gel time. C. Heat deflection temperature per ASTM D 648 — Standard Test Method for Deflection Temperature of Plastics Under Flexural Load in the Edgewise Position shall be a minimum 120 degrees F. D. Manufacturer shall certify that the epoxy anchor grout will maintain 90 percent of its strength up to a temperature of 125 degrees F. E. Grout shall come in a 2 chambered cartridge with a metering system that provides the proper ratio of hardener and resin. The grout shall also come with a static mixer nozzle to thoroughly mix the hardener and resin together. F. Epoxy anchor grout shall be capable of being used in submersed applications once cured. G. Compressive strength per ASTM D 695 — Standard Test Method for Compressive Properties of Rigid Plastics shall be 10,000 psi minimum. GROUT 10500406 — BIG CANYON RES FLOATING• 03315 H. Whenever possible, overhead anchors subject to vibration, anchors in fire -resistive construction or high fire risk areas, and anchors subject to working or operating temperatures above 100 degrees F shall be cast -in-place anchors. Whenever cast -in- place anchors cannot be used in these applications, use cement based non -shrink grout and oversized holes. I. Embedment of adhesive anchors/rebar shall be deep enough to develop the anchor/rebar. Embedment shall not exceed 67 percent of the member depth. J. Epoxy anchor grout shall be PE1000+ by Powers Fasteners; HIT -RE 500 -SD by Hiltil, SET -XP by Simpson Strong -Tie, or equal. PART 3 -- EXECUTION 3.1 PRODUCT DELIVERY, STORAGE AND HANDLING A. Grout shall be stored in accordance with manufacturer's recommendations. 3.2 GENERAL A. CONTRACTOR shall arrange for the manufacturer of prepackaged grouts to provide on - Site technical assistance within 72 hours of request, as part of the WORK. B. Grout shall not be placed until base concrete or masonry has attained its design strength, unless authorized otherwise by the ENGINEER. C. When cementitious grouts are used on concrete surfaces, the concrete surface shall be saturated with water for 24 hours prior to placement. Upon completion of the saturation period, excess water shall be removed with clean, oil free compressed air prior to grouting. Concrete substrate shall not be wet prior to placement of epoxy grouts. D. Surface preparation, curing, and protection of cement grout shall be in accordance with the manufacturer's recommendations. The finish of the grout surface shall match that of the adjacent concrete unless otherwise indicated. E. Surfaces that will be in contact with grout shall be free of dirt, loose rust, oil, wax, grease, curing compounds, laitance, loose concrete, and other deleterious materials. F. Shade the WORK from sunlight for at least 24 hours before and 48 hours after grouting. G. Contact the grout manufacturer's representative for assistance on hot and cold weather grouting techniques and precautions if applicable. 3.3 GROUTING PROCEDURES A. General: Mixing, surface preparation, handling, placing, consolidation, curing, and other means of execution for prepackaged grouts shall be done according to the instructions and recommendations of the manufacturer. B. Structural, equipment, tank, and piping support bases shall be grouted, unless indicated otherwise. MWH - 10112012 GROUT 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 03315 - 7 The original concrete shall be blocked out or finished off a sufficient distance below the plate to provide for a minimum one -inch thickness of grout or other thickness if indicated. 2. After the base plate has been set in position at the proper elevation by steel wedges or double nuts on the anchor bolts, the space between the bottom of the plate and the original pour of concrete shall be filled with non -shrink -type grout through a headbox of appropriate size. The mixture shall be of a fluid consistency and poured continuously into the space between the plate and the base concrete. Forms for grout shall be tight against retaining surfaces, and joints shall be sealed as recommended by the grout manufacturer to be liquid -tight. Forms shall be coated as recommended by the grout manufacturer for easy form release. Where this method of placement is not practical or where required by the ENGINEER, alternate grouting methods shall be submitted by the CONTRACTOR for acceptance by the ENGINEER. 3. Concrete equipment pads for equipment bases that will be epoxy -grouted shall be sized so that, when the equipment base is fully grouted, the epoxy grout is stopped not less than 4 -inches from the edge of the pad. C. Drilled anchors and Reinforcing Bars General a. Drilled anchors and reinforcing bars shall be installed in strict accordance with the manufacturer's instructions and applicable ICC/ES report requirements. Holes shall be roughened with a brush on a power drill, and cleaned. Drilled anchors shall not be installed until the concrete has reached the required 28 Day compressive strength. Anchors shall not be loaded until the grout has reached its indicated strength in accordance with the manufacturer's instructions. b. The CONTRACTOR shall identify the position of reinforcing steel and other embedded items prior to drilling holes. Care shall be exercised in coring and drilling to avoid damaging existing reinforcing or embedded items. Notify the ENGINEER if reinforcing steel or other embedded items are encountered during drilling. Take precautions as necessary to avoid damaging prestressing tendons, electrical and communications conduit, and piping. 2. Epoxy Adhesive Anchors a. Grout shall be proportioned and mixed with automatic equipment approved by the product manufacturer. b. Unless otherwise indicated, embedment shall be sufficient to develop the ultimate tensile strength of the anchor or reinforcing bar per the manufacturer's ICCIES report, but shall not be less than 8 diameters for threaded rod or 12 diameters for reinforcing or smooth bars. c. Holes shall be dry. Cement Based Non -Shrink Grout 10112012 '# 10500406 - BIG CANYON RES FLOATINGi 03315 a. In places of high temperature or fire hazard, anchor bolts shall be grouted in using cement based non -shrink grout, Class I. b. Unless otherwise indicated, embedment shall be sufficient to develop the ultimate tensile strength of the anchor or reinforcing bar per the manufacturer's ICC/ES report, but shall not be less than 16 diameters for threaded rod or 24 diameters for reinforcing or smooth bars. c. When the bolt diameter is one -inch or less, the hole diameter shall be a minimum of 2 -inches. When the bolt diameter is greater than one -inch, the hole diameter shall be at least twice the bolt diameter. d. Drilled holes shall be saturated with water for not less than 24 hours before installation of anchor/rod/rebar. e. The non -shrink grout shall be placed in the holes in a non -sag (trowelable) consistency. The grout shall be placed in the holes before the anchor and then the anchor inserted and vibrated to ensure proper coverage. 3.4 CONSOLIDATION A. Grout shall be placed in such a manner, for the consistency necessary for each application, to assure that the space to be grouted is completely filled. 3.5 CURING A. Cement based grouts shall be cured per the manufacturer's recommendations. - END OF SECTION - 10112012 'i 10500406 - BIG CANYON RES FLOATINGi 03315 THIS PAGE INTENTIONALLY LEFT BLANK 10112012'• SECTION 05500 - MISCELLANEOUS METALWORK PART 1 — GENERAL 1.1 THE REQUIREMENT A. Provide miscellaneous metalwork and appurtenances, complete and in place, as indicated in accordance with the Contract Documents. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Federal Specifications MIL -PRF -907F Antiseize Thread Compound, High Temperature B. Codes OSHA 1927.10 Fixed Ladders C. Commercial Standards AISC Manual of Steel Construction ASTM A 36 Carbon Structural Steel ASTM A 48 Gray Iron Castings ASTM A 53 Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless ASTM A 123 Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A 153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 193 Alloy Steel and Stainless Steel Bolting Materials for High Temperature Service ASTM A 194 Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service ASTM A 307 Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength ASTM A 325 Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength ASTM A 500 Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes ASTM A 992 Steel for Structural Shapes for Use in Building Framing 1.3 CONTRACTOR SUBMITTALS A. Furnish submittals in accordance with the requirements of Section 01300 — Contractor Submittals. MWH-10112012 MISCELLANEOUS METALWORK 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 05500 -1 B. Shop Drawings 1. Shop Drawings shall conform to AISC recommendations and specifications, and shall show holes, and the like, as may be required for other parts of the WORK. 2. Shop Drawings shall include complete details of members and connections, anchor bolt layouts, schedules for fabrication procedures, and diagrams for the sequence of erection. 3. Grating a. Submit layout drawings for grating, showing the direction of span, type and depth of grating, size and shape of grating panels, seat angle details, and details of grating hold down fasteners. b. Submit load and deflection tables for each style and depth of grating used. 4. Anchors a. Submit an ICBO report listing the ultimate load capacity in tension and shear for each size and type of concrete anchor. b. Submit manufacturer's recommended installation instructions and procedures for adhesive anchors. c. Upon review by the ENGINEER, these instructions shall be followed specifically. d. No substitution for the indicated adhesive anchors will be considered unless accompanied with ICBO report verifying strength and material equivalency, including temperature at which load capacity is reduced to 90 percent of that determined at 75 degrees F. PART 2 -- PRODUCTS 2.1 GENERAL REQUIREMENTS A. Steel Wide Flange Shapes ASTM A 992 Shapes, Plates, Bars ASTM A 36 Pipe, Pipe Columns, Bollards ASTM A 53, Type E or S, Grade B standard weight unless indicated otherwise HSS ASTM A 500 Grade B B. Corrosion Protection 1. Unless otherwise indicated, fabricated steel metalwork which will be used in a corrosive environment and/or will be submerged in water or wastewater shall be coated in accordance with the requirements of Section 09800 — Protective Coating, and shall not be galvanized prior to coating. MWH-10112012 MISCELLANEOUS METALWORK 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 05500 -2 2. Other miscellaneous steel metalwork shall be hot -dip galvanized after fabrication. C. Stainless Steel 1. Unless otherwise indicated, stainless steel metalwork and bolts shall be fabricated from Type 316 stainless steel. D. Aluminum 1. Unless otherwise indicated, aluminum metalwork shall be fabricated from Alloy 6061-T6. 2. Aluminum in contact with concrete, masonry, wood, porous materials, or dissimilar metals shall have contact surfaces coated in accordance with the requirements of Section 09800 — Protective Coating. E. Cast Iron 1. Unless otherwise indicated, iron castings shall conform to the requirements of ASTM A 48, Class 50B, or better. 2.2 CHECKERED PLATE A. Checkered plate shall be provided with a pattern of raised lugs on one face, and shall be smooth on the opposite face. 1. Lugs shall be a minimum of one inch in length and raised a minimum of 1/2 inch above the surface. 2. The lugs shall be located in a pattern in which the lugs are oriented at 90 degrees from the adjacent lugs in 2 orthogonal directions. 3. The rows of lugs shall be oriented at 45 degrees from the edges of the plates. C. Where no material is indicated, the plates shall be fabricated from aluminum. D. Unless indicated otherwise, the minimum plate thickness shall be as required to limit deflection resulting from a live load of 100 psf to 1/4 inch, or the span divided by 240, whichever is less. 2.3 HATCHES A. Hatches shall be of the integral raised curb -type. The curb shall be manufactured by the hatch manufacturer of the same material as the hatch, and fitted with a bottom flange. The curb bottom flange corners shall not be chamfered. The height from the curb flange to the top of the hatch opening shall be at least 12 -inches. B. Hatches shall be fabricated from aluminum 5086 H34, 6063-T5 or 6061-T6, unless otherwise indicated. C. Hatch hardware shall be fabricated from Type 316 stainless steel, and shall be of the gutter -type. pt ,R, RI • •+ i i ii D. The design live load shall be 300 psf, unless indicated otherwise. E. Configuration 1. Hatch opening sizes, number and swing direction of door leaves, and locations shall be as indicated. 2. Indicated sizes are for the clear opening. 3. Unless indicated otherwise, hinges shall be located on the longer dimension side. F. Door leaves shall be fabricated from a minimum of 1/4 -inch thick checkered -pattern plate. G. Hatches shall be provided with an automatic hold -open arm with release handle. H. Hatches shall be designed for easy opening from both inside and outside. Hatches shall be designed to be water -tight and shall be equipped with an overlapping cover to route water over the sides. J. Hatches shall be provided with an exterior padlock hasp. K. Hatches shall be provided with a 2" vent pipe welded to the cover as shown. L. Acceptable Products: 1) 36" square hatches shall be Bilco Type E-50 (w/SS hardware), or equal. 2) 48" square hatches shall be Bilco Type F-50 (w/SS hardware), or equal. 2.4 BOLTS AND ANCHORS A. Anchors, bolts, nuts, and washers shall be fabricated from stainless steel unless otherwise indicated. 1 } Anchors, bolts, nuts, and washers for batten bars shall be Type 316 stainless steel. 2) Anchors, bolts, nuts, and washers for dewatering discharge pipe supports located above the floating cover shall be fabricated from galvanized steel. B. Unless otherwise indicated, stainless steel bolts, anchor bolts, nuts, and washers shall be fabricated from Type 316 stainless steel, Class 2, conforming to ASTM A 193 for bolts and to ASTM A 194 for nuts. C. Coating 1. Threads on stainless steel bolts shall be protected with an antiseize lubricant suitable for submerged stainless steel bolts, meeting government specification MIL - A -907E. 2. Antiseize lubricant shall be classified as acceptable for potable water use by the NSF. 0 METALWORK 10500406 3. Antiseize lubricant shall be "PURE WHITE" by Anti -Seize Technology, Franklin Park, IL, 60131, AS -470 by Dixon Ticonderoga Company, Lakehurst, NJ, 08733, or equal. D. Bolt Requirements 1. The bolt and nut material shall be free -cutting steel. 2. The nuts shall be capable of developing the full strength of the bolts. 3. Threads shall be Coarse Thread Series conforming to the requirements of the American Standard for Screw Threads. 4. Bolts and cap screws shall have hexagon heads and nuts shall be Heavy Hexagon Series. 5. Bolts and nuts shall be installed with washers fabricated from material matching the base material of bolts, except that hardened washers for high-strength bolts shall conform to the requirements of the AISC Specification. 6. Lock washers fabricated from material matching the bolts shall be installed where indicated. 7. The length of each bolt shall be such that the bolt extends at least 118 inch beyond the outside face of the nut before tightening, except for anchor bolts which shall be flush with the face of the nut before tightening. E. Adhesive Anchors 1. General a. Unless otherwise indicated, drilled concrete or masonry anchors shall be adhesive anchors. b. No substitutions will be considered unless accompanied with an ICBQ report verifying strength and material equivalency. 2. Epoxy Anchors a. Epoxy adhesive anchors are required for drilled anchors for outdoor installations, in submerged, wet, splash, overhead, and corrosive conditions, and for anchoring handrails and reinforcing bars. b. Epoxy shall be in accordance with the requirements of Section 03315 — Grout. c. Threaded rod shall be fabricated from Type 316 stainless steel for use as batten bar anchors. d. Epoxy anchors shall not be permitted in areas where the concrete temperature is in excess of 100 degrees F or higher than the limiting temperature recommended by the manufacturer, whichever is lower. e. Epoxy anchors shall not be used where anchors are subject to vibration or fire. MISCELLANEOUS+ "R f. Embedment depth shall be as the manufacturer recommends for the load to be supported. 3. Unless otherwise indicated, glass capsule, polyester resin adhesive anchors will be permitted in locations not included above, and shall be Hilti HVA, Cobra Anchors, or equal. 4. Threaded rod shall be fabricated from galvanized steel. PART 3 — EXECUTION 3.1 WELDING A. Method 1. Welding shall be performed by the metal -arc method or gas -shielded arc method as described in the American Welding Society "Welding Handbook" as supplemented by other pertinent standards of the AWS. 2. The qualification of the welders shall be in accordance with the AWS Standards. B. Quality 1. In assembly and during welding, the component parts shall be adequately clamped, supported, and restrained in order to minimize distortion and for control of dimensions. 2. Weld reinforcement shall be as indicated by the AWS Code. 3. Upon completion of welding, remove weld splatter, flux, slag, and burrs left by attachments. 4. Welds shall be repaired in order to produce a workmanlike appearance, with uniform weld contours and dimensions. 5. Sharp corners of material that is to be painted or coated shall be ground to a minimum of 1132 inch on the flat. 3.2 GALVANIZING A. Structural steel plates, shapes, bars, and fabricated assemblies required to be galvanized shall, after the steel has been thoroughly cleaned of rust and scale, be galvanized in accordance with the requirements of ASTM A 123. B. Any galvanized part that becomes warped during the galvanizing operation shall be straightened. C. Bolts, anchor bolts, nuts, and similar threaded fasteners, after being properly cleaned, shall be galvanized in accordance with the requirements of ASTM A 153. D. Field Repairs 1. Field repairs to damaged galvanizing shall be performed by preparing the surface and applying a coating. H SIR OW is 2. Surface preparation shall consist of removing oil, grease, soil, and soluble material by cleaning with water and detergent (SSPC SP1) followed by brush-off blast cleaning (SSPC SP7) over an area extending at least 4 inches into the undamaged area. 3. The coating shall be applied to at least 3 mils dry film thickness, and shall be Zinc- Clad ino-Clad XI by Sherwin-Williams, Galvax by Alvin Products, Galvite by ZRC Worldwide, or equal. - END OF SECTION - MWH-10112012 MISCELLANEOUS METALWORK 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 05500 -7 THIS PAGE INTENTIONALLY LEFT BLANK MWH-10112012 MISCELLANEOUS METALWORK 10500406 - BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 05500 -8 SECTION 09800 - PROTECTIVE COATINGS PART1--GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide protective coatings, complete and in place, in accordance with the Contract Documents. B. All exterior surfaces of outdoor PVC pipe, fittings, and valves shall be coated as described herein, unless otherwise noted. C. Definitions 1. The term "paint," "coatings," or "finishes" as used herein, shall include surface treatments, emulsions, enamels, paints, epoxy resins, and other protective coatings, excepting galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or finish coat. 2. The term "DFT" means minimum dry film thickness, without any negative tolerance. D. The following surfaces shall not be coated: 1. CSPE membrane 2. Aluminum 3. Concrete, unless otherwise noted. 4. Stainless steel 5. Electrical conduit 6. Machined surfaces 7. Grease fittings 8. Glass 9. Equipment nameplates 10. Platform gratings, stair treads, hatches, door thresholds, and other walk surfaces, unless specifically indicated to be coated. E. The coating system schedule(s) summarize the surfaces to be coated, the required surface preparation, and the coating systems to be applied. Coating notes on the Drawings are used to show or extend the limits of coating schedules, to show exceptions to the schedules, or to clarify or show details for application of the coating systems. F. Where protective coatings are to be performed by a Subcontractor, the Subcontractor shall possess a valid state license as required for performance of the painting and coating WORK called for in this specification and shall provide 5 references which show that the Subcontractor has previous successful experience with the indicated or MWH - 10112012 PROTECTIVE COATINGS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 09800 - 1 comparable coating systems. Include the name, address, and the telephone number for the owner of each installation for which the Subcontractor provided the protective coating. 1.2 CONTRACTOR SUBMITTALS A. Furnish submittals in accordance with Section 01300 -Contractor Submittals. B. Submittals shall include the following information and be submitted at least 30 Days prior to commencing protective coating WORK: Materials List: Eight copies of a coating materials list showing the manufacturer and the product number, keyed to the coating systems herein. The list shall be submitted prior to or at the time of submitting samples. 2. Qualifications: Submit qualifications for the shop to perform surface preparation and shop -coating, sufficient to demonstrate SSPC QP3 certification. 3. Manufacturer's Information: For each coating system to be used, the following data: a. Manufacturer's data sheet for each product proposed, including recommended primer for PVC substrates, and statements on the suitability of the material for the intended use. b. Technical and performance information that demonstrates compliance with the system performance and material requirements. c. Paint manufacturer's instructions and recommendations on surface preparation and application, specific to PVC substrates. Colors available for each product (where applicable). Final color selection will be made by the ENGINEER during submittal review based on this information provided by the CONTRACTOR. • •. • • •♦ t - s .•• -• •. • - .•• -• Material Safety Data Sheet for each product proposed. C. Samples Samples of paint, finishes, and other coating materials shall be submitted on 8-1/2 inch by 11 -inch sheet metal. Each sheet shall be completely coated over its entire surface with one protective coating material, type, and color. 2. Two sets of color samples to match each color selected by the ENGINEER from the manufacturer's standard color sheets. If custom mixed colors are indicated, the color samples shall be made using color formulations prepared to match the color samples furnished by the ENGINEER. The color formula shall be shown on the back of each color sample. One 5 pound sample of each abrasive proposed to be used for surface preparation for submerged and severe service coating systems (only where applicable). MWH - 10112012 PROTECTIVE COATINGS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 09800 - 2 A. Inspection: An inspection may be conducted during the eleventh month following completion of coating WORK. The CONTRACTOR and a representative of the coating material manufacturer shall attend this inspection. Defective WORK shall be repaired in accordance with these specifications and to the satisfaction of the OWNER. The OWNER may, by written notice to the CONTRACTOR, reschedule the inspection to another date within the one year correction period or may cancel the inspection altogether. The CONTRACTOR is not relieved of its responsibilities to correct defects, whether or not the inspection is conducted. A. Suitability: The CONTRACTOR shall use suitable coating materials as recommended by the manufacturer. Materials shall comply with Volatile Organic Compound (VOC) limits applicable at the Site. B. Material Sources: Where manufacturers and product numbers are listed, it is to show the type and quality of coatings that are required. If a named product does not comply with VOC limits in effect at the time of Bid opening, that product will not be accepted, and the CONTRACTOR shall propose a substitution product of equal quality that does comply. Proposed substitute materials will be considered as indicated below. Coating materials shall be materials that have a record of satisfactory performance in industrial plants, manufacturing facilities, and water and wastewater treatment plants. C. Compatibility: In any coating system only compatible materials from a single manufacturer shall be used in the WORK. Particular attention shall be directed to compatibility of primers and finish coats. If necessary, a barrier coat shall be applied between existing prime coat and subsequent field coats to ensure compatibility. D. Containers: Coating materials shall be sealed in containers that plainly show the designated name, formula or specification number, batch number, color, date of manufacture, and name of manufacturer, all of which shall be plainly legible at the time of use. E. Colors: Colors and shades of colors of coatings shall be as indicated or selected by the ENGINEER. Color similar to light gray will be required. 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 ENGINEER. Substitute or "Or -Equal" Products To establish equality under Section 01600 - Products, Materials, Equipment and Substitutions, the CONTRACTOR shall furnish satisfactory documentation from the manufacturer of the proposed substitute or "or -equal" product that the material meets the indicated requirements and is equivalent or better in the following properties: a. Quality b. Durability MWH - 10112012 PROTECTIVE COATINGS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 09800 - 3 c. Resistance to abrasion and physical damage d. Life expectancy e. Ability to recoat in future f. Solids content by volume g. Dry film thickness per coat In. Compatibility with other coatings I. Suitability for the intended service j. Resistance to chemical attack k. Temperature limitations during application and in service I. Type and quality of recommended undercoats and topcoats m. Ease of application n. Ease of repairing damaged areas o. Stability of colors 2. Protective coating materials shall be standard products produced by recognized manufacturers who are regularly engaged in production of such materials for essentially identical service conditions. When requested, the CONTRACTOR shall provide the ENGINEER with the names of not less than 10 successful applications of the proposed manufacturer's products that comply with these requirements. 3. If a proposed substitution requires changes in the WORK, the CONTRACTOR shall bear such costs involved as part of the WORK. 2.2 INDUSTRIAL COATING SYSTEMS A. System 1 - Not Used B. System 2 - Not Used C. System 3 - Not Used D. System 4 - Not Used E. System 5 - Not Used F. System 6 - Not Used G. System 7 - Acrylic Latex 1. Material MWH - 10112012 PROTECTIVE COATINGS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 09800 - 4 Primer Product, surface preparation, and DFT Finish as recommended by manufacturer for Preparation the surface Finish Type Single component, water based acrylic latex, with fungicide VOC Content, max 180 grams per gallon Demonstrated suitable for PVC piping, weather and mild chemical Ameron Amercoat 220 resistance, excellent color and gloss Sherwin Williams retention 2. Application and manufacturers Surface Primer Finish Total System Preparation (DFT per (at least 2 coats DFT manufacturer) required) SSPC SP1, min Per PPG/Ameron recommendation Ameron Amercoat 220 primer plus 6 mils Sherwin Williams Sherwin Williams DTM Bonding Metalatex Primer Carboline Sanitile Carboline 120 Carbocrylic 3359 Per Tnemec Tnemec Tneme- recommendation Cryl6 PART 3 -- EXECUTION 3.1 MANUFACTURER'S SERVICES A. The CONTRACTOR shall require the protective coating manufacturer to furnish a qualified technical representative to visit the Site for technical support as may be necessary to resolve field problems. 3.2 WORKMANSHIP A. Skilled craftsmen and experienced supervision shall be used on coating WORK. B. Coating shall be done in a workmanlike manner so as to produce an even film of uniform thickness. Edges, corners, crevices, and joints shall receive special attention to insure thorough surface preparation. The finished surfaces shall be free from runs, drops, ridges, waves, laps, brush marks, and variations in color, texture, and finish. The hiding shall be so complete that the addition of another coat would not increase the hiding. Special attention shall be given so that edges, corners, crevices, welds, and similar MWH - 10112012 PROTECTIVE COATINGS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 09800 - 5 areas receive a film thickness equivalent to adjacent areas, and installations shall be protected by the use of drop cloths or other precautionary measures. C. Damage to other surfaces resulting from the WORK shall be cleaned, repaired, and refinished to original condition. 3.3 STORAGE, MIXING, AND THINNING OF MATERIALS A. Manufacturer's Recommendations: Unless otherwise indicated, the coating manufacturer's printed recommendations and instructions for thinning, mixing, handling, applying, and protecting its coating materials, for preparation of surfaces for coating, and for other procedures relative to coating shall be strictly observed. B. Coating materials shall be used within the manufacturer's recommended shelf life. C. Storage and Mixing: Coating materials shall be stored under the conditions recommended by the Product Data Sheets, and shall be thoroughly stirred, strained, and kept at a uniform consistency during application. Coatings from different manufacturers shall not be mixed together. A. General: Surfaces to receive protective coatings shall be prepared as indicated prior to application of coatings. The CONTRACTOR shall examine surfaces to be coated and shall correct surface defects before application of any coating material. Marred or abraded spots on shop -primed and on factory -finished surfaces shall receive touch-up restoration prior to any field coating application. Surfaces to be coated shall be dry and free of visible dust. B. Protection of Surfaces Not to be Coated: Surfaces that are not to receive protective coatings shall be protected during surface preparation, cleaning, and coating operations. C. Protection of Painted Surfaces: Cleaning and coating shall be coordinated so that dust and other contaminants from the preparation process will not fall on wet, newly - coated surfaces. A. The following referenced surface preparation specifications of the Steel Structures Painting Council shall form a part of this specification: Solvent Cleaning (SSPC SP1): Removal of oil, grease, soil, salts, and other soluble contaminants by cleaning with solvent, vapor, alkali, emulsion, or steam. 2. Hand Tool Cleaning (SSPC SP2): Removal of loose rust, loose mill scale, loose paint, and other loose detrimental foreign matter, by hand chipping, scraping, sanding, and wire brushing. 3. Power Tool Cleaning (SSPC SP3): Removal of loose rust, loose mill scale, loose paint, and other loose detrimental foreign matter, by power tool chipping, descaling, sanding, wire brushing, and grinding. MWH - 10112012 PROTECTIVE COATINGS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 09800 - 6 3.6 PLASTIC, FIBER GLASS AND NONFERROUS METALS SURFACE PREPARATION A. 100% of plastic and fiber glass surfaces to be coated shall first be solvent cleaned with a chemical compatible with the coating system primer, and then sanded with 120 grit sand paper (unless another grit size is recommended by the paint manufacturer) and/or brush off blast cleaned. B. Non-ferrous metal surfaces shall be solvent -cleaned in accordance with SSPC SP1, rinsed with clean water, and allowed to dry. Surfaces shall then be sanded using medium grit sanding media, by hand or with low RPM D/A power sanders, as described in SSPC-SP2 and/or SSPC-SP3 to impart a tooth or anchor profile without gouging the substrate. A 2-3 mil profile shall be attained or other profile per the coating manufacturer's recommendations. Remove residual debris using compressed air or whisk broom. C. Surfaces shall be clean and dry prior to coating application. D. Surface preparation shall be performed in a shop that is SSPC QP3 certified. E. Surface preparation requirements shall be verified with the coating manufacturer prior to preparation, and shall conform to the coating manufacturer's requirements. The coating manufacturer's recommendations shall govern if there are any discrepancies with the Specifications. 3.7 SHOP COATING REQUIREMENTS A. Unless otherwise indicated, drain pipe or items of equipment which are not submerged in service shall be shop -primed and then finish -coated in the field after installation with the indicated or selected color. The methods, materials, application equipment, and other details of shop painting shall comply with this Section. If the shop primer requires topcoating within a specific period of time, the pipe or equipment shall be finish -coated in the shop and then be touched up after installation. B. For certain pieces of equipment or pipe it may be undesirable or impractical to apply finish coatings in the field. Such equipment or pipe shall be primed and finish -coated in the shop and touched up in the field with the identical material after installation. The CONTRACTOR shall require the manufacturer to certify as part of its Shop Drawings that the surface preparation is in accordance with these specifications. The coating material data sheet shall be submitted with the Shop Drawings for the equipment or pipe. C. Shop -painted surfaces shall be protected during shipment and handling by suitable provisions including padding, blocking, and the use of canvas or nylon slings. Primed surfaces shall not be exposed to the weather for more than 2 months before being topcoated, or less time if recommended by the coating manufacturer. D. Damage to shop -applied coatings shall be repaired in accordance with this Section and the coating manufacturer's printed instructions. E. The CONTRACTOR shall make certain that the shop primers and field topcoats are compatible and meet the requirements of this Section. Copies of applicable coating manufacturer's data sheets shall be submitted with equipment Shop Drawings. F. Shop coating shall be performed in a shop that is SSPC QP3 certified. MWH - 10112012 PROTECTIVE COATINGS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 09800 - 7 A. The application of protective coatings to steel substrates shall be in accordance with SSPC PA1 - Paint Application Specification No. 1. B. Cleaned surfaces and each coat shall be inspected prior to applying each succeeding coat. The CONTRACTOR shall schedule such inspection with the ENGINEER in advance. C. Blast cleaned ferrous metal surfaces shall be painted before any rusting or other deterioration of the surface occurs. Blast cleaning shall be limited to only those surfaces that can be coated in the same day. D. Coatings shall be applied in accordance with the manufacturer's instructions and recommendations and this Section, whichever has the most stringent requirements. E. Special attention shall be given to materials that will be joined so closely that proper surface preparation and application are not possible. Such contact surfaces shall be coated prior to assembly or installation. F. Finish coats, including touch-up and damage repair coats shall be applied in a manner that will present a uniform texture and color matched appearance. G. Coatings shall not be applied under the following conditions: 1. Temperatures exceeding the manufacturer's recommended maximum and minimum allowable. 2. Concrete surfaces will be in direct sunlight during application or within 3 hours after application. 3. Dust or smoke laden atmosphere. 4. Damp or humid weather. 5. Substrate or air temperature is less than 5 degrees F above the dewpoint. 6. Air temperature is expected to drop below 40 degrees F or less than 5 degrees F above the dewpoint within 8 hours after application of coating. 7. Wind conditions are not calm. H. Dewpoint shall be determined by use of a sling psychrometer in conjunction with U.S. Dept. of Commerce, Weather Bureau psychometric tables. 3.9 CURING OF COATINGS A. The CONTRACTOR shall maintain curing conditions in accordance with the conditions recommended by the coating material manufacturer or by this Section; whichever is the most stringent, prior to placing the completed coating system into service. MWH - 10112012 PROTECTIVE COATINGS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 09800 - 8 A. General: The CONTRACTOR shall give the ENGINEER a minimum of 3 Days advance notice of the start of any field surface preparation or coating application, and a minimum of 7 Days advance notice of the start of any surface preparation activity in the shop. B. Such WORK shall be performed only in the presence of the ENGINEER, unless the ENGINEER has granted prior approval to perform such WORK in its absence. C. inspection by the ENGINEER, 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 these Specifications. D. Film Thickness Testing: On non-ferrous metals and other substrates, the coating thicknesses shall be measured at the time of application using a wet film gauge. E. Surface Preparation: Anchor profile shall be tested using Testex tape per ASTM D4417. Evaluation of surface preparation shall be performed by the shop at the start of sanding operations (prior to prime coat application) to ensure proper selection of sanding media and methods for the entire project. MWH - 10112012 PROTECTIVE COATINGS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 09800 - 9 E/ ƒ® >_0 k .7 2 [ § E S E / CD 4) ® § cn § �E S CL OR Q � ƒ � 0 k C/) z2 C/) Q O/ L� U o m a m 3m m . [n b_ �E a)n± k & 2 2 -a - Q §7 -0m \ ?% a)2 0- E ƒ\q ¥ (D- LU 2 b 2 C f § R 2 § ± x / 0) U- \ "k CO 0 j§% cn qM ® \ % =) R X22 ■ > ± w_0 � @fco @ _0 U) ƒm m E L- 5 ± E LU o /§f U -51 2�3 U7 L) C: 2 m Q ® ® 0) al m « -C q 3 § LL m k0 � 000 Uq ±± 23 Uƒ LU¥ O � � w 2 ± 2 ± Q « CL ± ± of 2 » O Q O 2 � O LL U) ± ± 2 O 2 « CN (� rl- I kq ,# �LO Q �o PART 1 —GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide equipment and appurtenant WORK, complete and operable, in accordance with the Contract Documents. B. The provisions of this Section shall apply to equipment, including pumps, throughout the Contract except where otherwise indicated. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Equipment shall be in accordance with the following standards, as applicable and as indicated in each equipment specification: 1. American Society for Testing and Materials (ASTM). 2. American National Standards Institute (ANSI). 3. American Society of Mechanical Engineers (ASME). 4. American Water Works Association (AWWA). 5. National Electrical Manufacturers Association (NEMA). 6. Manufacturer's published recommendations and specifications. 7. General Industry Safety Orders (OSHA). B. The following standards are referenced in this Section: ASME B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800 ASME 816.5 Pipe Flanges and Flanged Fittings, Steel, Nickel Alloy and other Special Alloys ASME B1.20.1 General Purpose Pipe Threads (Inch) ASTM A 108 Steel Bars, Carbon, Cold -Finished, Standard Quality 1.3 CONTRACTOR SUBMITTALS A. Furnish submittals in accordance with Section 01300 - Contractor Submittals. B. Shap Drawings: Furnish complete drawings and technical information for equipment, piping, valves, and controls. Where indicated or required by the ENGINEER, Shop Drawings shall include clear, concise calculations showing equipment anchorage forces and the capacities of the anchorage elements proposed by the CONTRACTOR. C. Spare Parts List: The CONTRACTOR shall obtain from the manufacturer and submit at the same time as Shop Drawings a list of suggested spare parts for each piece of equipment. CONTRACTOR shall also furnish the name, address, and telephone number of the nearest distributor for each piece of equipment. D. Certifications that equipment and equipment supports comply with the criteria established by applicable Codes and regulations. 1.4 QUALITY ASSURANCE A. Costs: Responsibility shall be the CONTRACTOR'S for performing and paying the costs of inspection, startup, testing, adjustment, and instruction services performed by factory representatives. The OWNER will pay for costs of power and water. If available, the OWNER'S operating personnel will provide assistance in the field testing. B. Inspection: The CONTRACTOR shall inform the local authorities, such as building and plumbing inspectors, fire marshal, OSHA inspectors, and others, to witness required tests for piping, plumbing, fire protection systems, pressure vessels, safety systems, and related items to obtain required permits and certificates, and shall pay inspection fees. C. Quality and Tolerances: Tolerances and clearances shall be as shown on the Shop Drawings and shall be closely adhered to. Machine WORK shall be of high-grade workmanship and finish, with due consideration to the special nature or function of the parts. Members without milled ends and which are to be framed to other steel parts of the structure may have a variation in the detailed length of not greater than 1/16 -inch for members 30 -feet or less in length, and not greater than 1/8 -inch for members over 30 -feet in length. Castings shall be homogeneous and free from non-metallic inclusions and defects. Surfaces of castings which are not machined shall be cleaned to remove foundry irregularities. Casting defects not exceeding 12.5 percent of the total thickness and where defects will not affect the strength and serviceability of the casting may be repaired by approved welding procedures. The ENGINEER shall be notified of larger defects. No repair welding of such defects shall be carried out without the ENGINEER'S written approval. If the removal of metal for repair reduces the stress resisting cross-section of the casting by more than 25 percent or to such an extent that the computed stress in the remaining metal exceeds the allowable stress by more than 25 percent, then the casting may be rejected. Costs of casting new material shall be the CONTRACTOR'S responsibility as part of the WORK. 3. Materials shall meet the physical and mechanical properties in accordance with the reference standards. D. Manufacturer's Experience: Equipment manufacturer shall have a record of at least 5 years of successful, trouble free operation in similar applications and size equal or larger than the equipment in this Contract. PART 2 -- PRODUCTS 2.1 GENERAL REQUIREMENTS A. Where load classifications are not indicated, service factors shall be for standard load classifications and for flexible couplings. MWH-10112012 EQUIPMENT GENERAL PROVISIONS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11000 -2 B. Protective Coating: Equipment shall be painted or coated as recommended by the equipment manufacturer. Coated surfaces shall be protected from abrasion or other damage during handling, testing, storing, assembly, and shipping. C. Potable water contact: Materials immersed in or exposed to potable water shall be listed as compliant"with NSF Standard 61. D. Protection of Equipment: Equipment shall be boxed, crated, or otherwise protected from damage and moisture during shipment, handling, and storage. Equipment shall be protected from exposure to corrosive fumes and shall be kept thoroughly dry. Pumps, motors, drives, electrical equipment, and other equipment having anti -friction or sleeve bearings shall be stored in weathertight storage facilities prior to installation. For extended storage periods, plastic equipment wrappers should be avoided to prevent accumulation of condensate in gears and bearings. In addition, motor space heaters shall be energized and shafts shall be rotated. Equipment delivered to the Site with rust or corroded parts shall be rejected. If equipment develops defects during storage, it shall be disassembled, cleaned, and recoated to restore it to original condition. E. Shop Fabrication: Pumps and cables shall be shop fabricated in accordance with the Contract Documents and the Shop Drawings. Field fabrication of pumps shall not be allowed. F. Controls: Pumps shall be controlled in accordance with Division 17, Section 11148, and as shown. A. General: Shafting shall be continuous between bearings and shall be sized to transmit the power required. Keyways shall be accurately out in line. Shafting shall not be turned down at the ends to accommodate bearings or sprockets whose bore is less than the diameter of the shaft. Shafts shall rotate in the end bearings and shall be turned and polished, straight, and true. B. Design Criteria: Shafts shall be designed to carry the steady state and transient loads suitable for unlimited number of load applications, in accordance with ASME B106.1M - Design of Transmission Shafting. Where shafts are subjected to fatigue stresses, such as frequent start and stop cycles, the mean stress shall be determined by using the modified Goodman Diagram. The maximum torsional stress shall not exceed the endurance limit of the shaft after application of the factor of safety of 2 in the endurance limit and the stress concentration factor of the fillets in the shaft and keyway. Stress concentration factor shall be in accordance with ASME Standard B17.1 - Keys and Keyseats. C. Materials: Shafting materials shall be appropriate for the type of service and torque transmitted. Environmental elements such as corrosive gases, moisture, and fluids shall be taken into consideration. Materials shall be as indicated unless furnished as part of an equipment assembly. Low carbon cold -rolled steel shafting shall conform to ASTM A 108, Grade 1018. 2. Medium carbon cold -rolled shafting shall conform to ASTM A 108, Grade 1045. 3. Other grades of carbon steel alloys shall be suitable for service and load. k LINrr r. • •_ • ��r 4. Corrosion -resistant shafting shall be stainless steel or Monel, whichever is most suitable for the intended service. 2.3 BEARINGS A. General: Bearings shall conform to the standards of the American Bearing Manufacturers Association, Inc. (ABMA). B. To assure satisfactory bearing application, fitting practice, mounting, lubrication, sealing, static rating, housing strength, and lubrication shall be considered in bearing selection. C. Re-lubricatable type bearings shall be equipped with a hydraulic grease fitting in an accessible location and shall have sufficient grease capacity in the bearing chamber. D. Lubricated -for -life bearings shall be factory -lubricated with the manufacturer's recommended grease to insure maximum bearing life and best performance. E. Anti -Friction Type Bearing Life: Except where otherwise indicated, bearings shall have a minimum L-10 life expectancy of 5 years or 20,000 hours, whichever occurs first. Where so indicated, bearings shall have a minimum rated L-10 life expectancy corresponding to the type of service, as follows: Type of Service Design Life, years L-10 Design Life, hours (whichever comes first) 8 -hour shift 10 20,000 16 -hour shift 10 40,000 Continuous 10 60,000 F. Bearing housings shall be of cast iron or steel and bearing mounting arrangement shall be as indicated or as recommended in the published standards of the manufacturer. Split -type housings may be used to facilitate installation, inspection, and disassembly. G. Sleeve Type Bearings: Sleeve -type bearings shall have a cast iron or ductile iron housing and Babbitt or bronze liner. Bearing housing shall be bolted and doweled to the lower casing half. These housings shall be provided with cast iron caps bolted in place and the bearing end caps shall be bored to receive the bearing shells. Sleeve bearings shall be designed on the basis of the maximum allowable load permitted by the bearing manufacturer. If the sleeve bearing is connected to an equipment shaft with a coupling, the coupling transmitted thrust will be assumed to be the maximum motor or equipment thrust. Lubricant, lubrication system, and cooling system shall be as recommended by the bearing manufacturer. H. Plate Thrust Bearings: Thrust bearings shall be the Kingsbury Type, designed and manufactured to maintain the shaft in the fixed axial position without undue heating or the necessity of adjustment or attention. Bearings shall be oil lubricated to suit the manufacturer's standard method of lubrication for the specific bearing. If bearing cooling is required, manufacturer shall provide necessary piping, filters, and valves. MWH-10112012 EQUIPMENT GENERAL PROVISIONS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11000 -4 2.4 PIPING CONNECTIONS A. Pipe Hangers, Supports, and Guides: Pipe connections to equipment shall be supported, anchored, and guided to avoid stresses and loads on equipment flanges and equipment. Supports and hangers shall be in accordance with Section 15006 - Pipe Supports. B. Flanges and Pipe Threads: Flanges on equipment and appurtenances shall conform to ASME B16.1, Class 125, or B16.5, Class 150, unless otherwise indicated. Pipe threads shall be in accordance with ASME B1.20.1 and Section 15000 - Piping, General. C. Flexible Connectors: Flexible connectors shall be installed in piping connections to engines, blowers, compressors, and other vibrating equipment and in piping systems in accordance with the requirements of Section 15000. Flexible connectors shall be harnessed or otherwise anchored to prevent separation of the pipe where required by the installation. D. Insulating Connections: Insulating bushings, unions, couplings, or flanges, as appropriate, shall be used in accordance with the requirements of the Section 15000. 2.5 GASKETS AND PACKINGS A. Gaskets shall be in accordance with Section 15000. B. Packing around rotating shafts shall be "O" rings, stuffing boxes, or mechanical seals, as recommended by the manufacturer and approved by the ENGINEER, in accordance with Section 11100 - Pumps, General. 2.6 NAMEPLATES A. Equipment nameplates of stainless steel shall be engraved or stamped and fastened to the equipment in an accessible location with No. 4 or larger oval head stainless steel screws or drive pins. Nameplates shall contain the manufacturer's name, model, serial number, size, characteristics, and appropriate data describing the machine performance ratings. 2.7 TOOLS AND SPARE PARTS A. Tools: The CONTRACTOR shall furnish one complete set of special wrenches and other special tools necessary for the assembly, adjustment, and dismantling of the equipment. Tools shall be of best quality hardened steel forgings with bright finish. Wrench heads shall have work faces dressed to fit nuts. Tools shall be suitable for professional work and manufactured by Snap On, Crescent, Stanley, or equal. The set of tools shall be neatly mounted in a labeled toolbox of suitable design provided with a hinged cover. B. Spare parts shall be furnished as indicated in the individual equipment sections. Spare parts shall be suitably packaged in a metal box and labeled with equipment numbers by means of stainless steel or solid plastic nametags attached to the box. 2.8 EQUIPMENT LUBRICANTS A. The CONTRACTOR shall provide lubricants for equipment during shipping, storage, and prior to testing, in accordance with the manufacturer's recommendations. Lubricants shall be FDA approved food grade. MWH-10112012 EQUIPMENT GENERAL PROVISIONS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11000 -5 PART 3 -- EXECUTION 3.1 SERVICES OF MANUFACTURER A. Inspection, Startup, and Field Adjustment: Where required by individual sections, an authorized, experienced, and competent service representative of the manufacturer shall visit the Site for the number of Days indicated in those sections to witness or perform the following and to certify in writing that the equipment and controls have been properly installed, aligned, lubricated, adjusted, and readied for operation. 1. Installation of equipment 2. Inspection, checking, and adjusting the equipment and approving its installation 3. Startup and field testing for proper operation, efficiency, and capacity 4. Performing field adjustments during the test period to ensure that the equipment installation and operation comply with requirements B. Instruction of the OWNER'S Personnel 1. Where required by the individual equipment sections, an authorized training representative of the manufacturer shall visit the Site for the number of Days indicated in those sections to instruct the OWNER'S personnel in the operation and maintenance of the equipment, including step-by-step troubleshooting with necessary test equipment. Instruction shall be specific to the models of equipment provided. 2. The representative shall have at least 2 years experience in training. A resume of the representative shall be submitted. 3. Training shall be scheduled 3 weeks in advance of the scheduled session. 4. Proposed training material and a detailed outline of each lesson shall be submitted for review. Review comments from the ENGINEER shall be incorporated into the material. 5. The training materials shall remain with the trainees after the session. 6. The OWNER may record the training for later use by the OWNER'S personnel. 3.2 INSTALLATION A. General: Equipment shall be installed in accordance with the manufacturer's written recommendations. 3.3 FIELD TESTS A. Where indicated by the individual equipment sections, equipment shall be field tested after installation to demonstrate satisfactory operation without excessive noise, or overheating of bearings or motor. B. The following field testing shall be conducted: 1. Start equipment, check, and operate the equipment over its entire operating range. MWH-10112012 EQUIPMENT GENERAL PROVISIONS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11000 -6 2. Operate equipment indicated in Section 01660. C. The ENGINEER shall witness field-testing. The CONTRACTOR shall notify the ENGINEER of the test schedule 3 Days in advance. D. In the event that any equipment fails to meet the test requirements, the equipment shall be modified and retested until it satisfies the requirement. - END OF SECTION - MWH-10112012 EQUIPMENT GENERAL PROVISIONS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11000 -7 {TT ! ! • "• i i i/I1. • •• • 111 j.. PART 1 -- GENERAL 1.1 THE REQUIREMENT A. Provide pumps and pumping appurtenances, complete and operable, as indicated in accordance with the Contract Documents. B. The provisions of this Section shall apply to pumps and pumping equipment throughout the Contract Documents, except where otherwise indicated. C. The requirements of Section 11000 — Equipment General Provisions, apply to this Section. D. Unit Responsibility 1. The pump manufacturer shall be made responsible for furnishing the WORK and for the coordination of design, assembly, testing, and installation of the WORK of each specific pump Section. 2. The CONTRACTOR shall be responsible to the OWNER for compliance with the requirements of each specific pump Section. E. Single Manufacturer 1. Where 2 or more pumps of the same type or size are required, provide pumps produced by the same manufacturer. 1.2 CONTRACTOR SUBMITTALS A. Furnish submittals in accordance with the requirements of Section 01300 — Contractor Submittals. 1. Submit pump name, identification number, and specification Section number. 2. Performance Information a. Submit performance data curves showing head, capacity, horsepower demand, NPSH required, and pump efficiency over the entire operating range of the pump. 3. Operating Range a. Indicate the limits on the performance curves recommended for stable operation without surge, cavitation, or excessive vibration. b. Provide a stable operating range as wide as possible, based on actual hydraulic and mechanical tests. c. Indicate the capability of the pump to operate in dry conditions without damage. MWH-10112012 PUMPS GENERAL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11100 -1 4. Submit assembly and installation drawings. including shaft size, seal, coupling, bearings, anchor bolt plan, part nomenclature, material list, outline dimensions, and shipping weights. 5. Submit motor data, including phase, voltage, frequency, horsepower, motor rpm, maximum starts per hour, continuous duty rating, and limitations on operation. 6. Submit an elevation of the proposed local control panel, showing panel -mounted devices, details of enclosure type, a single -line diagram of power distribution, current draw of the panel, and a list of all terminals required to receive inputs or to transmit outputs from the local control panel. 7. Submit a wiring diagram of field connections, with identification of terminations between local control panels, junction terminal boxes, and equipment items. 8. Submit a complete electrical schematic diagram. C. Technical Manual 1. Submit a Technical Manual containing the required information indicated in Section 01300 — Contractor Submittals and each specific pump Section. D. Spare Parts List 1. Submit a spare parts list containing the required information indicated in Section 01300 — Contractor Submittals and each specific pump Section. E. Certifications 1. Submit the manufacturer's certification of proper installation. 2. Submit the CONTRACTOR's certification of satisfactory field testing. PART 2 -- PRODUCTS 2.1 GENERAL A. Compliance with the requirements of the specific pump Sections may necessitate modifications to the manufacturer's standard equipment. B. Performance Curves 1. Provide centrifugal pumps with a continuously rising curve or with the system operating range not crossing the pump curve at 2 different capacities or "dip region." 2. Unless otherwise indicated, the required shaft horsepower for the entire pump assembly at any point on the performance curve shall not exceed the rated horsepower of the motor or engine or encroach on the service factor. C. Compatibility 1. Provide entirely compatible components of each pump system provided under the specific pump Section. MWN-10112012 PUMPS GENERAL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11100 -2 2. In each unit of pumping equipment, incorporate basic mechanisms, couplings, electric motors or engine drives, variable speed controls, necessary mountings, and appurtenances. 2.2 MATERIALS A. Provide materials suitable for the intended application. B. For materials not indicated, provide high-grade, standard commercial quality, free from defects and imperfections that might affect the serviceability of the product for the purpose for which it is intended, and conforming to the following requirements: C. Materials in contact with potable water shall be listed as compliant with NSF Standard 61. 2.3 PUMP COMPONENTS - GENERAL A. Connections: Provide threaded discharge connections conforming to ANSI/ASME standard 81.20.1 - Pipe Threads, General Purpose (Inch) dimensions. B. Lubrication: Provide pumps suitable for oil -lubrication with oil that is FDA approved for food contact. A. Nameplates 1. Equip each pump with a stainless steel nameplate indicating serial number(s), rated head and flow, impeller size, pump speed, and manufacturer's name and model number. B. Pump Controls: Pumps shall be controlled in accordance with Division 17, Section 11148, and as shown. 1 •I •i 3.1 - • • r �. +n a 1. r r A. Inspection, Startup, and Field Adjustment 1. Where required by the specific pump Section, furnish an authorized service representative of the manufacturer at the Site continuously to supervise the following items and to certify in writing that the equipment and controls have been properly installed, aligned, lubricated, adjusted, and readied for operation: a. installation of the equipment; b, inspection, checking, and adjusting the equipment; c. startup and field testing for proper operation; and d. performance of field adjustments to ensure that the equipment installation and operation comply with the indicated requirements. GENERALMWH-10112012 PUMPS 10500406 — BIG CANYON RES FLOATING• - 00 B. Instruction of OWNER's Personnel 1. Where required by the individual pump Section, furnish an authorized training representative of the manufacturer at the Site for the number of Days indicated in the specific pump Section, to instruct the OWNER's personnel in the operation and maintenance of the equipment, including step-by-step troubleshooting with necessary test equipment. 2. Furnish instruction specific to the model of equipment provided. 3. Qualifications a. Furnish a representative with at least 2 years experience in training. b. Submit a resume for the representative. 4. Schedule the training a minimum of 3 weeks in advance of the first session. 5. Lesson Plan Review a. Submit the proposed training material and a detailed outline of each lesson for review. b. Incorporate review comments into the material. 6. The trainees will keep the training materials. 7. The OWNER may videotape the training for later use with the OWNER's personnel. 3.2 INSTALLATION A. General I. Install pumping equipment in accordance with the manufacturer's written recommendations. 1. Field-test the equipment in order to verify proper alignment and freedom from binding, scraping, shaft runout, or other defects. 2. Measure the pump drive shafts just prior to assembly in order to ensure correct alignment without forcing. 3. Ensure that the equipment is secure in position and neat in appearance. C. Lubricants 1. Provide the necessary oil and grease for initial operation. 3.3 PROTECTIVE COATING A. Coat materials and equipment in accordance with the requirements of Section 09600 — Protective Coating. MWH-10112012 PUMPS GENERAL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11100 -4 3.4 FIELD TESTS A. Field-test each pump system after installation in order to demonstrate: 1. satisfactory operation without excessive noise and vibration; 2. no material loss caused by cavitation; 3. no overheating of bearings; and, 4. indicated head, flow, and efficiency at the design point. B. Conduct the following field testing: 1. Startup, check, and operate the pump system over its entire speed range. 2. If the pump is driven by a variable speed drive, test the pump and motor at 100 - RPM increments. 3. If the pump is driven at constant speed, test the pump and motor at the maximum RPM. 4. Unless otherwise indicated, vibration shall be within the amplitude limits recommended by the Hydraulic Institute standards at a minimum of 4 pumping conditions defined by the ENGINEER. 5. Obtain concurrent readings of motor voltage, amperage, pump suction head, and pump discharge head for at least 4 pumping conditions at each pump rotational speed, at 100 -RPM increments if equipped with a variable speed drive or at maximum RPM if equipped with a constant speed drive. 6. Check each power lead to the motor for proper current balance. 7. Bearing Temperatures a. Determine bearing temperatures by a contact -type thermometer. b. Precede this test with a run time sufficient to stabilize bearing temperatures, unless an insufficient liquid volume is available to furnish such a run time. 8. Ensure that electrical and instrumentation tests conform to the requirements of the Section under which that equipment is specified. C. Witnessing 1. Field testing will be witnessed by the ENGINEER. 2. Furnish 3 Days advance notice of field testing. D. If the pumping system fails to meet the indicated requirements, modify or replace the pump and re -test as indicated above until it satisfies the indicated requirements. E. Certification MWH-10112012 PUMPS GENERAL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11100 -5 1. After each pumping system has satisfied the requirements, certify in writing that it has been satisfactorily tested and that final adjustments have been perforrned. 2. Certification shall include the date of the field tests, a listing of persons present during the tests, and the test data. F. The CONTRACTOR shall be responsible for costs of field tests, including related services of the manufacturer's representative, except for power and water, which the OWNER will bear. G. If available, the OWNER'S operating personnel will provide assistance in field testing. - END OF SECTION - -\AWH-10112012 10500406 - BIG CANYON RES FLOATINGi i! SECTION 11148 - SUBMERSIBLE NON -CLOG PUMPS PART 1 -- PRODUCTS 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide submersible non -clog pumps and appurtenances, complete and operable, in accordance with the Contract Documents. B. Pumps SP -1 and SP -6 are existing pumps that shall be re -installed where shown. T-X%� specification does not apply to Pumps SP -1 and SP -6. C. The requirements of Section 11100 -Pumps, General apply to this Section. D. The Supplier shall examine the Site conditions, intended application, and operation of the pump system and recommend the pump which will best satisfy the indicated requirements. 1.2 EXTENDED PERIOD FOR CORRECTION OF DEFECTS A. The CONTRACTOR shall correct defects in the pumping system upon notification from the OWNER within 5 years from the date of Substantial Completion. Corrections shall be completed within 5 days after notification. PART 2 -- GENERAL 2.1 GENERAL DESCRIPTION A. Identification Pump Name Cover Dewatering Pumps No. 2, 3, 4 and 5 Equipment number SP -2, SP -3, SP4, SP -5 Quantity 4 Location Floating Cover B. Operating Conditions: The WORK of this Section shall be suitable for long term operation under the following conditions: Duty Continuous Drive ConstantSpeed Ambient environment J Outdoors, with varying submergence (submerged, partially submerged, and completely dry at various times JIM Ambient temperature, deg F 0 to 110 Ambient relative humidity, percent 20 to 100 Fluid service Stormwater containing windblown debris and dust Fluid temperature, deg F 32 to 120 Fluid pH range 5 to 8 Fluid specific gravity 1.0 Project site elevation, msl 282 to 292 Minimum available NPSH, feet absolute Atmospheric Pressure Maximum size spheres to pass, inches dia (min) 1.0 Pump removal method Manual Power supply 480 volt, 3 phase, 60 Hz C. Performance Requirements Maximum shutoff head, feet 75 Design flow capacity, gpm 85 Design flow pump head, TDH, feet, plus/minus 5 feet. 49 Maximum flow capacity at maximum speed, gpm 120 Maximum flow pump head, TDH, feet, plus/minus 5 feet. 38 Maximum flow NPSH required, feet absolute Less than atmospheric pressure Maximum motor speed, rpm 3,500 Minimum motor size, hp 2.0 D. Pump Dimensions Overall pump height, maximum, inches =25 MWH-08272012 SUBMERSIBLE NON -CLOG PUMPS 10500406 — BIG CANYON RES FLOATINGCOVER Overall Pump Diameter, maximum, inches 10 Discharge Size, inches 2 2.2 PUMP REQUIREMENTS A. General 1. Each pump shall be capable of continuous operation at full load under dry conditions, with no water in the sump. 2. Each pump, with its cable and appurtenances, shall be able to withstand continuous submergence to a minimum depth of 65 feet, whether running or off, without leakage. 3. Each pump shall be able to operate for short periods at zero static suction head without causing any damage to any part of the unit. B. Pump Construction: Construction of submersible non -clog pumps shall conform to the following requirements: Connections Threaded Pump Design Single stage, centrifugal type, close -coupled to sealed or submersible electric motor, for operation in dry or wet pit, without external cooling. Impeller Maximum 3 -part non -clog type with replaceable wear rings on impeller and in casing, to handle raw unscreened sewage, solids, and fibrous materials. Bearings Permanently -lubricated, heavy-duty axial and radial ball or roller bearings top and bottom, with a minimum L-10 life of 50,000 hours, at continuous, maximum load and speed, supported by detailed calculations, to be submitted with the Shop Drawings. Seals Dual mechanical tandem, one stationary and one revolving shaft seals with individual springs, tungsten carbide or silicon carbide ring, each not requiring any maintenance, and capable of withstanding 1.5 times pump shutoff head. The seals shall be oil lubricated, with moisture detector probes, alarm, and test circuits. Oil Chamber To supply oil for lubrication and cooling of the shaft seals. Oil shall be FDA approved for food contact. MWH-08272012 SUBMERSIBLE NON -CLOG PUMPS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11148 -3 Cables Include necessary cables for power Impeller connection, moisture detection, and overload Pump shaft protection, sheathed, coded, and suitable for Exposed bolts, nuts, washers submersible pumps. Power cables shall be Mechanical seals 150 -feet length, and suitable for direct or Wear rings plugged connection (as indicated) to the terminal boxes. Cables shall be connected to the pumps in such a manner to meet all local electrical Code requirements. Cable splices will not be allowed. Lifting Devices The pump shall have an integral handle for manual lifting. Weight shall not exceed 71 lbs. C. Materials Pump Housing Aluminum or Stainless Steel Impeller cast iron, statically and dynamically balanced Pump shaft Stainless Steel Exposed bolts, nuts, washers Stainless Steel Mechanical seals Independently operating tandem tungsten - carbide or silicon carbide and carbon rings with stainless steel springs Wear rings Stainless steel and nitrile rubber with steel insert A. Approval: The pumping system shall be approved by a nationally recognized testing agency I or FM) at the time of opening Bids. The CONTRACTOR shall include in the Bid a copy of the certificate of approval. B. Insulation: The pump motors shall be designed for continuous duty in hazardous locations. The stator and stator leads shall be moisture -resistant, triple varnished and insulated according to Class F, capable of withstanding a temperature rise of up to 155 deg C. The allowable temperature rise of the motor at full load condition shall not exceed 80 deg C. C. Stator: The motor stator shall be mounted in an air-filled, watertight casing and shall not be fixed in place by externally -mounted screws which may cause leakage in the motor. D. Motor Rating: Motors shall have service factors of 1.10 or greater. For motors driven by variable frequency drives, motor horsepower shall be the greater of: Non -overloading conditions throughout the pump curve. 1.15 times the horsepower required by the pump at maximum indicated flow. E. Junction Box: The motor shall have a junction box capable of being sealed completely from the stator casing to prevent leakage through the junction box into the stator housing should a motor cable be damaged or have some other means to prevent leakage into the junction box under any condition. F. Cable Entry: The cable entry water seal design shall be such that it precludes specific torque requirements to ensure a watertight and submersible seal. It shall permit no entry of water into any high voltage area even if the cable is severed below the water level. G. Cooling System: Each pump shall be provided with an adequately designed cooling system using a wastewater jacket or glycol solution and thermal radiator integrally cast with the stator casing. Cooling medium channels and ports shall be non -clogging by virtue of their dimensions. Alternately, wastewater cooling jackets are not required for motors that are designed to operate continuously at full load with ambient cooling. H. Motor Protection: Integral thermal sensors in the motors, one for each phase, shall be provided to monitor stator temperatures. These sensors shall be used in conjunction with and supplemented by external motor over -current protection located at the control panel. 2.4 PUMP CONTROLS A. Pumps shall be controlled in accordance with Division 17, as as follows: Provide level switches as indicated. 2.5 SPARE PARTS A. General: The pumps shall be backed by supplies of spare parts from stock, and after- sales service from a factory trained and authorized maintenance facility, located within 300 miles from the Site. B. Parts to be furnished, where applicable: One set of mechanical shaft seals for each pump. 2. One set of wear rings for each pump. 3. One set of bearings for each pump and motor. 4. Three sets of O -rings and gaskets for each pump. 5. One submersible cable of required length, with termination kit, for each pump. 2.6 FACTORY TESTING AND SHIPMENT A. In addition to the factory tests in Section 11100, the following procedures shall be included with the factory test prior to shipment: Hydrostatic testing of fluid end. MWH-08272012 SUBMERSIBLE NON -CLOG PUMPS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11148 -5 2. Leakage test of submersible motor. 3. Verification of the pump characteristic curves by testing at shut-off head, 25, 50, 75, 100, and 125 percent of the indicated design flow and at maximum "run -out' flow and recording the measured head and motor current for each flow. 4. Verification of cavitation -free service and absence of motor overheating during conditions simulating the actual operating conditions after installation, whether submerged, semi -submerged, or dry. 5. Pump seals shall be designed for complete water tightness at 65 -feet submergence for 30 minutes and data on factory testing and quality control shall be submitted with the Shop Drawings. 6. Parts shall be properly lubricated and protected so that no damage or deterioration will occur even during a prolonged delay from the time of shipment until installation is completed and the pumps are ready for operation. Finished ferrous surfaces not painted shall be properly protected to prevent rust and corrosion. 8. The finished surfaces of exposed flanges shall be protected by strong wooden blind flanges. 9. Each pump shall be properly crated to protect against damage during shipment. 2.7 MANUFACTURERS, OR EQUAL A. ABS (Sulzer) B. Gorman -Rupp PART 3 -- EXECUTION 3.1 INSTALLATION A. In addition to the requirements of Section 11100, the CONTRACTOR shall ensure that the discharge piping and related attachment straps are set and welded to the cover only after the sump pump and float assembly has been properly installed, to ensure proper alignment between attachment straps and piping components. B. Field Startup and Testing: After installation, each pump and motor shall be tested with the process service fluid. Record the following: Flow, discharge pressure, motor horsepower, and winding temperatures. 2. Check instruments attached to the pump and motor and record conditions. Each instrument shall read normal readings. If any instrument indicates abnormal conditions, notify the ENGINEER, and have the manufacturer quickly resolve the problem. MWH-08272012 SUBMERSIBLE NON -CLOG PUMPS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 11148 -6 3.2 SERVICES OF MANUFACTURER A. Inspection, Startup, and Field Adjustment: The service representative of the manufacturer shall be present continuously at the Site to furnish the services required by Section 11100. B. Instruction of OWNER'S Personnel: The training representative of the manufacturer shall be present at the Site for 3 Days to furnish the services required by Section 11100. C. For the purposes of this paragraph, a Day is defined as an 8 hour period at the Site, excluding travel time. D. The ENGINEER may require that the inspection, startup, and field adjustment services above be fumished in 3 separate trips. - END OF SECTION - rNON-CLOG PUMPS 10500406 — BIG CANYON RES FLOATINGCOVER • !!�!• • •� • • a �t i SECTION 15000 - PIPING, GENERAL PARTI--GENERAL 1.1 THE REQUIREMENT A. Provide the piping systems indicated, complete and operable, in accordance with the Contract Documents. B. Furnish all labor, materials, equipment, and incidentals, and install complete piping systems including all hangers, supports, restraints, structural connections, concrete inserts, anchor bolts, and expansion units. C. The provisions of this Section shall apply to piping sections in Divisions 2 and 15. D. The mechanical Drawings define the general layout, configuration, routing, method of support, pipe size, and pipe type. E. The mechanical Drawings are not pipe construction or fabrication drawings. F. Where pipe supports and spacing are indicated on the Drawings and are referenced to a Standard Detail, the CONTRACTOR shall use that Detail. 1.2 REFERENCES A. General 1. The publications listed below form a part of this specification to the extent referenced. 2. Where a date is given for reference standards, that edition shall be used. Where no date is given for reference standards, the latest edition available on the date of the Notice Inviting Bids shall be used. B. American National Standards Institute (ANSI) 1. ANSI B1.1, Unified Inch Screw Threads (UN and UNR Thread Form) 2. ANSI/NSF 61, Drinking Water System Components - Health Effects C. American Society for Testing and Materials (ASTM) 1. ASTM A167, Standard Specification for Stainless Steel and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and Strip 2. ASTM A193, Standard Specification for Alloy Steel and Stainless Steel Bolting Materials for High -Temperature Service 3. ASTM A276, Standard Specification for Stainless Steel Bars and Shapes 4. ASTM A380, Standard Specification for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems 5. ASTM F104, Standard Classification System for Nonmetallic Gasket Materials MWH-10112012 PIPING, GENERAL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15000 -1 1.3 CONTRACTOR SUBMITTALS A. Furnish submittals in accordance with Section 01300 —Contractor Submittals. B. Shop Drawings: Shop Drawings shall contain the following information: Drawings: Layout drawings including necessary dimensions, details, pipe joints, fittings, specials, bolts and nuts, gaskets, valves, appurtenances, anchors, guides, and material fists. Fabrication drawings shall indicate spacers, adapters, connectors, fittings, and pipe supports to accommodate the equipment and valves in a complete and functional system. 2. Product Data, General: Manufacturer's data and printed recommendations shall be submitted on the following: a. Technical data, including recommendations for storage, for all components of each piping system. b. Representative catalog cut for each different type of item indicating materials of construction, important dimensions, and range of pipe sizes for which that item is suitable. 3. Gasket Material: Submit gasket manufacturer's catalog indicating that the recommended product is suitable for each fluid service application. C. Samples Performing and paying for sampling and testing as necessary for certifications are the CONTRACTOR'S responsibility. D. Certifications 1. Necessary certificates, test reports, and affidavits of compliance shall be obtained by the CONTRACTOR. 2. Certifications for compliance with shop cleaning, field cleaning and testing shall be submitted. 3. A certification from the pipe fabricator that each pipe will be manufactured subject to the fabricator's or a recognized Quality Control Program. An outline of the program shall be submitted to the ENGINEER for review prior to the manufacture of any pipe. 1.4 MATERIAL DELIVERY, STORAGE, AND PROTECTION A. Provisions shall be made in handling, loading, unloading, and storing of pipe and fittings to avoid distortion, scratches, gouges, cracks, dents, and scuffing. Piping materials, fittings, valves, and accessories shall be delivered in a clean and undamaged condition. B. Pipe and fittings shall be stored in a flat, horizontal position, protected from the elements until ready for installation and stored off the ground for protection against oxidation caused by ground contact. C. Nonmetallic pipe shall not be stacked. MWH-10112012 PIPING, GENERAL 10500406 —BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15000 -2 D. At all times, plastic pipe shall be supported for the full length of the pipe and protected from ultraviolet exposure. E. Defective or damaged materials shall be replaced with new materials. F. Components of the pipe -joint sealant system shall be delivered to the jobsite in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers legibly displayed. Components shall be stored in clean, dry, protected areas in which ambient temperatures do not fall below 50° F or rise above 95° F. PART 2 --PRODUCTS 2.1 GENERAL A. Extent of Work 1. Pipes, fittings, and appurtenances shall be provided in accordance with the requirements of this Section, and applicable Sections of Divisions 2 and 15 and as indicated. B. Pipe Supports 1. Pipes shall be adequately supported, restrained, and anchored as indicated in the Contract Documents. C. Coating 1. Pipes above ground shall be coated in accordance with Section 09800 — Protective Coating. D. Pressure Rating 1. Piping systems shall be designed for the maximum expected pressure as defined in this Section, or as indicated on the Piping Schedule, whichever is greater. E. Inspection 1. Pipe shall be subject to inspection at the place of manufacture. 2. During the manufacture, the ENGINEER shall be given access to areas where manufacturing is in progress and shall be permitted to make inspections necessary to confirm compliance with requirements. F. Tests 1. Except where otherwise indicated, materials used in the manufacture of the pipe shall be tested in accordance with the applicable specifications and standards. 2. The CONTRACTOR shall be responsible for performing material tests. 2.2 MATERIALS A. Joint Compound MWH-10112012 PIPING, GENERAL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15000 -3 sectionthe male of •'• a. Acceptable Products: Radiator Specialty Go., Bakerseal; or equal. 2.3 PIPE SUPPORTS AND ACCESSORIES A. The CONTRACTOR shall provide pipe supports for all piping systems shown on the drawings. All pipe supports shall be hot -dipped galvanized unless otherwise noted. All supports and bracing shown on the drawings are intended only to convey design intent. Support and bracing locations are the responsibility of the CONTRACTOR. Not all pipe supports and bracings are shown on the drawings. The absence of pipe supports and bracing on the drawings shall not relieve the CONTRACTOR for the responsibility for providing them. B. Design Requirements All supports and appurtenances shall be of approved standard design, unless otherwise acceptable to the ENGINEER, and shall be adequate to maintain the supported load in proper position under all operating conditions. Any reference to a specific figure number of a specific manufacturer is for the purpose of establishing a type and quality of product and shall not be considered as proprietary. 2. All items shall be designed with liberal strength and stiffness to support, restrain, and allow expansion of the respective pipes under the maximum combination of peak loading conditions to include pipe weight, liquid weight, liquid movement and pressure forces, thermal expansion and contraction, vibration, valve weight, fittings, and all probable externally applied forces. 3. Supports shall be sufficiently close together such that the sag of the pipe is within limits that will permit drainage and avoid excessive bending stresses from concentrated loads between supports. 4. All pipe shall be supported as required to prevent significant stresses in the pipe material, valves, fittings, and other pipe appurtenances, and to support and secure the pipe in the intended position and alignment. All supports shall be designed to adequately secure the pipe against excessive dislocation due to thermal expansion and contraction, internal flow forces, and all probable external forces. 5. CONTRACTOR may propose minor adjustments to the piping arrangements in order to simplify the supports, or in order to resolve minor conflicts in the work. Such an adjustment might involve minor change to a pressure pipe centerline elevation so that a single trapeze support may be used. Elevations of drain lines shall not be modified without the permission of the ENGINEER, 6. Pipe supports shall not induce point loadings but shall distribute pipe loads evenly along the pipe circumference. 2.4 PIPE THREADS A. Pipe threads shall be in conformance with ASME 131.20.1 - Pipe Threads, General Purpose (inch), and be made up with Teflon tape unless otherwise indicated. MWH-10112012 10500406 — BIG CANYON RES FLOATING• qtr PART 3 -- EXECUTION 3.1 GENERAL A. Install piping, fittings, and appurtenances in accordance with the requirements of this Section, and applicable Sections of Division 2 and Division 15. B. Proprietary manufactured couplings shall be installed in accordance with the coupling manufacturer's recommendation. C. Care shall be taken to insure that piping flanges, couplings, and expansion joints are properly installed as follows: 1. Gasket surfaces shall be carefully cleaned and inspected prior to making up the connection. 2. Each gasket shall be centered properly on the contact surfaces. 3. Connections shall be installed to prevent inducing stress to the piping system or the equipment to which the piping is connected. 4. Contact surfaces for flanges, couplings, and piping ends shall be aligned parallel, concentric, and square to each axis at the piping connections. 5. Flange Bolts a. Flange bolts shall be initially hand -tightened with the piping connections properly aligned. b. Bolts shall be tightened with a torque wrench in a staggered sequence to the AISC-recommended torque for the bolt material. 6. Groove ends shall be clean and free from indentations, projections, and roll marks in the area from the pipe end to the groove. 7. After installation, joints shall meet the indicated leakage rate. 8. Flanges shall not be deformed nor cracked. 3.2 INSTALLATION A. Preparation: Before beginning installation, the interior of pipe, fittings, and appurtenances shall be thoroughly cleaned of scale, dirt, and foreign substances. The surfaces of exposed piping shall be kept free of marks and blemishes to provide an appearance and finish to the satisfaction of the ENGINEER. Provision shall be made to avoid abrasion of surfaces to be exposed. B. Laying 1. Each piping system shall be installed accurately to the indicated alignment and grade, to the satisfaction of the ENGINEER, and in accordance with approved shop drawings. MWH-10112012 PIPING, GENERAL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15000 -5 3.3 PIPING SYSTEM CLEANING A. Cleaning shall be performed as required during assembly, and prior to pressure testing. B. Piping systems for water service shall be flushed out with clean, potable water. C. After completion of the WORK, cuttings, joining and wrapping materials, and other scattered debris shall be removed from the Site. D. The entire piping system shall be handed over in a clean and functional condition. 3A PRESSURE TESTING OF PIPING A. Hydrostatic Testing of Drain Piping Preparation a. The CONTRACTOR shall furnish meters for measuring the water used; valves and fittings for making connections to outlets; and hoses, piping, pumps, and other materials required to convey water to the test locations. b. The CONTRACTOR shall provide suitable calibrated tanks or flowmeter for the measurement of leakage, and shall furnish the piping, gauges, pumps, electrical power, labor, and anything else required for filling the pipe to be tested and for obtaining and maintaining the required water pressure. c. Pipelines that do not have valves shall be closed with blind flanges or caps on the ends of the sections to be tested. d. Pipelines shall be properly braced before tests are conducted. e. At the end of the test section of pipeline, the CONTRACTOR shall provide adequate anchorage to restrain the pipe during the test. The design of the anchorage shall be submitted for approval. These anchorages shall be removed upon completion of the test. f. Just prior to hydrostatic testing, the piping shall be cleaned or flushed out with clean water to the satisfaction of the ENGINEER so that it is free from obstructions, dirt, or other foreign matter. g. The CONTRACTOR shall provide the labor, material, and equipment required to obtain, use, and dispose of the water used for test purposes. The quality of water shall be acceptable to the ENGINEER. h. After a test section has been filled with water, it shall be allowed to stand under pressure for sufficient time to allow air to escape before testing. Air and vacuum valves or corporation stops shall be installed to remove air from high points of the pipeline. I. The CONTRACTOR shall be responsible for damage to the pipe as a result of pressure imposed during the pipe filling operations and during testing. At the end of testing, the pipeline shall be restored to a condition satisfactory to the ENGINEER. Test Requirements MWH-10112012 PIPING, GERERAL 10500406 — BIG CANYON RES FLOATINGt Mir . a. Hydrostatic test pressures shall be based on the lowest point of the line or section of line being tested. b. Leakage will not be allowed. c. Unless stated otherwise the hydrostatic pressures shown in Table 1 shall be applied for a duration of at least 2 hours. TABLE 1. HYDROSTATIC TEST PRESSURE Pipe and Fitting Type Hydrostatic Test Pressure (psig) PVC (6 inches and smaller) 70 d. Regardless of the rate of leakage, detectable leaks shall be stopped. The CONTRACTOR shall visually observe the pipe to locate and repair leaks or other defects that may develop during testing. After making the repairs necessary to secure the required watertightness in the pipe or in its appurtenances, the CONTRACTOR shall refill the affected reach of pipeline, and then repeat testing until the test results are found to be satisfactory. The CONTRACTOR shall be responsible for dewatering necessary as a result of defects. e. The CONTRACTOR shall be responsible for purging all pipe, valves and appurtenances after the hydrostatic test is completed. - END OF SECTION - MWH-10112012 PIPING, GENERAL 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15000 -7 THIS PAGE INTENTIONALLY LEFT BLANK MWH-10112012 PIPING, GENERAL 10500406 - BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15000 -8 PARTS --GENERAL 1.1 THE REQUIREMENT A. Provide pipe supports, hangers, guides, and anchors, complete and in place, as indicated in accordance with the Contract Documents. B. Where pipe support systems are not indicated on the Drawings, the CONTRACTOR shall design and provide the supports in accordance with this Section. 1.2 CONTRACTOR SUBMITTALS A. Furnish submittals in accordance with the requirements of Section 01300 — Contractor Submittals. B. Submittal requirements: 1. Submit the following information: b. Manufacturer's catalog cuts c. Material and coatings information d. Additional information required to substantiate conformance with the Contract PART 2 -- PRODUCTS 2.1 GENERAL REQUIREMENTS 1. Piping systems and pipe connections to equipment shall be properly anchored and supported in order to prevent undue deflection, vibration, and dislocation due to seismic events, line pressures, pipe weight, fluid weight, liquid movement, thermal changes, vibration, probable forces applied during construction, and stresses on piping, equipment, and structures. 2. Supports and parts thereof shall conform to the requirements of ASME B31.1 - Power Piping, except as supplemented or modified in this Section. 3. Supports for plumbing piping shall be in accordance with the latest edition of the applicable plumbing code or local administration requirements. B. Thermal Expansion 1. Wherever expansion and contraction of piping is expected, a sufficient number of expansion loops or expansion joints shall be provided, together with the necessary rolling or sliding supports, anchors, guides, pivots, and restraints permitting the piping to expand and contract freely away from the anchored points. 0• if• PIPE SUPPORTS 10500406 - BIG CANYON RES FLOATING• !i• 2. Components shall be structurally suitable to withstand the imposed loads. C. Materials of Construction Pipe support assemblies, including framing, hardware, and anchors, shall be of steel construction, galvanized after fabrication, unless otherwise indicated. 2. Submerged supports, as well as piping, conduits, and equipment in the reservoir below elevation 305, shall be supported with support assemblies, including framing, hardware, and anchors constructed of Type 316 stainless steel, unless otherwise indicated. Meters, valves, heavy equipment, and other point loads on PVC, FRP, or other plastic pipes, shall be supported on both sides, according to manufacturer's recommendations, in order to avoid undue pipe stresses and failures. 2. In order to avoid point loads, the supports on PVC, FRP, or other plastic piping shall be equipped with extra wide pipe saddles or galvanized steel shields. E. Concrete Anchors Unless otherwise indicated, concrete anchors for pipe supports shall be according to the following table; consult the ENGINEER for any anchor applications not appearing on the table. 2. Anchor embedment shall be in accordance with the requirements of Section 05500 — Miscellaneous Metalwork. Pipe Support Application Type of Concrete Anchor LExis.finq and new Concrete Use epoxy anchors. 2.2 SUPPORT SPACING A. Supports for piping with the longitudinal axis in approximately a horizontal position shall be spaced to prevent excessive sag, bending, and shear stresses in the piping, with special consideration given where components such as flanges and valves impose concentrated loads. B. Pipe support spacing shall not exceed the following maximum indicated spans and shall be in accordance with the pipe manufacturer's recommendations, whichever is more stringent: Pipe Joints: Supports shall be provided on both sides of each joint, with each support at a maximum spacing of 2 -feet from the joint. 2. Straight Pipe: Where no joints are present in straight pipe, maximum spacing shall not exceed the following: Pipe Material Nominal Pipe Maximum Spacing Diameter Without Joints MWH-04092009 PIPE SUPPORTS 10500406 — BIG CANYON RES FLOATING• 00. AWWA C-900 PVC 4 -inch 6.7 -feet AWWA C-900 PVC 6 -inch 8.5 -feet C. For temperatures other than ambient temperatures or those listed, and for other piping materials or wall thicknesses, the pipe support spacings shall be modified in accordance with the pipe manufacturer's recommendations. D. Vertical supports shall be provided to prevent the pipe from being overstressed from the combination of loading effects. 2.3 MANUFACTURED SUPPORTS A. Stock Parts 1. Where not specifically indicated, designs that are generally accepted as exemplifying good engineering practice and using stock or production parts shall be utilized wherever possible. 2. Such parts shall be locally available, new, of best commercial quality, and designed and rated for the intended purpose. B. Manufacturers, or Equal 1. Bergen -Power Pipe Supports, Inc. 2. Anvil International 3. Tolco (Cooper B -Line) 2.4 COATING A. Galvanizing 1. Unless otherwise indicated, fabricated pipe supports other than stainless steel or non-ferrous supports shall be blast -cleaned after fabrication and hot -dip galvanized in accordance with ASTM A 123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. PART 3 -- EXECUTION 3.1 INSTALLATION A. General 1. Pipe supports, hangers, brackets, anchors, guides, and inserts shall be fabricated and installed in accordance with the manufacturer's printed instructions and ASME 831.1 - Power Piping. B. Appearance 1. Pipe supports shall be positioned in order to produce an orderly, neat piping system. MWH-04092009 PIPE SUPPORTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15006 - 3 3.2 FABRICATION A. Quality Control 1. Pipe supports shall be fabricated by experienced welders using the best welding procedures available. 2. Fabricated supports shall be neat in appearance without sharp corners, burrs, or edges. - END OF SECTION - MWH-04092009 PIPE SUPPORTS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15006 - 4 SECTION 15060 - PVC PRESSURE PIPE (ASTM D 1785, MODIFIED) PARTI--GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide polyvinyl chloride (PVC) pressure pipe, complete and in place, in accordance with the Contract Documents. B. The requirements of Section 15000 - Piping, General, apply to the WORK of this Section. C. This Section includes PVC pressure pipe with solvent -welded, flanged, or screwed joints. PVC pipe with bell and spigot joints is included in Section 02597 - PVC Pressure Pipe, Rubber Joints. PART 2 -- PRODUCTS 2.1 PIPE MATERIAL A. PVC pipe shall be made from new rigid unplasticized polyvinyl chloride and shall be normal impact Type 1, Grade 1, class 12454, Schedule 80, listed as compliant with NSF Standard 61, unless otherwise indicated, in accordance with ASTM D 1785 -Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. B. Perform surface preparation and coat PVC pipe per Section 09800. 2.2 PIPE JOINTS A. Pipe joints shall be solvent -welded type with solvent cement and primer as recommended by the pipe manufacturer for the chemical in the pipe. B. Screwed joints that are necessary to match up to threaded valves or fittings shall be made up with appropriate thread sealant, either paste or tape. 2.3 FITTINGS A. Perform surface preparation and coat PVC fittings per Section 09800. B. Solvent Welded Fittings: Solvent -welded fittings shall be Schedule 80 PVC fittings in accordance with ASTM D 2467 - Socket -Type Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. C. Threaded Fittings: Threaded fittings shall be Schedule 80 PVC fittings in accordance with ASTM D 2464 - Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. D. Custom -Fabricated Fittings: Custom fabricated fittings (including bends other than 11.25°, 22.5-, 450, and 900), shall be shop fabricated by a qualified member of the Unk MWH - 10112012 PVC PRESSURE PIPE 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15060 - 1 Bell PVC Pipe Association. Acceptable custom fabricators: Specified Fittings, Inc. (Bellingham, WA), Ipex USA LLC (Pineville, NC), or equal. PART 3 -- EXECUTION 3.1 INSTALLATION A. General: PVC pipe shall be installed in a neat and workmanlike manner, properly aligned, and cut from measurements taken at the Site to avoid interferences. It is recommended that the CONTRACTOR obtain the assistance of the pipe manufacturer's field representative to instruct the pipefitters in the correct installation and support of PVC piping. B. Supports and Anchors: Piping shall be firmly supported with fabricated or commercial supports in accordance with Section 15006 - Pipe Supports. Where necessary to avoid stress on equipment or structural members, the pipe shall be anchored or harnessed. Expansion joints and guides shall compensate for pipe expansion due to temperature changes. C. Unions: Unless otherwise indicated, connections to fixtures, and equipment shall be provided with a union. Unions shall be provided at threaded valves, equipment, and other devices requiring occasional removal or disconnection. 3.2 PIPE PREPARATION A. Prior to installation, each pipe length shall be carefully inspected, flushed clean of any debris or dust, and be straightened, if not true. Ends of threaded pipes shall be reamed and filed smooth. Pipe fittings shall be equally cleaned before assembly. 3.3 PIPE JOINTS A. Threaded Joints: Pipe threads shall conform to ASTM F 1498 - Taper Pipe Threads 60 Degrees for Thermoplastic Pipe and Fittings, and shall be full and cleanly cut with sharp dies or molded. Joints shall be made with Teflon tape or thread sealant. B. Solvent -Welded Joints: Solvent -welded joints shall be made with fresh primer and solvent cement on clean, dry pipe ends. The primer and cement cans shall be kept closed at all times and the joints shall be made up at the recommended ambient temperatures, to the pipe or cement manufacturer's written recommendations. Pipe ends shall be inserted to the full depth of the socket. 3.4 INSPECTION AND FIELD TESTING A. Inspection: Finished installations shall be carefully inspected for proper joints and sufficient supports, anchoring, interferences, and damage to pipe, fittings, and coating. Defective WORK shall be repaired. B. Field Testing: The CONTRACTOR shall allow adequate time for the solvent cement joints to cure. Curing time shall be per the solvent cement manufacturer's recommendation. Piping systems shall be pressure tested for a period of not less than MWH - 10112012 PVC PRESSURE PIPE 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15060 - 2 one hour. Caution - Do not use air or gas for testing PVC pipe. Where no pressures are indicated, the pipes shall be subject to 1-1/2 times the maximum working pressure. The CONTRACTOR shall furnish test equipment, labor, materials, and devices. C. Leakage shall be determined by loss of pressure. Fixtures, devices, or other accessories that would be damaged if subjected to the test pressure shall be disconnected and ends of the branch lines shall be plugged or capped as appropriate during the testing procedures. D. Leaks shall be repaired, and the piping shall be re -tested until no leaks are found. - END OF SECTION - MWH - 10112012 PVC PRESSURE PIPE 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15060 - 3 This Page Is Intentionally Blank SECTION 15570 - GRAVITY VENTILATORS PART 1 -- GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide gravity ventilators, complete and operable, in accordance with the Contract Documents. Gravity ventilators are provided over reservoir inlet, outlet and overflow piping where shown, to allow air underneath the reservoir cover in a vacuum condition. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. WORK shall be in full accordance with the latest rules and regulations or publications of the State Energy Resources Conservation and Development Commission, the State Fire Marshall, the Industrial Safety Orders, the Health and Safety Rules (Air Conditioning Systems), the local Plumbing Code, the local Building Code, Fire Code, and all other local codes. Nothing in the Contract Documents shall be construed to permit WORK in violation of the above codes, rules, and regulations. In the absence of applicable codes, installation and workmanship shall follow the standards set by the American Society of Heating, Refrigeration, and Air Conditioning Engineers. 1.3 CONTRACTOR SUBMITTALS A. Submit Shop Drawings in accordance with Section 01300 - Contractor Submittals, 1.4 WARRANTY A. All equipment shall carry the manufacturer's standard warranty, and all such warranties shall be furnished to the ENGINEER before final acceptance. PART 2 -- PRODUCTS F�ii=cI:�T�T;71>I A. Quality: All equipment, mechanisms and parts shall be amply proportioned for the stresses which may occur during operation, during fabrication and installation, during weather events, and during reservoir draining and filling operations. Individual parts which are alike in all units shall be alike in materials workmanship and design, and shall be of the manufacturer's top of the line, industrial -commercial grade. B. Supports: Equipment and appurtenances shall be firmly anchored or connected to supporting members. 2.2 GRAVITY VENTILATORS A. General: Gravity Ventilators shall be suitable to provide air intake, air exhaust, or passive gravity air movement as indicated on the drawings. MWH-10112012 GRAVITY VENTILATORS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15570-1 B. Construction: Gravity Ventilators shall be constructed of spun aluminum. Ventilators shall feature a hood/shroud, bird screen, and housing with windband and curb cap, all constructed of aluminum. Fasteners shall be stainless steel. Property Value Nominal Throat Diameter (in) 48 Relief Capacity, min (cfm) at 0.04 in wg pressure drop 6,211 Intake Capacity, min (cfm) at 0.04 in wg pressure drop 5,139 Aluminum Gauge Thickness, min (in) 0.063 1. Curb cap shall be non -hinged, and shall have integral deep spun inlet venturi and prepunched mounting holes for attachment to roof curb. 2. Hood/shroud shall have beaded edge. 3. Bird Screen: Provide an aluminum bird screen. 4. Insect Screen: A fine mesh aluminum insect screen shall be provided at the top of the throat to prevent entry of insects. Insect screen shall be provided in addition to bird screen. C. Dampers: Gravity Ventilators shall be provided with automatic, passive dampers (non - motorized) to allow air flow down below the reservoir cover (for intake vents) or out of the reservoir (for exhaust or 2 -way passive vents). Dampers shall be balanced to minimize resistance to flow. D. Manufacturers: Acceptable manufacturers are as follows, or equal: 1. Greenheck 2. Romlair 2.3 ROOF CURBS A. General: Roof curbs shall be furnished to provide additional clearance between reservoir cover and gravity ventilator. B. Construction: Roof curbs shall be constructed of heavy gauge aluminum, and shall be manufactured by the gravity ventilator manufacturer specifically to suit the gravity ventilator curb cap. C. Insulation: Roof curbs shall be provided without insulation material. MWH-10112012 GRAVITY VENTILATORS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15570-2 D. Connection to Floating Cover: Roof curbs shall be constructed to connect with the floating cover as shown on the drawings. Contractor shall coordinate dimensions, bolt holes, and other connection details with the clamp plate, floats, and other appurtenances shown on the drawings. Roof curb flange corners shall not be chamfered. PART 3 -- EXECUTION 3.1 GENERAL A. Examination: Examine areas to receive ventilators. Notify the ENGINEER of conditions that would adversely affect installation or subsequent utilization and maintenance of ventilators. Do not proceed with installation until unsatisfactory conditions are corrected B. Preparation: Examine areas to receive ventilators. Notify the ENGINEER of conditions that would adversely affect installation. 1. Ensure that cover openings, floats, and clamp plate are square, accurately aligned, correctly located, and in tolerance 2. Ensure that ventilator is positioned such that it will rest on the grillage above the inlettoutlet when the reservoir is drained. MWH-10112012 GRAVITY VENTILATORS 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15570-3 THIS PAGE INTENTIONALLY LEFT BLANK MWH-10112012 GRAVITY VENTILATORS 10500406 - BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 15570-4 SECTION 17107 - LEVEL DETECTION SWITCHES PART 1 -- GENERAL 1.1 THE REQUIREMENT A. General: The CONTRACTOR shall provide level detection switches, associated cables, coordination and programming, complete and operable, in accordance with the Contract Documents. Level detection switches shall be mounted outdoors, at the sump assemblies on the floating reservoir cover, above each sump, with the probe electrodes extending into the sump. 1.2 CONTRACTOR SUMITTALS A. Furnish submittals in accordance with Section 01300 - Contractor Submittals. B. Provide manufacturer catalog cuts to demonstrate conformance with the specifications. C. Provide wiring diagrams showing connections to existing control panel instrumentation. PART 2 -- PRODUCTS 2.1 CONDUCTANCE PROBE A. Switch shall be of the conductance type with 316 stainless steel rod electrodes. Electrode fitting enclosure shall be a NEMA 4X rated, epoxy -coated and gasketed cast aluminum housing of suitable configuration for the application. Induction relays shall be 2 winding type. Primary power supply shall be 120 volts, 60 Hz. Secondary potential shall not exceed 300 volts AC and short circuit current shall not exceed 25 milliamperes. B. The unit shall be provided with two probes (high level/reset, and a reference electrode). Low level shutoff shall be provided by existing load monitor relays in the pump control panels. C. Time delay controls to avoid excessive pump cycling (off and on repeatedly) shall be provided by the existing relays in the pump control panels. A time delay feature is not required in the conductance probe. D. Manufacturer shall be Warrick Series 3E, or equal. MWH-10112012 LEVEL DETECTION SWITCHES 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 17107-1 E. The following conductance probe level switches shall be provided: Tag No. Service Trip Set Point NEMA Rating PSL -1 SP -1 Control Field set trip points based on pump 4X PSL -2 SP -2 Control PSL -3 SP -3 Control manufacturer requirements PSL -4 SP -4 Control (typical for all) (typical for all) PSL -5 SP -5 Control PSL -6 SP -6 Control PART 3 -- EXECUTION 3.1 INSTALLATION A. General Instrumentation, including instrumentation furnished under other Divisions, shall be installed per the manufacturers' instructions. 2. Equipment Locations: The monitoring and control system configurations indicated are diagrammatic. The locations of equipment are approximate. The exact locations and routing of wiring and cables shall be governed by structural conditions and physical interferences and by the location of electrical terminations on equipment. Equipment shall be located and installed so that it will be readily accessible for operation and maintenance. Where job conditions require reasonable changes in approximated locations and arrangements, or when the OWNER exercises the right to require changes in location of equipment which do not impact material quantities or cause material rework, the CONTRACTOR shall make such changes without additional cost to the OWNER. 3. The Contractor shall coordinate and provide wiring connections and programming to integrate pump controls between the new conductance probes and the existing control panel relays, including existing load monitor relays (to control pump shutoff) and existing time delays (to prevent excessive cycling). - END OF SECTION - MWH-10112012 LEVEL DETECTION SWITCHES 10500406 — BIG CANYON RES FLOATING COVER REPLACEMENT PAGE 17107-2 15TH FU cri OF 5 COSTA MESA A'ACIFtC OCE;,,, PROJECT LOCATION SYMBOL JOHN WAYNE PVC POLYVINYLCHLORIDE AIRPORT RCP REINFORCED CONCRETE PIPE 9F��9 RCT RAINWATER COLLECTION TROUGH BEGIN CURVE REP REPRESENTATIVE G�Q�y cry RESERVOIR CITY OF NEWPORT BEACH 'OG sO,P REINFORCED POLYPROPYLENE CLASS CITY OF IRVINE RIGHT UPPER-.. p SCH SCHEDULE CONCRETE BHT SHEET VICINITY MAP NOT TO SCALE 4 POWER POLE ® SEWER CLEANOUT ® SEWER MANHOLE ® STORM DRAIN MANHOLE ECA FIRE HYDRANT ® WATER METER m STREET LIGHT PULL BOX ® TRAFFIC SIGNAL PULL BOX }t—n STREETLIGHT 0 WATER VALVE B. GUYWIRE A SURVEY MONUMENT p SIGN ® VAULT VENT Q TREE m IRRIGATION CONTROL VALVE ® CABLE TV PULL BOX 0 CORING LOCATION (D ELECTRICAL MANHOLE DID ELECTRICAL PULL BOX �1111111 BUILDING — — — — EXISTING CONSTRUCTION ---- PROPERTY LINE NEW CONSTRUCTION ---3.--- CENTERLINE ---W--- WATERLINE —E— ELECTRICAL LINE --CATV— CABLEVISION LINE —SP— SPRINKLER SYSTEM -X -x -x- FENCE SLOCKWALL ARV AC AL BC CNB CL CLR CONC CONT CSPE DIA DWG DEG E EA EC EL EPDM EXIST FLG FE GV HWS LBS LT MAX MAIL MJ MIL MIN N NTS NO OC OD OZ PE PERF PROP PB PCC ABBREVIATIONS (IN ADDITION TO GREENBOOK SECTION 1-3.2) AIR RELIEF VALVE PVC POLYVINYLCHLORIDE ASPHALT CONCRETE RCP REINFORCED CONCRETE PIPE ALUMINUM RCT RAINWATER COLLECTION TROUGH BEGIN CURVE REP REPRESENTATIVE CENTERLINE RES RESERVOIR CITY OF NEWPORT BEACH RPP REINFORCED POLYPROPYLENE CLASS RT RIGHT CLEAMLEARANCE SCH SCHEDULE CONCRETE BHT SHEET CONTINUOUS S SOUTH CHLOROSULPHONATED SF SQUARE FOOT POLYETHYLENE SIM SIMILAR DIAMETER SPEC SPECIFICATIONS DRAWING SO SQUARE DEGREES SS STAINLESS STEEL EAST/ELECTRIC BY SQUAREYARD EACH STL STEEL END CURVE THD THREAD ELEVATION THK THICK/THICKNESS ETHYLENE�PROPYLENE TYP TYPICAL -DIENE-MONOMER W WESTAMATER EXISTING Wl WITH FLANGE FLANGED END GATE VALVE LEGEND HIGH WATER SURFACE POUNDS EXIS LEFT MAXIMUM MATERIAL MECHANICAL JOINT ,',STH INCH MINIMUM NORTH NOT TO SCALE NUMBER ON CENTER OUTSIDE DIAMETER / DIMENSION OUNCE PLAIN END PERFORATED PROPOSED PULL BOX PRE CAST CONCRETE TIME WARNER CABLE COX COMMUNICATIONS APPROVED: APPROVED: C-5027 PUBLIC WORKS DIRECTOR R.C.E.NO. DEPUTY PUBLIC WORKS DIRECTORPCLEY ENC NZER R.C.E. NO. 44223 NEWPORT CENTER LOCATION MAP NOT TO SCALE DATE: DATE: SAN AQU SERV BIG CANYON RESERVOIR y\ BASIS OF BEARINGS: APPROVAL REBNMEI BASIS OF BEARINGS ESTABLISHED IN PROJECT 63032 POM TO MON SAN 10A0U IN AND MARGUERITE WARNING CALL TOLL FREE 12168635.384D,66T11515J540ITAKEN ASN6S-34'17W70A 1-800-422-4133 CHISERO XIAl SIDEWALK 83689368159,010413.4483) BEFORE YOU DIGBENCHMARK: IF THIS BAR Docs NOT MEASURE 1' MARK HARMON su0.vfv cOxiaOL PaxiSARE AS f0uOM6; THEN DRAWING IS WAD. DIRECTOR 0 MI3. PKNALL121>05653653, 6083>$]639) NOT TO SCALE EVA MONUMENT IN WELL (21692982236,60119122011) N0. DAM DESCRIPTION OF REYISONS APPROVED GATE GENERAL NOTES t. ALL WORK DETAILED ONTHESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE'STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", 2009 EDITION AND SUPPLEMENTS TO DATE, EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACTS SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. 3, ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR, DIMENSION, AND FINISH TO ADJOINING IMPROVEMENTS. 4, P.C.C. SHALL BE CLASS 50-"250 5, ANY DISCREPANCY IN THE DRAWINGS OR SPECIFICATIONS SHALL BE CALLED TO THE ATTENTION OF THE ENGINEER IMMEDIATELY. FAILURE TO DO SO WILL PLACE RESPONSIBILITY OF THE CONTRACTOR FOR CORRECTION, 0. ANY WORK NOT INDICATED ON THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, OR VICE -VERSA, SHALL BE FURNISHED AND PERFORMED AS THOUGH SPECIFICALLY INDICATED AND CALLED FOR IN BOTH. ANY WORK NOT W STALLED ACCORDING TO DRAWINGS AND SPECIFICATIONS OR ORDINANCES AND LAWS SHALL BE REPLACED AT CONTRACTOR'S EXPENSE. SHEET INDEX [pn�4Z]L41:IP111449 C-1 EXISTING RESERVOIR SITE PLAN C-2 EXISTING RESERVOIR COVER PLANS C-3 EXISTING RESERVOIR SECTIONS AND DETAILS C 4 EXISTING GRILLAGE STRUCTURE DETAILS -I C-5 EXISTING GRILLAGE STRUCTURE DETAILS41 C-5 EXISTING MWD OVERFLOW AND SPILLWAY OUTLET DETAILS C-7 DEMOLITION PLAN G -S DEMOLITION SECTIONS AND DETAILS G-9 RESERVOIR COVER PLAN C-10 RESERVOIR COVER DETAILS i C-11 RESERVOIR COVER DETAILS 11 C-12 RESERVOIR COVER DETAILS -ill C-13 BAFFLE DETAILS C-14 CORNER TROUGH DETAILS -1 C-15 CORNER TROUGH DETAILS -11 C-16 ACCESS HATCH DETAILS 617 SUMP PUMP DETAILS 0-18 GRILLAGE DETAILS C-19 FLOATING COVER VENT DETAILS C-20 VACUUM -BREAKING VENT DETAILS M-0 DRAIN PIPE PLAN M-2 DRAIN PIPE SECTIONS M-3 DRAIN PIPE DETAILS G-1 tEMEWED: BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT C-5027 VICINITY MAP GENERAL NOTES AND SHEET INDEX M104AEL d ',,A Al, PE. AS.: TANT CITY ENGINEER CITY OF NEWPORT BEACH W -5340-S DAY c PUBLIC WORKS DEPARTMENT SHEET 1 -1 24 / J 4 60 0 60 Y'a60' Y 1i `-DISMFECTION FACILITIES LIMITS OF CONSTRUCTION � 4 6 S -CONCRETE CURB / EXISTING RESERVOIR �- OUTLET --------------------- TOE OF SLOPE / 1 :EXISTING 48" INLET PIPE EXISTING RESERVOIR INLET 747'-l- TYP 4) I 4 � I 6 4 4 6 5 4 { CONTRACTORS _ — y� ING AREA `✓` 9 WAPMNOMVVH o I�z IF THIS BAR DOES NOT MEASURE I'THEN --- - ------ NOT TAWNG O SCAL£5 NQ OAM OESNIPTON OF REAMONS ULNLKAL NU I tJ T. LOADS EXCEEDING 1200 LESF SHALL NOT BE PLACED IN THE RESERVOIR UNLESS SPECIFICALLY ALLOWED BY THE ENGINEER. SEE DEMOLITION PLAN FOR OTHER LOAD RESTRICTIONS INSIDE RESERVOIR. LOAD RESTRICTIONS APPLY DURING ALL PHASES OF CONSTRUCTION. SEE NOTE 31C-7 2. SUDDEN OVERFLOW DISCHARGES FROM THE MWO OVERFLOW STRUCTURE MAY OCCUR AT ANY TIME. THIS STRUCTURE SHALL REMAIN IN SERVICE THROUGHOUT CONSTRUCTION. THE CONTRACTOR SHALL TAKE APPROPRIATE MEASURES TO PROTECT THE WORK AND TO ENSURE SAFETY IN THE EVENT OF A SUDDEN DISCHARGE. 3, DIMENSIONS SHOWN ARE APPROXIMATE AND BASED ON THE BEST AVAILABLE INFORMATION -THE CONTRACTOR SHALL FIELD VERIFY DIMENSIONS PRIOR TO DEMOLITION AND PRIOR TO ORDERING MATERIALS. 4, NUMEROUS PIEZOMETERS EXIST IN AND BELOW THE ASPHALT PERIMETER ACCESS ROAD. CONTRACTOR SHALL PROTECT THE PIEZOMETERS. REFERENCE NOTES O PRIMARY PROJECT SITE ENTRANCE: 3300 PACIFIC VIEW DR. NEWPORT BEACH, CA, THIS ACCESS IS USED BY OWNER. SEE REFERENCE NOTE II FOR CONTRACTOR SITE ACCESS. Q2 16-V DRIVE GATE O3 6' CHAIN LINK FENCE WITH 3 BARBED WIRES AND VIBRATION SENSING SECURITY SYSTEM AT OU PER EDGE OF RESERVOIR ACCESS ROAD. ® 3.5' WIDE GATE AND FIRE HYDRANTS ON SITE, LOCATIONS SHOWN ARE APPROX, CONTRACTOR TO FIELD VERIFY). THE CITY WILL PROVIDE FIRE HOSEAND WATER TO THE CONTRACTOR AT NO COST FOR THE PURPOSE OF RESERVOIR WASHDOWN AND CLEANING (SEE SPECS REGARDING SUPPLY RESERVOIR FILLING, STARTUP AND TESTING) O EXISTING CURB AT RESERVOIR CORNERS IS POURED IN STRAIGHT SEGMENTS AT APPROXIMATELY TF xANGLE SECTIONS (NOT A SMOOTH CURVE) CONTRACTOR SHALL FIELD VERIFY LENGTH AND ANGLE OF CURB SEGMENTS PRIOR TO SUBMITTAL OF PIPE MATERIALS. SEE DETAIL SIM -3 © PUMP OR MIXER CONTROL PAN EL. SEE ELECTRICAL NOTES ON DRAWING G17. O POWER DISTRIBUTION PANEL. SEE ELECTRICAL NOTES ON DRAWING CAT © OUTERSITEPENCE. O9 CONCRETE LINED DRAINAGE DITCH. 10 STEEL PLATES ACROSS DRAINAGE DITCH. 11 CONTRACTOR SHALL USE SECONDARY SITE ACCESS FOR ALL DELIVERIES AND GENERAL CONSTRUCTION ACCESS. 12 INSTALL SAND BAG DAM IN STORM DRAINAGE CHANNEL INVERT PRIOR TO DISCHARGING RESERVOIR WASTEWATER (DURING CLEANING ACTIVHIIES) INTO CHANNEL, C-1 FLOATING COVER REPLACEMENT C-5027 CIVIL EXISTING RESERVOIR SITE PLAN CITY OF NEWPORT BEACH wsa4a5 PUBLIC WORKS DEPARTMENT FaTm 9 of 6 \ f 1' �k TYP 4) I 4 � I 6 4 4 6 5 4 { CONTRACTORS _ — y� ING AREA `✓` 9 WAPMNOMVVH o I�z IF THIS BAR DOES NOT MEASURE I'THEN --- - ------ NOT TAWNG O SCAL£5 NQ OAM OESNIPTON OF REAMONS ULNLKAL NU I tJ T. LOADS EXCEEDING 1200 LESF SHALL NOT BE PLACED IN THE RESERVOIR UNLESS SPECIFICALLY ALLOWED BY THE ENGINEER. SEE DEMOLITION PLAN FOR OTHER LOAD RESTRICTIONS INSIDE RESERVOIR. LOAD RESTRICTIONS APPLY DURING ALL PHASES OF CONSTRUCTION. SEE NOTE 31C-7 2. SUDDEN OVERFLOW DISCHARGES FROM THE MWO OVERFLOW STRUCTURE MAY OCCUR AT ANY TIME. THIS STRUCTURE SHALL REMAIN IN SERVICE THROUGHOUT CONSTRUCTION. THE CONTRACTOR SHALL TAKE APPROPRIATE MEASURES TO PROTECT THE WORK AND TO ENSURE SAFETY IN THE EVENT OF A SUDDEN DISCHARGE. 3, DIMENSIONS SHOWN ARE APPROXIMATE AND BASED ON THE BEST AVAILABLE INFORMATION -THE CONTRACTOR SHALL FIELD VERIFY DIMENSIONS PRIOR TO DEMOLITION AND PRIOR TO ORDERING MATERIALS. 4, NUMEROUS PIEZOMETERS EXIST IN AND BELOW THE ASPHALT PERIMETER ACCESS ROAD. CONTRACTOR SHALL PROTECT THE PIEZOMETERS. REFERENCE NOTES O PRIMARY PROJECT SITE ENTRANCE: 3300 PACIFIC VIEW DR. NEWPORT BEACH, CA, THIS ACCESS IS USED BY OWNER. SEE REFERENCE NOTE II FOR CONTRACTOR SITE ACCESS. Q2 16-V DRIVE GATE O3 6' CHAIN LINK FENCE WITH 3 BARBED WIRES AND VIBRATION SENSING SECURITY SYSTEM AT OU PER EDGE OF RESERVOIR ACCESS ROAD. ® 3.5' WIDE GATE AND FIRE HYDRANTS ON SITE, LOCATIONS SHOWN ARE APPROX, CONTRACTOR TO FIELD VERIFY). THE CITY WILL PROVIDE FIRE HOSEAND WATER TO THE CONTRACTOR AT NO COST FOR THE PURPOSE OF RESERVOIR WASHDOWN AND CLEANING (SEE SPECS REGARDING SUPPLY RESERVOIR FILLING, STARTUP AND TESTING) O EXISTING CURB AT RESERVOIR CORNERS IS POURED IN STRAIGHT SEGMENTS AT APPROXIMATELY TF xANGLE SECTIONS (NOT A SMOOTH CURVE) CONTRACTOR SHALL FIELD VERIFY LENGTH AND ANGLE OF CURB SEGMENTS PRIOR TO SUBMITTAL OF PIPE MATERIALS. SEE DETAIL SIM -3 © PUMP OR MIXER CONTROL PAN EL. SEE ELECTRICAL NOTES ON DRAWING G17. O POWER DISTRIBUTION PANEL. SEE ELECTRICAL NOTES ON DRAWING CAT © OUTERSITEPENCE. O9 CONCRETE LINED DRAINAGE DITCH. 10 STEEL PLATES ACROSS DRAINAGE DITCH. 11 CONTRACTOR SHALL USE SECONDARY SITE ACCESS FOR ALL DELIVERIES AND GENERAL CONSTRUCTION ACCESS. 12 INSTALL SAND BAG DAM IN STORM DRAINAGE CHANNEL INVERT PRIOR TO DISCHARGING RESERVOIR WASTEWATER (DURING CLEANING ACTIVHIIES) INTO CHANNEL, C-1 FLOATING COVER REPLACEMENT C-5027 CIVIL EXISTING RESERVOIR SITE PLAN CITY OF NEWPORT BEACH wsa4a5 PUBLIC WORKS DEPARTMENT FaTm 9 of (... � IIiI II lilililll f A C-3 i n� \ DIP _OP -_R? 3 14 10 2 5 = ._.._._,----------------- _ 5 2 D 12 TOE OF SLOPE EL 263.5 2p TOE OF SLOPE EL 266.5 3 3 S12 SEE GENERALNOTE4 SEE GENERAL NOTES 586 TOE OF SLOPE EL 2665 / 15 22 12 I / SEE GENERAL NOTES 586 / \\ SP -6 RCT @ SIDE SLOPE. TYP. 19 \\ SEE GENERAL NOTE 2 BOTTOM EDGE OF CHAFER UND - 19 PERIMETER 2 TYP AROUND C3 / I \\ / TOE GENERAL EL 266.5 TOE OF SLOPE EL 266.5 \\ SEE GENERAL NOTESS86 SEE GENERAL NOTES 5 8 6 / 1(: 6 13 15 \\ 13 V- s A BAR CONNEAROUND t6 C� TYP AROUND p3 PERIMETERS 4 \ f / \'/\v^ RCT @INLET PIPE, NP. / RCT Q TOE OF SLOPE, NP. i t DRIVE WAY 20 3 0 TOE OF SLOPE EL 2665 SEE GENERAL NOTE T 3 10 12 SEE GENERAL NOTES 586 12 SP -0 13 SP3 12 SP -5 _ ---- -- __ --_ —= 5 14 1 A t 17 WARNING o i12 MWH IF THIS BAR NOT MEA60R THEN TO TO SQ NOT SG m / EAST, AND SOUTH FACE IS 266.50. RESERVOIR FLOOR JNN ELEVATION VARIES ACROSS BOTTOM (EAST TO WEST), DALE I DESCRIPTION OF REVISIONS Ut:NtRAL NU I tJ REFERENCE NOTES O EXISTING FLOATING COVER, SEE DWG C-3. O EXISTING CHAFER STRIP EXTENDS OVER ENTIRE SIDE SLOPE ALL AROUND RES. SEE DETAIL 1IC-3 O EXISTING PIPE DIFFUSER, SEE DETAIL 4IC-3 ® EXISTING GRILL STRUCTURE OVER RESERVOIR INLET STRUCTURE, SEE DETAIL =4 O EXISTING GRILL STRUCTURE OVER MIXER AND RAIL SYSTEM, SEE DETAIL 1/04 © EXISTING METROPOLITAN WATER DISTRICT OVERFLOW VENT, SEE DETAIL 1AT­6 O EXISTING SPILLWAY OUTLET STRUCTURE, SEE DETAIL 2(CS O EXISTING INLET PIPE, SEE DETAIL VC4 O9 EXISTING INLET PIPE STRUCTURE, SEE DETAIL XC.4 ip EXISTING MIXER AND RAIL SYSTEM, SEE DETAIL VGS ii EXISTING BATTEN BAR, ANCHOR AND NUTS LOCATED AT PERIMETER OF RESERVOIR (TOP OF SLOPE) 0 SUMP PUMP, TYP OF 6. 13 COVER ACCESS HATCH, NP OF 9. 14 MIXER ACCESS HATCH, TYP OF 4, 15 PIPE VENT, TYP OF S. 16 3'. PERIMETER DISCHARGE HOSES. SEE DETAIL 5IC-3. SEE CONSTRUCTION NOTE SIC -T. 1� 4" PVC PIPE CROSSING BENEATH ACCESS ROAD IS PIPES TOTAL, 3 PER 2 LOCATIONS) 16 SAMPLE PUMP FLOOR CONNECTION, SEE DETAIL SC4. 2 LOCATIONS SHOWN ARE APPROX (CONTRACTOR TO VERIFY), 19 SAMPLE PIPING (BELOW FLOOR). 20 CHLORNE PIPING (BELOW FLOOR) EXTENDING TO PIPE DIFFUSERS. 21 SUMP PUMP DISCHARGE HOSE AND POWER I CONTROL CABLES (TYP OF 6). © SAMPLE PUMP POWER/ CONTROL CABLES. 23 INLET/ OUTLET OPERATING STRUCTURE AND SUMP, SEE DETAIL VC5. l FLOATING COVER REPLACEMENT C-5027 CIVIL EXISTING RESERVOIR COVER PLAN CITY OF NEWPORT BEACH I W -534o -S PUBLIC WORKS DEPARTMENT Imm 3 Or 1. TOE OF RESERVOIR SLOPE ELEVATION AT NORTH, EAST, AND SOUTH FACE IS 266.50. RESERVOIR FLOOR ELEVATION VARIES ACROSS BOTTOM (EAST TO WEST), FROM 266.50 TO 263,50. 2, RESERVOIR HIGH WATER ELEVATION 302.44 3. RESERVOIR OUTLET/DRAIN@EL 263.50 4, TOE OF SLOPE ELEVATION VARIES CONTINUOUSLY ALONG WEST SIDE OF RESERVOIR BETWEEN ELEVATIONS SHOWN. TOE OF SLOPE ELEVATION IS CONSTANT ALONG EAST. SOUTH AND NORTH SIDES. 5, TOE OF SLOPE LOCATION SHOWN IN PLAN IS APPROXIMATE, BASED ON EXTRAPOLATED PARTIAL SURVEY DATA. CONTRACTOR SHALL FIELD VERIFY LOCATION PRIOR TO START OF WORK, 6 TOE OF SLOPE SHOWN IS SCHEMATIC REPRESENTATION OF INTERSECTION BETWEEN SIDE SLOPE AND FLOOR; ACTUAL TOE OF SLOPE IS ROUNDED (NOT FIXED INTERSECTION). I. DRIVEWAY LOCATION IS APPROXIMATE. CONTRACTOR SHALL FIELD VERIFY. REFERENCE NOTES O EXISTING FLOATING COVER, SEE DWG C-3. O EXISTING CHAFER STRIP EXTENDS OVER ENTIRE SIDE SLOPE ALL AROUND RES. SEE DETAIL 1IC-3 O EXISTING PIPE DIFFUSER, SEE DETAIL 4IC-3 ® EXISTING GRILL STRUCTURE OVER RESERVOIR INLET STRUCTURE, SEE DETAIL =4 O EXISTING GRILL STRUCTURE OVER MIXER AND RAIL SYSTEM, SEE DETAIL 1/04 © EXISTING METROPOLITAN WATER DISTRICT OVERFLOW VENT, SEE DETAIL 1AT­6 O EXISTING SPILLWAY OUTLET STRUCTURE, SEE DETAIL 2(CS O EXISTING INLET PIPE, SEE DETAIL VC4 O9 EXISTING INLET PIPE STRUCTURE, SEE DETAIL XC.4 ip EXISTING MIXER AND RAIL SYSTEM, SEE DETAIL VGS ii EXISTING BATTEN BAR, ANCHOR AND NUTS LOCATED AT PERIMETER OF RESERVOIR (TOP OF SLOPE) 0 SUMP PUMP, TYP OF 6. 13 COVER ACCESS HATCH, NP OF 9. 14 MIXER ACCESS HATCH, TYP OF 4, 15 PIPE VENT, TYP OF S. 16 3'. PERIMETER DISCHARGE HOSES. SEE DETAIL 5IC-3. SEE CONSTRUCTION NOTE SIC -T. 1� 4" PVC PIPE CROSSING BENEATH ACCESS ROAD IS PIPES TOTAL, 3 PER 2 LOCATIONS) 16 SAMPLE PUMP FLOOR CONNECTION, SEE DETAIL SC4. 2 LOCATIONS SHOWN ARE APPROX (CONTRACTOR TO VERIFY), 19 SAMPLE PIPING (BELOW FLOOR). 20 CHLORNE PIPING (BELOW FLOOR) EXTENDING TO PIPE DIFFUSERS. 21 SUMP PUMP DISCHARGE HOSE AND POWER I CONTROL CABLES (TYP OF 6). © SAMPLE PUMP POWER/ CONTROL CABLES. 23 INLET/ OUTLET OPERATING STRUCTURE AND SUMP, SEE DETAIL VC5. l FLOATING COVER REPLACEMENT C-5027 CIVIL EXISTING RESERVOIR COVER PLAN CITY OF NEWPORT BEACH I W -534o -S PUBLIC WORKS DEPARTMENT Imm 3 Or NII x3" CONTINUOUS SS BAR - 3/8"O FLATHEAD STAINLESS STEEL EXPANSION -TYPE ANCHOR, COUNTERSUNK INTO BAR. ANCHORED INTO CONCRETE FOOTING 3'.1 SLOPE , 3" POROUS A C. TOE OF SLOPE EL. VARIES 2635 TO 26650 a CONCRETE FOOTING AT 20'-0" O.O. THROUGHOUT AT 01P PERIMETER CHAFER STRIP ATTACHMENT STRIP N.T.S. C-2 BAR,r vv wrrev nrtwry CHAFER STRIP BLACK 45 MIL POLYPROPYLENE TYPICAL SECTION N.T.S. C-2 PERFORATED CAP V_W 4" X 12" FLOAT (TYP) MAX N 1 -OC, PERFORATED HOLES ® T' DC, VERTICALLY, 3l4^ OC, CIRCUMFEMFERANCE CONTINUOUS SAND FILLED TUBE 6"DIA PERIMETER TROUGH PLAN 14t6. 1 1/2^ PVC SCHEDULE 80 16'X24" /- 4-6- 12" FLOAT (TYP) FLOAT AND SAND _"TU" NON-INTERERENCE 20NE8 0 UNDARY ENDOFFLOATSAND- (ryp) __ SAND -FILLED TUBES DETAIL EXISTING TROUGH AND FLOAT LAYOUT 2� NTS_ C-2 3WDIA BLACK DACRON (POLYSTER) WEBBING WITH STANDARD CAM BUCKLE CONT. Dou6Ls CHAIN LINK FENCE W13 STRANDS OF—< ANGLED BARBED WIRE. SEE CITY OF NEWPORT BEACH STD DWG 230-1_-A AND 230-L-8 1 POSTS SPACE - w AT 10'-0' O.C- 60 MIL RI8ER@5P3 OC POLY PROPVLENE OVER 6 2 fi PR "r P BAR. SLOTTED 3, _-AC.PAVEMENT v,a CONCRETE ANCHOR CURB AC LINERS _._ 45 MIL. POLYPROPYLENE CHAFER STRIP TYPICAL SECTION N.T.S. C-2 PERFORATED CAP V_W 4" X 12" FLOAT (TYP) MAX N 1 -OC, PERFORATED HOLES ® T' DC, VERTICALLY, 3l4^ OC, CIRCUMFEMFERANCE CONTINUOUS SAND FILLED TUBE 6"DIA PERIMETER TROUGH PLAN 14t6. 1 1/2^ PVC SCHEDULE 80 16'X24" /- 4-6- 12" FLOAT (TYP) FLOAT AND SAND _"TU" NON-INTERERENCE 20NE8 0 UNDARY ENDOFFLOATSAND- (ryp) __ SAND -FILLED TUBES DETAIL EXISTING TROUGH AND FLOAT LAYOUT 2� NTS_ C-2 3WDIA BLACK DACRON (POLYSTER) WEBBING WITH STANDARD CAM BUCKLE CONT. Dou6Ls EXISTING CONCRETE CURB, COVER ATTACHMENT AND CHAFER STRIP ATTACHMENT N.T S. I C-2 DETAIL A SEE NOTE 3 CEMENTSLURRY 35/16"DIA HOLES AT BOTTOM OF CORRUGATION @ 3 1 12" OC EVERY OTHER CORRUGATION) EL 308.00 HOLES OMITTED ON SLOPE) - 4"DIA PERFORRATEDI CORRUGATION FLEXIBLE 300 POLYETHYLENE DRAIN PIPE SANDFILLED I- (SEE BEE PLAN) SAND TUBE ATTACHMENT STRAP ''-" OBLONG BRASS GROMMET SECTION B EXISTING SEGMENTED WEIGHT AND DRAINPIPE ASSEMBLY DETAIL 3 NTS, (S. C-2 250 300 250 - 3^ SO 316 SS TUBING Wl I - BANDS 2'-B' (H) /( `SEE 1,10TE2, . Ye CONC. FOOTING -9v ELBOW EXISTING PIPE DIFFUSER NT. S. p2 CURB EL 266.5 EXIST 3 -DIA KANAFLEX DISCHARGE HOSE 1 `x1'4" UNISTRUT P1100 CHANNEL WI UNICUSHION PIPE CLAMP 60 MIL. POLYPROPYLENE COVER GTan.la T 1. RESERVOIR DETAILS ARE TAKEN FROM 2004 BCR FLOATING COVER AND DISINFECTION FACILITIES RECORD DWGS (G3037). 2. MIXER GRILLAGE IS NOT SHOWN FOR CIARITY. 3. ONE OF FOUR EXISTING PIPE DIFFUSER IS DAMAGED AND NEEDS REPAIR. THE OWNER WILL PERFORM REPAIRS. CONTRACTOR SHALL FACILITATE AND ACCOMMODATE THE OWNER'S REPAIR WORK. 24" n -AC PAVEMENT EXIST. DISCHARGE HOSE F-51 c -z 1-1W THK E1-2665 —SLOPE TYPICAL LONGITUDINAL SECTION THRU RESERVOIR C-2 20 -BERM 20'BERM EL 30800 � /-CONIC CURB CONIC CURB, 30800 -3" POROUS AC PAVEMENT Wl 1-112^THK EL 263.5 CONC SLURRY TOPPING SLAS pl 5=0,00573^ EL 2665 RES ACCESS ROAD CUT TRANSVERSE SECTION THRU RESERVOIR FBS C-2 DATE I DESMIPTION OF REM6IONS V6Ess aq e f t �W C-3 I` FLOATING COVER REPLACEMENT C-5027 CIVIL EXISTING RESERVOIR SECTIONS AND DETAILS CITY OF NEWPORT BEACH w-53aa-s PUBLIC WORKS DEPARTMENT EM, 4 OF: FLOATING COVER -- NOTE: 4 -DIA POLYETHYLENE 112" DIA SS THREADED STUD @12"D.C. RI8ER@5P3 OC WITH SS NUT AND WASHER. BAR. SLOTTED r3118" HOLES -3/8" POLYESTER ROPE > 314" BLACK DACRON (POLYE' WEBBING W/STANDARD CAN iN 60 MIL POLYPROPYLENEy\ �_1/4^X 2•FLAT 1'L Z SAND TUBE COVER i'i, CONTINUOUS EDPM ATTACHMENT 1 GASKET, 45MIL _ j`s„ 353 DURO, TYPE CHAFER STRIP ty 3 FLOATING COV TOP OF CONCRETE- N\Q'I^";. .. EXISTING CONCRETE CURB, COVER ATTACHMENT AND CHAFER STRIP ATTACHMENT N.T S. I C-2 DETAIL A SEE NOTE 3 CEMENTSLURRY 35/16"DIA HOLES AT BOTTOM OF CORRUGATION @ 3 1 12" OC EVERY OTHER CORRUGATION) EL 308.00 HOLES OMITTED ON SLOPE) - 4"DIA PERFORRATEDI CORRUGATION FLEXIBLE 300 POLYETHYLENE DRAIN PIPE SANDFILLED I- (SEE BEE PLAN) SAND TUBE ATTACHMENT STRAP ''-" OBLONG BRASS GROMMET SECTION B EXISTING SEGMENTED WEIGHT AND DRAINPIPE ASSEMBLY DETAIL 3 NTS, (S. C-2 250 300 250 - 3^ SO 316 SS TUBING Wl I - BANDS 2'-B' (H) /( `SEE 1,10TE2, . Ye CONC. FOOTING -9v ELBOW EXISTING PIPE DIFFUSER NT. S. p2 CURB EL 266.5 EXIST 3 -DIA KANAFLEX DISCHARGE HOSE 1 `x1'4" UNISTRUT P1100 CHANNEL WI UNICUSHION PIPE CLAMP 60 MIL. POLYPROPYLENE COVER GTan.la T 1. RESERVOIR DETAILS ARE TAKEN FROM 2004 BCR FLOATING COVER AND DISINFECTION FACILITIES RECORD DWGS (G3037). 2. MIXER GRILLAGE IS NOT SHOWN FOR CIARITY. 3. ONE OF FOUR EXISTING PIPE DIFFUSER IS DAMAGED AND NEEDS REPAIR. THE OWNER WILL PERFORM REPAIRS. CONTRACTOR SHALL FACILITATE AND ACCOMMODATE THE OWNER'S REPAIR WORK. 24" n -AC PAVEMENT EXIST. DISCHARGE HOSE F-51 c -z 1-1W THK E1-2665 —SLOPE TYPICAL LONGITUDINAL SECTION THRU RESERVOIR C-2 20 -BERM 20'BERM EL 30800 � /-CONIC CURB CONIC CURB, 30800 -3" POROUS AC PAVEMENT Wl 1-112^THK EL 263.5 CONC SLURRY TOPPING SLAS pl 5=0,00573^ EL 2665 RES ACCESS ROAD CUT TRANSVERSE SECTION THRU RESERVOIR FBS C-2 DATE I DESMIPTION OF REM6IONS V6Ess aq e f t �W C-3 I` FLOATING COVER REPLACEMENT C-5027 CIVIL EXISTING RESERVOIR SECTIONS AND DETAILS CITY OF NEWPORT BEACH w-53aa-s PUBLIC WORKS DEPARTMENT EM, 4 OF: 316 SS LADDER ANCHORED TO GRILLAGE AND FLOW To RESERVOIR ON 1 VALVE VAULT f100R -- THREE SIDES 3' X 3' OPENING N GRATING 5, PIPE SUPPORT TYP 8' o Li Li 7 T Ll A Ll 3784 A TOE OF SLOPE PLAN (POROUS) ELEVATION EXISTING GRILL STRUCTURE OVER INLET PIPING SCALE: 1'= 5' Q.P 6 18'-6" TYP 4"XW BASE PLATE (TYP) NOTES iO MOINCH316SSPIPING SS ANCHOR PLATE Q2 ENO POST PIPE SUPPORTS 48"0 7.' 4 -PERF PIPE ° TYP 4 q - COVER -(MATERIAL LENGTH =37-6") YAC t 11/2"NEW CEMENTSLURRY 6" DIA SAND TUBE 4" X 12° FLOAT TYP EA S1DE TYP EA SIDE OF INLET PIPE OF SAND TUBE EXISTING COVER SECTION OVER INLET PIPE F—A7 SCALE: 1" = 2' TYP EA SIDE OF SAND TUBE EXISTING GRILL STRUCTURE OVER INLET PIPING ADJACENT TO VALVE VAULT Fel NTS . UBE TYP EA SIDE OF SAND INLET PIPE -- — KINLET '2'THD QUICK _ CONNECT FITTING 2'SCHD 80 2"11$'O REDUCER ° A` ° ELBOW IPIPE a° ' aCTURE i Yn"6 FLEX HOSE, COILED ON RES. FLOOR W1 LANYARD RES FLOOR EXTENDING TO COVER GENERAL NOTE S PIPING(TYPi ACC ESS HATCH ABOVETAKEN FROM 2004 FOR FLOATING COVER AND 4"PERF PIPE a' CORD DWG(C-3037) PERF PIPEed ao^ 4 — SAMPLE PUMP 6"DIA SAND TUBE SUPPORT ANCHOR, TYP CONCPAD FLOOR CONNECTION TYP EA SIDE OF INLET PIPE 4" X FLOAT TYP EA EA SIDE OF NTS C4 SAND TUBE EXISTING GRILL STRUCTURE OVER INLET STRUCTURE SCALE: 1"=2' - C8.2 ca REMEWED BIG CANYON RESERVOIR ' n� FLOATING COVER REPLACEMENT C-5027 WARNING ••mak✓ CIVIL 0 1/2 1 MWH'-- --' MICNAEL a. SNACOR1. PE EXISTING GRILLAGE STRUCTURE DETAILS - I IF THIS BAR DOES MSTANT CITY ENGINEER NOT MEASIRE Y - DESIGNED )RAWN: THEN DRASCAL Is Dx x%T CITY OF NEWPORT BEACH W -5340-S NOT TO SCALE ND. DAIS DESCRIPTION DF REMSIONS APPROVED GiECKED: JOC DAIIE:,./2012 PUBLIC WORKS DEPARTMENT 41EET 5 OF 2 u I —7 EXIST PIPE m TRENCH I ACCESS ( HATCH OUTLET GRATE 4"XW BASE PLATE (TYP) NOTES iO MOINCH316SSPIPING SS ANCHOR PLATE Q2 ENO POST PIPE SUPPORTS 48"0 7.' 4 -PERF PIPE ° TYP 4 q - COVER -(MATERIAL LENGTH =37-6") YAC t 11/2"NEW CEMENTSLURRY 6" DIA SAND TUBE 4" X 12° FLOAT TYP EA S1DE TYP EA SIDE OF INLET PIPE OF SAND TUBE EXISTING COVER SECTION OVER INLET PIPE F—A7 SCALE: 1" = 2' TYP EA SIDE OF SAND TUBE EXISTING GRILL STRUCTURE OVER INLET PIPING ADJACENT TO VALVE VAULT Fel NTS . UBE TYP EA SIDE OF SAND INLET PIPE -- — KINLET '2'THD QUICK _ CONNECT FITTING 2'SCHD 80 2"11$'O REDUCER ° A` ° ELBOW IPIPE a° ' aCTURE i Yn"6 FLEX HOSE, COILED ON RES. FLOOR W1 LANYARD RES FLOOR EXTENDING TO COVER GENERAL NOTE S PIPING(TYPi ACC ESS HATCH ABOVETAKEN FROM 2004 FOR FLOATING COVER AND 4"PERF PIPE a' CORD DWG(C-3037) PERF PIPEed ao^ 4 — SAMPLE PUMP 6"DIA SAND TUBE SUPPORT ANCHOR, TYP CONCPAD FLOOR CONNECTION TYP EA SIDE OF INLET PIPE 4" X FLOAT TYP EA EA SIDE OF NTS C4 SAND TUBE EXISTING GRILL STRUCTURE OVER INLET STRUCTURE SCALE: 1"=2' - C8.2 ca REMEWED BIG CANYON RESERVOIR ' n� FLOATING COVER REPLACEMENT C-5027 WARNING ••mak✓ CIVIL 0 1/2 1 MWH'-- --' MICNAEL a. SNACOR1. PE EXISTING GRILLAGE STRUCTURE DETAILS - I IF THIS BAR DOES MSTANT CITY ENGINEER NOT MEASIRE Y - DESIGNED )RAWN: THEN DRASCAL Is Dx x%T CITY OF NEWPORT BEACH W -5340-S NOT TO SCALE ND. DAIS DESCRIPTION DF REMSIONS APPROVED GiECKED: JOC DAIIE:,./2012 PUBLIC WORKS DEPARTMENT 41EET 5 OF 2 u FLOOR ELEV AT WALL 258,67 3UTTERFLY VALVE SECTION A SCALE: 114"= 1'.W tfi RATOR VALVE 60.48 APPROX, C L OF CHAFER STRIP ANCHOR. SEE DETAIL 6IC-3 `VALVE OPERATOR SHAFTSELECTRIC MOTOR, f OPERATOR & t 9" 5.6" 10" FLOOR STAND 'C. Lr..__..._—_+,`.. AREA ull iiF�Nm , ITA PIPE SLEEVE 4" X 12" FLOP TYP EA SIDE COVER -RESERVOIR EMPTY I� rTOE OF A 1 S^OPE o '? SECTION B 5 T+t'o GENERALNOTE 1. RESERVOIR DETAILS ARE TAKEN FROM 2004 BCR FLOATING COVER AND DISINFECTION FACILITIES RECORD OWES (C-3037) REFERENCE NOTES Q MIXER AND RAIL CART Q2 2'-8" 316 SS GROOVE RAIL O CHEMICAL SOLUTION LINE 1 112" PVC SCH 80, Oq 2"316 85 PIPING Q END POST © 3"SO. SS 2'-W HIGH TUBING Q CROSS BRACING ON TOP AND SIDES AT 20 FOOT INTERVALS. COVER FLOATING OIA SAND TUBE, TVP d'•7W\� _AC SECTION A NTS �7 IS HATCH PLAN v U u y u ,4'X4' ACCESS HATCH `FLOATING COVER END OF (LNI RESERVOIR FULL) EL 302.0 TYP RAIL TRAGIC —T1 TT EL. 2685 CL 14 %' / -3:1 SLOPE s 6 I s F ELEVATION EL. 266.5 — a _ _ SCALE: 1J4" = t'A" CONCRETE PIPE CONCRETE PIPE � LAl\F C-5 CAST CHANNEL IN PLACE OR DRY REM MD BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT C-5027 OURET LINE SUMPI 65/0" x3116" c.k..� CIVIL i PACK WITH CEMENT EXISTING GRILLAGE STRUCTURE DETAILS - II ASSISTANT aY EONEM j 0E9CNED oa °'w"" KW WELDED No. DATE oEWRIPnm REM510B5 MpKoy CHE%ED:JDC DA1IE+/.HI/4012 PUBLIC WORKS DEPARTMENT SHEET 6 u24 - I — _ STEEL PIPE PIPE SUPPORTS 6- 4'-0" 4'-0" 6'-0" i'-0" 1'In rvLL I _ --� L e6l8"ODx3t18" WELDED STEEL PIPE VENT PII SLEEVE TYPE 12" STEEL CYLINDE L — — — — — — COUPLING CONCRETE OR T'-6" 6'-0" FLOOR ELEV 258.62 0 MORTAR LINED AND COATED STEEL PIPE 12" FL60. GATE VALVE DRAIN LINE PLAN INLET/CUTLET OPERATOR STRUCTURE AND SUMP 2 SCALE: 1/4" =1'-0" C-2 SECTION A SCALE: 114"= 1'.W tfi RATOR VALVE 60.48 APPROX, C L OF CHAFER STRIP ANCHOR. SEE DETAIL 6IC-3 `VALVE OPERATOR SHAFTSELECTRIC MOTOR, f OPERATOR & t 9" 5.6" 10" FLOOR STAND 'C. Lr..__..._—_+,`.. AREA ull iiF�Nm , ITA PIPE SLEEVE 4" X 12" FLOP TYP EA SIDE COVER -RESERVOIR EMPTY I� rTOE OF A 1 S^OPE o '? SECTION B 5 T+t'o GENERALNOTE 1. RESERVOIR DETAILS ARE TAKEN FROM 2004 BCR FLOATING COVER AND DISINFECTION FACILITIES RECORD OWES (C-3037) REFERENCE NOTES Q MIXER AND RAIL CART Q2 2'-8" 316 SS GROOVE RAIL O CHEMICAL SOLUTION LINE 1 112" PVC SCH 80, Oq 2"316 85 PIPING Q END POST © 3"SO. SS 2'-W HIGH TUBING Q CROSS BRACING ON TOP AND SIDES AT 20 FOOT INTERVALS. COVER FLOATING OIA SAND TUBE, TVP d'•7W\� _AC SECTION A NTS �7 IS HATCH PLAN v U u y u ,4'X4' ACCESS HATCH `FLOATING COVER END OF (LNI RESERVOIR FULL) EL 302.0 TYP RAIL TRAGIC —T1 TT EL. 2685 CL 14 %' / -3:1 SLOPE s 6 I s F ELEVATION EL. 266.5 3"AC(LINER) GRILL STRUCTURE OVER MIXER EpKES4I y - SCALE: 1J4" = t'A" � LAl\F C-5 REM MD BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT C-5027 c.k..� CIVIL i IMMML a SINA I. F.E. EXISTING GRILLAGE STRUCTURE DETAILS - II ASSISTANT aY EONEM j 0E9CNED oa °'w"" KW CITY OF NEWPORT BEACH W -5340-S i No. DATE oEWRIPnm REM510B5 MpKoy CHE%ED:JDC DA1IE+/.HI/4012 PUBLIC WORKS DEPARTMENT SHEET 6 u24 - °a 38^0 POLYESTER ROPE WRAP 4^ CHAFER TIGHTLY AROUND ROPE d �q M S/{EEFLATHEADSTAINLESS STEEL M6 EXPANSION ST ° c a / ANCHOR BOLTS @ 12' OIC ° 3/16"x2'SS FLAT BAR d ° (STRIKE S DEBURR g' ALL EDGES B CORNERS) ° ° CHAFER 3/18'x2"SS LSHAPED BAR STRIP STRIP CTRD ON CONC WALL / _ d `f d a EXIST CONIC ° STRUCTURE MWD OVERFLOW STRUCTURE CHAFER ATTACHMENT �� NO SCALE 24"x24"HATCH (HINGED SECTION) EXISTING GRATING BEARING BARS 3/16"x3/4" 2 114" O.C. SPACER BARS 3/16'x2 1/4' 1T O.C. _ CIL STA.3�235 EL 297.14 w 8%0 - PLAN VIEW SPILLWAY OUTL 3B" - 1 0" EXIST CONIC STRUCTURE a 3WO POLYESTER ROPE W/FLOATING ° COVER WRAPPED AROUND ROPE 112"END DIST WIT2'SSFLATBAR ° 118, GAP ///��� W/12"0 SSI HYA 12- O / ANCHOR BOLTSLTS OIC 3/18'x2"SS LSHAPED BAR CTRD ON CONC WALL / _ O d 6 ° a ° O a w ° 4 d _9 EXIST CONIC d FLOATING COVER STRUCTURE TIGHT TO VERTICAL FACE ° OFSTRUCTURE DETAIL PLAN VIEWF-6-1 6 NO SCALE - d d MWD OVERFLOW STRUCTURE -1 FLOATING COVER ATTACHMENT F__5 NO SCALE 112 3/16" x 2" SS FLAT BAR W/ 1/2'0 SS HILTI HY-150 ANCHOR BOLTS @ 12" 0/0 3116'x2"SSSARW/12"OSS HILTI HY-150 ANCHOR BOLTS @ 12" OIC PERIMETER {/ h BATTEN BAR / o w i v DETAILS w II 3/8 "x3" SST FLAT BAR 45 -MIL CHAFER (WRAP AROUND FLAT BAR AND SEAM ONTO SELF. 2^ LEAVE UNSEAMED AREA AT ANCHOR BOLT CONNECTION.) r SEAM MEMO CHAFER END 8 NTS r TAIL? 3116" x 2^SSL SHAPED BAR 3116" X 2" SS FIAT BAR TO SOH 40 SS PIPE W/12'OSSANCHOR BOLTS @ 12" O/C 1 j� 6'V�O/6T EXIST, CONIC. STRUCTURE DETAIL ELEVATION 7 NO SCALE EXIST MWD CONC OVERFLOW STRUCTURE 3/16' X 2" SS FLAT BAR 2"0 SCH 40 SET PIPE W/ 100 SS HILTI HY-150 ANCHOR BOLTS @ 12" O/C DETAIL 5 f) FLOATING COVER DETAIL CHAFER STRIP 'ERFLOW STRUCTURE ELEVATION r1 c -z GENERAL NOTE 1. RESERVOIR DETAILS ARE TAKEN FROM 2004 BCR FLOATING COVER AND DISINFECTION FACILITIES RECORD DWG (C-3037) /IST. CONC. IERFLOW STRUCTURE CHAFER STRIP SPILLWAY CONNECTION NT3 DAIS I DESWIPIM OF REMSIONS �E41q 'v Nip �pPfyP PgTY`�� Y I � 4` CPLIf C-6 FLOATING COVER REPLACEMENT C-5027 CIVIL EXISTING MWD OVERFLOW STRUCTURE DETAILS CITY OF NEWPORT BEACH I W-5340-5 PUBLIC WORKS DEPARTMENT SHEET _7X24 l--CORO PERIMETER CURB. ----'' SEE GENERAL NOTE 7 TYP). =0 wXMR3 1/2 1 BATE I DESCRIPTION OF REISION5 UtNtKAL NU I t.>. fL-.R-6.AAi t5 REMOVE EXIST $AMFtE PUMP CPBLES_ F C-7 FLOATING COVER REPLACEMENT C5027 CIVIL DEMOLITION PLAN CITY OF NEWPORT BEACH W�5340s PUBLIC WORKS DEPARTMENT sIEET W; 1. CONTRACTOR SHALL REMOVE, HANDLE, PROTECT AND TEMPORARILY STORE EXISTING COVER APPURTENANCES AND MATERIALS IDENTIFIED TO BE REUSED ON THE NEW COVER. STORE THESE MATERIALS \ AT A LOCATION OUTSIDE THE RESERVOIR PERIMETER \DURING INSTALLATION OF THE NEW COVER. 2. UNDERLYING CHAFER STRIP NOT SHOWN FOR CLARITY. 3. THERE SHALL BE NO MOTORIZED TRAFFIC ON THE EXISTING AC PAVEMENT RESERVOIR FLOOR OR ON SIDESLOPES. WHEEL TRAFFIC IS LIMITED TO HAND CARTS AND SMALL GOLF CARTS. MANUAL VEHICLES SHALL HAVE PNEUMATIC WHEELS. SEE GENF RAL NOTE lxl' 4. DIMENSIONS SHOWN ARE APPROXIMATE AND BASED ON THE BEST AVAILASLE INFORMATION -THE CONTRACTOR SHALL FIELD VERIFY DIMENSIONS PRIOR TO DEMOLITION AND PRIOR TO ORDERING MATERALS. 6, REMOVE EXISTING DEBRIS (BELOW EXISTING COVER) RESIDING ON THE RESERVOIR FLOOR AND SIDESLOPES PRIORTOWASHING. 0. AFTER REMOVING DEBRIS, WASH ALL SEDIMENT AND ACCUMULATED FOREIGN MATERIAL FROM RESERVOIR FLOOR AND SIOESLOPES USING PRESSURIZED WATER. DIRECT SEDIMENT AND WASH WATER TO SUMP AT EXISTINGOUTLET. 7. PROTECT EXISTING PERIMETER CONCRETE CURB MD ASPHALTPAVEMENT. 0, HS -20 LOADING IS ACCEPTABLE ON PERIMETER ACCESS ROAD AND ON VEHICLE ACCESS RAMP ONLY. MOTORIZED TRAFFIC IS NOT ACCEPTABLE ANYWHERE ELSE IN THE RESERVOIR. SEE NOTE VC -1, CONSTRUCTION NOTES �i REMOVE, PROTECT, AND TEMPORARILY STORE EXISTING SUMP PUMPS, TYPICAL OF 6, REMOVE, PROTECT, AND TEMPORARILY STORE EXIST HATCHES. REMOVE, EXGTINGFLOATASSEMBLiES, TYPICAL OF 4, SEE DETAIL S/GB, REMOVE EXISTING SAND TUBE WEIGHTS AND TROUGH 1J FLOATS, TYPICAL WITHIN ALL ROTS, SEE DETAIL 310.8 PROTECT EXISTING MIXER EQUIPMENT AND GRILLAGE V STRUCTURES FROM DAMAGE (LOCATED BELOW EXISTING COVER) AND LEAVE IN PEACE. TYPICAL OF 4, SEE DETAIL VGS. REMOVE, PROTECT, AND TEMPORARILY STORE EXISTING BATTEN BARS, NUTS AND WASHERS. LABEL BA FTEN BAR AND LOCATION AND ORIENTATION PRIOR TO REMOVAL FOR REINSTALLAI' ION IN ORIGINAL POSITION ON NEW COVER. SEE NOTE ON DETAIL 3IC-10 REGARDING REMOVAL OF EXISTING BATTEN BAR. REMOVE EXISTING 3' FLEXIBLE DISCHARGE HOSE, ESTIMATED QUANTITY 4, 300 FT TOTAL. TEMPORARILY STORE 900 FT OF HOSE FOR REINSTALLATION ON COVER BETWEEN SUMP PUMP AND CONCRETE CURS, DISPOSE OF REMAINING HOSE. REMOVE AND SALVAGE EXISTING VACUUM. VALVE. OB REMOVE, PROi'MT, AND TEMPORARILY STORE EXISTING PIPE VENT, TYPICAL OF S. SEE DETAIL 4/G8. ' PROTECT EXISTING INLET STRUCTURE GRILLAGE FROM DAMAGE (LOCATED BELOW EXISTING COVER) AND LEAVE IN PLACE, ID REMOVE AND DISPOSE EXISTING W MIL RPP COVER, EXCEPT AS DIRECTED BY OWNER TO PROTECT. COORDINATE Wt OWNER WHETHER SOME EXISTING RPP WILL BE STORED AND PROTECTED. 11 REMOVE AND DISPOSE EXISTING CHAFING STRIP(TYP FOR ALL SIDESLOPES) INSPECT THE EXISTING FLOOR AND SIDESLOPES FOR DAMAGE, AND SUBMIT A FLOOR AND SIDESLOPE CONDITION ASSESSMENT AND REPAIR PLAN TO THE ENGINEER FOR REVIEW. SEE SPECIFICATION SEGTION42778. 12 PROTECT EXISTING RESERVOIR PERIMETER FENCE. FENCE IS INSTALLED WITH AWBRATiNG SECURITY SYSTEM THAT SHALL REMAIN''N SERVICE. 13 REMOVE AND DISPOSE OF EXISTING RPP ROLLSTOCK. STOCKPILED ON SITE. APPROX QUANTITY: (2) 12' WIDE It PDA ROLLS (11) 20' WIDE x 1' DIA ROLLS IT 2) 65 WIDE x 1' PIA ROLLS. E t4 TEMPORARY RAMP MAY BE INSTALLED TO PROTECT AND ;;css ALLOW TRAFFIC OVER EXISTING CURB AT TOP OF i ACCESS RAMP. fL-.R-6.AAi t5 REMOVE EXIST $AMFtE PUMP CPBLES_ F C-7 FLOATING COVER REPLACEMENT C5027 CIVIL DEMOLITION PLAN CITY OF NEWPORT BEACH W�5340s PUBLIC WORKS DEPARTMENT sIEET W; REMOVE, PROTECT AND REINSTALL EXIST - 31W" r CONTINUOUS SS BAR. SEQUENTIALLY MARK SIM TO NOTE 1. DETAIL NC -10, W/ INK REMOVE AND DISPOSE ACCEPTABLE TO CITY FOR USE INSIDE EXIST CHAFER STRIP RESERVOIR. REMOVE AND PROTECT EXISTING ANCHORS 3:1 SLOPE 3" ACW/ 1-112" THK GONG SLURRY -( TOPPING \R TOE OF SLOPE �. EL 266,50 2635 TO 266 50 A \ PROTECT EXIST CONIC .1 LOWER CHAFER ATTACHMENT ( B� N.T.S. I C-7 PROTECT EXIST SS THREADED STUD REMOVE, PROTECT & REINSTALL EXIST n NUT AND WASHER, SEE DETAIL 11C-8 REMOVE, PROTECT AND REINSTALL EXIST 3116" x 2" SS BAR, SEE NOTE 1E DETAIL 3/C-10. SEE GENERAL NOTE 2. 1 A -REMOVE AND DISPOSE OF EXIST REMOVE AND DISPOSE EXIST 3'-0' PE CLEAR -t- q' -b'_ _ OPENIR NG (NOM) I 60 MIL POLYPROPYLENE COVER�— `; C REMOVE AND REINSTALL EXIST REMOVE EXIST rttet FLAT CONTINUOUS EOPM GASKET REMOVE AND DISPOSE OF EXIST --\SECTION / BE T SEE GENERAL NOTE 21C-6 AND ➢ iltj DETAIL 1IC-e REMOVE PIPE ASSEMBLY DETAIL AND t N T.S. DISPOSE EXIST h 45 MIL RPP S t t 5 CHAFER STRIP 1 COVER UPPER CHAFER ATTACHMENT r� N.T.S. C-7 EXIST CHAIN LINK FENCE CONTAINS SECURITY WIRE SYSTEM AND SHALL NOT BE TEMP REMOVED AND PROTECT EXIST I-518-$0 REINSTALLED BY CONTRACTOR TO UNISTRUT SUPPORTS FACILITATE ACCESS. PROTECT IN PLACE. @12'-6"SPACING DISPOSEREMOVE AND S DAKANAFL XDSCHARGE HOSE - SECTION C aw 6'-0" REMOVE EXIST 4" X 12" FOAM FLOAT AND FLOAT WRAP (TYP) — 0-1 ®�= REMOVE EXIST SAND FILLED TUBE. (TYP). PERIMETER TROUGH PLAN REMOVE AND DISPOSE OF 15" X 24" SUPPLEMENTAL q-6, LAY -LOOSE BALLAST— REMOVE EXIST 4" X ,2" FOAM FLOAT FROM FLOAT WRAP AND REUSE. DISPOSE OF FLOAT WRAP (TYP)�_ NON-INTERERENCE 2ONEBOUNDARY (TYR) DETAIL TROUGH AND FLOAT LAYOUT -2� NTS. C-7 .REMOVE EXIST 4" X 12" FOAM FLOAT FROM FLOAT WRAP AND REUSE (TYP) REMOVE AND REINSTALL EXIST SAND -FILLED LADES (TYP) SEE DWG C-7 BOLTED FLAT - BAR HINGES PLAN VIEW HATCH COVER FOR T-0" SO CLEAR OPENING Y �\ SECTIONS _ A 'h PROTECT EXIST 1 10"" OUFffi AC PAVEMENT 4 35"60 CLEAR GY,bAVtSQ OTOH FOR - 3" "V" NOPENINp (LAIN) pN PROTECT EXIST -— '-- CONCRETE �{ COVERVENTING ANCHORCURB SECTION "A" EXIST AC LINER SECTION REMOVE & DISPOSE EXIST 3/4' DIA BLACK DACRON(POLYESTER) WEBBING WITH STANDARD CAM BUCKLE -- REMOVEAND AND DISPOSE OF EXIST DOUBLE STRIP — REMOVE AND DISPOSE 61- NOTE: REMOVE AND REINSTALL 4" DA POLYETHYLENE RISER LOCATED @ WE OC REMOVE AND DISPOSE EXIST 314' BLACK DACRON(POLYESTER) WEBBING W/STANDARD CAM BUG 4' DIA ERFORRATED/CORRUGATION FLEXIBLE POLYETHYLENE DRAIN PIPE MkREMOVEAND REINSTALL SAND FILLED TUBE ISEEPI-AN) REMOVE AND DISPOSE OF EXIST SAND TUBE ATTACHMENT STRAP DETAIL A REMOVE, PRO 'ECT AND REINSTALL EXIST 4- CIA PERFORATED/CORRUGATED FLEXIBLE POLYETHYLENE DRAIN PIPE GENERAL NOTES I . EXISTING PROJECT FACILITIES NOT SHOWN FOR DEMOLITION OR REUSE ARE SCREENED AND SHALL BE PROTECTED FROM DAMAGE. 2, CONTRACTOR SHALL TEMPORARILY REMOVE AND SEQUENTIALLY MARK EACH PIECE OF EXISTING LOWER CHAFER ANO UPPER COVER/ CHAFER BATTEN BAR TO INDICATE LOCATION AND ORIENTATION. SUITABLE BATTEN BAR PIECES THAT ARE ACCEPTABLE FOR REUSE (AS DETERMINED BY THE CITY REP IN THE FIELD) SHALL BE RE -INSTALLED AT THE SAME LOCATION AFTER INSTALLATION OF THE NEW COVER, PROVIDE NEW BATTEN BARS WHERE EXIST BARS ARE DAMAGED. REMOVE EXIST SAND FILLED 3'-0' PE CLEAR -t- q' -b'_ _ OPENIR NG (NOM) I REMOVE AND DISPOSE EXIST RPP MEMBRANE WRAP Ib REMOVE EXIST REMOVE, PROTECT AND �0 REMOVE AND DISPOSE OF EXIST --\SECTION / BE T v CONSTRUCTION NOTE ZOIC -7. SEGMENTED WEIGHT AND DRAIN PIPE ASSEMBLY DETAIL Ni0 N T.S. h V BASE 3'-6.' 1TYP FLANGE BOLTED FLAT - BAR HINGES PLAN VIEW HATCH COVER FOR T-0" SO CLEAR OPENING Y �\ SECTIONS _ A 'h PROTECT EXIST 1 10"" OUFffi AC PAVEMENT 4 35"60 CLEAR GY,bAVtSQ OTOH FOR - 3" "V" NOPENINp (LAIN) pN PROTECT EXIST -— '-- CONCRETE �{ COVERVENTING ANCHORCURB SECTION "A" EXIST AC LINER SECTION REMOVE & DISPOSE EXIST 3/4' DIA BLACK DACRON(POLYESTER) WEBBING WITH STANDARD CAM BUCKLE -- REMOVEAND AND DISPOSE OF EXIST DOUBLE STRIP — REMOVE AND DISPOSE 61- NOTE: REMOVE AND REINSTALL 4" DA POLYETHYLENE RISER LOCATED @ WE OC REMOVE AND DISPOSE EXIST 314' BLACK DACRON(POLYESTER) WEBBING W/STANDARD CAM BUG 4' DIA ERFORRATED/CORRUGATION FLEXIBLE POLYETHYLENE DRAIN PIPE MkREMOVEAND REINSTALL SAND FILLED TUBE ISEEPI-AN) REMOVE AND DISPOSE OF EXIST SAND TUBE ATTACHMENT STRAP DETAIL A REMOVE, PRO 'ECT AND REINSTALL EXIST 4- CIA PERFORATED/CORRUGATED FLEXIBLE POLYETHYLENE DRAIN PIPE GENERAL NOTES I . EXISTING PROJECT FACILITIES NOT SHOWN FOR DEMOLITION OR REUSE ARE SCREENED AND SHALL BE PROTECTED FROM DAMAGE. 2, CONTRACTOR SHALL TEMPORARILY REMOVE AND SEQUENTIALLY MARK EACH PIECE OF EXISTING LOWER CHAFER ANO UPPER COVER/ CHAFER BATTEN BAR TO INDICATE LOCATION AND ORIENTATION. SUITABLE BATTEN BAR PIECES THAT ARE ACCEPTABLE FOR REUSE (AS DETERMINED BY THE CITY REP IN THE FIELD) SHALL BE RE -INSTALLED AT THE SAME LOCATION AFTER INSTALLATION OF THE NEW COVER, PROVIDE NEW BATTEN BARS WHERE EXIST BARS ARE DAMAGED. REMOVE EXIST SAND FILLED PLAN VIEW TUBE (SEE TWO 0-7) REMOVE AND DISPOSE EXIST RPP MEMBRANE WRAP SAND TUBE ATTACHMENT STRAP REMOVE EXIST REMOVE, PROTECT AND DOUBLE -LAYER RPP STRIP REMOVE AND DISPOSE OF EXIST --\SECTION B RPP FLOATING COVER. SEE _ '*Z�2 CONSTRUCTION NOTE ZOIC -7. SEGMENTED WEIGHT AND DRAIN PIPE ASSEMBLY DETAIL N T.S. GT 3'-6.' 1TYP 1 REMOVE, PROTECT AND REINSTALL EXIST T SQ ACCESS HATCH 1Y DIAALUMINUM ACCESS HATCH HANDLE .4 IK REMOVE AND DISPOSE OF EXIST ETHAFOAM FLOATS REMOVE AND DISPOSE OF EXIST GASKET BETWEEN FRAME AND COVER REMOVEAND DISPOSE OF EXIST RPP COVER MATERIAL REMOVE AND c REMOVE AND DISPOSE OF PROTECT EXIST SS RODS EXISTING FLOATS EXISTING HATCHES WARNING � 0 1/2 yl COVER AND CHAFER ATTACHMENT „ 'MWH IF 1HI5 RAR DOE N.T.S. G7 NOT MEASURE 1 THEN DRAWING I'. HAD TYP 'A. rTYP ( ° L- :I ( I REMOVE AND DISPOSE) PLAN VIEW OF EXIST FLOATS AND RPP MEMBRANE WRAP - REMOVE, PROTECT AND _ REINSTALL EXIST 2" DIA ALUM 1 112" PIPE AND 12" SO BASE PLATE II � KI l II N\ DAIS IMCRIPIION OF IONSIONS SECTION "A" EXISTING PIPE VENT N.T.S. REMOVE, PROTECT AND REINSTALL EXIST 316 SS BOLTS, NUTS AND WASHERS (TVP OF 4) C-8 FLOATING COVER REPLACEMENT C-5027 CIVIL DEMOLITION SECTIONS AND DETAILS CITY OF NEWPORT BEACH W-5340-5 PUBLIC WORKS DEPARTMENT SHEET 9 OF: u L. P-2 Ee I BAFFLE'PO TOE OF SLOPE HYPL SEE NOTE 41C -IB 9 SOUTHEAST C44 CORNER PLAN 12 LOCATIONS (S FOR SUMP PUMP CONTROL'. 12 TOTAL). SEE NOTE 14 2CkIFOOUSLE-LAYER CSPE PATCH, CENTER OVER VALVE SUMP. SEE NOTE 4- rR©N_I �---------_ _ G 3 OC -i 5 C G1 I TYP EDETAILS NTIRECOVER 2 C -t0 TERMINATE AIR BAFFLE 2(NOMINAL) FROM TROUGH FLOATS MR OF 2). SP4 sa so ,o UtNtKAL NU 1 t.5 jf ll 1. THIS DRAWING ONLY SHOWS IMPROVEMENTS TO THE RESERVOIR FLOATING COVER AND CHAFING STRIP, SEE sT OTHER DRAWINGS FOR DRAIN PIPING, AND OTHER WORK POWER DISTRIBUTION PANEL i ^" AND SITE IMPROVEMENTS OUTSIDE THE RESERVOIR, 3 ; 2 LOCATIONS, SEE NOTE 14. % CORNEW£PtAN 2, SEE DRAWING G10 FOR SEAMING DETNLSAPPLX ABLETO C-14 ALL NEW CSPE-TC�CSPE SEAMS, 3. DO NOT CUT OR PENETRATE EXISTING CONCRETE T ANCHOR STRIP, CURB OR AC DRIVEWAY UNLESS DIRECTED SYTHEENGNEER. WHERE SHOWN AND WHERE SPECIFIED, PROVIDE DOUBLE EEG' E GENERAL NOTE I6 A LAYER PATCH (DOUBLER) OF MEMBRANE COVER MATERIAL BELOW COVER. WELD DOUBLE LAVER PATCH TO FLOATING DOVER WITH SPOT BONDED 2' X 0" SOLVENT WELDS AT I , 3'-D' MAX SPACING AROUND FILL PERIMETER OF PATCH, it 11 @E GENERAL PATCH.CE2SSQUARD R VIER YER AND T-0" GRID MAX SPACING INSIDE PATCH. PATCH. CENTER VER 5. IN ADDITION TO THE FIXEDSAND TUBE RAINWATER II i 11 -----IIHWCSP WIDE PATCH. ENTER OVER CfTE-i~ SPILLWAY BOX. F,E NOTE 4. 4 ENHANCEMENT WEIGHTS SHOWN, AT NIZS(SEE DETAIL {{ CSCE PATCH. CENTEROVER eROT ON SLOPE TYP VC -14), PROVIDE ADDITIONAL FIFTY (50) LOME SAND TUBE {{ i{ VALVE OPERATOR TRENCH. C-11 ALLRES CORNERS SEE NOTE d. RAINWATER ENHANCEMENT WEIGHTS (12'-0" LENGTH it II EACH). LOOSE WEIGHTS SHALL NOT BE STRAPPED OR ft PTDT GOVER.SEDETAIN3 Gt5. GO770MEDGE 6 LOCAIONSORAINWATER RUNOFF ENHANCEMENT Q CHAFERSTRIP AREWEIAPSAND OXHAIT E FINALACING LOCATIONAYOUTS HOWN SMALL ARE APPROXIMATED BY PLACEMENT LOCATION SHll.E _ � T BE DiRECiE43N FIELD BY THE ENGINEER 'O Z. CABLETIE WITH THER DISCHARGE LYESE AND POWER 7�� �� Grp CABLE WISn III'DIA BRAIDED POLYESTER ROPE -ANCHOR II j+ �. �a{I TO FLOATING COVER WITH STRAPS @&FOC SIMILAR TO TMP a SECTIONS A&C ON C-1LD 5. WEPIPE STRAPS TO IV A IV CSPE MEMBRANE PATCH FULLY WELDED TO COVER @ 6-0' OC, FIELD INSTALLED AFTER PUMP INSTALLATION. { 1 P^� PROVIDE PORTABLE FLOATS ON' POP OF COVER (NOT II 1{ � SHOWN), SEE SPECS. {) II RCT ON BOTTOM 3 5 S 9. PROVIDE MOVABLE COVER REPAIR FLOATS BELOW COVER { { ACROSSRESERVOIR C-11 (NOT SHOWN). SEE SPECS. II {I PARALLELTOINLET 2 10. POSITION NON-INTERFERENCE ZONES EQUIDISTANT TO II PIPE PERIMETER ANCHOR WALL, 11. FLOAT AND SAND TUBE ENCASEMENT MATERIAL SHALL MATCH COVER MEMBRANE. {{ i{ 8 RCT ON80TT1 Q 3 / 12. LOCATIONS OF PIPE VENTS SHOWN ARE APPROXIMATE. {i {{ C-11 TY 5AROUND TOE ACTUAL LOCATIONS SHALL BE AS DETERMINED IN THE 1 PROVIDE 2'-0" SETBACK CLEARANCE FROM OF SLOPE, ENTIRE FIELD BY THE ENGINEER. SOME VENTS SHALL BE 1 II BAFFLE FLOATS TO PERPENOICUUMI ( PERIMETER. SEE INSTALLED AT FUTURE WARRAN(Y INSPECTION BY THE { FLOATS AND WEIGHTS AT CROSSING GENERAL NOTE 17. CONTRACTOR, AS DIRECTED BY THE ENGINEER, Q 13. DIMENSIONS SHOWN ARE APPROXIMATE AND BASED ON THE BEST AVAILABLE INFORMATION-THECON(RACTOR 5 SHALL FIELD VERIFY DIMENSIONS PRIOR TO ORDERING MATERIAL. 11 3 --- TERMWATEAIR BAFFLE 2' 14, SEE ELECTRICAL NOTES ON DRAWING 0-17. (NOMINAL) FROM WATER 15. LOCATED ACCESS HATCH CENTERED ABOVE SAMPLE CIRCULATION BAFFLE HYP OF 2). PUMP FLOOR CONNECTION L2 LOCATIONS). 1 I BAFFLE, LENGTH H= 50 A 16, INSTALL NEW CHAFER MEMBRANE ANDNEWFLOATING I I BAFFLE, LENGTH=50D LF '1 '{ COVER AT INLETlOUTLET RUCTU E, OPEAND MWD RFLOWSTRUCTURE, 4 SPILLWAY OUTLET STRUCTURE, AND MWDNN OVERFLOW SIMILAR SC -5, VC -6 CHAFER AND COVER CONNECTIONS. SEE Tom^ -V DETAIL 2/TROUG-6 AND UTM.S. SHOWN Q 3 iZ BOTTOM TROUGH LAYOUTTOEDIS BARED ID �., ESTIMATED LOCATIONS CONTRACTOR TOE S SLOPE AND ALSO Ii li Cn Tj `{?J RE ER VOIR FEATUESPRIORTSHALL FIELD POSITIONING NEW EXIST RESERVOIR FEATURES PRIOR TO Pg51TIONING NEW COVER FEATURES. JjT AIR BAFFLE, / It { �I /—TYPGF2 CONSTRUCTION NOTES i{ t J II II T SUMP PUMP ASSEMBLY PER 1 3 3 3 itYP OF Si C.tt F 3 TEXTVREO WALKWAY 5 11 {I C-13 TYP OF2 ��� POF 6) 0-12 6 Ij {; BIM 2 T. OF zz)n ASSEMBLY C•I6 SP -5 \ f/ 4O (TYPO 4) ASSEMBLY e J.__L.�............. _ (TYP OF 4) C-16 f C/a$ O5 NEW PIPE VENTASSEMBLY�Z 3 2 - (WE OF 10). SEE NOTE 12, C-19 9 ' © RE-INSTALLEXISTING � COVER ANCHOR CONNECTION VACUUM M-BftrAKINGVENT C �2 ' [IA d O �J NEW AYANDOUTLET14 PIPE VACUUM-BREAKMG -2PVENT u u O INSTALL NEW SAMPLE PUMP POWER CABLES FOR S1`ulp,- EXIST PUMPS. PUMPS ARE 112 HP, 3 PHASE, 480 V, a'C.^,� W/ISAMPCIRCUIT 9O SUMP PUMP DISCHARGE HOSE CONTROL CABLE AND POWER CABLE K LOCATIONS), BUNDLE �NORTHCAST8 ^'' TOGETHER WITH➢" DIA POLYSTER ROPE. TIE _ $. DOWN@&D.C. W/ STRAP PER SECT ION AC -15 _- pTt'q AN�sd�r (SIM). acMEwm BIG CANYON RESERVOIR - FLOATING COVER REPLACEMENT C5027 0 1 WARNWC CIVIL/�.�..(%/.y /R 1 IRC MWH w TSTA ,L SINACOGI P.E. RESERVOIR COVER PLAN IF hAS BARDOES ASSISTAAY R NOT MEASURE p@(N:Jk DRAMk. nt6v oRASCA Is DS uts CITY OF NEWPORT BEACH w-834as —M NOT TO SCA gEC1tED: DA>,E: PUBLIC WORKS DEPARTMENT ;— Y Na OAK MKOFININ R€WPOHS AwuWm am. ,rrrm,s 10 24 I CONT 318" POLYESTER ROPE - SEALANT SIKAFLEX IA OR EQUAL —, ENDS. SEE DETAIL 3 t NOTE I. EXISTING BATTEN BAR SCRIM H YP) REINSTALL EXISTING CONT 2" WIDE STRIP EPDM GASKET. WRAP NEW CSPE COVER AROUND ROPE -FOLD BACK UNDER BAR AND BOND TO ITSELF MIN 2" BEYOND BATTEN BAR NEW 4!FAML CSPE MEMBRANE FLOATING COVER. SEE SPECS, NEW 3 MIL BLACKAILACK REINFORCED CSPE CHAFER STRIP, MEMBRANE SIM TO FLOATING COVER MATERIAL. MATERIAL - SCRIM UVP) RE -INSTALL EXISTING RESERVOIR PERIMETER FENCE. }I EXISTIPOROUS C3TK.I FLAPSCLOSEDATENDS OF PANELS WHERE CROSS C SEAMS ARE LOCATED EXISTING CONCRETE CURB MAX NOMINAL OVERLAP (REINFORCING NOT SHOWN FOR PRIOR TO HEAT SEAMING CLAarm COVER ANCHOR CONNECTION q NOT TO SCALE C9 GAP BETWEEN -- BAR SEGMENTS - EXISTING 3116 ss BAR, VARIE TYP 12" It LENGTH VARIES (EPDM EtD Woo GASKET NOT SHOWN) o { o a `VARIES Sf8" X 314" SLOTS Nplg I. CONTRACTOR SHALL TEMPORARILY REMOVE AND SEQUENTIALLY MARK EACH PIECE OF EXISTING BATTEN BAR AND EPDM GASKET MATL TO INDICATE LOCATION AND ORIENTATION. BATTEN BAR AMD GASKET MAIL PIECES THAT ARE DETERMINED BY THE OWNER REP IN THE FIELD NOT TO BE ACCEPTABLE FOR REUSE SHALL BE DISPOSED OF AND NEW, EQUAL MATERIAL PROVIDED AND INSTALLED BY THE CONTRACTOR, PAYMENT FOR THIS "EXTRA WORK" SHALL BE MADE AS PER SPECIAL PROVISIONS, SECTION 3.3, SUITABLE REUSED MATERIALS SHALL BE REINSTALLED AT THE SAME LOCATION. EXISTING BATTEN BAR NOT TO SCALE C-9 REINSTALL EXIST -_------- 3!6"x3" CONTINUOUS SB BAR. SEE NOTE i, DETAIL 3. 3:1 SLOPE EXIST T AC W11112" TOPRY TOPPINGING SLASLABUR TOE OF SLOPE EL TO 266.50 263 5 t .J f FACTORY£NCAP- MEMBRANE MATERIAL MUtURYtNUAv- f SULATED EDGE BELATED EDGE SCRIM(TYP) HEAT SEAM, NO LOOSE EDGE ON TOP SIDE HEAT SEAM, NO LOOSE EDGE ON TOP SIDE SEAM ALL UNBONDED FLAPS CLOSED AT ENDS OF PANELS WHERE CROSS 2 SEAMS ARE LOCATED 2 H 2" - MIN SCRIM TO SCRIM 3------ MIN SCRfM TO SCRIM BOND WIDTH MAX NOMINAL OVERLAP BOND W IDTH PRIOR TO HEAT SEAMING -- TYPICAL FACTORY FIELD LAP SEAM WITH LAP SEAM ENCAPSULATED EDGE EDGE CUT WITH EXPOSED 8" MIN JOINT COVER STRIP MEMBRANE MATERIAL 1111// SCRIMPULLY BONpED (SAME AS COVER MAIL)) WIDE 40 MIL MIN UNREINFORCE STRIP CAP INOT SHOWN) ON XPOSED CUT EDGE, OR GROSS GAP LOCATED AT ! i�SEIC-1 SPECS CENTER OF FLOOD COAT OF CSPE WErLDING SIOLUTIION, MIN 4'RONDE COVER STRPO NT 2" MIN SCRIM TO SCRIM SONDWIDTH FIELD LAP SEAM WITH CUT EDGE AND MEMBRANE SCRIM(TYP) ALL FIELD SEAMS IN RGTS NOTF,: t SEAM DETAILS ARE TYPICAL FOR THE FLOATING COVER. SEAMS ARE NOT SHOWN ON THE PLAN DRAWINGS FOR CLARITY, BUT ARE COMMON FOR ALL MEMBRANE PANELS. TYPICAL SEAM DETAILS NOT TO SCALE Q -g LOWER CHAFER ATTACHMENT �q NOT TO SCALE C-9 OUTSIDE EXISTING 3 LINES OF ---„ ANGLED BARBED WIRE EXISTING CHAIN LINK FABRIC UNE POSTS 10' OC MAX -- FULLY BONDED - SEAMS NOTE: 1_ A CAP STRIP SHALL BE APPLIED TO ANY BEAM WHICH DOES NOT MEET THE SPECIFIED OVERLAP REQUIREMENTS - W TYPICAL FIELD BUTT SEAM jl �LLO m � 'I rc it O�K Mz EXISTING TENSION WIRE - II O w w EXISTING PAVEMENT > "- WHERE SHOWN L INSTALL 24" WIDE CHAIN LINK SKIRT TO EXIST FENCE TENSION'yh WIRE FOR ENTIRE LENGTH OF RE -INSTALL EXISTING RESERVOIR PERIMETER FENCE. }I EXPANSION -TYPE ANCHORS SEE DETAIL NOTES. EXISTING GONG FOOTING NOTES' I- REMOVE EXISTING WOODY DEEMS EXTEND€NG MIN T-D''ROM - OUTSIDE BASE OF EXIST FENCE. 2. INSTALL NEW CHAIN LINK SKIRT FABRIC ON OUTSIDE OF EXIST FENCE (OPPOSITE OF PAVEMENT). CHAIN LINK SKIRT WILL LAY DIRECTLY ON TOP OF GROUND SURFACE. 3. CONNECT NEW CHAIN LINK (SKIRT) FABRIC TO EXISTING TENSION WIRE W/ HOG RINGS SPACED AT 12 -INCHES ON CENTER. MODIFICATIONS TO EXISTING FENCE NOT TO SCALE C -B C-10 J FLOATING COVER REPLACEMENT C-50270 1/2 WARNING t .�J•„•-,,,,,,.,_ CIVIL t- -- MCNAEt a sxacW P.E.— RESERVOIR COVER DETAILS - 1 iF `HIS BFR ODES ' A355fNR IXtt INCWEFR NO MEASURE I- 9ESiCAF6 11RANN: TNEN TO SCALE Is va NIS CITY OF NEWPORT BEACH W-s�aa-S N01 t6 SCAI.F- O£{%ED: GATE: NaJDAMDES�Poll IT REYS!ONS APPR6VEa = Ii /3tl12pi2 PUBLIC WORKS DEPARTMENT SUET 11 �e SEE DETAIL 2/- FOR (FINISHED SAND TUBE NET LENGTH PLUS ONE TUBE DIAMETER) r MIN I ONE END OF SAND TUBE SHALL BE WELDED CLOSED, FOLDED OVER, AND WELDED DOWN, AS SHOWN BEFORE FILLING WITH SAND INSIDE OF TUBE SHALL BE UNBONDED AT START OF FOLD LONGITUDINAL SECTION 2 1/2" MIN SEAM WIDTH 2" MIN SCRIM OVER SCRIM WELDED FOR 6 K - DtA BOTTOM SAND TUBE WEIGHT 4 314" LAYFLAT+/-Y FOR 3" DIA RUNOFF ENHANCEMENT WEIGHT 12112" LAYFLAT+I- <" FOR B" CIA BAFFLE WEIGHT CROSS SECTION LAY FLAT DETAILS FOR NEW SAND TUBES NOT TO SCALE - 112" GROMMETS FOR BAFFLE SAND TUBE WEIGHTS ONLY. DO NOT FOLD SEAMED END OVER FOR BAFFLE SAND TUBE WEIGHTS WELD CLOSED END / OFSANOTUBE ---((( TOE OF SLOPE EL VARIES - 3 TOP VIEW SIDE VIEW STEP #1 SAND TUBE � ROUND CORNERS T01" RADIUS (TYP) END OVER SAND TUBE 69I[AXPA CLOSURE DETAILS FOR NEW SAND TUBES NOT TO SCALE DRAIN PIPE NOT SHOWN FOR CLARITY NOTE: 1. SECTION SHOWN PRIOR TO COVER DEPLOYMENT SECTION q NOT TO SCALE C-9 SAND FILLED TUBE, CENTER BETWEEN FLOATS V THICK FOAM FLOAT MEMBRANE FLOAT WRAP. WRAP TIGHTLY OVER FOAM. SEE SECTION 02776 FOR ADDITIONAL REQUIREMENTS. FLOATING COVER -z 1-W 2- --F 7ROND +— WRAP TO COVER TROUGH FLOAT SECTION g NOT TO SCALE FLOATING COVER BOTTOM RCT FLOAT —. GENERAL NOTES 1. DETAILS ARE SHOWN WITH RESERVOIR EMPTY'(TYP) 2 PROVIDE MIN 40 MIL CAP STRIP OF UNREINFORCED CSPE AT ALL FIELD SEAMS BETWEEN FLOATS IN RCT, DRAIN PIPE NOT SHOWN FOR CLARITY COVER DOUBLE -LAVER CSPE CHAFER STRIP. SEE NOTE 4/C-9, NOTE: TUBE STRAPS AND ATTACHMENT TABS ARE NOT SHOWN FOR CLARITY RAINWATER COLLECTION TROUGH RCT ON BOTTOM PLAN NOT TO SCALE C-9 NOTE: RE`nEWEo TUBE STRAPS AND ATTACHMENT TABS RAINWATER COLLECTION ARE NOT SHOWN FOR CLARITY TROUGH (RCT) ON SLOPE PLAN NOTE: NOT TO SCALE C-9 BOND AS SHOWN TO COVER 112" GROMMETS FOR BAFFLE SAND TUBE WEIGHTS ONLY. DO NOT FOLD SEAMED END OVER FOR BAFFLE SAND TUBE WEIGHTS WELD CLOSED END / OFSANOTUBE ---((( TOE OF SLOPE EL VARIES - 3 TOP VIEW SIDE VIEW STEP #1 SAND TUBE � ROUND CORNERS T01" RADIUS (TYP) END OVER SAND TUBE 69I[AXPA CLOSURE DETAILS FOR NEW SAND TUBES NOT TO SCALE DRAIN PIPE NOT SHOWN FOR CLARITY NOTE: 1. SECTION SHOWN PRIOR TO COVER DEPLOYMENT SECTION q NOT TO SCALE C-9 SAND FILLED TUBE, CENTER BETWEEN FLOATS V THICK FOAM FLOAT MEMBRANE FLOAT WRAP. WRAP TIGHTLY OVER FOAM. SEE SECTION 02776 FOR ADDITIONAL REQUIREMENTS. FLOATING COVER -z 1-W 2- --F 7ROND +— WRAP TO COVER TROUGH FLOAT SECTION g NOT TO SCALE FLOATING COVER BOTTOM RCT FLOAT —. GENERAL NOTES 1. DETAILS ARE SHOWN WITH RESERVOIR EMPTY'(TYP) 2 PROVIDE MIN 40 MIL CAP STRIP OF UNREINFORCED CSPE AT ALL FIELD SEAMS BETWEEN FLOATS IN RCT, DRAIN PIPE NOT SHOWN FOR CLARITY COVER DOUBLE -LAVER CSPE CHAFER STRIP. SEE NOTE 4/C-9, NOTE: TUBE STRAPS AND ATTACHMENT TABS ARE NOT SHOWN FOR CLARITY RAINWATER COLLECTION TROUGH RCT ON BOTTOM PLAN NOT TO SCALE C-9 NOT TO SCALE -- FOAM FLOAT 1 FLOAT WRAP, SEE SECTION �1 BOND FLOAT WRAP TO COVER Z FLOATMG COVER SECTION p NOT TO SCALE - (ENOND VIEW) IEFLOATING COVER RE`nEWEo BIG CANYON RESERVOIR BOND FLAPS n NOTE: 1. FOLD END FLAPS OF FLOAT, WRAP NEATLY AND TIGHTLY: BOND AS SHOWN TO COVER MWH"�_' 2, PATCH ALL VOID AREAS WITH UNREINFORCED MEMBRANE NIDAC s S.NACORI PE. A59STANT CITY ENGINEER SECTION rpm NOT TO SCALE -- FOAM FLOAT 1 FLOAT WRAP, SEE SECTION �1 BOND FLOAT WRAP TO COVER Z FLOATMG COVER SECTION p NOT TO SCALE - RE`nEWEo BIG CANYON RESERVOIR n fLOATWG COVER REPLACEMENT G5027 WARNING CIVIL MWH"�_' D 1/z 1 NIDAC s S.NACORI PE. A59STANT CITY ENGINEER RESERVOIR COVER DETAILS -II DOES IF THIS BAR NOT MEASURE 1- lliEN NOT E SCALEI' DESi SAND TUBE ATTACHMENT STRAP �""� NTS 4� r7 W FIELD SEAM WELD Q6 41n j FLOATINCA_'l;l COVER TEXTUREyt../' WALKWAY PLAN VIEW AT TOP DIA SOLID BRASS MMET, STIMPSON CO. INC. :QUAL, TYP OF 4 COVER MATERIAL 60 MIL (MIN) BLACK TEXTURED UNREINFORCED TCSPEEXT gA'MIN WIDTH� WALKWAY FLOATING COVER F RELD NOTES: AM 1. FIELD SEAM WALKWAY TO FLOATING COVER AT TOP OF TUBES. SLOPE AND 2 SIDES DOWN SLOPE. DO NOT SEAM AT BOTTOM (DOWNSLOPE) EDGE. r V4' DIA BRA DED POLYESTER ROPE t AROUND AND TUBE, TIE WfSQUARE 2. FOR TOP OF SLOPE SEE PLAN VIEW ABOVE TYPICAL SECTION VIEW TYPICAL TEXTURED WALKWAY 1 5 1 5 5 NO SCALE I C-9 C-14 11 C45 Ir2" DW SOLID BRASS GROMMET. STIMPSON CO INC, OR EQUAL, TYP OF 2 5 MIL COVER MATERIAL SLOPE SAND TUBE WEIGHT RETENTION STRAP NTS DRAIN PIPE. RISER IF \ 14" n F " S.D. 16" 14" IL NOTE SAND TUBE ATTACHMENT DETAIL SIMILAR AROUND SAND TUBE AND AROUND PIPE (SEPERATE ROPES) BOTTOM SAND TUBE WEIGHT PLAN VIEW (NEW TUBES) F-4. NO SCALE I C-11 SLOPE SAND TUBE WEIGHT (SLOPE PLAN) PLAN VIEW ��gE NTS C N ROPE GOES THROUGH GROMMET SAND ND TUBE CLOSURE C-11 S� FLOATING COVER ---, WELOATTACHMENF STRAP FULLY TO COVER TOP OF SLOPE IS TO THE RIGHT HAND TUBE WEIGHT NON STRAP DETAIL -SIDE VIEW A NTS V4' DIA BRAIDED POLYESTER ROPE, TIE W1 SQUARE KNOT. ROPE ENDS SHALL BE CUT WITH HOT KNIFE TO FUSE FIBER ENDS 6-II2" DIA x 36" I..ONG SLOPE WEIGHT SAND TUBE ATTACHMENT BTRAP SAND TUBE WEIGHT INSTALLATION ON SLOPE -SIDE VIEW u NO SCALE =0 WARNING SHOP SEAM (TYP) - SAND TUBE ATTACHMENT STRAP fVLLV BOND IN FIELD SECTION p NU SCALE E81l�@]ti�TT�-r�ta*xwuii GENERALNOTES 1, SAND FILLED BOTTOM TUBES LOCATED IN TQE OF SLOPE AND CENTER COLLECTION TROUGHS SHALL BE 6-112' MAX 5 LONG PLACED TIGHTLY ENO TO END. 2, SAND FILLED SLOPE TUBES LOCATED ON SIDESLOPE COLLECTION TROUGHS SHALL BE 6412" DIA X 3' LONG PLACED TIGHTLY END TO END, 3. SEE SPEC SECTION 82778 FOR GEOMEMBRANE MATERIAL REQUIREMENTS. 4. SEAMS (FIELD OR SHOP) PARALLEL 10 SAND TUBES SHALL NOT BE PERMITTED WITHIN THE RAINWATER COLLECTION TROUGH OR BETWEEN OR BENEATH THE FLOATS EITHER SIDE OF THE SAND TUBE, 5, AFTER INSTALLATION OF SAND TUBE WEIGHTS. PUNCTURE TUBE MEMBRANE MATERIAL AT W TO 12" OC ALONG TOP AND ENDS WITH SHARP PROBE. & CSPE MEMBRANE CHAFING STRIP BELOW SAND TUBES SHALL BE FIELD SEAMED IN PLACE, FIELD SEAMS SHALL BE CONTINUOUS ALONG EDGE EXCEPT 3" GAPS (NO BOND)AT 1D -("SPACING. 7.13RA114 PIPE SHALL BE SINGLE-WALL, FLEXIBLE. CORRUGATED, PERFORATED HOPE DRAIN PIPE WI MIN 6 OZIS4 FULL-LENGTH GEOTEXTR E SLEEVE. PERFORATIONS SHALL BE SLOTS Wl ROTATED ORIENTATION PATTERN EVERY OTHER VALLEY. PIPE SHALL BE ADS OR EQUAL, 8, CHAFING STRIP SHALL NOT CROSS JOINT COVER STRIP AT FIELD SEAMS WHICH CROSS RCT'S, 9. DRAIN PIPES SHALL NOT EXTEND INTO NONINTERFERENCE ZONES. SMOOTH PIPE ENDS BY APPLYING HEAT TO CREATE A BEAD, OR APPROVED ALTERNATIVE METHOD. COVER PIPE ENDS AFTER SMOOTHING W2O OZIS4 GEOTEXTILE HELD IN PLACE Wl POLYSTER ROPE AND SQUARE KNOT. B SQUARE KNOT. SEE SECTION 5 FOR REQUIREMENTS FACTORY SEAM (TYP) FLOATING COVER AS PER NOTE 6. SECTION �g NTS SQUARE KNOT, SEE SECTION C FOR REQUIREMENTS 1/4" DIA BRAIDED (MARINE GRADE) POLYESTER ROPE, ROPE ENDS SHALL BE CUT WITH KNIFE TO FUSE FIBER ENDS. SAND FILLED TUBE WEIGHT COVER GRADE) C-12 FLOATING COVER REPLACEMENT C-5027 CIVIL RESERVOIR COVER DETAkLS-113 CITY OF NEWPORT BEACH ^W -E340 -S PUBLIC WORKS DEPARTMENT SHEET 1.3 a, IAROUNDA POLYESTER ROPE F118 PIPE. TIE AND FUSE ENDS SIM TO AND TUBES. 4-1 ORAIN PIPE.- 1 SEE NOTF T, r V4' DIA BRA DED POLYESTER ROPE t AROUND AND TUBE, TIE WfSQUARE 4'CIADRAIN MRS -----� 1 KNOT, ROPE ENDS SHALL BE CUT WITH SEE NOTE 7, SEE NOTE 5 HOT KNIFE TO FUSE FIBER ENDS. SAND FILLED TUBE WEIGHT - - -SEE NOTES 586 FACTORY SEAMATTACHSAND (TYP)NT tA�ACHMENT CHAFER STRIP E AT-SANDTUBE tjATTACHMENTSTffAP TU@E SAND F LLEDEIGH TUBE WEIGH'i' ME 45 MIL MEMBRANE.pETAIL FLOATING COVER--� RSPE GHAFERSTRIP - SLOPE SAND TUBE WEIGHT (SLOPE PLAN) PLAN VIEW ��gE NTS C N ROPE GOES THROUGH GROMMET SAND ND TUBE CLOSURE C-11 S� FLOATING COVER ---, WELOATTACHMENF STRAP FULLY TO COVER TOP OF SLOPE IS TO THE RIGHT HAND TUBE WEIGHT NON STRAP DETAIL -SIDE VIEW A NTS V4' DIA BRAIDED POLYESTER ROPE, TIE W1 SQUARE KNOT. ROPE ENDS SHALL BE CUT WITH HOT KNIFE TO FUSE FIBER ENDS 6-II2" DIA x 36" I..ONG SLOPE WEIGHT SAND TUBE ATTACHMENT BTRAP SAND TUBE WEIGHT INSTALLATION ON SLOPE -SIDE VIEW u NO SCALE =0 WARNING SHOP SEAM (TYP) - SAND TUBE ATTACHMENT STRAP fVLLV BOND IN FIELD SECTION p NU SCALE E81l�@]ti�TT�-r�ta*xwuii GENERALNOTES 1, SAND FILLED BOTTOM TUBES LOCATED IN TQE OF SLOPE AND CENTER COLLECTION TROUGHS SHALL BE 6-112' MAX 5 LONG PLACED TIGHTLY ENO TO END. 2, SAND FILLED SLOPE TUBES LOCATED ON SIDESLOPE COLLECTION TROUGHS SHALL BE 6412" DIA X 3' LONG PLACED TIGHTLY END TO END, 3. SEE SPEC SECTION 82778 FOR GEOMEMBRANE MATERIAL REQUIREMENTS. 4. SEAMS (FIELD OR SHOP) PARALLEL 10 SAND TUBES SHALL NOT BE PERMITTED WITHIN THE RAINWATER COLLECTION TROUGH OR BETWEEN OR BENEATH THE FLOATS EITHER SIDE OF THE SAND TUBE, 5, AFTER INSTALLATION OF SAND TUBE WEIGHTS. PUNCTURE TUBE MEMBRANE MATERIAL AT W TO 12" OC ALONG TOP AND ENDS WITH SHARP PROBE. & CSPE MEMBRANE CHAFING STRIP BELOW SAND TUBES SHALL BE FIELD SEAMED IN PLACE, FIELD SEAMS SHALL BE CONTINUOUS ALONG EDGE EXCEPT 3" GAPS (NO BOND)AT 1D -("SPACING. 7.13RA114 PIPE SHALL BE SINGLE-WALL, FLEXIBLE. CORRUGATED, PERFORATED HOPE DRAIN PIPE WI MIN 6 OZIS4 FULL-LENGTH GEOTEXTR E SLEEVE. PERFORATIONS SHALL BE SLOTS Wl ROTATED ORIENTATION PATTERN EVERY OTHER VALLEY. PIPE SHALL BE ADS OR EQUAL, 8, CHAFING STRIP SHALL NOT CROSS JOINT COVER STRIP AT FIELD SEAMS WHICH CROSS RCT'S, 9. DRAIN PIPES SHALL NOT EXTEND INTO NONINTERFERENCE ZONES. SMOOTH PIPE ENDS BY APPLYING HEAT TO CREATE A BEAD, OR APPROVED ALTERNATIVE METHOD. COVER PIPE ENDS AFTER SMOOTHING W2O OZIS4 GEOTEXTILE HELD IN PLACE Wl POLYSTER ROPE AND SQUARE KNOT. B SQUARE KNOT. SEE SECTION 5 FOR REQUIREMENTS FACTORY SEAM (TYP) FLOATING COVER AS PER NOTE 6. SECTION �g NTS SQUARE KNOT, SEE SECTION C FOR REQUIREMENTS 1/4" DIA BRAIDED (MARINE GRADE) POLYESTER ROPE, ROPE ENDS SHALL BE CUT WITH KNIFE TO FUSE FIBER ENDS. SAND FILLED TUBE WEIGHT COVER GRADE) C-12 FLOATING COVER REPLACEMENT C-5027 CIVIL RESERVOIR COVER DETAkLS-113 CITY OF NEWPORT BEACH ^W -E340 -S PUBLIC WORKS DEPARTMENT SHEET 1.3 a, FLOATING COVER LAYFLAT TUBE, SIM TO DETAIL VC -11. BONDED TO FLOAT, SEE NOTE 4. Ml 1I95PTli NOTE: 1, FOLD OVER SEAM AT FLOAT ENDS (NOT SHOWN) AND BOND TO FLOAT WRAP, SIM TO DETAIL 2/C-11, 2. PROVIDE r CHAMFER AT FLOAT ENDS (NOT SHOWN), FULL CIRCUMFERENCE OF FLOAT, 3, PROVIDE S'.0" LONG BAFFLE FLOATS, INSTALLED WITH 3'-W GAPS BETWEEN. 4. BOND FLOAT TO WRAP MEMBRANE WITH CONTACT ADHESIVE ADHERE WITH MIN 6" WIDE ADHESIVE SPACED MAX 6" APART. BAFFLE FLOAT 1 NOT TO SCALE — 'ER AND SHOP WELDED TERIAL (DOUBLE I), TOP AND BOTTOM BAFFLE CURTAIN, SEAMS NOT SHOWN FOR CLARITY TYPICAL BAFFLE CURTAIN NOT TO SCALE ALIGN GROMMETS OF BOTH $A TUBES AND VERTICAL BAFFLE F SECURE W/1/4" POLYESTER ROI USING SQUARE KNOT, WRAP MI (1F RITTFR FIJI) .1 .1 CTI T TAP SEE NOTE 2 MIN FLOOR ELEVATION AS SHOWN MEMBRANE COVER MATERIAL PLAN VIEW BAFFLE SAND TUBE INSTALLATION NOT TO SCALE AC LINER W/ 1-10 CONIC NOTES: 1. FOR VERTICAL BAFFLE ATTACHMENT TAB, MEMBRANE MATERIAL SHALL BE CUT AND WELDED WITH SCRIM REINFORCING ORIENTED PER THE MEMBRANE MANUFACTURER'S RECOMMENDATIONS AND WARRANTY REQUIREMENTS. 2, SEE DETAIL VC -11 FOR SPECIAL SAND TUBE CLOSURE REQUIREMENTS SPECIFIC TO BAFFLE SAND TUBE WEIGHTS. 3. BAFFLE TO BE CUT OUT TO APPROXIMATELY FIT OVER INLET PIPE. HEM CUT EDGES 2"MIN. WATER CIRCULATION BAFFLE SECTION NOT TO SCALE G9 SAND EIGHT 'E AIR BAFFLE 3 ATTACHMENT TAB BIM, WELDED TO COVER 36 -MIL BLACKISLACK REINFORCED CSPE MEMBRANE, SIM TO FLOATING COVER MATERIAL 3" 3" SHOP WELD17 SHOP WELD ON PREFABRICATED FLOAT WRAP e ----- FLOAT WRAP MEMBRANE ATTACHMENT TAB CONTINUOUS FULL LENGTH OF BAFFLE MEMBRANE 1/2" DIA SOLID BRASS GROMMEt SCRIM REINFORCING ,,. SEE NOTE 1 ON SECTIONS NOTE: VERTICAL AIR BAFFLE NOT SHOWN FOR CLARITY AIR BAFFLE ATTACHMENT TAB 3 NOT TO SCALE - MEMBRANE COVER VERTICAL BAFFLE CURTAIN NOTE: 1, DO NOT PROVIDE FLOATS OR WEIGHTS FOR VERTICAL AIR BAFFLE. AIR BAFFLE SECTION NOT TO SCALE CA LL= 0 O DOVER FLOAT UIK DIA. BAFFLE FLOATS —CUT OUT FOR BAFFLE (TYP). FOLD OVER EDGE AND SHOP WELD. SIM TO SECTION A/C -13. B' DIA. BAFFLE SAND TUBE WTS. WATER CIRCULATION BAFFLE SECTION AT INLETPIPE G NOT TO SCALE C-9 rT16E56rq,, v �yO P'<lY'f *r9� PC R Gµlf C-13 FLOATING COVER REPLACEMENT C-5027 •(j.••~,� CIVIL MCHAEL L SWACORI. PE BAFFLE DETAILS A,9STANT CHY ENGINEER "C" NED: G BRAWN: MLS CITY OF NEWPORT BEACH w -5340-S NO. DAM DES IPOON OF REM9ONS APPROVED GIECNEu: OIL G I "D/2012 PUBLIC WORKS DEPARTMENT S<E 14 a; 4'-0" CLEARANCE BETWEEN INTERSECTING NET FLOATS AT NIZ, TYPALL SIDES, SEE NOTE 7 -1 SLOPEO CENTERLINE SEE NOTE2� SLOPE RCT FLOAT, SEPARATION VARIES AT BOTTOM OF SLOPE, SEE TABLE TYP, SEE NOTE TOE OF SLOPE - (C -0i FOR BOTTOM A/RATION V/SHlA,,<1llAlIEA BOTTOM RCT FLOATS P DEFINE IN EXTENT OF TEXTILE SEE NO5, IA X 12" LO SAND FILLED BOTTOM BE SPOT IGHT. ATTACH AT CENTER OF OUGH TERSECTION TO TOP OF COVER BOTT SANDTUBEATTACHMENT RAP IM TO DETAIL I/C-12 TYPICAL NON-INTERFERENCE ZONE (NIZ) SCALE: V=4'.0" NON-INTERFERENCE ZONE; NO WEIGHTS EXCEPT ONE SPOT WEIGHT AND RAINWATER ENHANCEMENT WEIGHTS AS SHOWN, SEE NOTE 5 NORTHEAST CORNER PLAN SCALE: V=30' 1 C -S Lm LC1X:1�?[l#9 0 INSTALL FLOATS AND WEIGHTS TO EL 302A'. TYP ALL SLOPE ROTS SLOPE NOT TROUGH #3� AND 101 \-SEENOTES Q SEE NOT / / ( SLOPE RCT TROUGH #4 INE NIZ Q�� TEXTURED rJ WALKWAY Gil NORTHWEST CORNER PLAN SCALE i 1'=30' C.g II° ! 0 SOUTHEAST CORNER PLAN SCALE: 1'=37 C-9 DAIS IDESDRIP➢ON V REN90NS GENERAL NOTES FLOAT SEPARATIONAT TOE OF SLOPE r- i. INSTALLATION LAYOUT SHOWN BASED ON �� 7'-6" EMPTY RESERVOIR WATER LEVEL. T'6" 2. SAND TUBE WEIGHTS NOT SHOWN FOR CLARITY, #5 T -T SAND TUBE WEIGHTS STOP AT EDGE OF INSTALL FLOATS AND #7 NON-INTERFERENCE ZONE WEIGHTS TO EL 302,4', BOTH T-6" SIDES OF MIXER GRILLAGE, 3. MEMBRANE CHAFING STRIPS NOT SHOWN FOR TYP ALL MIXERS CLARITY, 4, LOCATE CENTER OF NON-INTERFERENCE ZONES AT TROUGH INTERSECTIONS. 5, CUT AND INSTALL ONE PIECE OF 20 OVSY NEEDLE PUNCHED GEOTEXTILE UNDER THE ENDS OF THE TROUGH WEIGHT TUBES APPROACHING THE NON-INTERFERENCE ZONE AND THE SPOT WEIGHT, APPROXIMATELY AS SHOWN, CUT HOLES IN THE GEOTEXTILE AS/WHERE REQUIRED TO ALLOW THE WEIGHT ATTACHMENT STRAPS TO PASS THROUGH THE GEOTEXTILE, 6. SLOPE RCT FLOAT SEPARATION SHALL BE PKF AT TOP OF SLOPE (8 LOCATIONS). SLOPE NOT FLOAT SEPARATION AT BOTTOM OF SLOPE VARIES (SEE TABLE). FLOATS SHALL BE PLACED IN STRAIGHT LINES, Q T TERMINATE SLOPE RCT FLOATS AT EDGE OF BOTTOM RCT FLOAT ALIGNMENT OR SHORT OF BOTTOM RCT FLOAT ALIGNMENT TO MEET MINIMUM SETBACK DISTANCE BETWEEN FLOATS, 8, PROVIDE 20'-0' WIDE CSPE MEMBRANE OVER - MIXER GRILLAGE (TYP). EXTEND DOUBLE -LAYER PATCH MIN S PAST GRILLAGE AT EACH END, UPSLOPE AND DOWNSLOPE. INSTALL PER NOTE. 4/G0. SLOPE RCT TROUGH # FLOAT SEPARATIONAT TOE OF SLOPE #1 T-6" #2 7'-6" #3 T'6" #4 T -V #5 T -T #6 7-0" #7 7'B #6 T-6" C-14 FLOATING COVER REPLACEMENT C-5027 CIVIL CORNER TROUGH DETAILS i CITY OF NEWPORT BEACH W-5340-5 PUBLIC WORKS DEPARTMENT mm 15 7, WDIA BRAIDED SLY BRAS5 GROMMET POLY ROPE(TYR) (TYR OF 6) WEIGHTS TOUCH AT CENTERLINE OF STRAP (TYP) RAINWATER ENHANCEMENT WEIGHTS AND ROPE LACING PATTERN NOT TO SCALE C-tq 2" 2` �s Q WEtDE6 COVER MA{ERIAL r2 - - 112"SRASSGROMMET FABRICATE FROM CSPE MEMBRANE COVER WELOWEGHTSTRAP MATERIAL FULLY TO COVER NOTES:. " AFTER WELDING HYP) 5. WELDTOCOVER,SEELAYOUTSHOWNONDWGC12. 2, SECTION IS TYPICAL FOR BOTH WEIGHT STRAPS AND WEIGHT JOINT STRAPS, RAINWATER RUN-OFF ENHANCEMENT WEIGHT STRAP FA_� NOT TO SCALE - NOTES: 1. LOCATE ONEWEIGHT JOINT STRAP AT EACH ENHANCEMENTWEIGHT JOINT, WITH ONE WEIGHT STRAP AT CENTER OF EACH ENHANCEMENT WRIGHT. 2. WEIGHTJOINT STRAPS ARE USED ONLY FOR RAINWATER ENHANCEMENT WEIGHTS WITH LENGTHS GREATER THAN IZ-0 WEIGHT JOINT STRAP SECTIONSIDE VtEW NOT TO SCALE -� E= SLOPE RCT TROUGH W2 INHHxII9in / DWG CAA." H q F SEE NOTE WCA4 SEE NOTES S t H H u� CJ58 AND 7 (TYP) i L H H WARNING II:ifiRs):Eil M ROPE LACING jWEiGHi JORSTSiftAP PATTERN 7 CIA RAINWATER \TE#GLI ENHANCEMENTWEIGHT. NOTE: FABRICATEWEIGHT 1 MID WEIGHT STRAPS NOT SHOWN. SEGMENTS 12.0' LONG SEE SECTION C. RAINWATER ENHANCEMENT WEIGHTS AND ROPE LACING PATTERN NOT TO SCALE C-tq 2" 2` �s Q WEtDE6 COVER MA{ERIAL r2 - - 112"SRASSGROMMET FABRICATE FROM CSPE MEMBRANE COVER WELOWEGHTSTRAP MATERIAL FULLY TO COVER NOTES:. " AFTER WELDING HYP) 5. WELDTOCOVER,SEELAYOUTSHOWNONDWGC12. 2, SECTION IS TYPICAL FOR BOTH WEIGHT STRAPS AND WEIGHT JOINT STRAPS, RAINWATER RUN-OFF ENHANCEMENT WEIGHT STRAP FA_� NOT TO SCALE - NOTES: 1. LOCATE ONEWEIGHT JOINT STRAP AT EACH ENHANCEMENTWEIGHT JOINT, WITH ONE WEIGHT STRAP AT CENTER OF EACH ENHANCEMENT WRIGHT. 2. WEIGHTJOINT STRAPS ARE USED ONLY FOR RAINWATER ENHANCEMENT WEIGHTS WITH LENGTHS GREATER THAN IZ-0 WEIGHT JOINT STRAP SECTIONSIDE VtEW NOT TO SCALE -� E= SLOPE RCT TROUGH W2 INHHxII9in / DWG CAA." H q F SEE NOTE WCA4 SEE NOTES S t H H u� CJ58 AND 7 (TYP) i L H H WARNING II:ifiRs):Eil M NOTES: L FOR SINGLE I2' -D" ENHANCEMENT WEIGHTS, LOCATE ONE WEIGHT STRAP AT MIDDLE AND ONE T-0- FROM EACH END (3 TOTAL) FOR EACH ENHANCEMENT WEIGHT. 2. FOR MULTIPLE EN.HANCFMENT WEIGHTS (> 12'0" LENGTH', LOCATE ONE WEIGHT STRAP AT CENTER OF EACH 12'-0" SEGMENT, WITH WEIGHTJOINT STRAPS (DETAIL W,) BETWEEN SEGMENTS. 3, SECUREWEIGHTWITHWDIABRAIDED POLYESTER ROPEWITH SQUARE KNOT AT EACH STRAP, MID -WEIGHT STRAP t'-'�� SECTION -SIDE VIEW t I NOT TO SCALE mm i 0EXRIPRON(E RUMORS GENERAL- NOTES 1. INSTALLATION LAYOUT SHOWN BASED ON EMPTY RESERVOIR WATER LEVEL. 2. SAND TUBE WEIGHTS NOT SHOWN FOR CLARITY. SANDTUBE WEIGHTSSTOPAf£OGEOF NON-INTERFERENCE ZONE 3, RAINWATER RUNOFF ENHANCEMENT WEIGHT STRAPS AND ENHANCEMENT WEIGHTS NOT SHOWN FOR CLARITY. q. MEMBRANE CHAFING STRIPS NOT SHOWN FOR CLARITY. 5, LOCATE CENTER OF NOWNTBRFERENCE ZONES AT THROUGH INTERSECT IONS. 6. CUT AND INSTALL ONE PIECE OF 20 CZISY NEEDLE PUNCHED GEOTEXTILF UNDER THE ENDS OF THE TROUGH WEIGHT TUBES APPROACHING THE NON-INTERFERENCE ZONE AND THE SPOT WRIGHT APPROXIMATELY AS SHOWN. CUT HOLES IN THE GEOTEXTSLE AS MERE REQUIRED TO ALLOW THE WEIGHT ATTACHMENT STRAPS TO PASS THROUGH THE GEOTER TLE. FLOATING COVER REPLACEMENT C-5027 CIVIL CORNER TROUGH DETAILS - IT CITY OF NEWPORT BEACH W -5340-s PUBLIC WORKS DEPARTMENTG_ET16�C NON-INTERFERENCE ZONE (NIZ) \TE#GLI RED 5 { Q� WALKWAY ALIGN FLOATS ON FLOOR PARALLEL TO TOE OF SLOPEAT p CONTINUOUSEPARATION PER H g SECTION= -9 9 325'CLR lTYP1 SOUTHWEST CORNER PLAN 10 SCALE: 1"-30' C.9 NOTES: L FOR SINGLE I2' -D" ENHANCEMENT WEIGHTS, LOCATE ONE WEIGHT STRAP AT MIDDLE AND ONE T-0- FROM EACH END (3 TOTAL) FOR EACH ENHANCEMENT WEIGHT. 2. FOR MULTIPLE EN.HANCFMENT WEIGHTS (> 12'0" LENGTH', LOCATE ONE WEIGHT STRAP AT CENTER OF EACH 12'-0" SEGMENT, WITH WEIGHTJOINT STRAPS (DETAIL W,) BETWEEN SEGMENTS. 3, SECUREWEIGHTWITHWDIABRAIDED POLYESTER ROPEWITH SQUARE KNOT AT EACH STRAP, MID -WEIGHT STRAP t'-'�� SECTION -SIDE VIEW t I NOT TO SCALE mm i 0EXRIPRON(E RUMORS GENERAL- NOTES 1. INSTALLATION LAYOUT SHOWN BASED ON EMPTY RESERVOIR WATER LEVEL. 2. SAND TUBE WEIGHTS NOT SHOWN FOR CLARITY. SANDTUBE WEIGHTSSTOPAf£OGEOF NON-INTERFERENCE ZONE 3, RAINWATER RUNOFF ENHANCEMENT WEIGHT STRAPS AND ENHANCEMENT WEIGHTS NOT SHOWN FOR CLARITY. q. MEMBRANE CHAFING STRIPS NOT SHOWN FOR CLARITY. 5, LOCATE CENTER OF NOWNTBRFERENCE ZONES AT THROUGH INTERSECT IONS. 6. CUT AND INSTALL ONE PIECE OF 20 CZISY NEEDLE PUNCHED GEOTEXTILF UNDER THE ENDS OF THE TROUGH WEIGHT TUBES APPROACHING THE NON-INTERFERENCE ZONE AND THE SPOT WRIGHT APPROXIMATELY AS SHOWN. CUT HOLES IN THE GEOTEXTSLE AS MERE REQUIRED TO ALLOW THE WEIGHT ATTACHMENT STRAPS TO PASS THROUGH THE GEOTER TLE. FLOATING COVER REPLACEMENT C-5027 CIVIL CORNER TROUGH DETAILS - IT CITY OF NEWPORT BEACH W -5340-s PUBLIC WORKS DEPARTMENTG_ET16�C IHATCH FLANGE 63/4 TVP 3'-4 V2" TYP HATCH FASTENER BOLT PATTERN DETAIL r1 SCALE: V2"=1'-0 TOP LAYER HATCH FLOAT FOAM IfS xl"BUTYL SEALANT 2 STRIPS; 4 SIDES F MIN COVER BONDED TO FLOAT WRAP —I COVER TOP LAYER BONDED TO BOTTOM LAYER WITH CONTACT ADHESIVE COVEREI SCREEN, CLAMPS FLOAT WRAP 1 - SEE NOTE 1 J TIGHTEN FASTENER TO COMPRESS FOAM AS SHOWN (NUT BELOW SURFACE OF FOAM) — HAMMERTHREADED ROD ENDS OVER SO THAT NUTS WILL NOT UNSCREW O TACK WELD NUTTOSTUD SHADED AREA DENOTES AREA OF COVER BOND TO FLOAT WRAP T MINIMUM ALONG EDGES OF FLOAT AND 2" ALONG ALL CUT EDGES OF COVER ALL CUT EDGES TO BE CAP -STRIPPED ACCESS HATCH INSTALLATION DETAIL 2 SCALE�1/2"=TD" - 1l4" SS THREADED ROD 6 314" OC 94" SS NUTS 8 WASHER (DOUBLE NUTS) NYLON ISOLATION WASHERS HATCH FLANGE 118" THICK CUTS IN COVER MEMBRANE TO INSTALL HATCH FLOAT (DOUBLE -LAYER). SEE NOTE 4, FLOAT WRAP SEE NOTE 1 COVER NOT WASHER WITH a"CIA w a - w a TO HATCH FLOAT WRAP 2 119' THICK x2"OD 6116"ID HATCH FLOAT ATTACHMENT SS WASHERS 1/4" 98 NUT DETAIL F-67 63/4 TVP 3'-4 V2" TYP HATCH FASTENER BOLT PATTERN DETAIL r1 SCALE: V2"=1'-0 TOP LAYER HATCH FLOAT FOAM IfS xl"BUTYL SEALANT 2 STRIPS; 4 SIDES F MIN COVER BONDED TO FLOAT WRAP —I COVER TOP LAYER BONDED TO BOTTOM LAYER WITH CONTACT ADHESIVE COVEREI SCREEN, CLAMPS FLOAT WRAP 1 - SEE NOTE 1 J TIGHTEN FASTENER TO COMPRESS FOAM AS SHOWN (NUT BELOW SURFACE OF FOAM) — HAMMERTHREADED ROD ENDS OVER SO THAT NUTS WILL NOT UNSCREW O TACK WELD NUTTOSTUD SHADED AREA DENOTES AREA OF COVER BOND TO FLOAT WRAP T MINIMUM ALONG EDGES OF FLOAT AND 2" ALONG ALL CUT EDGES OF COVER ALL CUT EDGES TO BE CAP -STRIPPED ACCESS HATCH INSTALLATION DETAIL 2 SCALE�1/2"=TD" - 1l4" SS THREADED ROD 6 314" OC 94" SS NUTS 8 WASHER (DOUBLE NUTS) NYLON ISOLATION WASHERS HATCH FLANGE 118" THICK CUTS IN COVER MEMBRANE TO INSTALL HATCH FLOAT (DOUBLE -LAYER). SEE NOTE 4, FLOAT WRAP SEE NOTE 1 NOT TO SCALE _.. _.. ___. __ . IIPE CIRCUMFRENCE HATCH VENT mNOT TO SCALE TOP LAYER HATCH/ FLOAT FOAM --- 4"x24"xT FOAM (TYP 3 PLACES) COVER NOT WASHER WITH a"CIA \\\\\PATCH OF COVER GEOMEMBRANE; WELD TO HATCH FLOAT WRAP 2 119' THICK x2"OD 6116"ID HATCH FLOAT ATTACHMENT SS WASHERS 1/4" 98 NUT DETAIL F-67 P 3SI S(X�NMFLIA NOT TO SCALE _.. _.. ___. __ . IIPE CIRCUMFRENCE HATCH VENT mNOT TO SCALE TOP LAYER HATCH/ FLOAT FOAM --- 4"x24"xT FOAM (TYP 3 PLACES) 4"Y24"x3' FOAM (TYP 2 PLACES) TOP LAYER FLOATS NOT TO SCALE - ACCESS HATCH DETAIL F_6_�. SCALE: IC -8 TO FLOATS LELAYERCSPE IRANE. SEE NOTE 4. NOTES 1. PROTECT AND RE -INSTALL EXISTING HATCHES W/NEW FLOAT FOAM ASSEMBLIES. PROVIDE NEW HATCHES WHERE EXISTING ARE DAMAGED OR UNSUITABLE AS DETERMINED BY CITYS REPRESENTATIVE AND/OR WHERE NEEDED FOR QUANTITY. DO NOT REINSTALL FOAM FLOAT ASSEMBLIES. 2. ALL DETAILS SIMILAR FOR NEW AND EXISTING HATCH ASSEMBLIES. 3. DIMENSIONS SHOWN ON THIS DWG ARE FOR 3'x 3' HATCH ASSEMBLIES. EXISTING 4' x 4' HATCH ASSEMBLIES ARE SIMILAR. WITH V x 10" OVERALL PLAN DIMENSIONS. 4, PROVIDE IF SQUARE DOUSLE-LAYER CSPE MEMBRANE ON COVER. CENTERED OVER EACH 3'x3' HATCH FLOAT ASSEMBLY. INSTALL PER '.. NOTE 41G9, 4'x4' HATCH FLOAT ASSEMBLIES SHALL BE INSTALLED IN LARGER DOUBLE -LAYER PATCHES OVER MIXER GRILLAGE. 5. NEW HATCHES SHALL BE PROVIDED WITH ALL 316 STAINLESS STEEL '.. HARDWARE. SEE SECTION 05500. 4" X 24' (TYP 3 EXISTING 5052 AL HATCH OR NEW BILCO STYLE E5 (OR EQUAL) BOTTOMLAYER FLOATS 4 NOT TO SCALE - HATCH T ATTACHMENT SECTION A NOT TO SCALE - NO. I OA1 IDEXRIPTION OF BENSONS I TOP LAYER HATCH FLOATASSEMBLY BOTTOM LAYER HATCH FLOATASSEMBLY C-16 FLOATING COVER REPLACEMENT C-5027 CIVIL ACCESS HATCH DETAILS CITY OF NEWPORT BEACH W-5340-5 PUBLIC WORKS DEPARTME4WsNEET 17 OF: SSEMBLIES) fr 36" SO INSIDE OPENING P 3SI S(X�NMFLIA B -09 4"Y24"x3' FOAM (TYP 2 PLACES) TOP LAYER FLOATS NOT TO SCALE - ACCESS HATCH DETAIL F_6_�. SCALE: IC -8 TO FLOATS LELAYERCSPE IRANE. SEE NOTE 4. NOTES 1. PROTECT AND RE -INSTALL EXISTING HATCHES W/NEW FLOAT FOAM ASSEMBLIES. PROVIDE NEW HATCHES WHERE EXISTING ARE DAMAGED OR UNSUITABLE AS DETERMINED BY CITYS REPRESENTATIVE AND/OR WHERE NEEDED FOR QUANTITY. DO NOT REINSTALL FOAM FLOAT ASSEMBLIES. 2. ALL DETAILS SIMILAR FOR NEW AND EXISTING HATCH ASSEMBLIES. 3. DIMENSIONS SHOWN ON THIS DWG ARE FOR 3'x 3' HATCH ASSEMBLIES. EXISTING 4' x 4' HATCH ASSEMBLIES ARE SIMILAR. WITH V x 10" OVERALL PLAN DIMENSIONS. 4, PROVIDE IF SQUARE DOUSLE-LAYER CSPE MEMBRANE ON COVER. CENTERED OVER EACH 3'x3' HATCH FLOAT ASSEMBLY. INSTALL PER '.. NOTE 41G9, 4'x4' HATCH FLOAT ASSEMBLIES SHALL BE INSTALLED IN LARGER DOUBLE -LAYER PATCHES OVER MIXER GRILLAGE. 5. NEW HATCHES SHALL BE PROVIDED WITH ALL 316 STAINLESS STEEL '.. HARDWARE. SEE SECTION 05500. 4" X 24' (TYP 3 EXISTING 5052 AL HATCH OR NEW BILCO STYLE E5 (OR EQUAL) BOTTOMLAYER FLOATS 4 NOT TO SCALE - HATCH T ATTACHMENT SECTION A NOT TO SCALE - NO. I OA1 IDEXRIPTION OF BENSONS I TOP LAYER HATCH FLOATASSEMBLY BOTTOM LAYER HATCH FLOATASSEMBLY C-16 FLOATING COVER REPLACEMENT C-5027 CIVIL ACCESS HATCH DETAILS CITY OF NEWPORT BEACH W-5340-5 PUBLIC WORKS DEPARTME4WsNEET 17 OF: 3' QUICK -CONNECT FEMALE COUPLER (TYP OF 2) SHANK ADAPTOR (TVP OF 2) SS HOSE CLAMP (TYP) SPIRALITE 2000 EPDM SUCTION HOSE RE -USED 3" T@ NEW PUMPS&NEW 4 EXISTING PUMPS I \ DISCHARGE HOSE/CONNECTIONS, SEE NOTE 6 3" SLIP X WLE THREADED ADAPTOR EPDM SUCTION HOSE 3' @ RE -USED EXIST PUMPS & 2" Q NEW PUMPS(TYP) SUBMERSIBLE SUMP PUMP SEE NOTE 4 THREADED OUTLET NOTE: 1. INSTALL EXIST DISCHARGE HOSE WITH CONTINUOUS UPWARD SLOPE TO COVER RESERVOIR PERIMETER (NO LOW SPOTS). SEE DWG M-1 FOR LOCATION. 2. EXTEND CONT POWER AND CONTROL CABLES TO SUMP PUMP CONTROL PANEL LOCATED AT RESERVOIRS CONCRETE CURB. CONNECT CABLES TO PANEL. 3. BALLAST WEIGHT SHALL BE CONFIRMED FOLLOWING SUBMITTAL OF SUMP PUMPS. SUBMITTAL SHALL INCLUDE WEIGHT OF EACH PUMP. 4. FOUR (4) NEW SUMP PUMPS SHALL BE INSTALLED. SEE DWG C-9 FOR NEW SUMP PUMP LOCATIONS. 5. TWO(2)EXISTING SUMP PUMPS SHALL BE INSTALLED IN NEW SUMP ASSEMBLIES, SEE DWG C-9. S. REUSE EXISTING DISCHARGE HOSE, COUPLER AND ADAPTOR FOR DISCHARGE HOSE LOCATED BETWEEN SUMP PUMP AND V DIA PVC DRAIN PIPE. CUT / TRIM DISCHARGE HOSE ENDS AND RECONNECT QUICK -CONNECT COUPLERS X/ NEW SS CLAMPS. EXISTING HOSE WILL BE INSPECTED BY CITY REPRESENTATIVE DURING CONSTRUCTION TO DETERMINE CONDITION AND ACCEPTANCE FOR REUSE. 7. COAT EXPOSED PVC PIPE,VALVES, AND FITTINGS PER SECTION 09800. DO NOT COAT PVC SURFACES INSIDE THE SUMP (BELOW TANK LID), ASSEMBLY DETAIL FOR NEW SUMP PUMPS 1 NOT TO SCALE - EXIST SUMP PUMP CONTROL PANEL (SPCP) REINSTALL EXIST 6 HP POWER/ CONTROL CABLES (2) AND INSTALL \ NEW 2 HP POWER/ CONTROL CABLES (4). PROVIDE NEW CABLES PER SPECS RESERVOIR EX18T SST EYE BOLT EXIST UNISTRUT SUPPORT STRUCTURE TO SUMP PUMP - ! Tl SERVICE ROAD ABOVE COVER ! 1 FLOATING �A - COVER TO POWER \\ SUPPLY �-' `-EXIST CONCRETE CURB EXIST LINER INSTALL NEW STRAIN RELIEF GRIP FOR POWER AND CONTOL CABLES CONTROL PANEL MOUNTING DETAIL 14 NOT TO SCALE I C-9 3' 90 DEG PVC ELBOW W/ 3'x4" PUMPS. POWER AND CONTROL C SEE PLAN. LEVEL SWITCH W/ V THE CONNECTION. SEE SECT CONDUCTANCE PROBES -PVC SLIP FLANGE BELL THREADED PIPE END. 2" PVC UNION (FOR NEW PUMPS ONLY) P PVC PIPE W/ OPEN END. EXTEND CONDUCTANCE PROBE INSIDE APPROX 150 LBS SS RODS BALLAST (SEE NOTE 3). SMOOTH ALL EDGES TO MIN 1/8° RADIUS. SPACE RODS EQUALLY AROUND PERIMETER. AFFIX n TO SUMP W/ SS BAND CLAMPS 0 -'—"-----_-4' DIA HOPE DRAIN PIPE __ _SAND TUBE WEIGHTS PUMP ID TYPE SP-iRE-0SE EXIST, 6 -HP SP4 INSTALL NEW, 2 -HP SP -3 INSTALL NEW. 2 -HP SP -4 INSTALL NEW, 2 H SP -5 INSTALL NEW, 2 -HP SP6 RE -USE EXIST, 6 -HP ENCASE T-4" x 5'4' THICK ETHAFOAM FL ELECTRICAL NOTES: i. BEFORE THE FLOATING COVER DEMOLITION BEGINS LOCKOUT/ [ABOUT ALL POWER TO ALL SIX PUMP CONTROL PANELS. DISCONNECT AND REMOVE ALL SIX COVER PUMPS AND THEIR LEVEL SWITCHES. SAFELY STORE THE PUMPS AND SWITCHES INA SECURE BUILDING. 2, ONCE THE NEW COVER HAS BEEN INSTALLED REINSTALL TWO THE ORIGINAL COVER PUMPS AT THE LOCATIONS INDICATED WITH NEW HIGH WATER LEVEL SENSORS. AT THE OTHER FOUR PUMP LOCATIONS INSTALL THE NEW PUMPS SPECIFIED WITH NEW THE HIGH WATER LEVEL SENSORS. 3. AT EACH PUMP CONTROL PANEL PROVIDE NEW CABLE GLAND SEALS AND KELLUM STRAIN RELIEF FITTINGS AS NEEDED FOR THE PUMP POWER AND LEVEL SENSOR CABLES. 4, AT THE FOUR PUMP CONTROL PANELS WITH NEW PUMPS REPROGRAM THE EXISTING LOAD CONTROL INC. MODEL PMP -2S PUMP CONTROL MONITOR WITH THE NEW PUMPS NAMEPLATE DATA. 5, REPLACE THERMO OVERLOAD ELEMENTS LOCATED IN MOTOR STARTER (PUMP CONTROL PANEL) AT NEW PUMP LOCATIONS. ADJUST ANY MOTOR PROTECTION SETTINGS REQUIRED. 6. TEST ALL PUMPS FOR CORD INSULATION RESISTANCE, WINDING RESISTANCE, CORRECT ROTATION, RUNNING AMPS, AND VOLTAGE BALANCE. TEST ALL HIGH WATER LEVEL SENSORS FOR CORD INSULATION AND PROPER OPERATION. TEST ALL PUMP CONTROL PANELS FOR PROPER OPERATION. CORRECT ANY PROBLEMS FOUND AND RETEST THE EQUIPMENT. REPEAT UNTIL ALL PUMPS, LEVEL SWITCHES, PUMP CONTROL PANELS, AND CORDS FUNCTION PROPERLY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL PARTS AND LABOR TO OBTAIN PROPER FUNCTION. OAT W(CSPE OVER MEMBRANE COVER �� �V•V ��� MATER IAL -� vwvvvvvv v �.c�aiy-tet ac ---------------------� 30 GAL HDPE TANK RYAN NERCO #7106.006 OR EQUAL I OTRU WITH PROTRUDING UPPER p LIP ANDD REMOREMOVABLE LID (LID I v i/ v V V V v NOT SHOWN FOR CLARITY) I d V Xy v `y �L �/ LEVEL SWITCH I ( ( BALLAST WEIGHT RODS, EIGHT I O UANTILLYBE IW- ACCEPTABLE BASED ON y h WEIGHT. SEE NOTE 3. gx w 1/4"THK AL PLATE I u W/CHECKER PATTERN ON TOP. SMOOTH ALL EDGES TO SUMPPUMPAND 1 _ 1116" RADIUS. BOTTOM SHALL APPURTENANCES BE FLAT AND SMOOTH. NOT SHOWN FOR CLARITY L- - - - - - - - - - - - - - - - - - - - - - - - - - - J `F— MIN 4' WIDE STRIP OF DOUBLE LAYER CSPE MEMBRANE 3'-2'x5'-2° OD. TOP OF FLOAT PLAN 2V GO HDPE TANK WITH LID ENCASE ETHAFOAM FLOATf a0oaoa000000000a WITH CSPE MEMBRANE a a o 0 0 0 0 1/2" DIA HOLES, 2" (NOM) OC BOTTOM AND SIDES H YP) - SECTION FLOAT ASSEMBLY FOR NEW SUMP PUMPS 11 NOT TO SCALE pg L- V RADIUS (TYP) C-17 RE+�EWEO BIG CANYON RESERVOIR --------- / q� FLOATING COVER REPLACEMENT C-5027 ••-1�.•✓ CIVIL WCHAEL a. SINACORI, PE. SUMP PUMP DETAILS ASSISTANT FLY ENGINEER ceENEo: D L oRAwN: NLs CITY OF NEWPORT BEACH W-5340-5 N0. DATE DESQiaRWI 6 REMSNNS APITOWD CHECKED: OATE:730/2912 PUBLIC WORKS DEPARTMENT .SHEET 18 K 2 2'-6" IT -O" 19'-3" TYP 10'-0" 1'-0" 4'-0" 4'-0" 1'-0" I 1' (TYP) FOLD B NEA H o NEW DOUBLE LAYER CSPE COVER o �� ° , EXISTING INLET e �� STRUCTURE 4" PERF PIPE a EXISTING EXISTING 2" 316 SS 6y" DIA 5' LONG 48" DIA I a PIPING (TYP) 2'-6" TYP SAND TUBE e i INLET PIPE �' TYP EA SIDE OF b a INLET PIPE. ih , - 4" PERF PIPE SEE NOTE 2. e a �` EXTEND MIXER SLACKI TROUGH \ a WEIGHTS 21" PAST BOTTOM °/ _. T-.. a ° TROUGH FLOATS(iY ). B PLEATED TROUGH FI IVIG / SUPPORT ANCHOR, TYP j CONE: PAD (TYP BOTH SIDE OF G ILLAGE) 4" X 12" FLOAT NEW COVER OVER EXISTING INLET GRILLAGE (� TYP EA SIDE OF SCALE: 1" = 2' SAND TUBE 21" (LOOKING EAST) C -e 13'-0" 19'-3" EXISTING PIPE NEW DOUBLE LAYER CSPE COVER - SUPPORTS (MATERIAL LENGTH = 37-6") EXISTING 48"0 RCP 3" AC + 1 1/2" NEW 4" PERF CEMENT SLURRY 2'-6" TYP PIPE, TYP a d - a a NEW 02" DIA. 5' LONG SAND TUBE 4" X 12" FLOAT TYP EA SIDE OF INLET PIPE. SEE NOTE 2. TYP EA SIDE OF SAND TUBE NEW COVER OVER EXISTING INLET PIPE D NO SCALE (LOOKING EAST) C-9 13'-0" 19'-3" 4'-3" 0 i� 4" X 12" FLOAT, TYP EA SIDE OF SAND TUBE 10'-6" NEW DOUBLE LAYER EXISTING PIPECSPE COVER - SUPPORTS __7 (MATERIAL LENGTH = 37-6") j � FLOATING COVER REPLACEMENT C-5027 n CIVIL E EXISTING 2" -1 48" DIA - CITY OF NEWPORT BEACH 316 SS PIPE INLET EXISTING SS PIPE t ANCHOR PLATE ° --'--- '/"--TOE ° OF SLOPE EXIST 3" AC + 1 1/2" NEW CEMENT SLURRY NEW COVER OVER EXISTING GRILLAGE ADJACENT TO VALVE VAULT NO SCALE (LOOKING EAST) C-9 NOTES: 1. EXISTING RESERVOIR DETAILS ARE TAKEN FROM 2004 BCR FLOATING COVER AND DISINFECTION FACILITIES RECORD DWGS (C-3037) - CONTRACTOR SHALL FIELD VERIFY CONDITIONS AND NOTIFY THE ENGINEER OF DEVIATIONS FOUND. 2. SAND TUBES, PLACEMENT AND STRAP LACING IN TROUGHS PARALLEL TO INLET PIPE SHALL BE SIM TO DETAIL 4/C-12. 3. SAND TUBES, PLACEMENT AND STRAP LACING IN TROUGHS PARALLEL TO MIXER GRILLAGE SHALL BE SIM TO DETAIL 6/C-12. 4" PERF PIPE 2'-6" iV Q MWH NEW 6Y" DIA. 5' LONG SAND TUBE TYP EA SIDE OF INLET PIPE. SEE NOTE 2. A DED 3" S AMS, ALL AROUND (FIELD SEAM) VISIBLE FOLD MIXER GRILLAGE 3I I iN C/L 1 D D D MIXER SLACK TROUGH RESERVOIR TOE OF -S OPE TROUGH (SIMILAR FOR INLET PIPE SLAC K TROUGH) IM1101MIMITA PLEATED TROUGH FITTING 2 2 NO SCALE C14 C15 FLOATING 8' SHOP SEAM COVER 6, HEIGHT: MIXER SLACK TROUGH H = 1'-1" INLET PIPE SLACK TROUGH H = V-9" x FULLY WELDED SHOP SEAM SECTION A SECTION B 20'-O" WIDE DOUBLE LAYER CSPE MEMBRANE. CENTER OVER GRILLAGE. SEE NOTE 8/C-14. 5'-0" 4'-0" 5'-0" NEW CSPE FLOATING COVER -------------- ------VE -� s --:l _ _ -�_— RESERVOIR FULL 7 [ �1 \ EXIST SS PIPE o �yQ -' NEW 6Y" DIA. T LONG SAND TUBE TYP. SEE NOTE 3. _ En NEW CSPE—� I r COVER- i .� \----I�,�`� EXISTMIXER t= 'o a E 0 0 N ESS,q�, y���ONiP pgTY'�� o N w xp . z N * 0�3 s�'9rF CIVIC - OF CALIF w z Ci -18 RESERVOIR EMPTY — NEW 4"X12"NEW COVER OVER EXISTING FLO TYP AASIDE GRILLAGE AT MIXER ASSEMBLY TYP F NO SCALE C_9 WARNING 0 1/2 1 �miIF THIS BARDOES NOT MEASURE 1" THEN DRAWING IS NOT TO SCALE NO. DATE DESCRIPTION OF REVISIONS MICHAEL J. SINACORI, P.E. ASSISTANT CITY ENGINEER DESIGNED: DJL DRAWN. MLS APPROVED CHECKED: DATE: JDC 11/30/2011 AC BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT C-5027 n CIVIL E GRILLAGE DETAILS 0 CITY OF NEWPORT BEACH w -5340-s PUBLIC WORKS DEPARTMENT SHEET 19 of 24 DOUBLE LAYER CSPE VENT ATTACHMENT TAB (BETWEEN BASE PLATE AND PIPE FLANGE), 18" SO X 10" X 10- X AL BASE PLATE 48" LONG FLOAT, FULL LENGTH NOT SHOWN 1, COVER MEMBRANE IS CUT TO INSTALL PIPE VENT FLOAT UNDERNEATH, SIMILAR TOA VENTED TROUGH (BOTTOM -SIDE) FLOAT (SEE SPECS). 2. BOTTOM OF COVER IS WELDED TO TOP OF FLOAT WRAP, ALL CUTS CAP STRIPPED/PATCHED. 3. RE -USE EXISTING ALUM PIPES (SEE DWG 0-2) AND PROVIDE S ADDITIONAL, NEW ALUM PIPES (10 TOTAL). NEW FLOAT ASSEMBLIES (10 TOTAL) SHALL BE PROVIDED FOR ALL (DO NOT RE -USE EXIST FLOATS). PIPE VENT 12 NOT TO SCALE Q -g 0.12" THICK, W O.D. SQUARE 316 SS TUBE Wl ROUNDED EDGES (TVP). GRIM ENDS SMOOTH TO DOW RADIUS. {� BASE PLATE, FLANGE WELDTO FLOAT FULLY ENCAPSULATE INSIDE OF / AND COVER NOT F WRAP (TYP) CUT-OUT W) CSPE MEMBRANE. Y/ SHOWN FOR CLARITY, v TYPICAL FLOAT VENT TUBES �B� NOTTOSCALE G16 BOND CSPE TO CUTOUT FOAM W/ CONTACT ADDHESIVE NEW T" DIA 6061-T6 AL PIPE OR RE -USE EXISTING. SEE NOTE 3, 114'X S- SO AL FLANGE PL TO WELD AL PIPE\\ 114" THICK 50 DUR0 \ NEOPRENE OR EDPM GASKET EXTEND MIN V4" BEYOND PLO PL-� DOUBLE LAYER CSPE VENT ATTACHMENT TAB (LAMINATED TOGETHER), CLAMPED BETWEEN BASE PLATE AND 2" PIPE FLG. WIEDGES WELDED TO TOP OF COVERIFLOAT ALL AROUND W/ W MIN SEAM C— P RADIUS FLOAT ENDS AROUNDTOP 36 MIL OR 45 MIL - BLACKCSPE MOUNTING SHEET (HOLDS SCREEN) SECTION A NOT TO SCALE r%r'5 18" TALL BLOCK NUMERALS - MADE OF WHITE CSPE, WELDED TO MOUNTING SHEET IN 5 -FOOT INCREMENTS FROM 265 TO 300, 1/2° SS FASTENERS (TYP) MIN 118" RADIUS ROUNDED EDGE ON BASE PLATE ALL AROUND, TOP AND BOTTOM EDGE, INCLUDING CORNERS BOND TOP AND BOTTOM SURFACE OF BASE PLATE TO THE CONTACTING CSPE MEMBRANE WITH BR -700 CONTACT ADHESIVE. BASE PLATE TO BE DRILLED 8 COUNTERSUNKAS REQ'D FOR FLATHEAD FASTENERS TYP) SEE SECTION B FOR DETAIL 3- X 5'-D" LONG WHITE CSPE STRIP, WELDED TO MOUNTING SHEET AT 5 -FOOT INCREMENTS (TYP) 3" X 3'-0- LONG WHITE CSPE STRIP, WELDED TO MOUNTING SHEET AT 1 -FOOT INCREMENTS (TYP) BOTTOM OF RESERVOIR(REF) NOTE 1. ELEVATIONS TO BE VERIFIED BY SURVEYING. 2. SOLVENT WELD NUMERALS AND ELEVATIONS LINES TO MOUNTING SHEET. FIELD WELD MOUNTING SHEET TO COVER. 3. FIELD LOCATE AFTER FINAL COVER IS IN FIXED POSITION, WATER WARNING 1/2 1 N0. I OATS IOESCF.IPTION OF REMSRM'S CONTINUE RISER TO THE OUTSIDE EDGE OF FLOATS 4" DIA CORRUGATED SINGLE L__ __1-__ - __--__� VENT FLOAT - 24" X 48" X 8" J. 9NACONI, P.E. CONNECT TO TEE WHERE SHOWN, TIGHTLY AND MIN 3" WIDE LOOSE -FITTING CSPE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MEMBRANE SOLVENT WELDED TO FULLY ENCASED IN COVER COVER I MEMBRANE LOCKING TABS AT 50'x INTERVALS ( AROUND PERIMETER OF 0OTTOM TROUGH (� HORIZONTAL PIPE ON TOP OF / I SAND TUBES, SEE SECTION MC -12 FLOAT CL _-- --______ 112"RADIUS ROUNDED CORNERS (TYP) _�IIIIIIIII�II P BOTH S - 48" LONG FLOAT, FULL LENGTH NOT SHOWN 1, COVER MEMBRANE IS CUT TO INSTALL PIPE VENT FLOAT UNDERNEATH, SIMILAR TOA VENTED TROUGH (BOTTOM -SIDE) FLOAT (SEE SPECS). 2. BOTTOM OF COVER IS WELDED TO TOP OF FLOAT WRAP, ALL CUTS CAP STRIPPED/PATCHED. 3. RE -USE EXISTING ALUM PIPES (SEE DWG 0-2) AND PROVIDE S ADDITIONAL, NEW ALUM PIPES (10 TOTAL). NEW FLOAT ASSEMBLIES (10 TOTAL) SHALL BE PROVIDED FOR ALL (DO NOT RE -USE EXIST FLOATS). PIPE VENT 12 NOT TO SCALE Q -g 0.12" THICK, W O.D. SQUARE 316 SS TUBE Wl ROUNDED EDGES (TVP). GRIM ENDS SMOOTH TO DOW RADIUS. {� BASE PLATE, FLANGE WELDTO FLOAT FULLY ENCAPSULATE INSIDE OF / AND COVER NOT F WRAP (TYP) CUT-OUT W) CSPE MEMBRANE. Y/ SHOWN FOR CLARITY, v TYPICAL FLOAT VENT TUBES �B� NOTTOSCALE G16 BOND CSPE TO CUTOUT FOAM W/ CONTACT ADDHESIVE NEW T" DIA 6061-T6 AL PIPE OR RE -USE EXISTING. SEE NOTE 3, 114'X S- SO AL FLANGE PL TO WELD AL PIPE\\ 114" THICK 50 DUR0 \ NEOPRENE OR EDPM GASKET EXTEND MIN V4" BEYOND PLO PL-� DOUBLE LAYER CSPE VENT ATTACHMENT TAB (LAMINATED TOGETHER), CLAMPED BETWEEN BASE PLATE AND 2" PIPE FLG. WIEDGES WELDED TO TOP OF COVERIFLOAT ALL AROUND W/ W MIN SEAM C— P RADIUS FLOAT ENDS AROUNDTOP 36 MIL OR 45 MIL - BLACKCSPE MOUNTING SHEET (HOLDS SCREEN) SECTION A NOT TO SCALE r%r'5 18" TALL BLOCK NUMERALS - MADE OF WHITE CSPE, WELDED TO MOUNTING SHEET IN 5 -FOOT INCREMENTS FROM 265 TO 300, 1/2° SS FASTENERS (TYP) MIN 118" RADIUS ROUNDED EDGE ON BASE PLATE ALL AROUND, TOP AND BOTTOM EDGE, INCLUDING CORNERS BOND TOP AND BOTTOM SURFACE OF BASE PLATE TO THE CONTACTING CSPE MEMBRANE WITH BR -700 CONTACT ADHESIVE. BASE PLATE TO BE DRILLED 8 COUNTERSUNKAS REQ'D FOR FLATHEAD FASTENERS TYP) SEE SECTION B FOR DETAIL 3- X 5'-D" LONG WHITE CSPE STRIP, WELDED TO MOUNTING SHEET AT 5 -FOOT INCREMENTS (TYP) 3" X 3'-0- LONG WHITE CSPE STRIP, WELDED TO MOUNTING SHEET AT 1 -FOOT INCREMENTS (TYP) BOTTOM OF RESERVOIR(REF) NOTE 1. ELEVATIONS TO BE VERIFIED BY SURVEYING. 2. SOLVENT WELD NUMERALS AND ELEVATIONS LINES TO MOUNTING SHEET. FIELD WELD MOUNTING SHEET TO COVER. 3. FIELD LOCATE AFTER FINAL COVER IS IN FIXED POSITION, WATER WARNING 1/2 1 N0. I OATS IOESCF.IPTION OF REMSRM'S CONTINUE RISER TO THE OUTSIDE EDGE OF FLOATS NOTES: 1. INSTALL RISERS AT MAX 50' SPACING AROUND BOTTOM TROUGH AND WITHIN 5' OF EACH SUMP. EITHER SIDE, DO NOT INSTALL IN NON-INTERFERENCE ZONE. DRAIN PIPE RISER DETAIL r 2 NOT TO SCALE I C-12 �ry'ESSt � N rF f# CN.1f��P C-19 4" DIA CORRUGATED SINGLE vj....__ WALL POLYETHYLENE PIPE, J. 9NACONI, P.E. CONNECT TO TEE `9 MIN 3" WIDE LOOSE -FITTING CSPE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MEMBRANE SOLVENT WELDED TO ETTIFLOATING COVER 9" X 4" POLYETHYLENE TEE WITH SELF 13" SEA TYP LOCKING TABS AT 50'x INTERVALS ( AROUND PERIMETER OF 0OTTOM TROUGH (� HORIZONTAL PIPE ON TOP OF / I SAND TUBES, SEE SECTION MC -12 NOTES: 1. INSTALL RISERS AT MAX 50' SPACING AROUND BOTTOM TROUGH AND WITHIN 5' OF EACH SUMP. EITHER SIDE, DO NOT INSTALL IN NON-INTERFERENCE ZONE. DRAIN PIPE RISER DETAIL r 2 NOT TO SCALE I C-12 �ry'ESSt � N rF f# CN.1f��P C-19 FLOATING COVER REPLACEMENT C-5027 vj....__ CIVIL FLOATING COVER VENT DETAILS J. 9NACONI, P.E. NT OTY ENGNFER DRAWN: oa MLS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JDC DA 111./2012 SHEET DIMENSION TO SUIT ROOF CURB 1 1/4" 8 EO SPACES NEW VENTS (DETAIL 14) TVP OPPOSITE SIDES U E- 0 0 3" W a 0 T w O W >� 0 WF N U Z Q w � ° I 1/4" DIA STUD (OR BOLT) STAINLESS STEEL, WITH 1 1/2- PROJECTION AND NYLON ISOLATION WASHERS AND SLEEVE (TYP) SLOTBELOW TVP 2 PLACES LID HANDLE (TVP 2) 1" wy W 0 w Z Iz- n O ZW > v j +_Sao W ¢ Z a w O w W Q 3/8" DIA HOLE ¢ a (TYP) y N Q w + I 1/4" THICK STAINLESS STEEL PLATE CURB CLAMP PLATE NTS 2" TYP TO SUIT VENT OPENING v� COVERGEOMEMBRANE CAP STRIP 3 NTS T-0" FOR NEW VENTS (DETAIL 14) 4'-0" FOR EXIST VENT (DETAIL 13) 4" 4 EQ SPACES 2" WIDE COVER BOND g^ 3 EQ SPACES TO FLOAT WRAP (HATCHED AREA) -------- _------------- 6"X ___________ 6"X 6"X 1/8" THICK J STAINLESS STEEL PLATE PLAN 8" THICK FOAM ENCASED IN CSPE MEMBRANE (MEMBRANE NOT SHOWN FOR CLARITY) II II II II II II 8" 1/4" DIA X 9 1/2" LONG SS THREADED ROD, WELDED TO 1/8" THICK PLATE (TVP OF 9) TYPICAL FLOAT ASSEMBLY NTS 1-1/2"x3/16" SS FLOATING COVER REPLACEMENT C-5027 ______ 2"xi"x.120"316 S.S.UBING 1"TYP 10"x.025 SS MESH 2^ 00 w I TO FRAME 2"x1 x.120" 316 S.S. TUBING w-ssao-s ; CHECKED: JDC DA E/3o/zO1z TO SUIT VENT OPENING v� COVERGEOMEMBRANE CAP STRIP 3 NTS T-0" FOR NEW VENTS (DETAIL 14) 4'-0" FOR EXIST VENT (DETAIL 13) 4" 4 EQ SPACES 2" WIDE COVER BOND g^ 3 EQ SPACES TO FLOAT WRAP (HATCHED AREA) -------- _------------- 6"X ___________ 6"X 6"X 1/8" THICK J STAINLESS STEEL PLATE PLAN 8" THICK FOAM ENCASED IN CSPE MEMBRANE (MEMBRANE NOT SHOWN FOR CLARITY) II II II II II II 8" 1/4" DIA X 9 1/2" LONG SS THREADED ROD, WELDED TO 1/8" THICK PLATE (TVP OF 9) TYPICAL FLOAT ASSEMBLY NTS 1-1/2"x3/16" SS FLOATING COVER REPLACEMENT C-5027 FLATBAR (1 OF 8) CIVIL 10"x.025 SS MESH 2^ VACUUM -BREAKING VENT DETAILS ALL AROUND. TACK WELD v TO FRAME 1-1/2"x3/16" SS w-ssao-s ; CHECKED: JDC DA E/3o/zO1z FLATBAR (1 OF 8) RING 16 GA SS SHEET 21 OF 24 HOOD 2x 2x 0.080 SS 1/8" WIRE CLOTH TACK WELD TO FRAME 16 GA S.S. LID 16GAS.S. LID N i I 2"x LIDFOAM 2"x1"x.120 GASKET BONDED 1!8" 316 S.S. TO LI TUBING 7/16"0 HOLE IN FRAME I, A 7/16"x9/16" VERTICAL SLOT IN R13' -6"f LID FOR LOCKING LUG - (TYP FOR OPPOSITE SIDE)SEALANT STRIP, 1'-6" V-6" CURB CLAMP PLATE AND FLOAT ASSEMBLY, SIM TO SECTION A DETAIL 14. EXISTING VACUUM -BREAKING VENT (INSTALL AT INLET PIPE) 13 NTS C-9 Q MWH ASSEMBLE WITH 1/1 DIA STAINLESS STE FASTENERS CAPSTRIP WELDED TO COVER AT NEW VENTS (DETAIL 14) (TYP OF 2) CURB CLAMP PLATE Ila L I ________________ ------------ COVER CUT TO FORM OPENING UPSLOPE 1/4" M. (TYP) -------- --------------- I I VACUUM -BREAKING VENT ASSEMBLY BOTTOM PLAN NTS AT (TYPICAL) ADDITIONAL 8"x1'x2'-6" FLOATS (TYP OF 2) FOR REINSTALLED EXIST VENT ONLY (DETAIL 13). AIL 13) QUADRANT FOR MANUAL DAMPER CONTROL (NORMALLY OPEN/AUTO OPERATION) DRILL HOLES IN FLANGE OF CURB, MATCH HOLES AS SHOWN IN CURB CLAMP PLATE (TYP) 2- BANDS, 1/8' THICK X 1 -WIDE, POLYSOBUTYLENE SEALANT STRIP AROUND HATCH FLANGE CSPE MEMBRANE COVER II II II II II II II II II II II II III 1 II II 2 A - NEW VACUUM -BREAKING VENT AT SPILLWAY AND OUTLET PIPE 14 NTS C-9 WARNING 0 'I2 1/2 1 F THIS LS NOT MEASURE 1" THEN DRAWING IS NOT TO SCALE NO. DATE DESCRIPT10N OF REVISIONS GENERALNOTES 1. PROVIDE INTAKE, RELIEF, OR PASSIVE GRAVITY VENTILATORS WHERE SHOWN. VERIFY PROPER ORIENTATION OF LOUVERS FOR INTAKE, RELIEF, OR PASSIVE OPERATION PRIOR TO INSTALLATION. 2. POSITION NEW VACUUM -BREAKING VENT AT CENTER OF SPILLWAY BOX AND ABOVE OUTLET PIPE OPENING. 3. POSITION RE -INSTALLED EXISTING VACUUM -BREAKING VENT ABOVE INLET PIPE OPENING. 4. PROVIDE ROOF CURBS WITHOUT INSULATION. �CFESS/ N O OpRP Pq ti��PT� T`cC FZc I � Z N w A\ * xp O� * I, �vTf- CMV?P N Cr CPA 3 C-20 " n� FLOATING COVER REPLACEMENT C-5027 wk✓ CIVIL MICHAEL J. SINACORI, P.E. VACUUM -BREAKING VENT DETAILS ASSISTANT CITY ENGINEER v DESIGNED: DRAWN: DJL KVT CITY OF NEWPORT BEACH w-ssao-s ; CHECKED: JDC DA E/3o/zO1z PUBLIC WORKS DEPARTMENT SHEET 21 OF 24 I— — — SP -2 I I 3 EXIST 4" DIA PVC BURIED DRAIN PIPI J PIPEANCHOR M-3 6 EXPOSED M-3 CLEANOUT DRAIN PIPE y I /' I-• SECTION \" M-2 I I 6 I EXPOSED M-3 CLEANOUT I 5 PIPE ANCHOR M-3 ' ---------------4- ------ - - - - - - ---------- SP-1 6" DIA PVC DRAIN PIPE, TYP. SEE NOTES 2 & 3 EXIST PVC DRAIN 4" DISCHARGE HOSE ON SLOPE (TYP FOR SP -1 AND SP -6). SEE DWG C-17. 3" DISCHARGE HOSE ON SLOPE (TYP FOR SP -2, SP -3, SP -4, SP -5). SEE DWG C-17. SUMP PUMP DISCHARGE HOSE, SEE NOTE 6 ON DETAIL 1/C-17. CONNECT HOSE TO DRAIN PIPE SP -4 DISCHARGE HOSE I I CONNECTION M-2 6" DIA PVC DRAIN PIPE, TYP. SEE NOTES 2 & 3 ' 3 EXIST 4" DIA PVC BURIED DRAIN PIPES Q MWH SP -5 r u A DRAIN PIPE M-2 SECTION WARNING 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO SCALE SIM s0 0 50 100 11 i SP -3 1. NEW FLOATING COVER AND APPURTENANCES NOT SHOWN IN PLAN I.. --- 2. COAT PVC DRAIN PIPE PER SECTION 09800. Ix F5 EXISTING SUPPORTS) PER DETAIL 4/M-3, AS REQUIRED II I M-3 IIII MODIFIED PER DETAIL A/M-2. (TYP) � M-3 III USING JOINT DEFLECTION OR BENDING OF PIPE. $3 III 1 DISCHARGE HOSE IiII CONNECTION M-2 1 i SIM 4" DISCHARGE HOSE ON SLOPE (TYP FOR SP -1 AND SP -6). SEE DWG C-17. 3" DISCHARGE HOSE ON SLOPE (TYP FOR SP -2, SP -3, SP -4, SP -5). SEE DWG C-17. SUMP PUMP DISCHARGE HOSE, SEE NOTE 6 ON DETAIL 1/C-17. CONNECT HOSE TO DRAIN PIPE SP -4 DISCHARGE HOSE I I CONNECTION M-2 6" DIA PVC DRAIN PIPE, TYP. SEE NOTES 2 & 3 ' 3 EXIST 4" DIA PVC BURIED DRAIN PIPES Q MWH SP -5 r u A DRAIN PIPE M-2 SECTION WARNING 0 1/2 1 IF THIS BAR DOES NOT MEASURE 1" THEN DRAWING IS NOT TO SCALE SIM s0 0 50 100 UtNtKAL NU I tb 1. NEW FLOATING COVER AND APPURTENANCES NOT SHOWN IN PLAN 2. COAT PVC DRAIN PIPE PER SECTION 09800. 3. PROVIDE AND INSTALL NEW PIPE SUPPORTS (BETWEEN EXISTING SUPPORTS) PER DETAIL 4/M-3, AS REQUIRED TO MEET THE MAXIMUM SUPPORT SPACING PER SECTION 15006. EXISTING SUPPORTS SHALL BE MODIFIED PER DETAIL A/M-2. (TYP) 4. PROVIDE BEND FITTING AS SHOWN AT RESERVOIR CORNERS. IT IS NOT ACCEPTABLE TO MAKE UP BENDS USING JOINT DEFLECTION OR BENDING OF PIPE. SP -6 ` Yl CHARGE HOSE \ JNECTION l MA s Rq/oP NPe DATE I DESCRIPTION OF REVISIONS E 12 O PRP PgTi'� F� Zc I 3 6- 0aN W �vTF CIV\\- �2P �' CALM v M-1 REVIEWED BIG CANYON RESERVOIR n� FLOATING COVER REPLACEMENT C-5027 M MECHANICAL MICHAEL J. SINACORI, P.E. DRAIN PIPE PLAN ASSISTANT CITY ENGINEER s DESICNED: DJL DRAWN: MLS CITY OF NEWPORT BEACH W -5340-S32 CHECKED: JDC DATE' 30/2012PUBLIC WORKS DEPARTMENT s1EET 22 OF 24 3 3" DIA THD NIPPLE, CONNECT TO 3" QUICK -CONNECT FEMALE COUPLER ON DISCHARGE HOSE EXISTING SUPPORT PER DETAIL NM -2 OR NEW SUPPORT PER DETAIL 41M-3. (TYP) SEE NOTE 1. 6"PVG DRAIN PIPE EXISTING SUPPORT PER MA%2'A' (TVP) DETAIL AIM -2 OR NEW SUPPORT PER DETAIL 41M-3. BATTEN BAR EXPOSED 6 (TYP)SEE NOTE I. MAX4'0' SPACING (TYP) LOCATE FITTING TO ALIGN CLEANOUT MJ ABOVE SUMP PUMP PER FIELD DIRECTION BY CITY REP 0_0 61, PVC O O DRAIN B O PIPE — p I 0 U `PVC 6'X 3"(S X THD)' f TEE FITTING (i \CONC CURB DISCHARGE HOSE CONNECTION PLAN SCALE: 3/16'= V -V INSTALL NEW UNISTRUT P2558 PIPE CLAMP WISTEEL SHIELD ON EXISTING UNISTRUT SUPPORTS, TYP BATTEN BAR ANCHOR 3? THREADED JOINTS DIA PVC DRAIN PIPE. )AT PIPE PER SPEC -.CTION 09800. EXIST AC PAVEMENT EXIST CONCRETE \ ANCHOR RB,S EXIST UNISTRUT ANCHORED TO CONC CURB, SEE DETAIL S/G3 TYPICAL DRAIN PIPE SECTION [t] SCALE: 3118"=1'-0' M-1 NOTES: 1. PROVIDE NEW PIPE SUPPORTS BETWEEN EXISTING SUPPORTS, AS REQUIRED TO MEET SUPPORT SPACING REQUIREMENTS. SEE SPECS, 0 L_ 1 ILI EXIST CONCRETE CURB 4" DA DRAINPIPES ,TY� T� u COAT EXISTING ABOVE GRADE PIPE PER SPEC SECTION 09800 JOINTS AND FITTINGS NOT OC SPACING DIMENSION TO BE SHOWN FOR CLARITY, VERIFIED IN THE FIELD EAST CONNECTION TO EXISTING PVC DRAIN PIPE PLAN SCALE: VlW = P-0" — SCH 80 PVC PIPE W/SOCKET ENDS (TYP) 4" PVC UNION 1%" x 1'-2" UNISTRUT P1100 CHANNEL SUPPORT WI TWO;S" DIA SS EPDXY ADHESIVE ANCHORS (SEE SPEC 05500) BATTEN BAR 4" DIA DRAIN PIPES. TVP. COAT EXISTING ABOVE GRADE ECTIO PIPE PER SPEC SN 09660. JOINTS AND FITTINGS NOT SHOWN FOR CLARITY. OC SPACING DIMENSION TO BE VERIFIED IN THE FIELD SOUTH CONNECTION TO EXISTING PVC DRAIN PIPE PLAN F SCALE: 3116'= 1'4)" 11M,1 SPACING MAY VARY_ CONTRACTOR FIELD VERIFY. 4" MALE IPS X 4" FEMALE SOCKET PVC ADAPTER � I ( MAX 4'-0" SPACING (TYP) 4' MALE IPS X4'FEMALE SOCKET PVC ADAPTER - —JJIIIIIIIti'lµ_ o B I6"PVC Iffl- O _ DRAIN PIPE �� o O a ' 4" FEMALE IPS X 4" FEMALE ' SOCKET PVC ADAPTER. SLIP FEMALE SOCKET OVER 'X4"X4" SCH 80 PVC REDUCING ISI MANIFOLD WffEMALE THREADED IPS ENDS, ' NEW CUSTOM FABRICATED. NORMAL PRESSURE <iPSL `EXIST CONCRETE CURB 4" DIA DRAIN PIPES. TVP. COAT EXISTING ABOVE GRADE ECTIO PIPE PER SPEC SN 09660. JOINTS AND FITTINGS NOT SHOWN FOR CLARITY. OC SPACING DIMENSION TO BE VERIFIED IN THE FIELD SOUTH CONNECTION TO EXISTING PVC DRAIN PIPE PLAN F SCALE: 3116'= 1'4)" 11M,1 SPACING MAY VARY_ CONTRACTOR FIELD VERIFY. 4" MALE IPS X 4" FEMALE SOCKET PVC ADAPTER � I ( 4' MALE IPS X4'FEMALE SOCKET PVC ADAPTER - —JJIIIIIIIti'lµ_ o Iffl- O �� a ' 4" FEMALE IPS X 4" FEMALE ' SOCKET PVC ADAPTER. SLIP FEMALE SOCKET OVER 'X4"X4" SCH 80 PVC REDUCING EXISTING PVC PIPE STUB MANIFOLD WffEMALE THREADED IPS ENDS, ' NEW CUSTOM FABRICATED. NORMAL PRESSURE <iPSL MAX PRESSURE 30 PBL COSTFIELD VERIFY IONS EXISTINGING DIMENSIONS TYPICAL DRAIN MANIFOLD EXIST SCALE: 3/16"=1'A" EXIST 4" PVC PIPE r Ll Ee TYPICAL DRAIN CONNECTION B 4' GAt1f SCALE: 3116" = V-0" M.1 M-2 REwE6f0 BIG CANYON RESERVOIR {. } FLOATING COVER REPLACEMENT C-5027 WARNING 0 1 •(„,�,,.-� z MWHMECHANICAL DOES MICHAEL J. SINACORI, Pe DRAIN PIPE SECTIONS IF THIS BAR NOT MEASURE 1' ASSISTANT OTY ENGINEER THEN DTOASCALES I)ILL DRANK: Dx MLS CITY OF NEWPORT BEACH W -sago -s 3 NOT N0. DATE DESCRIPIM OF RENSMS APPROVED CHECKED: JDC DAM/mA20 2 PUBLIC WORKS DEPARTMENT SHEET Z3 OF24 FACE OF SLOPE 7 a , a a 0 NOTES' 1. FOR ADDITIONAL REQUIREMENTS SEE SPECIFICATION SECTION 15006 PIPE SUPPORT e NO SCALE M.2 7 FITTING UNISTRUT SERIES P-1479, GRINNELLIPOWER-STRUT NO PS -056, OR EQUAL (TVP) GALVANIZED FRAMING SUPPORT UNI STRUT SERIES P-5500. GRINNELL(POWER111T SERIES PS -150, OR EQUAL AT CLAMP. O 1 --------------------- rc TOP OF CURB o�ln 3'-0" MAX NOTES: 1, FOR ADDITIONAL REQUIREMENTS SEE SPECIFICATION SECTION PIPE SUPPORTS' STEEL PROTECTIVE IOUND PIPE VZ' GALVANIZED CONCRETE ANCHOR, WITH NUT AND LOCKWASHER(TYP), SEE SPECIFICATIONS. EXTENDED PIPE SUPPORT F 7 NO SCALE M-2 NOTES' 1. GALVANIZE ALL PARTS AFTER FABRICATION 2, ALL BOLTS, ANCHORS, NUTS AND LOCKWASHERS SHALL BE GALVANIZED UNLESS OTHERWISE NOTED 3. FOR ADDITIONAL REQUIREMENTS SEE SPECIFICATION SECTION 15006 PIPE ANCHOR 5 NO SCALE M -i ANCHORS' 2 2 WASHERS o FICATIONS y 1W STEEL PLATE APPROX CONCRETE CURB HORIZONTAL DEFLECTION. EXISTING CONCRETE w CONTRACTOR TO FIELD CURB VERIFY. SEE DWG C-1. Y -W I -- V-6- PIPE CUSTOM FABRICATED AMA C-900 BEND. FITTING ANGLE TO MATCH CURB ANGLE. SEE DWG Gi. TYPICAL PIPE BEND AT RESERVOIR CORNERS NO SCALE M.1 ALL EXPOSE, CLEANOUTS SHALL HAVE EXPOSED CLEANOUT 6 NO SCALE Mq ,E, �tCfESSIpy, i� CM M-3 �NEWEO BIG CANYON RESERVOIR ' 77 FLOATING COVER REPLACEMENT C-5027 WANNING a.do✓ G 1/z i MECHANICAL MWH'_� MICHAR J. 9NACORI, P.E. DRAIN PIPE DETAILS IF THIS BAR DOES ASSISTANT CITY ENGINEER NOT MEASURE Y DVSGNE0 DRAWN: THEN DRA'MNG Is � Da. rnLs CITY OF NEWPORT BEACH W-sBaos NOT TO SCALE No. OAiE OESCRIPnIXi OF Rfl1SbN6 pppRDI0ED CNECKED: SIC DATE'/30/2012 PUBLIC WORKS DEPARTMENT SHEET OF e = CITY OF NEWPORT REACH [I FOPCity Council Staff Report Agenda Item No. 14 February 26, 2013 • ' '1�I�ll1G1' 7L0I][1111 FROM: Public Works Department David Webb, Public Works Director 949-644-3311, dawebb()newportbeachca.gov PREPARED BY: Michael J. Sinacori, P.E. 949-644-3342, msinacori(anewportbeachca.gov APPROVED: �✓a G� 1r.iM v TITLE: Big Canyon Reservoir Floating Contract No. 5027 ABSTRACT: Cover Replacement - Award of The Big Canyon Reservoir (BCR) in Corona del Mar is a 200 -Million Gallon domestic water reservoir which serves the entire City of Newport Beach and is equipped with a floating cover. The floating cover has shown signs of extensive deterioration and inspection reports have recommended that it be replaced. Staff received favorable construction bids for the BCR Cover Replacement Project and is requesting City Council's approval to award a contract to MPC Containment International (MPC). RECOMMENDATIONS: 1. Approve the project drawings and specifications. 2. Award Contract No. 5027 to MPC for the total bid price of $5,720,500.00 and authorize the Mayor and City Clerk to execute the contract. 3. Establish a contingency of $300,000 to cover the cost of unforeseen work not included in the original contract. 4. Approve Budget Amendment No. 13BA- 033appropriating $2,347,723.00 from the Water Enterprise Capital Improvement Fund (510) to the Big Canyon Cover Replacement CIP Account No. 7511-C6002011. FUNDING REQUIREMENTS: Upon approval of the proposed Budget Amendment, sufficient funding will be available for the award of this contract. Funding in the amount of $3,932,814.00 is currently budgeted for this project in the FY 12-13 CIP budget. This budget amendment essentially advances necessary water CIP funding to replace this cover ahead of the Master Plan schedule of FY 2025/26 due to the pre -mature failure of the existing cover material. As a result of this 1 of 4 Big Canyon Reservoir Floating Cover Replacement - Award of Contract No. 5027 February 26, 2013 Page 2 advancement of funding, it will be necessary to postpone or adjust the amount of Master Planned water main replacement work over the next couple of years, including lines in the Newport Heights and Via Lido areas. Staff is in the process of reevaluating water CIP funding needs to ensure the Master Planned projects are being completed in a timely manner. The following funds are planned to be expensed: Account Description Water Enterprise — BCR Cover Proposed uses are as follows: Vendor MPC Containment Int. MPC Containment Int. MWH Global Various DISCUSSION: Account Number 7511-C6002011 Purpose Construction Contract Construction Contingency Const. Support Services Printing & Incidentals Total: Amount $ 6,280,537.00 Amount $ 5,720,500.00 300,000.00 250,037.00 10,000.00 $ 6,280,537.00 The City -owned and operated BCR is a 600 -acre foot (200M -gallon) potable water storage reservoir located in Corona del Mar. This reservoir at full capacity provides enough water to supply the City with 10 days of average water usage. This facility was originally constructed in the early 1960's as a main delivery point for imported water from the Metropolitan Water District. When it was constructed, an open water reservoir was a more typical and acceptable facility. However, as water quality standards have became more stringent over the years, the Department of Health Services (DHS) mandated that the City cover the reservoir or abandon the facility. In 2005 the City completed the installation of the current floating cover to satisfy this state requirement. The cover was intended to last 20 years; however, City staff noticed a significant amount of degradation to the cover after approximately 5 years of the 20 -year lifespan. In December of 2011, the City filed a complaint against the contractor and subcontractors associated with the manufacturing and installation of the BCR cover. In summary, the City's complaint alleges the contractor and subcontractors failed to properly manufacture and install the cover. Thus they violated contractual and other legal duties to the City. The litigation is still ongoing. Due to the significant amount of degradation, staff and contract inspection firms recommend replacing the cover to avoid a failure that may result in taking the reservoir out of service and possibly interfering with normal water system operations. The project contract documents were completed in the fall calling for replacement of the existing polypropylene cover with a new Chlorosulfonated Polyethylene (CSPE) cover. The project also includes the introduction of a new baffle curtain to improve circulation throughout the reservoir. CSPE cover material has been utilized in the water industry for more than 40 years. Polypropylene has been used for just over 20 years. The City chose polypropylene in 2004 due to the lower cost, lighter weight and expected 20 year lifespan. Unfortunately, 2 of 4 Big Canyon Reservoir Floating Cover Replacement - Award of Contract No. 5027 February 26, 2013 Page 3 the polypropylene cover material experienced premature failure. Staff presented the options to the Council Finance Committee on September 12, 2012, and recommended proceeding with the cover replacement project utilizing the longer lasting CSPE material, with an expected lifespan of 30 years. After their review, the committee concurred with the staff recommendation. At 10:00 A.M. on February 12, 2013, the City Clerk opened and read the following bids for this project: BIDDER AS -BID AMOUNT CORRECTED AMOUNT Low MPC Containment Int. $5,720,500.00 2 Layfield $5,799,528.00 3 SCCI Spiess Const. $6,656,500.00 4 Vido Samarzich, Inc. $7,478,000.00 The low total bid amount is 12 percent below the Engineer's Estimate of $6,500,000. The low bidder, MPC possesses a California State Contractors License Classification "C-61" 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 removal of the existing polypropylene cover, installation of a new CSPE floating cover, side slope chafer, a water quality separation baffle and other incidental work to complete the replacement. Project plans call for work to be completed within 175 working days, which includes time for material manufacturing and fabrication. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302(c) (Replacement and reconstruction of existing utility systems and/or facilities involving negligible or no expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: This agenda item has been notico according to the Brown Act (72 hours in advance of the meeting at which the City Counc/f onsiders the item). Submitted 4 Public Works Director Attachment: A. Location Map 3of4 PROJECT LOCATION MAP ATTACHMENTA ���P O 010 �O ZIP SAN / 81G CANYON RESERVOIR i vp G � Z f� y 04� I WNp R q0 qq J O - 000 e BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT City of Newport Beach NO. BA- 13BA-033 BUDGET AMENDMENT 2012-13 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: AMOUNT: $2,347,723.00 Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase expenditure appropriations from advances in Water Capital CIP funding allocations for FY13-14 to replace the Biq Canvon Reservoir Cover. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 510 3605 REVENUE ESTIMATES (360 1) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Amount Description Debit Credit Water Capital Fund - Fund Balance $2,347,723.00 ' Description AvIometic Signed: //a v FinaYrcial Approval: Finance Director Signed: Adminisha ive Approval: City M ager 1'2. Date 2 11.-' z Date Signed: City Council Approval: City Clerk Date Description Division Number 7511 Distribution & Piping Account Number C6002011 Big Canyon Reservoir Cover $2,347,723.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number AvIometic Signed: //a v FinaYrcial Approval: Finance Director Signed: Adminisha ive Approval: City M ager 1'2. Date 2 11.-' z Date Signed: City Council Approval: City Clerk Date