Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SCHULER ENGINEERING CORPORATION - 1993-08-10
Recorded in the County of Orange, California Gary L. Granville, Clerk/Recorder 111111111IIIIIIII 1111111111111111111111111IIII11111111 No Fee WHEN RECORDED MAIL TO: 19970252302 11 ;39am 06/02/97 CITY OF HUNTINGTON BEACH 005 25003447 25 28 Office of the City Clerk N 12 1 7.00 0.00 0.00 0.00 0.00 0.00 P. O.Box 190 Huntington Beach, CA 92648 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee,2000 Main Street, Huntington Beach, CA 92648,that the contract heretofore awarded by the City Council of the City of Huntington Beach,California to Schuler Engineering Corporation,who was the company thereon for doing the following work to-wit: Reservoir Hill Booster Station-CC-534 That said work was completed May 19,1997 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the City Council of the City of Huntington Beach at a regular meeting thereof held on Monday,May 19,1997. That upon said contract Fidelity And Deposit Company Of Maryland was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach,as contemplated under Government Code Section 6103 and should be recorded free of charge. Dated at Huntington Beach, California,this 22nd day of May,1997. , 1 City Clerk and 4ex-offic�io C , of the City Council of the City of Huntington Beach, California STATE OF CALIFORNIA ) County of Orange ) ss: City of Huntington Beach ) 1, CONNIE BROCKWAY,the duly elected and qualified City Clerk and ex-officio Clerk of the City Council of the City of Huntington Beach,California do hereby certify under penalty of perjury,that the foregoing NOTICE OF COMPLETION is true and correct, and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County by said City Council. Dated at Huntington Beach,California,this 22nd day of May,1997.. City Clerk and ex- cio Clerk of the City Council of the City of Huntington Beach, California g:\followu&scplgs Tax-Exempt-Government Agency, This document is solely for the CITY OF HUNTINGTON BEACH official buniness of the City nie Brockway, C of Huut�'t, to:? e?Or:h. '.". cOritetu— City C erk dated vu. dp,' C;:!�'ir' Code G/followup/ccnoc ,By, See. 6103 and should be recorded puty City Clerk free of charge. / `l7 _ w REQUEST FOR COUNCIL MEETING DATE: DEPA I D NUMBER: l�.� 9 7 Nod Council/Agency Meeting Held: s��97 Goa,RS Deferred/Continued to: W"Apigoved ❑ Conditionally Approved ❑ Denied (City Cle 's Signature Council Meeting Date: May 19, 1997 Department ID Number: REQUEST FOR COUNCIL ACTION SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS SUBMITTED BY: MICHAEL T. UBERUAGA, City Administrator PREPARED BY: 46S M. JONES II, Director of Public Works �-- SUBJECT: RESERVOIR HILL BOOSTER STATION PROJECT; CC-534 Statement of Issue,Funding Source,Recommended Action,Alternative Action,Analysis,Environmental Stat s, ttachment(s) Statement of Issue: Schuler Engineering Corporation has completed the Reservoir Hill Booster Station Project; CC-534. The improvements can now be accepted by the City and the Notice of Completion filed with the County Clerk-Recorder's Office. Recommended Action: Accept the improvements and authorize the City Clerk to file the Notice of Completion with the County Clerk-Recorder's Office for the Reservoir Hill Booster Station Project; CC-534. Analysis: Schuler Engineering Corporation completed its construction contract for the Reservoir Hill Booster Station Project; CC-534. The purpose of this booster station project is to enhance water pressure to serve the approximately 800 acres bounded by Ellis Avenue on the north, Huntington Street on the east, Clay Avenue on the south, (including Seacliff Shopping Center and Seacliff Estates) and the bluffs on the linear Park on the west. The construction of these improvements is now complete per the approved Contract Documents; .therefore, the Director of Public Works recommends acceptance of the project and requests that the Notice of Completion be filed by the City Clerk. RCAJUDY.DOC -2- 02/20/97 10:41 AM w REQUEST FOR COUNCIL ACTION MEETING DATE: DEPARTMENT ID NUMBER: The following is a summary of the contract costs: Council Actual Approved Expenditures Contract Amount $ 2,482,413.00 $ 2,482,413.00 Construction Change Orders 250,000.00 211,989.09 Supplemental Expenses 249,800.00* 124,762.90 TOTAL COST $ 2,982,213.00 $ 2,819,164.99 "Including inspection services Change Order Summary The project change orders were well within budget and represented approximately 8% of the construction contract amount. (The industry standard is typically 10% of the construction contract costs.) Change orders included increased lighting, soil stabilization, and equipment modifications to better met the needs of the City. Funding Source: Water Fund Capital Account No. E-EW-PC-848-6-39-00 was used to fund this project. Alternative Action(s) 1. Do not accept the contract as complete and do not file the Notice of Completion. The City is currently holding in excess of$50,000 as the contractor's retention. These fees are due to the contractor pending acceptance of the project. If we do not make payment to this contractor in a timely fashion, he will likely file a claim against the City for payment for services rendered. 2. Accept the contract as complete and do not file the Notice of Completion. Delay in filing the Notice of Completion will delay final retention payment to the contractor. These fees are due to the contractor pending acceptance of the project. If we do not make payment to this contractor in a timely fashion, he will likely file a claim against the City for payment for services rendered. 3. Do not follow the recommended action and advise staff on how to proceed. RCAJUDY.DOC -3- 02/20/97 10:41 AM REQUEST FOR COUNCIL ACTION MEETING DATE: DEPARTMENT ID NUMBER: Environmental Status: Not applicable. Attachment(s): None. JRR:DMD:jm Page City Clerk's - RCAJUDY.DOC -4- 02/20/97 10:41 AM REQUEST FOR COUNCIL ACTION MEETING DATE: DEPARTMENT ID NUMBER: Council/Agency Meeting Held: 3Z/?197 Deferred/Continued to: Am.� i ❑Approved ❑ Conditionally Approved ❑ Denied City Clerk's Sign re Council Meeting Date: Department ID Number: REQUEST FOR COUNCIL ACTION SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS x --1 SUBMITTED BY: MICHAEL T. UBERUAGA, City AdministratqC PREPARED BY: '1ES M. JONES II, Director of Public Works n;, �rn SUBJECT: RESERVOIR HILL BOOSTER STATION PRC-534 CZ 11 Statement of Issue,Funding Source,Recommended Action,Alternative Action,Analysis,Environmental Status,Att hm nt(s) Statement of Issue: Schuler Engineering Corporation has completed the Reservoir Hill Booster Station Project; CC-534. The improvements can now be accepted by the City and the Notice of Completion filed with the County Clerk-Recorder's Office. Recommended Action: Accept the improvements and authorize the City Clerk to file the Notice of Completion with the County Clerk-Recorder's Office for the Reservoir Hill Booster Station Project; CC-534. Analysis: Schuler Engineering Corporation completed its construction contract for the Reservoir Hill Booster Station Project; CC-534. The purpose of this booster station project is to enhance water pressure to serve the approximately 800 acres bounded by Ellis Avenue on the north, Huntington Street on the east, Clay Avenue on the south, (including Seacliff Shopping Center and Seacliff Estates) and the bluffs on the linear Park on the west. The construction of these improvements is now complete per the approved Contract Documents; therefore, the Director of Public Works recommends acceptance of the project and requests that the Notice of Completion be filed by the City Clerk. E —q RCAJUDY.DOC -2- 02/19/97 2:10 PM 07-10-1997 11:37AM PROM SCHULER ENG TO 1?14e4?1067 P.0^1CITY OF HUNT, INGTON H �y✓ , a. 2060 MAIN STFiEET i P. ©. BOX 190 ` C�?`1.I FQaI�J1A 92648 Louis F. Sandoval Public Works Lye `:arrnent Director it 14) 5 .6-5431' ! August 30, 19,93 D ? I ll j Schuler Engineering Corporation P p Box 8517 „G. Riverside, ,CA 92515-8517 1 I =y4N HU iTlifGTON BEACH,CA Attention: Mr. Bruce Schuler Re: Reservoir Bill Bcioster ;Station!, - C6-534 i Executed Contract ll � � Dear Sir: Enclosed is a copy of the exeicuted contrgct with City o€ unt ng on Beach, a Declaration of Satisfaction; of Claims and a Celt 'tic 4 of Compliance 'form. The Declaration of! Satisfact!io : of Cl' p s:and the certificate of Compliance form must bey et 'r ed o ;� is dffice aft the , ro'ect is comiAeted but b rior : , 'the ieleal 0f retention finds. i . in addition, the following ;item must also be n filel,; wit it is office before the city can release any retenti n fund : A warranty bond guaranteeing tie f inal amount f wo end materials for oneiyear. If your per orman a bond dpes not include specific wording for a zie ye p. warranty, then a rider or sdparate bondmustb 'submi d.: Should you have any questions or concerns regarding th� nclg�s' br� es or items that must be on file in t4is 6ffice- p for t ekes or retention funds, please call me at 1(714) 536-5 2'8. ! I Very 'truly ours, { j I� Deborah N-i UOBo , !, kssociate !C'v+il. Encri eer! L7MD:j as Enclosures-* Cash Contract Declaration of Satisfaction of c laims Certificate of Complliance I i 1 i I , SIGN OFF FOR OPEN RECEIVABLES: Please determine if open receivables exist for the company listed. Amount Due No Outstanding Balance Accounts Receivable Date Please determine if open receivables exist for the company listed. Amount Due t//No Outstanding Balance "-a,, _ Z) r Municipal Se ices Date Please determine if open receivables exist for the company listed. Amount Due V No Outstanding Balance Business License Date Local Address Cif applicable g:rentemp.doc City of Huntington Beach Department of Public Works Post Office Box 190 Huntington Beach, CA 92648 Subject: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Gentlemen: The undersigned, contractor on '300WTM Project No. Title hereby certifies that all laborers, mechanics,apprentices,trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract on the project have been paid wages at rates not less than those required by the contract provisions, and that the work performed by each such laborer,mechanic, apprentice or trainee conformed to the classifications set forth in the contract or training program provisions applicable to the gage rate paid. eg Signs a and Title 6/UAC E— 'e�;- Sc"k1 L) gxc rashcon 1 F ...-. 4� ` DECLARATION OF SATISFACTION OF CLAIMS I, e 8h O4 0YL+� CORP- , state: 1. I am the general contractor for the City of Huntington Beach, as to the project more fully described in the public works contract entitled VC�4A),D )- At o.,LD1 ff_WXe- fete"o> , and dated hLi y1T 10, L .J 3 2. All workers and persons employed, all firms supplying materials, and all subcontractors for the above-mentioned project have been paid in full. 3. The following are either disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California: (if none, state "NONE") I declare under penalty of perjury that the foregoing is true and correct. Executed at IZ VC(S)Q&-A CA on this day of �� , 199A. (Signature of Contractor) ,X-AOLM c K_eC �- g-cc\cashcon2 Q Y. JB �puL.) - i': 07-10-1997 11: 18AM FROM SCHULER ENG TO 17143741557 P.02 :)ECr,A RAT ION OF SATISFACTION O CLAIMS ! state: - Name of Contras or � I � 1 , I am the general contractor for the. C ' ty of 1. ntin4tdn 3 ash , as to the project Mere �ullyld scribe di tl e. public works contract entitled; and dated 24vST t�0 155-3. I 2 . All workers and persons employed, all firms pplyin, materials and all subcontractbrs for the above--mentioned project have been paiii in fu �! f i 3 . The following are either disputed cla its, 0r' tems iinss: connection with Notices to Wit hholdtl 4hich h kl• e befnl f i.led under the nrovisions of the .sta -utes c i the ;taite of California; ( if none, scat¢ "N0 ]E ) j f i tz- j � f O i f , Y declareunder penalty of perjury that the f zegoin . is t and correct . f ,.:.........._:.,.., ,. ....E.xecuted_...a.t. _... �v�-� ) �: .__..._......... _ _on .this - L ..ai-..�l_ .w_.. 19 Z j yl ignature f Cont a tor' I j i 11;IdHI'I rKul'I Sl.fW1%IK J i I 1 r•J 1 f1 J 1 I RECE1 Veo CITY Ct ERK CITY tF �0 IZ i ply �97 City of Huntington Beach Department of Public works i P.O. Box 190'. Huntington Bpach, California 1 9261 ^o Attention: ' 1 subject: CerItif ation of Camp lance i h Title VII of the Civil Right ket, 1 and; Equal Employment' Cgportu i y I Act; of 1972 : i ! i Gentlemen: The undersigned, contractor on 7LJD1� i ti oOS t-A. MV-7LC F4 Pro ecv No. Txt hereby certi�:ies that all l.abbrers, mechanics, p!prentic as.. t,'-ainees, watchmen and: guards employed by him or b� any s contractor g�rformi- in.g work under the contract on the project have been p it wa!e!s at rates not less than those required by the contra �t pro i ions;;; and that the work performed by each such laborer, mechanic, pprdntice or- trainee conformed to the classifications !set forth in th co�tr, ct ox training program provisions applicable to the wage rat aid. ! I • � If Signature and Title 4 TOTAL P.03 J. CITY OF HUNTINGTON BEACH ;- INTERDEPARTMENTAL COMMUNICATION HUNTINGTON BEACH S . TO: Les Jones, Public Works Director FROM: Connie Brockway(fj City Clerk DATE: October 9, 1997 SUBJECT: Requests Made By Departments To Deputy City Clerks To Sign Documents That The City Clerk's Office Is Not Authorized To Sign .i S4 During the Agenda Staff Meeting at which this item was reviewed, reference was made regarding bureaucracy in the delay of the Release of Retention Funds. (A memorandum was written to the City Attorney by the Department of Public Works informing that the City Clerk would not sign off the release). I am requesting that you review the events that occurred. Bureaucracy was not involved in Item Nos. 5 &6. 1. Notice of Completion removed from 3/18/97 City Council Agenda. 2. Notice of Completion approved by Council 5/19/97. 3. Final recorded Notice of Completion received 6/2/97. 4. Early July, 1997 DPW sent Request for Release of Retention of Funds to Clerk's office for processing. Clerk's office notifies DPW that Declaration and Satisfaction of Claims and Certificate of Compliance and Warranty Bond are needed. The contractor is notified by DPW and provides all but the Warranty Bond. The Clerk informs DPW. Page Two 5. The contractor is unexpectedly brought to the City Clerk's office by DPW. The DPW and Contractor inform the Deputy City Clerk that Warranty Bond is not required and �= the City Attorney's Office has verbally confirmed this. The Deputy City Clerk =f informs DPW and the Contractor that she must receive written authorization. (A note etc., not a legal opinion). 1"1. - 6. On 7/10/97 DPW provides a communication dated 12/17/96 regarding the verbal T. conversation with the City Attorney's office about the Warranty Bond issue. Along _ with this is a hand written note from DPW, rather than the City Attorney, requesting that the City Clerk waive the Warranty Bond. The Deputy City Clerk again requests that the DPW provide written authorization from the City Attorney to do so. 7. The item then is sent to the City Council for the 9/2/97, Council Meeting. 1'= 8. On 9/10/97 the City Clerk's office requests City Teasurers's office to sign the Release of Retention funds. The City Treasurer requests Schuler Engineering to bring up to date delinquent business license fees for approximately the past three years. On 9/16/97, DPW informs the City Clerk's office that all business license fees have been taken care of by Schuler Engineering. 9/16/97 City Treasurer's office signs release and the same day the City Clerk's office processes the Release `= of Retention Funds to Finance. This chronology is provided for your information. Deputy City Clerks must not again be placed unexpectedly in the position of being asked in front of a contractor to approve action which cannot be approved by the City Clerk's office. This was not done on purpose, I realize, however the Deputy City Clerk provided proper information all along, .. .r' Bureaucracy did not occur. As it turned out Council action was required, so I and the ;ws - Deputy City Clerks were mistaken in thinking the City Attorney's office could authorize the action. 0 � . /�.. _/L � � • it � �,.� i �_/ /� J � � � III NO 'AM WAO //I .. _�_ :��� .% -,�L .!� ate � • ' WAR;OR FF .� •� I w ISM, ' r ' ' 151 -m- w®rs,9" AW srrs+s� �i�I TiCe JVotes Office of the City CCerk Huntington Beach, CaCfornia File Notes � �N�" Office of the City Clerk ��3�' Huntington Beach, California 1 ,O Q , - . - e Initial,date,and return to: Assignment Form .Mae Office of the City Clerk Today's Date c� 9 7 Date needed CC- 53(f t0a.1- / / - fv Research Notes: G:forms/assign.doc [365] From: Randy Huttenberger 12/17/96 2:23 tes: 12 In) To: Debbie DeBow �Jy- /QQ' Subject: CC-534 Warranty Issues -------------- Message Contents ------------------------------- On Monday, December 17, 1996, Paul and I met with Joe Barron in the City Attorney's office. After reviewing the information Paul & I presented, Joe indicated that if we are using the pump station, then we cannot hold the contractor to to any warranty beginning at any time past the date we began "Beneficial Use". Since we began using the pump station in June 1995 (per Paul) the warranty periods effectively began at that time. All warranties began the date we began benificial use. Anything other than this would not hold up in Court. If you have ay questions, please let me know. cv e-Yrt hat . 77� z�-� � � � � �� ���� �� � .iTY tLER'K ItY REACH '� CONFIDENT �EFt4� JkK I IZ 21 191 j I j SCHULER ENGINEERIN11; C.( FAX COVER' S a ET I DATE. 7 , TIME. �, �.� ; •�.; � + Ii NUMBED. OF PAGES INCLUWNG C VERI COMPANY: &,ch1� '+ DELIVER TO: + FAX NUMBER: �iy� .��� � %7 Id I' COMMENTS: PI.6-Se. FROM: Lisa M. Goldsc idt TELEPHONE (909) 7185-0675 ;FAX (909) 78 -1834 12155 MAGNOLIA AVENUE, #9-C RtVrERSME, CALIFORNl1 2503 I j COVER PAGE REQUEST FOR LATE SUBMITTAL (To accompany RCA) nt: Public Works Subectaive a De artme for it Reservoir Hill Booster Station Council Meeting Date: Sept. 2, 1997 Date of This Request: Aug. 21, 1997 REASON (Why is this RCA being submitted late?): The Department Head returned from vacation on Tuesday, Aug. 19 not seeing his signature file with the attached RCA enclosed. The Administrative Assistant was out ill when RCA's were due and the RCA did not get taken upstairs. EXPLANATION (Why is this RCA necessary to this agenda?): Delay of this RCA would cause the contractor to pursue litigation to retrieve his retention fund, plus interest, plus costs of litigation from the City. CONSEQUENCES How shall delay of this RCA adversely impact the City?): Zi�h7 p O Approved O Denied pproved O Denied - Initials Required De ad Ass i Administrator City Administrator REGLATEMOC MUM CITY OF HUNTINGTON BEACH INTER-DEPARTMENT COMMUNICATION HUNTINGTON BEACH TO: Les Jones, Director - Public Works FROM: Gail Hutton, City Attorney DATE: August 11, 1997 SUBJECT: RLS 97-592; Warranty Issue - Reservoir Hill Booster Station - CC-534 [Revised 8/19/97] BACKGROUND: Pursuant to the terms of the contract between the City of Huntington Beach and Schuler Engineering Corporation for the Reservoir Hill Booster Station, Schuler Engineering was required to furnish a bond in the amount of 100% of the contract price to warrant such performance of the agreement for a period of one year after City's acceptance thereof. Schuler was to have provided this bond to the City of Huntington Beach prior to entering upon the performance of the agreement. The .performance bond was never received, and currently, the City Clerk's Office will not sign off on the release of the contractor's overdue retention funds. The City assumed beneficial use of the Reservoir Hill Booster Station in June 1995. In May, 1997, the City formally accepted the job. The delay from June, 1995 through May, 1997, was beyond the contractor's control. ISSUE: May the City waive the warranty bond requirement at this time? ANSWER: Yes, the City Council may authorize waiver of the performance bond. ANALYSIS: The City's beneficial use of the facility in June, 1995, raises the issue of acceptance pursuant to the terms of the contract. The twelve month warranty period initiated upon "acceptance" of the project. The City's beneficial use could be interpreted as acceptance as the contractor was not the cause of delay of the formal acceptance by City Council. imp/pw/memos/reserhil/8/19/97 Les Jones August 11, 1997 Page 2 CONCLUSION: As the facility has now been formally accepted, and there have been no indications of breaches of the warranty during the interim two years of beneficial use by the City, the Public Works Department should request a waiver of the performance bond requirement from the City Council. In addition, Schuler Engineering is entitled to receive interest earned upon the balance of the retention withheld until such time the retention is released. v' GAIL HUTTON (x !l City Attorney Pli i19-7 JMG/pw r� STATEMENT OF ACTION OF THE CITY COUNCIL Council Chamber, Civic Center Huntington Beach, California Tuesday, September 2, 1997 A videotape recording of this meeting is on file in the Office of the City Clerk. The regular meeting of the City Council and the Redevelopment Agency of the City of Huntington Beach was called to order at 5:00 p.m. CITY COUNCIUREDEVELOPMENT AGENCY ROLL CALL PRESENT: Julien, Harman, Dettloff, Bauer, Sullivan, Garofalo ABSENT: Green Consent Calendar- (Item Approved) On motion by Dettloff, second Green, the following item was approved as recommended by the following roll call vote: AYES: Julien, Harman, Dettloff, Bauer, Sullivan, Garofalo NOES: ABSENT: Green E-4. (City Council) Request For Waiver Of The Performance Bond Requirement - Reservoir Hill Booster Station Project- CC-534 (600.75) - Waive the requirement for the performance bond from Schuler Engineering Corporation (SEC) to the City of Huntington Beach for the Reservoir Hill Booster Station Project; CC-534, and compensate SEC for the interest due on its retention beginning July 8, 1997. Submitted by the Public Works Director 0 y. The meeting adjourned to Monday, September 8, 1997 at 5:00 p.m., in Council Chamber, Civic Center, 2000 Main Street, Huntington Beach, California. /s/ Connie Brockway City Clerk and ex-officio Clerk of the City Council of the City of Huntington Beach, California ATTEST: /s/ Connie Brockway /s/ Ralph Bauer City Clerk/Clerk Mayor STATE OF CALIFORNIA ) County of Orange ) ss: City of Huntington Beach ) I, Connie Brockway, the duly elected City Clerk of the City of Huntington Beach, California, do hereby certify that the above and foregoing is a true and correct Statement of Action of the City Council of said City at their regular meeting held on the September 2, 1997. Witness my hand and seal of the said City of Huntington Beach this 10th day of September, 1997. /s/Connie Brockway City Clerk and ex-officio Clerk of the City Council of the City of Huntington Beach, California By QAaZe:::� 2,4.4-IJ Depu ity Clerk (5) 09/02/97 - Council/, icy Agenda - Page 5 E. CONSENT CALENDAR All matters listed on the Consent Calendar are considered by the City Council and Redevelopment Agency to be routine and will be enacted by one motion in the form listed. Recommended Action: Approve all items on the Consent Calendar by affirmative roll call vote. E-1. (City Council/Redevelopment Agency) Minutes (120.65) -Approve and adopt minutes of the City Council/Redevelopment Agency regular meeting of August 4, 1997 and adjourned regular meeting of August 6, 1997 as written and on file in the Office of the City Clerk. Submitted by the City Clerk [Approved and Adopted 6-0-1 (Green: Absent)] E-2. (City Council) Resolution No. 97-59 -Tax Revenue Anticipation Notes (TRAN) Financing (330.70) -Adopt Resolution No. 97-59"A Resolution of the City Council of the City of Huntington Beach, California, Providing for the Issuance and Sale of 1997-98 Tax and Revenue Anticipation Notes Therefor." (TRANS are short term debt instruments which provide cash for the financing of budgeted General Fund expenditures in the early portion of the fiscal year.) Prepared by the Deputy City Administrator-Administrative Services Director [Adopted 6-0-1 (Green: Absent)] E-3. (City Council) Resolution No. 97-60 - Establishes Policy For Naming Of City Parks, Park Features, And Community Facilities (920.10) -Adopt Resolution No. 97-60 - "A Resolution of the City Council of the City of Huntington Beach Establishing its Policy for the Naming of City Parks, Park Features and Community Facilities and Repealing Conflicting Resolutions." Submitted by the Community Services Director [Adopted as amended to include "Civic Organizations" -- 6-0-1 (Green: Absent)] E-4. (City Council) Request For Waiver Of The Performance Bond Requirement - Reservoir Hill Booster Station Project - CC-534 (600.75) -Waive the requirement for the performance bond from Schuler Engineering Corporation (SEC) to the City of Huntington Beach for the Reservoir Hill Booster Station Project; CC-534, and compensate SEC for the interest due on its retention beginning July 8, 1997. Submitted by the Public Works Director [Approved 6-0-1 (Green: Absent)] E-5. (City Council) Approval Of Plans And Specifications - Authorization To Advertise For Bids - Silver Lane Street And Storm Drain Improvements - CC-1011 & CC-1041 (600.60) - 1. Approve the project Plans and Specifications and authorize the Public Works Director to solicit bids for the construction of the Silver Lane Street and Storm Drain Improvements; and 2. Approve the attached sample contract, subject to award of the contract to the lowest responsive/responsible bidder. Submitted by the Public Works Director (Approximate cost $534,300) [Approved 6-0-1 (Green: Absent)] (5) ` -Ccr[ VE • �' ?USLIC vv CITY OF HUNTINGTON BEACH INTER-DEPARTMENT COMMUNICATION JUL 0 7 19( HUNTINGTON BEACH - WA_ER DIVISION ui I"0TII`.GT0N BEACH TO: THOSE LISTED HEREON FROM: ADMINISTRATIVE SERVICES, Accounting and Records SUBJECT: 10% RETENTION PAYMENT CC s _In6ayp - r7, r DATE: -� � The conformed copy of the Notice of Completion for the above contract has been filed. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the 10% retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. DAN T. VILL LLA, Director of Finance I certify that no stop notices are o file on the subject at this time. Date: 4A -411 LES JONES, Pub rks Director I certify that no stop notices are on file on the subject contract and that a guaranty bond has been filed. Date: CONNIE BROC` AY, City CI k I certify that there are no outstanding invoices on file. Date: RI F I DENRICH, City Treasurer 0011042.01 07/18/96 10:46 AM ATTACHMENT 1 REQUEST FOR COUNCIL ACTION MEETING DATE: DEPARTMENT ID NUMBER: The following is a summary of the contract costs: Council Actual Approved Expenditures Contract Amount $ 2,482,413.00 $ 2,482,413.00 Construction Change Orders 250,000.00 211,989.09 Supplemental Expenses 249,800.00* 124,762.90 TOTAL COST $ 2,982,213.00 $ 2,819,164.99 *Including inspection services Change Order Summary The project change orders were well within budget and represented approximately 8% of the construction contract amount. (The industry standard is typically 10% of the construction contract costs.) Change orders included increased lighting, soil stabilization, and equipment modifications to better met the needs of the City. Fundina Source: Water Fund Capital Account No. E-EW-PC-848-6-39-00 was used to fund this project. Altemative Action(s) 1. Do not accept the contract as complete and do not file the Notice of Completion. The City is currently holding in excess of$50,000 as the contractor's retention. These fees are due to the contractor pending acceptance of the project. If we do not make payment to this contractor in a timely fashion, he will likely file a claim against the City for payment for services rendered. 2. Accept the contract as complete and do not file the Notice of Completion. Delay in filing the Notice of Completion will delay final retention payment to the contractor. These fees are due to the contractor pending acceptance of the project. If we do not make payment to this contractor in a timely fashion, he will likely file a claim against the City for payment for services rendered. 3. Do not follow the recommended action and advise staff on how to proceed. RCAJUDY.DOC -3- 02/19/97 2:32 PM REQUEST FOR COUNCIL ACTION MEETING DATE: DEPARTMENT ID NUMBER: Environmental Status: Not applicable. Attachment(s): None. JRR:DMD:jm City Clerk's Page Number RCAJUDY.DOC -4- 02/19/97 2:10 PM A NOTE OF EXPLANATION The Bragg Companies sincerely appreciate this opportunity of serving you with its service. In sending you the attached "Preliminary Notice" information sheet, we are complying with the state codes governing liens. They require that material men and sub-contractors give notice to the prime contractor, owner and the construction lender. COMPLIANCE WITH THIS LAW IS MANDATORY! Therefore,the notice is not considered a reflection on the integrity, credit, or financial standing of the contractor or owner whose business relationship we greatly value. Further,the "Preliminary Notice" is not in itself a claim of lien,nor does it imply in any way that a lien may be necessary. It has been sent to you in accordance with requirements of the state lien laws. Sincerely, THE BRAGG COMPANIES ca '� rncaM� L '� CALIFORNIA PRELIMINARY NOTICE r, FOR OFFICIAL USE ONLY YOUR ATTENIKJN IS DIRECTED TO SECTIONS 3D97,3098 AND 3111,CALIFORNIA CIVIL CODE WHICH REQUIRES US TO NOTIFY 4 315 YOU 'THAT IF Bl1S ARE NOT PAID IN FULL FOR LABOR,SERVICES EQUIPMENT OR MATERIALS FURNISHED,OR TO BE FUR- NISHED,THE IMPROVED RTY(WHICH IS DESCRIBED HEREON)MAY BE SUBJECT TO MECHANICS'LIENS'[THIS STATE- MENT IS APPLICABLE TO Pf r'ATE WORK ONLY). "If any information contained herein is THIS IS NOT A UFJI.THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR ncorrect,please contact the undersigns+ insm,ch«n A Fill out form completely and legibly Use typewriter it possible her#' Hartnett (310) B Assessor's parcel number may a obtained from the County Assessor C Top,original signature co y mayy be filed with the County Recorder's Office pursuant to Califom Cwil Code Section 3097(0) DATE ASSESSOR'S PARCEL NO. (310) 984-2425 YOU ARE HEREBY NOTIFIED: THAT THE UNDERSIGNED HAS FURNISHED OR WILL FURNISH LABOR,SERVICES,EQUIPMENT OR MATERIAL OF THE FOLLOWING DESCRIPTION BRAGG INVESTMENT CO., INC. a: BRAGG CRANE SERVICE PROVIDE CRANE TO WORK AS DIRECTED (NAME) (DESCRIPTION OF MATERIAL) P.O. Box 727 (ADDRESS) INDIVIDUAL Long Beach CA 90801 OR FIRM (Cn Y) ( TE) (ZIP) ev: ll�t� 19051 HUNTINGTON ST. (SIGN AT E) 14 (ADDRESS OF BUILDING,STRUCTURE.WORK OR IMPROVEMENT) Op rations 10/3X/94 HUNTINGTON BEACH, CA 92648 (TM-E) (DATE) (CITY) (STATE) (ZIP) THE NAME AND ADDRESS OF THE PERSON WHO CONTRACTED FOR THE PURCHASE OF SUCH LABOR,SERVICE,EQUIPMENT OR MATERIAL NOTICE TO PROPERTY OWNER If bills are not paid in full for the labor, services, equipment, ormaterials furnished or to be furnished, a mechanic's lien leading to the is SCHULLER ENGINEERING CORP. loss, through court foreclosure proceedings, of all or part of your proper- ty being so improved may be placed against the property even though you have paid your contractor In full.You may wish to protect yourself against P.O. Box 8617, Riverside, CA 92515-8517 this consequence by(1)requiring your contractor to famish a signed release by the person or firm giving you this notice before making payment to your P 998 252 692 eta G�mstn�ex any other method « device which to appropriate under CITY OF HUNTINGTON BEACH TRUST FUNDS TO WHICH SUPPLEMENTAL FRINGE BENEFITS ARE PAYABLE TO: CREPUTEDOWNER, 2000 Main Street NAME ORLIC AGENCY Huntington Beach, CA 92648 ADDRESS P 998 252 693 NAME CSCHULLER ENGINEERING CORP. ADDRESS TO: ORIGINAL CONTRACTOR P.O. Box 8517 NAME OR REPUTED CONTRACTOR Riverside, CA 92515-8517 ADDRESS (MATERIAL MEN NOT REQUIRED TO FURNISH THE ABOVE) B- t NOTICE TO: TO CONSTRUCTION LENDER ONLY , ,,.._ ESTIMATED TOTAL PRICE OF THE LABOR, SERVICES,- _* '~ ` T ' °' - EQUIPMENT OR MATERIALS DESCRIBED`HY EON, ` OR q`FCQNSTRUCTK)N 'k y PROOF OF SERVICE AFFIDAVIT N$ S. Hartnett (SECTION tha CALIFORNIA r copies of the above PRELIMINARY NOTICE(check appropriate bo) (a) Q By personally delivering copies to at lina (name(s)and title(s)of person served) ress) on 19 ,at me) c� �` �s�' v t3� 1 (b) U By First Class Certified or Registered Mail service,posiage prepaid,addresse*#?94each of JOek es at the address shown abo, on October 14 19 94 1 declare under penalty of_perigry that the foregoing Is true and correct. y�3�33� Signed at Long B --each California,on b Octoer- -- _iq . 94 (ATTACH RECEIPTS OF CERTIFIED OR REGISTERED MAIL WHEN RETURNED) REDIFOM, 45449/4P449 POLYPAK(50 SETS) SIGNATURE OF PERSON MAKING SERVICE �Mn - OWNER COPY �U4�eti `` REQUEST FOR CITY COUNCIL ACTION Date July 6. 1993 Submitted to: Honorable Mayor and City Council Submitted by: Michael T. Uberuaga, City Administrator Prepared by: Y�,ouis F. Sandoval, Director of Public Works Subject: +�' RESERVOIR HILL BOOSTER STATION CC-534 APPROVED BY CITY COUNCIL Consistent with Council Policy? [XI Yes [ ] New Policy or Exception G 19.L& Statement of Issue, Recommended Action, Analysis, Funding Source, Alt native c ion • Statement of Issue: Pursuant to City Council authorization on May 17, 1993, bids were received on June 8, 1993, for the construction of the Reservoir Hill Booster Station, CC-534. Recommended Actions: 1. Authorize the Director of Finance to amend the current year Water Division Capital Improvement Budget for the Reservoir Hill Booster Station; CC-534, by: a. Appropriating an additional $1,522,413 .00 for construction costs. b. Appropriating $190, 000.00 for anticipated project supplemental expenses (including $180,000. 00 for contract support and inspection services, and $10,000.00 for special materials testing) . C. Appropriating $250, 000.00 for construction change orders. 2 . Establish a budget for CC-534 of $2,922,413.00. This includes the $2,482,413.00 for construction; $190, 000.00 for anticipated project supplemental expenses; and $250,000. 00 for construction change orders. 3. Accept the bid submitted by Schuler Engineering Corporation as the lowest responsive bid and authorize the Mayor and City Clerk to execute an appropriate construction contract in the amount of $2,482,413.00. 4. Authorize the Director of Public Works to request proposals from qualified firms to provide the construction support and the inspection services necessary for this project. r / July 6, 1993 Reservoir Hill Booster Station - CC-534 Page 2 Analysis: On May 17, 1993, the City Council approved the plans and specifications for the Reservoir Hill Booster Station and authorized staff to solicit construction bids. Bids for this project, as summarized below, were received and opened on June 8, 1993. Contractor Base Bid 1. Schuler Engineering $2,482,413.00 2. Pro Contracting Corp. $2,669,000.00 3. Uhler, Inc. $2,715,590.00 4. Pascal and Ludwig Eng. $2,727,000.00 5. W M Lyles Contracting $2,838,999.00 6. Ziebarth and Alper $2,937,000.00 Engineer's Estimate: $2,500, 000.00 The purpose of this booster station is to enhance water pressure to serve the approximately 800 acres bounded by Ellis Avenue on the north, Huntington Street on the east, Clay Avenue on the south (including Seacliff Shopping Center and Seacliff Estates) , and the bluffs of the Linear Park on the west (See attached map) . Staff has reviewed the bids and recommends the acceptance of the Schuler Engineering Corporation bid, the lowest responsive bidder. Funding source: Construction Contract Amount: $2,482,413.00 Project Supplemental Expenses 190,000.00 Construction Change Orders 250,000.00 Total Project Budget $2,922,413.00 Less Amount Previously Budgeted -1,400,000.00 Total Funds Required $1,522,413.00 This project is partially funded in the FY 1992/93 Water Fund Capital Improvement Budget; Account Number E-EW-848-6-39-00. The total (existing) budgeted amount is $1,400,000.00. An additional $1,522,413.00 is required, and is recommended to be funded by the Unappropriated Water Reserve Fund. July 6, 1993 Reservoir Hill Booster Station - CC-534 Page 3 The reason that the budgeted amount does not more closely match the construction cost is because, when the budgeted amount was formulated, the information available at that time to prepare a more reasonable estimate was insufficient. The information that was available was sketchy but was nevertheless used in order to meet the budget preparation deadlines of the time (January, 1992) . The large amount of detail involved in preparing a project of this magnitude and complexity does tend to drive the cost upwards considerably, as shown here. It is important to note that even if the correct estimate were available at the time of the budget preparation deadline, the Water Reserve Fund would still have been the source of funds to construct the project. The source of funds would have been the same in either case. Additional funds are required for the balance of the construction contract, construction change orders, and project supplementals. Project supplementals include the services of professional consulting firms for both the construction support and for professional inspection and quality control services, in addition to special testing. Neither the Public Works Engineering Division nor the Water Division has the manpower or the expertise to perform these services in-house, hence outside professional services are required. Very little accurate information can be found concerning existing field conditions for this project. It is known, however, that significant unknown underground structures may exist at this location. Construction change orders provide for these unexpected field conditions, as well as for the purchase by the Water Division of the control systems and telemetry system. These systems were designed by Water Division personnel as a more economical alternative to the need for additional consultants. This practice has been used in the past on five major projects, proving very cost effective. As shown on the attached Fiscal Impact Statement, sufficient unencumbered funds are available in the water reserves to cover the total project costs; however, staff is not authorized to encumber funds for supplementals without Council approval. Consequently, the Director of Public Works recommends that the Director of Finance be authorized to amend the current year budget by an additional appropriation of $1,522,413.00. Alternative Actions: 1. Reject all bids, direct staff to delay the project and re-budget the total cost in FY 1994/95 Budget. Due to the existing financial situation, the funding source would still be the Water Reserve Fund regardless of when the project is built. A delay as such may jeopardize water service in the Reservoir Hill/Holly- Seacliff area. July 6, 1993 Reservoir Hill Booster Station - CC-534 Page 4 2. Reject all bids and direct staff on how to proceed. This action would also delay the project to some degree. Attachments: 1. Location Map 2. Fiscal Impact Statement No.93-65 LFS:JRR:DMD:jaa BOlSA AVE Me FADCIEN AVE. EDINGER XtAIWII- WARNERAVE }y SLATER AVE I� T,LBERT Aw- v CC-534 PROJECT LOCATION ( PUMP STATION ) aim AVE AVE gQ 4 AVE G ri r ;G A,� YORKf AVE cQ_ AVE, l A AOAMS AVE 1 ♦� INDIAN POUS AVE. 0 rc m A o o AVE. x z � pw KAh-TON AVE MAP OF RESERVOIR HILL SERVICE AREA a � CITY OF HUNTINGTON BEACH ORANGE COUNTY CALIFORNIA IA Z& CITY OF HUNTINGTON BEACH rg" INTER-DEPARTMENT COMMUNICATION HUNTINGTON BEACH TO: MICHAEL T. UBERUAGA, City Administrator FROM: ROBERT J. FRANZ, Deputy City Administrator SUBJECT: FUNDING REQUESTED TO ACCOMMODATE THE RESERVOIR HILL BOOSTER STATION, FIS 93-65 DATE: JUNE 22, 1993 As required by Resolution 4832, a Fiscal Impact Statement has been prepared for the proposed appropriation of $1 ,522,413 to accommodate funding for the construction of the Reservoir Hill Booster Station. Upon approval of the City Council , the balance of the undes nated, unreserved Water Fund would be reduced to $7,542,000. koBw J. AN Deputy ty Ad inistr for i RJF:skd - WPADSERT:1505 r � I have received the Faithful Performance' Bond and the Labor and Materials bond ifi' and Main ananrp Rnrirl for Qrhulcr yuginccring C +Ypo "iet3 CC-534 on behalf of the Treasurer's Office. Dated_ By: �%� — Bond No....-30537913 Fidelity and any Deposit Company p HOME OFFICE OF MARYLAND BALTIMORE,MD.21203 Labor and Material Payment Bond Note:This bond is issued simultaneously with Performance Bond in favor of the owner conditioned on the full and faithful performance of the contract. KNOW ALL MEN BY THESE PRESENTS: That.....qchuler.Engineering--Oo>�zoratif�n.---P...O..3ox..B5L7.,..RiVPrSi(9e,..CA......925]5-85L7 (Here Insert the name and address or legal title of the Contractor) I.............................. as'Principal,hereinafter called Principal,and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland,with its home office in the City of Baltimore,Maryland,U.S.A.,as Surety, hereinafter called Surety,are held and firmly bound unto....-city..Qf..HI t-lufto ..5mac,,....................... 2000_Main St..,.P.O. Box,l 0,_Iiuntington.Beach,-.CA, ,--92F4$-.....--•------•--------..................... (Hem insert the name and address or legal title of the Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of...2W..Mi.lJ.M,...Four._Huncired-.Eighty..Tw.o.-glx=and.,...Fcur.Hundrad................ Thirteen Dollars-----_-----_----------------................. ...------------ (Here insert a sum equal to at least one-half of the contract price) Dollars ($.2,.482,413..00......................), for the payment whereof Principal and Surety bind themselves, their heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,Principal has by written agreement dated.... . . .. .... ..... .. -....-19..9.3-1 entered into a contract with Owner for .- ReseYvoir-Hill/.Overmeyer.Rase Z o r-Booster --........ -5tAti On .(.CQ, 534)...-•-----•- -- ----- -- --- -- - - - .... --- ---- ----- -- ------------ --- -------- -------- ----•---- --•------- ---.•---- --------- ---- - ... -- --- ----- ------- ---- -------------------- in accordance with drawings and specifications prepared by........... ............. ......... ... ..... ......... (Here insert full name,title and address) which contract is by reference made a part hereof,and is hereinafter referred to as the Contract. NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that,if Principal shall promptly make pay- ment to all claimants as hereinafter defined,for all labor and material used or reasonably required for use in the performance of the Contract,then this obligation shall be void,otherwise it shall remain in full force and effect,subject,however,to the following conditions. 1 A claimant is defined as one having a direct contract with the Principal or with a sub-contractor of the Principal for labor, material,or both,used or reasonably required for use in the performance of the contract,labor and material being construed to include that part of water,gas,power,light,heat,oil,gasoline,telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined,who has not been paid in full before the expiration of a period of ninety(90)days after the date on which the last of such claimant's work or labor was done or performed,or materials were furnished by such claimant,may sue on this bond for the use of such claimant,prosecute the suit to final judgment for such sum or sums as may be justly due claimant,and have execution thereon.The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant. (a) Unless claimant,other than one having a direct contract with the Principal,shall have given written notice to any two of the following:The Principal,the Owner,or the Surety above named,within ninety(90)days after such claimant did or performed the last of the work or labor,or furnished the last of the materials for which said claim is made,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished,or for whom the work or labor was done or performed Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid,in an envelope addressed to the Principal,Owner or Surety,at any place where an office is regularly main- tained for the transaction of business,or served in any manner in which legal process may be served in the state in which the aforesaid project is located,save that such service need not be made by a public officer. (b) After the expiration of one(1)year following the date on which Principal ceased work on said Contract,it being understood,however,that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project,or any part thereof,is situated,or in the United States District Court for the district in which the project, or any part thereof,is situated,and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith here- under,inclusive of the payment by Surety of mechanics'liens which may be filed of record against said improvement,whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this...................20th.................--......---day of.----- ...July------...-•----.......-A.D. 19....93 In the presence of: --Schuler ineerinq._Corg�ration.......(SEAL) Principal --------------- ............................----- ...........--...........--- ..... ---- -- --------. --•------• .............................•.. Title FIDELITY AND DEPOSIT COMPANY O MARYLAND �YL � ...................................................................................... By............... .._............_..._ 18--_...I.......(SEAL) Michael R. Lang At y—in—Fact APPROVED AS TO FOMM:I GAIL OIl C309eX— C I T RIMY Approved by The Amerkan Institute of Architects,A.I.A.Document �} No.A41I Febrmu7 1970 Edltbn. t ;,ut;l artriatorneY Bond No......30537913..... Fidelityd Deposit Company an p p y HOME OFFICE OF MARYLAND BALTIMORE,MD.21203 Performance Bond KNOW ALL MEN BY THESE PRESENTS: That......Schuler Engineering Corporation r,.P.O.--Box 8517 f--Riverside,--CA.-•.92515-8517 (Here insert the name and address or kcal title of the Contractor) ..................................................................................................................................................... .............._.... as Principal, hereinafter called Contractor,and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corpora- tion of the State of Maryland,with its home office in the City of Baltimore,Maryland,U.S.A.,as Surety, hereinafter called Surety,are held and firmly bound unto.. ..City..Of..Hunti XJtM Beach .................... ---2000_.Main_.St.....P.O.,_Box_-190,.--Huntington-Beach-,--CA.---92648.--_____.. -1...................................... (Here insert the name and address or lepi title of the Owner) as Obligee,hereinafter called Owner, in the amount of...�o..MilliCD4...Four..Hundred Eighty.Two.Mimsand,..EcLir.Iiundred..ThixrrB,-n Dollars($..2,482 4]3aQ0......................),for the payment whereof Contractor and Surety bind themselves, their heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,Contractor has by written agreement dated.. ...... ........ _----.. ...... ....... ...._199.3..., entered into a contract with Owner for.....Beg ervoir..Hilltlw7lIWex-B)esexvoir Booster......-----...-- Station -(CC-534)........ - ------ --------- --- --•-... ............. ---•------ --------------- --- -------------•..... -------. ....-- ... . --- --------.---------- in accordance with drawings and specifications prepared by...... ... . ...... .......__ ----...--------------_---------------- (Here insert full name,title and address) which contract is by Reference made a part hereof,and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said contract, then this obligation shall be null and void;otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be,and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the Contract in accordance with its terms and conditions,or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and condi- tions,and upon determination by Surety of the lowest responsible bidder,or,if the Owner elects,upon determination by the Owner and Surety jointly of the lowest responsible bidder,arrange for a contract between such bidder and Owner,and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph)sufficient funds to pay the cost of completion less the balance of the contract price;but not exceeding,including other costs and damages for which the Surety may be liable hereunder,the amount set forth in the first paragraph hereof.The term "balance of the contract price,"as used in this para- graph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto,less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs,executors,administrators or successors of Owner. Signed and sealed this.............. 0th....................................day of.........J. iX...........................A.D. 19....33 In the presence of: Schuler�_ K ing..Corporation......(SEAL) Princzpal �i ............................................•--------•----.......................-..-- ...-------------------------------------Title.................................. FIDELITY AND DEPOSIT COMPANY OF ARYLAND .............................. ........................... By.... ............. ...I.`�k].. . ....'Ll-�.--...........(SEAL) Michael R. Langan, in--Fact APPROVED AS TO FORT[:} C309f— GAI JT 03d Approved by The American Institute of Architects,A.I.A.Document C No.A311 February 1970 Editba. ' � r l Fidelityd Deposit Company an HOME OFFICE OF MIARYLAND BALTIMORE, MD. mw Maintenance Bond Bond No. 30537913-M KNOW ALL MEN BY THESE PRESENTS: That__I hUler-�EIIgijlee-r�Dgijlee-riM-CQrP-Q3Cdt4PA as Principal,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation organized under the laws of the State of Maryland and authorized to do a surety business in the State of California, as Surety, are held and firmly bound unto the_-_Liter_Qf-Hunti.ngtQn-Beach,.__2-0QQ_main 190, -- i tingttm_Beach�_---CA. __92648----------------------------------------- -------'I'fiir�een--- in the sum of_-TWO-Millinn F_FD11r_TJUrldXed_Eighty_Two_Thousand Four Hundred_-___Dollars, lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this------- Qth-----------day of___ JulY..............19_93 _ WHEREAS, on the-------------------------------day of----------------------------19 93- the said---- chuter_Engineering-rhrWxatiom-------------------------------------- as contractor, entered into a contract for the-_.Resenmir_Hill/Cma ney-er_Besa=i r-HQo9t:-P'3C Station (T. 534) . workrequir in the construction of the...Reservoir Booster_Station -------------------------- for the sum of S_2,A$2s413�QQand WHEREAS, under the terms of the specifications for said work, the said_Schuler j�19i.nge pg _ --Corporation--------------------------------------is required to give a bond equal to_-lQ0$____ per cent of the amount of the contract to protect the___City_of Huntington Beach --------------- against the result of faulty materials or workmanship for a period of__One Year-______________________ from and after the date of the completion and acceptance of same. NOW, THEREFORE, if the said____ -------------------- shall for a period of---One-Year________________________from and after the date of the completion and acceptance of same by said____City_of Huntington_Beach ------------------------------------------ replace any and all defects arising in said work whether resulting from defective materials or defective workmanship, then the above obligation to be void; otherwise to remain in full force and effect. Schuler_ n .___ ring_Corporation ___(SEAL) --- - ------------------�-------(SEAL) FIDELITY AND DEPOSIT COMPANY OF MA AND By------ ----- - ----- --------------------- �!PPR LiVAtt-0=-01--' ORM:l Michael R. gan Attorney-in-Fact G "UT C T Attest:-----------------------------------------B� , Agent C C4048(CA)-500,10-78 206506 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE,BALTIMORE,MD KNOW ALL MEN BY THESE PRESENTS- That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland,by C.M.PECOT,JR.,Vice-President,and C.W.ROBBINS,Assistant Secretary,in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Michael R. Langan of Pasadena, Calif s rue and lawful agent and Attorney-in-Fact,to make,execute,seal aer,for, its behalf as surety,and as Its act and deed: any and all bonds and undertakings. . . . . . . S� 0 n e execution of such bonds or undertakings in pursuant se prese 1 be as binding upon said Company, as fully and amply,to all intents and purposes, as if they had been duly a and ac ged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper perso is PO of attorney revokes that issued on behalf of Michael R. Langan, dated ember 1985. The said Assistant Secretary does hereby certify th ° tract set n the reverse side hereof is a true copy of Article VI,Section 2, of the By-Laws of said Company, and is now ' °o IN WITNESS WHEREOF, the said Vice-Pres' nd Assis ecretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND D COMPA MARYLAND, this—___ 16th----------------------------day of A.D. 19.93 DE FIDEL DE PO �OMPANY OF MARYLAND ATTEST. 5 I 44.NP By Assistant Se Vice- resident STATE OF MARYLAND COUNTY OF BALTIMORE �' �O On this---16th day of—Apr A.D. 19 93, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,came C. M. PECOT,JR., Vice-President and C.W. ROBBINS, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and they each acknowledged the execution of the same,and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. eorwr ----------- -- -=- --- ------ -------- Og CAROL J. FADER / Notary Public My Commission Expires-------------------August-1_1996____-____-____ CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED."That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this __ZOth dayof---------JULY---------------------------• 1993_ --------------------------- --------- - 3 - ----------------- Assistant Secretan_• L142&- —012-7454 �.�r x«,.... ISSUE DATE(MM/DD/YY) J1 �. CERT# �sICA vE�QF°:�INSU40,' , THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Cc-,mm,f--'i_: a I As s:o c .l a t S? I nfi t.r a nS:E.- NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE (71 4)524-4949 LETTER Y A (.!A >DE SUB-CODE SURED LETTERCOMPANY B S t 'PAP!L- Sl IRPLL l a COMPANY _ _ t CHI_l L-R L-h [3.lNF�•!.!•;�LI'•��a f,i F'i `{)Iti��I (.1;'� COMPANY P.O. HO X �3t'r 1 7 LETTER C' F'tIVL.Ft,ryll)F K f.`A 9 ?515'4 :-l17 COMPANY LETTER D COMPANY E LETTER OVERAGES I THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. > TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS R DATE(MM/DD/YY) DATE(MM/DDNY) y GENERAL LIABILITY GENERAL AGGREGATE $ 2 X COMMERCIAL GENERAL LIABILITY ,-t y} 7H,*-7 'r T 9P 01 J 0 1 f 9'3 S}j /r}1 J 94 PRODUCTS•COMP/OPS AGGREGATE $ j CLAIMS MADE X OCCUR PERSONAL&ADVERTISING INJURY $ Y OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $ FIRE DAMAGE(Any one fire) $ =f ) MEDICAL EXPENSE(Any one person) $ AUTOMOBILE LIABILITY SINGLE COMBINED $ X ANY AUTO 1f_} 782 2583 ii1/01r'93 Ol//?1 /ga} LIMIT X ALL OWNED AUTOS BODILY X SCHEDULED AUTOS APPROVED AS TO FORM INJURY $ : (Per person) X HIRED AUTOS GAIL HUTTON, ity Attorney BODILY X NON-OWNED AUTOS BY: Deputy C ty Attorney INJURY $ (Per accident) GARAGE LIABILITY '��� PROPERTY $ d DAMAGE ( EXCESS LIABILITY EACH AGGREGATE OCCURRENCE X SPn 5tNO 7264 01/01 /9 3 01/01 /94 $ cl,0;�0 $ 4,000 OTHER THAN UMBRELLA FORM s WORKER'S COMPENSATION STATUTORY 12089433 01/fO 1/9 3 01/0 1 /94 $ 1 �0(;)() (EACH ACCIDENT) i AND $ 1 �rti}�}!') (DISEASE—POLICY LIMIT) � EMPLOYERS'LIABILITY WAIVER OF SUBROGATION`INCLUDED $ 1 000 (DISEASE—EACH EMPLOYE OTHER i d ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS I THE C I'F Y OF HLINT I NGTON Sim? Af:H ITS OFFICERS, AGE'NTS ANT.) EMPI L 3YEE.S AND P.L..L PUBLIC AGENCIES AS DE 3'ERM I NEO BY THE: CITY ARE NAMED AS ADDITIONAL- INSUREDS. bERTIFICATE HOLDER CA+ICELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE THE C I'3 Y OF HUNT I NGTON REACH EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDE-AVe1t--To 2000 MAIN I h! STREET ` MAIL'• 2DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE HUNT I NCzTON BEACH, CA 92648s.r LEFT;-ed -€�tt(tRE�e- n-�aert-New stint-It�rese-rre-oetl�ttrleta-c -tfiAc6lttT'f-E)F�kNN'fltttJB-IfPOM-j't1E ,#'f$7k6ENn'9"OR"'REPf4E3Etd�5etfitb'ES. AUTH ZED RESEN TI E 3 h J NN :R M. SMITH LCORD,254,(3l88) CACORD CORPORATION 1988 S r � CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND SCHULER ENGINEERING CORP. FOR RESERVOIR HILL/OVERMYER RESERVOIR BOOSTER STATION (CC-534) THIS AGREEMENT is made and entered into on this _10th day of August , 1993, by and between the CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California, hereinafter referred to as "CITY, " and SCHULER ENGINEERING CORP. , a California corporation, hereinafter referred to as "CONTRACTOR. " WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT, " more fully described as the the Reservoir HILL/OVERMEYER RESERVOIR BOOSTER STATION (CC 534) in the City of Huntington Beach; and CONTRACTOR has been selected and is to perform said work, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows : 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall furnish, at its own expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the prosecution of work, and for all other risks of any AJF511 1 - w description connected with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY under them for the compensation set forth in the accepted bid proposal . However, the total compensation to be paid is to be computed on the basis of the units of work as it is actually performed, in accordance with the stipulated prices named in the Bid Sheet(s) . 2 . ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as hereinafter defined) , the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by said Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: AJF511 2 - w ; A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY'S standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council of CITY, and any revisions, amendments or addenda thereto; D. The City of Huntington Beach Public Works Department contract documents prepared by Cash & Associates Engineers (hereinafter Cash & Associates specifications) , which are incorporated herein by this reference. E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the Contractor' s Proposal (attached hereto as Exhibit "A") ; F. The particular plans, specifications, special provisions and addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of discrepancy between any plans, specifications, special provisions, or addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as "DPW") , without whose decision said discrepancy shall not be adjusted by CONTRACTOR, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as AJF511 3 an acceptance of the terms of said bid or proposal which is in conflict herewith. Should there be any conflict between the bid or proposal of CONTRACTOR, and the Cash & Associates specifications, the Cash & Associates specifications shall control and nothing herein shall be considered as an acceptance of the terms of said bid or proposal which is in conflict herewith. 3 . COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Two Million, Four Hundred Eighty Two Thousand, Four Hundred Thirteen Dollars ($2,482,413) , as set forth in the Contract Documents, to be paid as provided in this Agreement . 4 . COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after notice to proceed is issued and shall diligently prosecute PROJECT to completion within 270 consecutive days from the day the "Notice to Proceed" is issued by Department of Public Works, excluding delays provided for in this Agreement. 5 . TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents . CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the AJF511 4 prosecution of its work in Conformance with the progress schedule set forth in the Contract Documents . CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors and CITY forces working on the PROJECT, in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises . 6 . CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by the DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as the DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the written order of the DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by the DPW. When directed to change the work, CONTRACTOR shall submit immediately to the DPW a written cost proposal reflecting the effect of the change. Should the DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by the DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by AJF511 5 L 4 the CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to the CONTRACTOR by CITY. CITY does not warrant that the work site will be available on the date the Notice to Proceed is issued. In event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to the CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8 . BOND CONTRACTOR shall, prior to entering upon the perform- ance of this Agreement, furnish the following three bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR'S faithful performance of the work; one in the amount of one hundred percent (100%) of the contract price to warrant such performance for a period of one (1) year after CITY' S acceptance thereof; and one in the amount of one hundred percent (100%) of the contract price to guarantee payment of all claims for labor and materials furnished. 9 . WARRANTIES The CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after AJF511 6 notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items . Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR' S risk and expense. 10 . INDEPENDENT CONTRACTOR It is understood and agreed that the CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not as an employee of CITY. CONTRACTOR shall secure, at its expense, and be responsible for any and all payment of income tax, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees, and all business licenses, if any, in connection with the PROJECT. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay; it is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of Six Hundred and Fifty Dollars ($650) per day for each and every working day' s delay in completing the work in excess of the number of working days set forth herein, which sum represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable losses CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees AJF511 7 t to pay said damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not restricted to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless the DPW shall grant a further period of time prior to the date of final settlement of the Agreement) , notify the DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of the DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in nowise caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days the CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is AJF511 8 R 1 1 11 presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of material by CITY or delays by other contractors or subcontractors, will be allowed and said extension of time for completion shall be the sole remedy of CONTRACTOR. 12 . DIFFERING SITE CONDITIONS (1) Notice The CONTRACTOR shall promptly, and before such conditions are disturbed, notify the DPW in writing of: (a) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or, (b) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. The DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as a result of such conditions, an equitable adjustment shall be made and the Agreement modified in writing accordingly; (2) Time Extension: No claim of the CONTRACTOR under this Section shall be allowed unless the CONTRACTOR has given the notice required hereunder, provided, however, the time prescribed therefor may be extended by CITY. AJF511 9 i 13 . VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to the CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications . Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. The DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to the CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, the DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its judgment the findings warrant . 14 . PROGRESS PAYMENTS Each month the DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, ten percent (10%) will be deducted and retained by CITY and the remainder, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. AJF511 10 t , When CONTRACTOR has, in the judgment of the DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if the DPW finds that satisfactory progress has been and is being made, the CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined by DPW, less all previous payments and less all previous retained amounts . The final payment, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by the DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15 . WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms and provisions of this agreement . AJF511 11 16 . AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with the DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors upon PROJECT have been paid in full and that there are no claims outstanding against PROJECT for either labor or material, except certain items, if any, to be set forth in an affidavit covering disputed claims, or items in connection with Notices to Withhold which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement . 18 . INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold and save harmless CITY, its officers, employees, and Montgomery Watson against any and all liability, claims, judgments, costs and demands, however caused, including those resulting from death or injury to CONTRACTOR'S employees and damage to CONTRACTOR'S property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, including those arising from the passive concurrent negligence of CITY, but save and except those which arise out of the active concurrent negligence, sole negligence, or the sole willful misconduct of CITY. CONTRACTOR will conduct all defense at its sole cost and expense. CITY shall be reimbursed by CONTRACTOR for all costs or attorney' s fees incurred by CITY in enforcing this obligation. AJF511 12 • P 19 . WORKERS' COMPENSATION INSURANCE Pursuant to the California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of said code, which requires every employer to be insured against liability for workers ' compensation; CONTRACTOR covenants that it will comply with all such laws and provisions prior to commencing performance of the work hereunder. CONTRACTOR shall maintain such Workers ' Compensation Insurance in an amount of not less than One Hundred Thousand Dollars ($100, 000) bodily injury by accident, each occurrence, One Hundred Thousand Dollars ($100, 000) bodily injury by disease, each employee, and Two Hundred Fifty Thousand Dollars ($250, 000) bodily injury by disease, policy limit, at all times incident hereto, in forms and underwritten by insurance companies satisfactory to CITY. CONTRACTOR shall require all subcontractors to provide such Workers ' Compensation Insurance for all of the subcontractors ' employees . CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the Workers ' Compensation Insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20 . INSURANCE CONTRACTOR shall carry at all times incident hereto, on all operations to be performed hereunder, general liability insurance, including coverage for bodily injury, property damage, products/completed operations, and blanket contractual liability. Said insurance shall also include automotive bodily injury and property damage liability insurance. All insurance shall be underwritten by insurance companies in forms satisfactory to CITY AJF511 13 t for all operations, subcontract work, contractual obligations, product or completed operations and all owned vehicles and non-owned vehicles . Said insurance shall name the CITY, its officers, agents and employees and all public agencies as determined by the CITY as Additional Insureds . CONTRACTOR shall subscribe for and maintain said insurance policies in full force and effect during the life of this Agreement, in an amount of not less than One Million Dollars ($1, 000,000) combined single limit coverage. If coverage is provided under a form which includes a designated general aggregate limit, such limit shall be no less than One Million Dollars ($1, 000, 000) . In the event of aggregate coverage, CONTRACTOR shall immediately notify CITY of any known depletion of limits . CONTRACTOR shall require its insurer to waive its subrogation rights against CITY and agrees to provide certificates evidencing the same. 21. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENT Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; said certificates shall provide the name and policy number of each carrier and policy, and shall state that the policy is currently in force and shall promise to provide that such policies will not be cancelled without thirty (30) days prior written notice to CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. AJF511 14 s � The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of CITY by CONTRACTOR under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all said policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. A separate copy of the additional insured endorsement to each of CONTRACTOR'S insurance policies, naming the CITY, its officers and employees as Additional Insureds shall be provided to the City Attorney for approval prior to any payment hereunder . 22 . DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged to be bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. 23 . DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be AJF511 15 performed hereunder, or upon earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 24 . NON-ASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 25 . CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of California Government Code Sections 1090 et seq. 26 . STOP NOTICES; RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to recover from CONTRACTOR its reasonable administrative and attorney' s fees, costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document . Said obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of one-hundred dollars ($100) for every stop notice filed in excess of two, regardless of whether or not CITY is named in an action to enforce such stop notices . CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. AJF511 16 A' k� , 27. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of 8 U.S.C. § 1324a regarding employment verification. 28. NOTICES All notices required or permitted hereunder shall be delivered in person or by registered or certified mail to an authorized representative of the party to whom delivery is to be made, at the place of business of such party, or to any other place designated in writing by such party. 29 . CAPTIONS of the Sections of this Agreement are for convenience and reference only, and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this Agreement. 30. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter § 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. AJF511 17 31. ENTIRETY The foregoing represents the entire Agreement between the parties . IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers the day, month and year first above written. SCHULER ENGINEERING CITY OF HUNTINGTON BEACH CORPORATION, a municipal corporation of the State of California 13y P.rin- ame• Bruce A. Schuler MAYOR C,",Iairman/ residen Vice President (circle ore) B . James P royles 0'!reta�Assist Sec./Chief Financial Officer/Asst. Treasurer (circle one) ATT APPROVED AS TO • G?_ty City A ney L I EW A D IE D PR VED ity Ad i i trator Direc or of Public Works AJF511 18 r �I�►��R� ; Council/Agency Meeting Held:/q7 SOD'75 Deferred/Continued to: [t�Approved C.CECondi ' Wally pproved ❑ Denied City Jerk's Signature -T Council Meeting Date: Department ID Number: CITY OF HUNTINGTON BEACH REQUEST FOR ACTION SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS SUBMITTED BY: MICHAEL T. UBERUAGA, City Administr CAI -- PREPARED BY.�A S M. JONES II, Director of Public Works SUBJECT: WAIVE THE PERFORMANCE BOND REQUIREME T OR THE RESERVOIR HILL BOOSTER STATION PROJECT; C-534 Statement of Issue,Funding Source,Recommended Action,Alternative Action(s),Analysis,Environmenta St tus,Attachment(s) Statement of Issue: The construction contract between the City of Huntington Beach and the contractor (Schuler Engineering Corporation) for the Reservoir Hill Booster Station Project (CC-534) requires that the Contractor provide a warranty bond to warrant the construction (i.e. performance) for a one year period. Although City Council only recently took formal action to accept the project as complete, the City took "beneficial occupancy" of the facility more than one year prior to project completion. Consequently, the warranty is no longer necessary. Since the warranty period has elapsed, it is necessary for City Council to waive the requirement for the performance bond. Funding Source: Not Applicable Recommended Action: Motion to: Waive the requirement for the performance bond from Schuler Engineering Corporation (SEC) to the City of Huntington Beach, and compensate SEC for the interest due on its retention beginning July 8, 1997. 3 REQUEST FOR ACTION MEETING DATE: DEPARTMENT ID NUMBER: Alternative Action(s): Do not waive the performance bond and retain the Contractor's retention payment (approximately $54,000) The City Attorney's office has recommended that the performance bond requirement be waived. (Attached, please find the legal opinion from the City Attorney's office.) The contractor would likely pursue litigation to retrieve his retention funds, plus interest, plus costs of litigation from the City, if his retention payment were delayed any further. Analysis: The purpose of this booster station project is to enhance water pressure to serve the approximately 800 acres bounded by Ellis Avenue on the north, Huntington Street on the east, Clay Avenue on the south (including Seacliff Shopping Center and Seacliff Estates), and the bluffs on the Linear Park on the west. Schuler Engineering Corporation has completed its construction contract for the Reservoir Hill Booster Station Project; CC-534. On May 19, 1997, the City Council took formal action to accept the improvements and authorize the City Clerk to file the Notice of Completion with the County Clerk-Recorder's Office for the Reservoir Hill Booster Station project; CC-534. The Notice of Completion was filed, recorded on June 2, 1997, and the retention payment was due to the contractor July 8. However, the City cannot release the retention funds until City Council formally waives the requirement for the performance bond. The contractor is also requesting interest on his retention payment beginning July 8, 1997, which is supported by legal opinion provided by the City Attorney's office. Environmental Status: Not Applicable. Attachment(s): City Clerk's Page Number 1. Legal opinion from City Attorney's office. JRR:DMD:jm RCA Author: Deborah M. De Bow, phone extension 5528. RCAJUDY.RSV -2- 08/20/97 9:20 AM ����RE C E 1 CITY OF"'HUNTINGTON b9W PUGl1C W REQUEST FOR LEGAL SERYICIOL 13 199 RLS No_ Gail Hutton. City Attorne"ATER UIVISION me Y HUNTINGTON BEACH, C Date Date Request made by Telephone Dep rtment 7/9/93 Deborah DeBow X5528 Pl�l,�llater Operations Instructions. File request in the City Attorney's Office. Briefly outline reasons for this request and print or type facts necessary for City Attorney to respond. Please attach all pertinent information and exhibits. Type of legal service requested [ I Ordinance [ 1 Opinion [ l Stop Notice [ 1 Resolution [ 1 Lease [ l Bond [ l Meeting [Xl Contract/Agreement [ 1 Deed ( 1 Court Appearance [ 1 Insurance [ ) Other Is Request for Preparation of Contract form attached? AI Yes [ ] No Are exhibits attached? [ I Yes [ ] No If for Council action. If not for Council action. Signatu of Department Head Agenda deadline desired eomQleetyiQn date Council Meeting 3•uiy 13, 1 ,,33 Comments Pleases prepare a City funded Construction Contract, per the Contract Preparation Form and sample Construction Contract. attached. (Note: snake all revisions to Sample Contract as noted. ) Bids were submitted to the City Clerk's Office (Christine Cleary) 7/9/93. Please obtain City Attorneys signature at this time. CC-534 Schuler Engineering Corp. Reservoir 'gill Pump Station 93-490 This Request for Legal Services has been assigned to attoriq ART FOLDER 7/12/93ubuj , telephone extension His/her secretary is , extension Keep the goldenrod copy for your files. Please reference the above RLS number when making inquiries. Notes Filename WP No_ Date completed RCS 3/21/91 Rev. �/• 1!! CITY""-OF-c HUNTINGI,rCM...BEACH : INTER-DEPARTMENT COMMUNICATION HUNiMrGMN KAM RECEIVED DEPT. OF PUBLIC WORKS TO: DEBORAH DE BOW, Water Operations JUL 141993 FROM: GAIL HUTTON, City Attorney WATER DIVISION SUBJECT: Contract Signatures HUNTING' BEACH, CA RLS # 93-490 Schuler Engineering DATE: July 1?, 1993 I have initialed the above referenced contract to show conditional approval as to form, pending execution with the signatures binding the contractor. I. If the contractor is a corporation (includes any nonprofit corporation), two (2) officers of the corporation (on the Board of Directors) must sign the contract. (Corp. Code § 313) One officer from column A and one officer from column B must sign. A. B. Chairman of the Board Secretary President Any Assistant Secretary Any Vice President Chief Financial Officer Any Assistant Treasurer If the corporation cannot provide the above signatures, it may have one officer sign only if an authorizing resolution from the Board of Directors is also provided. 2. If the contractor is a general partnership, the signature of any general partner is sufficient to bind the.corporation, unless the city knows that a particular partner has no authority to act for the partnership. (Corp. Code § 15009 and § 15010) 3. If the contractor is a limited partnership, the signature of the general or managing partner is sufficient to bid the partnership. (Corp. Code § 15509) 4. If the contractor is a sole proprietorship, the signature of the owner is sufficient to bind the business. 5. If the contractor is a trust, the trustee may sign and a copy of the trust document evidencing authority to sell must be attached. Please be sure to have the appropriate name and title typed on the contract in the designated area of the signature page before returning the document to the city attorney for signature. GAIL HUTTON City Attorney Bid Bonds Received from Treasurer's Office Date DATE: Tuesday, June 8, 1993 - 2:00 p.m. PROTECT ENGINEER Howard Johnson ENGINEER'S ESTIMATE: 2.5 mil JOB TITLE AND CC NUMBER: Reservoir Bill Booster Station; CC-534 Bidder's Name Total Bid Amount 1. Advanco 2. Allied Steel 3. Cadri Company 4. Calia a S. California Pipe Fabricators 6. Digital Electronic Services 7. Domar Electric 8. Franklin Reinforcing Steel 9. International Fabrications and En r 10. J W Contracting 11. W M Lyles Company o� , 3 g D d O. 12. M S I Metal Supply 13. Marden-Susco, IncoE2orated 14. Merco Construction 15. N L E Incorporated 16. Pascal and Ludwig Engineers 7,52 7 ('O D. 17. Peerless Pumps Company 18. Rockwell Electric 19. Schuler 20. Shultz Electric 21. Sy-Red Fabricator 22. Uhler o 2Z64S 23. Wes-Con 24. West Electric 25. P,estern Jalco 26. Jess R Worthington 27. Ziebarth and Alper Bid Bonds Received from Treasurer's Office Date DATE: Tuesday, June 8, 1993 - 2:00 p.m. PROJECT ENGINEER Howard Johnson ENGINEER'S ESTIMATE: 2.S mil JOB TITLE AND CC NUMBER: Reservoir Bill Booster Station; CC-534 Bidder's Name Total Bid Amount 1. Advanco 2. Allied Steel 3. Cadri Company 4. Caliagua S. California Pipe Fabricators 6. Digital Electronic Services 7. Domar Electric 8. Franklin Reinforcing Steel 9. International Fabrications and En r 10. J W Contracting 11. W M Lyles Company o� . 3$' 000. 12. M S I Metal Supply 13. Marden-Susco, Incorporated 14. Merco Construction 1S. N L E Incorporated 16. Pascal and Ludwig Engineers 000, 17. Peerless Pumps Company 18. Rockwell Electric 19. Schuler a 20. Shultz Electric 21. Sy-Red Fabricator 22. Uhler 23. Wes-Con 24. West Electric 25. Viestern Jalco 26. Jess R Worthington 27. Ziebarth and Alper —r� v2 3.7 0 00 , 51�7 ';' 4/3 NOTICE INVITING SEALED BIDS CC-534 Notice is hereby given that the City Council of the City of Huntington Beach, California will receive sealed bids for the Reservoir dill Pump Station in the City of Huntington Beach, California in accordance with the plans and specifications and special provisions on File in the office of the Director of Public Works. Documents will be available on May 24, 1993. A charge of 575, not refundable,will be required for each set of specifications and accompanying drawings. In accordance with the provisions of Section 1773 of the Labor Code, the State of California, Director of the Department of Industrial Relations shall determine the general prevailing wages, applicable to the work to be done; copies of the latest general wage rate determinations are on file at the office of the City Clerk and the office of the Director of Public Works of the City of Huntington Beach, California. Plans and specifications, together with proposal form, may be obtained at the office of the Director of Public Works, City Hall, Huntington Beach, California. No bid will be received unless it is made on a blank form furnished by the Director of Public Works. The special attention of prospective bidders is called to the proposal requirements,set forth in the specifications, for full directions as to the bidding. Substitution of securities for any monies withheld by the City to insure performance shall be permitted in accordance with provisions of the California Government Code, Section 4590. Each bid shall be made out on the attached 'Bid Form" to be obtained at the office of the Director of Public Works, Development Wing, 2000 Main Street, Huntington Beach, California; shall be sealed and filed with the City Clerk at the Civic Center, Second Floor Administration Building, 2000 Main Street, Huntington Beach,California,at 2:OOpm on June 8, 1993,and shall be opened by a committee composed of the City Clerk, the City Attorney and Director of Public Works or their authorized representative and the results of said bidding will be reported to the City Council of said City of Huntington Beach at the regular meeting to be held on Monday, the 21st of June,at the hour of 7:00 P.M. in the City Council Chambers in the Civic Center of said City of Huntington Beach,and shall be acted upon by said City Council at the regular meeting of June 21, 1993. The City of Huntington Beach, California reserves the right to reject any or all bids, and to accept the bid deemed for the best interest of the City of Huntington Beach, California. By order of the City Council of the City of Huntington Beach, California this 17th of May 1993. ATTEST: Connie Brockwav City Clerk N-1 REQUEST FOR CITY COUNCIL ACTION Date May 17, 1993 Submitted to: Honorable Mayor and City Council Submitted by: Michael T. Uberuaga, City Administrator Prepared by: /;�'4ouis F. Sandoval, Director of Public Works Subject: ��JJ''JJ�� RESERVOIR HILL BOOSTER PUMP STATION APPROVED BY CITY COUNG•__ CONSTRUCTION; CC-534 Consistent with Council Policy? 1K] Yes [ ] New Policy or Excepti n C ER Statement of Issue, Recommendation,Analysis, Funding Source,Alternative ctions,Attachments Statement of Issue: Drawings, construction specifications and ancillary contract documents have been completed for the construction of the Reservoir Hill Booster Pump Station. City Council authorization is now necessary to solicit bids for the project. Recommended Action: 1. Approve the drawings, construction specifications and ancillary contract documents and authorize the Director of Public Works to solicit bids for the project. 2 . Approve the attached sample contract subject to award of contract by Council to the lowest responsible bidder. Analysis: On June 18, 1990, the City Council authorized Cash and Associates Engineers to proceed with the design of the Reservoir Hill Booster Pump Station. The purpose of the station is to provide water pressure to serve the 800± acres bounded by Ellis Avenue on the north, Huntington Street on the east, Clay Avenue on the south (including Seacliff Shopping Center and Seacliff Estates) , and the bluffs of the Linear Park on the west (see attached map) . This boundary encircles both the Reservoir Hill and the Holly-Seacliff areas. Because these areas are significantly higher in elevation (above sea level) than the remainder of the City, water must be pumped a second time to provide pressure equal to that enjoyed by those customers in the remainder of the City. This additional pumping allows the entire City to benefit equally in fire protection and domestic water pressure. The history of the project began in the early 1970's when major residential development first began in the Reservoir Hill area. Prior to that, only minimal water supply was necessary for serving oil / r P10 5/85 Reservoir Hill Booster Pump Station Construction; CC-534 May 17, 1993 Page 2 operations. The original project concept called for construction of the pump station at Goldenwest Street and Clay Avenue. With the abandonment of the Goldenwest Reservoir on Reservoir Hill, however, this siting became somewhat precarious from an operational standpoint. In 1989, with City Council concurrence, the siting was moved to the interior of the Water Operations Yard at Huntington Street and Garfield Avenue, and combined with the planned renovation of the small Overmyer Reservoir Booster Pump Station. With this relocation, the benefits of scale will be realized, along with the savings resulting from the deletion of many associated improvements that would have been necessary at the Goldenwest/Clay site, such as street improvements and extensive landscaping and block wall fencing. The additional benefits of a more reliable water source for the area are a major intangible also gained by the relocating of the site. The design of the project has now been completed. The major features of the project are: * A permanent water pressure booster pumping facility in a new building that will provide all the capacity needed to meet the expected demands of the Reservoir Hill and Holly-Seacliff areas of the City. Five pumps will be provided. * A renovated Overmyer booster pumping facility in the same building that will continue to provide peak time water demand capacity for many more years to come, as it has in the past. Two pumps will be provided for this function. * The installation of emergency electric power generators in the same building to provide power to the pump stations and Water Operations Yard facilities in the event of a disaster or other power outage. * An overall project incorporating advanced control systems to minimize energy consumption while providing the best overall use of equipment to meet the demands of the water system. * A facility designed to allow maximum ease of maintenance to minimize costs and downtime of equipment. The project is now ready to call for bids. The City Council is requested to approve the drawings, specifications and ancillary contract documents, authorize the Director of Public Works to solicit bids, and approve the attached sample contract subject to award of contract by Council to the lowest responsible bidder. Reservoir Hill Booster Pump Station Construction; CC-534 May 17, 1993 Page 3 Funding source: The project is estimated to cost $2,500,000. Funds totalling $1,400,000 are budgeted in Water Division Capital Improvement Account E-EW-PC-848-6-39-00. The remaining $1,100,000 is intended to be funded using the unappropriated Water Reserve Fund. The actual amount needed will depend on the amount of the lowest bid submitted. The City Council will be asked to consider this actual amount at the same time that the award of bid is recommended. The reason that the budgeted amount does not closely match the construction cost estimate is because, when the budgeted amount was formulated, the information available at that time to prepare a more reasonable estimate was insufficient. The information that was available was sketchy but was nevertheless used in order to meet the budget preparation deadlines of the time (January, 1992) . The large amount of detail involved in preparing a project of this magnitude and complexity does tend to drive the cost upwards considerably, as shown here. The mitigating factor in continuing ahead with the project at this time is this: Even if the correct estimate was available at the time of the budget preparation deadline, the Water Reserve Fund would still have been the source of funds to construct the project. The difference with the current situation is that only the exact amount of money will need to be taken from the reserve fund as opposed to an estimated amount back in January, 1992. The source of funds will be the same. Alternative Actions: Deny request and direct staff to delay the project and rebudget the total cost in the Fiscal Year 1993-94 budget. Due to the current financial situation, the funding source would still be the Water Reserve Fund. Deny request and direct staff to stop all work in progress. This option would delay the project indefinitely, and may jeopardize water service in the Reservoir Hill/Holly-Seacliff area. Deny request and direct staff on how to proceed. This option would also delay the project an unknown amount. Attachments: 1. Location Map showing project location and service area 2. Sample Construction Contract LFS:JRR:bb o s, /00 BOLSA AVE Mc F N AVE.NSF EDINGER o x m O V N z qq HOL AVE. 9 O � m V A. CO! m WARN AVE SLATER AVE 405 TALBERT AVE C C—5 3 4 PROJECT LOCATION m ( PUMP STATION ) �c EWS AVE y�. GARF ELD AVE. �N� CLAY AVE Ci G � � 3 G WN AVE. AVE. .. q I.j AVE. 9 o INDIANLUS AVE. O ATLANTk c� o AVE* mz HAMILTON AVE D®MILE '+y BANNING AV MAP OF RESERVOIR HILL SERVICE AREA 10,4 CITY OF HUNTINGTON BEACH ORANGE COUNTY CALIFORNIA CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR RESERVOIR HILL/OVERMYER RESERVOIR BOOSTER STATION (CC-534) THIS AGREEMENT is made and entered into on this day of , 1993, by and between the CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California, hereinafter referred to as "CITY, " and a California corporation, hereinafter referred to as "CONTRACTOR. " - WHEREAS, CITY- has solicited bids for a public works project, hereinafter referred to as "PROJECT, " more fully described as the the Reservoir HILL/OVERMEYER RESERVOIR BOOSTER STATION (CC 534) in the City of Huntington Beach; and CONTRACTOR has been selected and is to perform said work, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows : 1. STATEMENT OF WORK; ACCEPTANCE OF RISK CONTRACTOR shall furnish, at its own expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the prosecution of work, and for all other risks of any 511:AFJk 1 S A M P L E description connected with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY under them for the compensation set forth in the accepted bid proposal . However, the total compensation to be paid is to be computed on the basis of the units of work as it is actually performed, in accordance with the stipulated prices named in the Bid Sheet(s) . 2 . ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as hereinafter defined) , the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by said Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: 511:AFJk 2 S A M P L E A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY' S standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council of CITY, and any revisions, amendments or addenda thereto; D. The City of Huntington Beach Public Works Department contract documents prepared by Montgomery Watson (hereinafter Montgomery Watson specifications) , which are incorporated herein by this reference. E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the Contractor ' s Proposal (attached hereto as Exhibit "A") ; F. The particular plans, specifications, special provisions and addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of discrepancy between any plans, specifications, special provisions, or addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as "DPW") , without whose decision said discrepancy shall not be adjusted by CONTRACTOR, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as 511:AFJk 3 S A M P L E an acceptance of the terms of said bid or proposal which is in conflict herewith. Should there be any conflict between the bid or proposal of CONTRACTOR, and the Montgomery Watson specifications, the Montgomery Watson specifications shall control and nothing herein shall be considered as an acceptance of the terms of said bid or proposal which is in conflict herewith. 3 . COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed ($ ) , as set forth in the Contract Documents, to be paid as provided in this Agreement . 4 . COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after notice to proceed is issued and shall diligently prosecute PROJECT to completion within [consecutive] [working] days from the day the "Notice to Proceed" is issued by Department of Public Works, excluding delays provided for in this Agreement. 5 . TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision' of the Contract Documents . CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the 511:AFJk 4 S A M P L E prosecution of its work in conformance with the progress schedule set forth in the Contract Documents . CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors and CITY forces working on the PROJECT, in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement . CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises . 6 . CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by the DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as the DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the written order of the DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by the DPW. When directed to change the work, CONTRACTOR shall submit immediately to the DPW a written cost proposal reflecting the effect of the change. Should the DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by the DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by 511:AFJk 5 S A M P L E the CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to the CONTRACTOR by CITY. CITY does not warrant that the work site will be available on the date the Notice to Proceed is issued. In event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to the CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8 . BONDS CONTRACTOR shall, prior to entering upon the perform- ance of this Agreement, furnish the following three bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR' S faithful performance of the work; one in the amount of one hundred percent (100%) of the contract price to warrant such performance for a period of one (1) year after CITY' S acceptance thereof; and one in the amount of one hundred percent (100%) of the contract price to guarantee payment of all claims for labor and materials furnished. 9 . WARRANTIES The CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after 511:AFJk 6 S A M P L E notice -by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items . Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR' S risk and expense. 10 . INDEPENDENT CONTRACTOR It is understood and agreed that the CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not as an employee of CITY. CONTRACTOR shall secure, at its expense, and be responsible for any and all payment of income tax, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees, and all business licenses, if any, in connection with the PROJECT. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay; it is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of ($ ) per day for each and every working day's delay in completing the work in excess of the number of working days set forth herein, which sum represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable losses CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees 511:AFJk 7 S A M P L E to pay said damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder . CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not restricted to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless the DPW shall grant a further period of time prior to the date of final settlement of the Agreement) , notify the DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of the DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in nowise caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days the CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is 511:AFJk 8 S A M P L E presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of material by CITY or delays by other contractors or subcontractors, will be allowed and said extension of time for completion shall be the sole remedy of CONTRACTOR. 12 . DIFFERING SITE CONDITIONS (1) Notice: The CONTRACTOR shall promptly, and before such conditions are disturbed, notify the DPW in writing of : (a) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or, (b) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement . The DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as a result of such conditions, an equitable adjustment shall be made and the Agreement modified in writing accordingly; (2) Time Extension: No claim of the CONTRACTOR under this Section shall be allowed unless the CONTRACTOR has given the notice required hereunder, provided, however, the time prescribed therefor may be extended by CITY. 511:AFJk 9 S A M P L E 13 . VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment . Payment to the CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications . Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. The DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to the CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, the DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its judgment the findings warrant . 14 . PROGRESS PAYMENTS Each month the DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof . From each progress estimate, ten percent (10%) will be deducted and retained by CITY and the ' remainder, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. 511:AFJk 10 S A M P L E When CONTRACTOR has, in the judgment of the DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if the DPW finds that satisfactory progress has been and is being made, the CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined by DPW, less all previous payments and less all previous retained amounts . The final payment, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by the DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15 . WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms and provisions of this agreement. 511:AFJk 11 S A M P L E 16 . AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with the DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors upon PROJECT have been paid in full and that there are no claims outstanding against PROJECT for either labor or material, except certain items, if any, to be set forth in an affidavit covering disputed claims, or items in connection with Notices to Withhold which have been filed under the provisions of the statutes of the State of California . 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18 . INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold and save harmless CITY, its officers, employees, and Montgomery Watson against any and all liability, claims, judgments, costs and demands, however caused, including those resulting from death or injury to CONTRACTOR'S employees and damage to CONTRACTOR' S property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, including those arising from the passive concurrent negligence of CITY, but save and except those which arise out of the active concurrent negligence, sole negligence, or the sole willful misconduct of CITY. CONTRACTOR will conduct all defense at its sole cost and expense. CITY shall be reimbursed by CONTRACTOR for all costs or attorney' s fees incurred by CITY in enforcing this obligation. 511:AFJk 12 S A M P L E 19 . WORKERS' COMPENSATION INSURANCE Pursuant to the California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of said code, which requires every employer to be insured against liability for workers ' compensation; CONTRACTOR covenants that it will comply with all such laws and provisions prior to commencing performance of the work hereunder. CONTRACTOR shall maintain such Workers ' Compensation Insurance in an amount of not less than One Hundred Thousand Dollars ($100, 000) bodily injury by accident, each occurrence, One Hundred Thousand Dollars ($100, 000) bodily injury by disease, each employee, and Two Hundred Fifty Thousand Dollars ($250, 000) bodily injury by disease, policy limit, at all times incident hereto, in forms and underwritten by insurance companies satisfactory to CITY. CONTRACTOR shall require all subcontractors to provide such Workers ' Compensation Insurance for all of the subcontractors ' employees . CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the Workers ' Compensation Insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20. INSURANCE CONTRACTOR shall carry at all times incident hereto, on all operations to be performed hereunder, general liability insurance, including coverage for bodily injury, property damage, products/completed operations, and blanket contractual liability. Said insurance shall also include automotive bodily injury and property damage liability insurance. All insurance shall be underwritten by insurance companies in forms satisfactory to CITY 511:AFJk 13 S A M P L E for all operations, subcontract work, contractual obligations, product or completed operations and all owned vehicles and non-owned vehicles . Said insurance shall name the CITY, its officers, agents and employees and all public agencies as determined by the CITY as Additional Insureds . CONTRACTOR shall subscribe for and maintain said insurance policies in full force and effect during the life of this Agreement, in an amount of not less than One Million Dollars ($1, 000, 000) combined single limit coverage. If coverage is provided under a form which includes a designated general aggregate limit, such limit shall be no less than One Million Dollars ($1,000, 000) . In the event of aggregate coverage, CONTRACTOR shall immediately notify CITY of any known depletion of limits . CONTRACTOR shall require its insurer to waive its subrogation rights against CITY and agrees to provide certificates evidencing the same. 21. CERTIFICATES OF INSURANCE: ADDITIONAL INSURED ENDORSEMENT Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; said certificates shall provide the name and policy number of each carrier and policy, and shall state that the policy is currently in force and shall promise to provide that such policies will not be cancelled without thirty (30) days prior written notice to CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. 511:AFJk 14 S A M P L E The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of CITY by CONTRACTOR under this Agreement . CITY or its representative shall at all times have the right to demand the original or a copy of all said policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. A separate copy of the additional insured endorsement to each of CONTRACTOR' S insurance policies, naming the CITY, its officers and employees as Additional Insureds shall be provided to the City Attorney for approval prior to any payment hereunder. 22 . DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged to be bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. 23 . DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be 511:AFJk 15 S A M P L E performed hereunder, or upon earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost . 24 . NON-ASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. - 25 . CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of California Government Code Sections 1090 et seq. 26 . STOP NOTICES• RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to recover from CONTRACTOR its reasonable administrative and attorney' s fees, costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. Said obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of one-hundred dollars ($100) for every stop notice filed in 'excess of two, regardless of whether or not CITY is named in an action to enforce such stop notices . CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement . 511:AFJk 16 S A M P L E 27 . IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of 8 U.S.C. 1324a regarding employment verification. 28 . NOTICES All notices required or permitted hereunder shall be delivered in person or by registered or certified mail to an authorized representative of the party to whom delivery is to be made, at the place of business of such party, or to any other place designated in writing by such party. 29 . CAPTIONS of the Sections of this Agreement are for convenience and reference only, and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this Agreement . 30 . LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter § 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 511:AFJk 17 S A M P L E 31 . ENTIRETY The foregoing represents the entire Agreement between the parties . IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers the day, month and year first above written. CITY OF HUNTINGTON BEACH a municipal corporation of the State of California BY: Print Name: Chairman/President/Vice President Mayor (circle one) By: Print Name: Secretary/Assist Sec./Chief Financial Officer/Asst. Treasurer (circle one) ATTEST: APPROVED AS TO FORM: City Clerk City Attorney kw S,f1ti'3 S 53 REVIEWED AND APPROVED: INITIATED AND APPROVED: City Administrator Director of Public Works 511:AFJk 18 S A M P L E STATE OF CAUFORNIA County of Orange 1 am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or PUBLIC NOTICE substitution of securities for any monies withheld by interested in the below entitled matter. I am a NOTICE INVITING the City to insure Worm- SEALED BIDS ante shall be permittyd:in principal clerk of the HUNTINGTON BEACH CC-534 accordance with prov�uops Notice is hereby given of the Califomia Gdvetn- I N D E P E N D E N T, a newspaper of general that the City Council of the ment Code,section 4690. City of Huntington.Beach, Each bid shall be made circulation, printed and published in the City of California will receive out on the attached "Bid sealed bids for the Reser. 1Form " to be obtained at Huntington Beach, County of Orange, State of voir Hill Pump station in the the office of the Director of City of Huntington Beach, Public Works,Development California, and that attached Notice is a true and California in accordance wing, t000 Main west, with the plans and spgcifi- Huntington Beach; da and published In cations and special provi- Hied shall be seated end complete copy as was printed and pu sions on file in the office of filed with the City Clerk at the Huntington Beach and Fountain Valley the Director of Public the Civic Center, Second Works. Documents will be Floor Adrrdnistration Build- available on May 24. 1993. Ing,2060 Main Street,Hun- issues of said newspaper to wit the issue(s) of: A charge of $75, not re- tington Beach, California, fundable, will be required at 2:00 pm on June 8, for each set of specifi- 1993,and shad be opened cations and accompanying by a committee composed draw of the City.Clerk, the City ings. In accordance with the Attorney and Director of provisions of Section 1773bfic.Works or their auz of the Labor Code, the thorized representative and Mate of California,Director the results of said bidding of.the Department, f In- win be re to theCity May 27 , 1993 of. t e Relationsrime shall de- Council said City of Hun- !ermine the general prevail• lar me Beach at the reg n ing wages, applicable to M meeting th to be held e, June 3, 1993 the work to be done; cop Molnday, the 21st of June, ies of the latest general at the,hour of 7:00 P.M. in wage rate determinations the City Council Chambers are On file at the onati of in the Civic Center of said the City Clerk and the of- City Huntington Beach, fice of the Director of Pub- and shh all be acted upon by said City Council lic Works of the Cit of the Huntington Beach, Califor- regular meetinnggoof June 21, 1993. nia. The City of Huntington Plans and specifications; Beach, California reserves together with proposal the right to reject any or all form, may be obtained at bids,and to accept the bid the office of the Director of. deemed for the best inter. Public Works, City Hall, est of the City of Hunting- Huntington Beach, Califor- ton Beach,California.nia. By order of the City Coun- - No bid will be received BY of the City of Huntington unless it is made on a Beach, California this 17th declare, under penalty of perjury, that the ..an form famished by the of May,1993. p ty P 'J ry Director of Public Works. AIMS*.. foregoing is true and correct. �� special attention of prgsp@¢Uve; bidders is Connie Brockway; cs ited.10 the proposal.,re- City Clerk qutremenis,set forth in the Published Huntington June 3 3 specifications,for full direr- Beach-Fountain valley In.. Executed on r 99 tin�5s as to the bidding, dependent May.27,June 3, at Costa Me Califomia �1993. 054565. Signature PROOF OF PUBLICATION BID PROPOSAL FORM Schuler Engineering Corporation Firms Name To the Honorable Mayor and City Council, City of Huntington Beach, California: In compliance with the notice inviting sealed proposals for the CONSTRUCTION OF THE RESERVOIR HILL PUMP STATION: NEW PUMP STATION, FLUORIDE TANK RELOCATION, METER TEST & CEMENT STORAGE SHEDS & ASSOCIATED UTILITY & SITE WORK. CC-534 I hereby propose and agree to enter into a contract to perform the work herein described and to furnish the materials therefore according to the plans, specifications and special provisions for the said work and to the satisfaction of and under the supervision of the Director of Public Works of said City of Huntington Beach, California. The undersigned has not accepted any bid from my subcontractor or materialman through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the Contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not sue the facilities of or accept bids from or through such bid depository. Bid Form Explanation A. Successful Contractor Selection: 1. The selection of the successful Contractor shall be based on the Bid Form as made part of these Bid Documents. 2. There will be a Pre-bid conference on Thursday, May 27,. 1993 at the project site. Attendance is optional and you will be required to sign-in. No bids will be accepted unless the Bidding Contractor has attended the Pre-bid conference. 3. All questions regarding the Construction Documents shall be directed to: City of Huntington Beach Mr. Howard Johnson 19001 Huntington St. Huntington Beach, CA 92648 (714) 536-5921 4. All questions and answers will be communicated in writing to all bidders and the Huntington Beach Water Department having attended the pre-bid conference meeting. No questions will be taken and/or responded-to within 5 working days of the bid due date. P-1 NARRATIVE BID PACKAGE DESCRIPTION A. Reservoir Hill Pump Station and Related Work 1. Work shall consist of the dismantling and demolition of the existing Reservoir Hill Booster Station and the construction for the new Reservoir Hill Pump Station with all civil,structural, architectural, mechanical, plumbing and electrical work as specified in the Construction Documents and the Project Specifications. Items of work include: a. Demolition of the existing Reservoir Hill Booster Station. b. Relocation of the existing fluoride tanks and dispensing system. C. Construction of fluoride tank containment enclosure, meter test equipment and cement storage sheds. d. Construction of a retaining wall along the south,west and east faces of the Overmyer #1 and #2 Reservoirs. e. Relocation of the gas meter, gas vaporizer, air compressor and associated work. f. Installation of two propane tanks and associated utility connections. g. Associated manholes and vaults. h. Site lighting and power distribution. i. Site grading, paving and drainage as noted. j. Fire hydrants and associated piping. k. Future turbine site piping tie-ins. 2. The Contractor shall note the following regarding the project schedule. It is crucial for the City of Huntington Beach to maintain Overmyer Reservoir #3 Pumping Plant fully opera- tional without any interruptions by this project after September 15, 1993. All work must be installed,tested,accepted and be operational prior to September 15, 1993 without any further requirements for the interruption of the existing pump station operation. P-2 RESERVOIR HILL PUMP STATION PROJECT BID PROPOSAL FORM Schuler Engineering Corporation (Firm Name) To the Honorable Mayor and City Council, City of Huntington Beach, California: In compliance with the notice inviting sealed proposals for the I hereby propose and agree to enter into a contract to perform the work herein described and to furnish the materials therefore according to the plans, specifications and special provisions for the said work and to the satisfaction of and under the supervision of the Director of Public Works of said City of Huntington Beach, California. The undersigned has not accepted any bid from my subcontractor or materialman through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the Contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not sue the facilities of or accept bids from or through such bid depository. For the furnishing of all labor,materials and equipment,and or all incidental work necessary to deliver all the improvements complete in place in strict conformity with the plans,specifications and special provisions,on file in the office of the Director of Public Works, City of Huntington Beach, California, I propose and agree to take full payment therefore at the following unit prices, to wit: A. Project Budget (In Words) T\vo Million Five Hundred Thousand Dollars $2,500,000 In Figures B. New Pump Station, Fluoride Tank Relocation Meter Test & Cement Storage Sheds & Associated Utility& Site Work Lump Sum (In Words) i o M►u,� ,2-►�vN o $ 2 46z 4 3 P-3 The undersigned understands the contract time limit allotted for the contract is 270 consecutive calendar days. If awarded the contract, the undersigned hereby agrees to sign said contract and furnish the necessary bonds within ten (10) days of the award of said contract, and to begin work within ten (10) days from the date of approval of the contract by the City of Huntington Beach, California. The undersigned has examined carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered,as to the character,quality,and scope of work to be performed, the quantities of materials to be furnished, and as to the requirements of the proposal, plans,specifications, and the contract. Accompanying this proposal is Bidder's Bond NOTICE: Insert the words "Cash," "Certified Check," or "Bidder's Bond," as the case may be, in an amount equal to at least 10 percent of the total bid price, payable to the City of Huntington Beach. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited to the City of Huntington Beach as liquidated damages in case this proposal is accepted by the City and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the City,with surety satisfactory to the City within 10 days after the bidder has received written notice of the award of the contract;otherwise said security shall be returned to the undersigned. Licensed in accordance with an act providing for the registration of Contract License No. 389852 Schuler Engineering Corporation Bruce A. ler, President Signature of Bidder Business Address 12155 Magnolia Avenue #9-C I Place of Residence Dates this 7 th day of June , 1993 Bidder shall signify receipt of all Addenda here, if any: Addendum No. Date Received Bidder's Simaturc 1 2 L g P-4 PROPOSED INFORMATION REQUIRED OF BIDDERS The bidder is required to supply the following information. Additional sheets may be attached if necessary. 1. Firm Name: Schuler Engineering Corporation 2. Address: 12155 Magnolia Avenue #9-C 3. Telephone: (909) 785-0675 Riverside, CA 92503 Corporation 4. Type of firm - individual, partnership, or corporation: 5. Corporation organized under the laws of the State of California 6. Contractor's License Number: 389852 Expiration Date: 5/94 (NOTE: REPRESENTATIONS MADE THEREIN ARE MADE UNDER PENALTY OF PERJURY). 7. List the names and addresses of all members of the firm or names and titles of all officers of the corporation: Bruce A. Schuler, President James P. Broyles, Secretary 8. Number of years experience as a contractor in construction work: 14 9. List at least six projects completed as of recent date: CONTRACT CLASS OF DATE NAME, ADDRESS & PHONE AMOUNT WORK COMPLETED NUMBER OF OWNER 1 750,g00. Pump 5/93 Eastern Municipal Water District Station 2 625,000. EFNion 6/93 Port of Long Beach 3 ,750,000. }anr 5/93 City of Redlands 4 tree 1,100 000 ilmi5rnyement s 6 93 City of Bell Gardens 5 1,025,000. Station 6/92 Irvine Ranch Water District 6 11150,000. ETakion 6/90 City of Arcadia 10. List the name of the person who inspected the site of the proposed work for your firm: Bruce A. Schuler Date of Inspection: May 27, 1993 11. If requested by the City, the bidder shall furnish a notarized financial statement, financial data, or other information and references sufficiently comprehensive to permit an appraisal of his current financial condition. P-5 DESIGNATION OF SUBCONTRACTORS In compliance with the"Subletting and Subcontracting Fair Practices Act"being Sections 4100-4113 of the Government Code of the State of California, and any amendments thereto,each bidder shall set forth below the name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement in an amount in excess of one-half(1/2) of one percent (1%) of the prime contractor's total bid,and shall further set forth the portion of the work which will be done by each subcontractor. Only one subcontractor for each portion shall be listed. If the contractor fails to specify a subcontractor for any portion of the work to be performed under the contract,he shall be deemed to have agreed to perform such portion himself,and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth. Subletting of subcontracting of any portion of the work to which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity,and then only after a finding reduced to writing as a public record of the Legislative Body of the owner. PORTION STATE LICENSE OF WORK SUBCONTRACTOR'S NAME AND ADDRESS NUMBER CLASS k� i�t. � UC,'r2 bZ��i�L •� PA%Atj& AVm.4 +.rkOPA �6"_A C � C X�0& ww By submission of this proposal, the contractor certifies: 1. That he is able to and will perform the balance of all work which is covered in the above subcontractor listing. 2. That the City will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. P-G LY CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5193 State of California —OPTIONAL SECTION— CAPACITY CLAIMED BY SIGNER County of Orange Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. On 6.10 7/9-1 before me, Pa t r i v i a A - Xo is 1 gk i ❑ INDIVIDUAL DATE NAME,TITLE OF OFFICER-E.G.,"JANE DOE,NOTARY PUBLIC" [�CORPORATE OFFICER(S) personally appeared Bruce A. Schuler President NAME(S)OF SIGNER(S) TITLE(S) ®personally known to me-OR-❑ proved to me on the basis of satisfactory evidence ❑ PARTNER(S) ❑ LIMITED to be the person(s) whose name(s) is/are ❑ GENERAL subscribed to the within instrument and ac- ❑ATTORNEY-IN-FACT knowledged to me that he/she/they executed ❑TRUSTEE(S) the same in his/her/their authorized ❑GUARDIAN/CONSERVATOR capacity(ies), and that by his/her/their ❑OTHER: signature(s) on the instrument the person(s), or the entity upon behalf of which the °FMA P OWALSKI person(s) acted, executed the instrument. i+an�iar aLUM-CAL SIGNER IS REPRESENTING: PFWXXVL WITNESS my hand and official seal. NAME OF PERSON(S)OR ENTITY(IES) UY01 6wJ*2%MS Schuler Engineering Corp. SIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT �lo�/-C'LYGUS1D.cJ AFF/yA✓/T THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT i Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE t ©1992 NATIONAL NOTARY ASSOCIATION•8236 Remmet Ave.,P.O.Box 7184•Canoga Park,CA 91309-7184 0 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID Bruce A. Schuler , being first duly sworn, deposes and says: 1. That he or she is President of Schuler Engineer party making the foregoing bid; 2. That the bid is not made in the interest of, or on behalf of, any undisclosed person, partner- ship, company, association, organization, or corporation; 3. That the bid is genuine and not collusive or sham; 4. That the bidder has not directly 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 refrain from bidding; 5. 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 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; 6. That all statements contained in the hid are true; 7. That the bidder has not,directly or indirectly,submitted his or her bid price or any breakdown 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, under the laws of the State of California, that the foregoing is true and correct. ATTACH APPROPRIATE CERTIFICATION OF NOTARY PUBLIC HERE. P-7 _ 06.-C7-93 11 . 01AM FROM WATER OPERATIONS P02 l j CITY OF H�JNTINGTON BEAA=H e 2000 MAIN STREET P. 0. Box 190 CALIFORNIA 926M Louis F. Sandoval Public Works Department Director (714) 636-5431 RESERVOIR HILL BOOSTER STA rON CC-534 ADDENDUM NUMBER ONE MAY 26, 1993 NOTICE TO ALL BIDDERS: AR. Addendum No. 1 to the contract DcI'.L4ments for Reservoir Hill BoostF- rt3t .fir . This addendum forms a part of the Contract Do,�`uments and modifies the original Contract Documents dated May 24 , 1993. The, bar Shill acknowled .ot of thin Ad endum �z y,_g ghing it to the Bid Document. Failure to comply with this raquirement will render the bid non-responsive and may cause ,its reaction. All trades affected shall be fully advised of these ct:anges, additions, or deletions. This addendum consists of one pace which is Exhibit A, Page P-1, Paragraph A-2 . Very truly yours, E iCh tt, P.E. BEng' ser RE:HDJ:jas This is to acknowledge receipt and review of Addendum Number One, ,dated May 26, 1993 . It is understood that this revision shall be included with the Bid Document. Company i' By r Date -04-;3 01 : 05PM FROM HB H2O PRODUCTIONS P02 •,,, CITY OF HUNT"INGTON BEACH 2000 MAIN STREET P. 0. BOX 190 CALIFORNIA 9260 Louis F. Sandoval Public Works Department Director (714) 636.5431 RESERVOIR HILL BOOSTER STATION CC-S34 � ADDENDUM NUMBER TWO JUNE 31 1993 NOTICE TO ALL BIDDERS: RE: Addendum No. P t1c the Co,ntrac,`t Documents for 'reservoir :ii,"i tiooster Statio.1 This addendum forms a part of the Contract Documents and modifies the original Contract Documents dated May 24 , 1993. The bidder shall acknowledge recalpt of this Addendum V_Attaching it to the gig Document. Failure to comply with this regS.,irement will render the bid non-responsive and may cause its rectiori. A11 trades affected shall be fully advised of these changes, additions, or deletions. This addendum consists of five pa-jes. M}, Very truly yours, r E. bla7tt, �.E. (E ginger RE:HDJ: lb This is to acknowledge receipt and review of Addendum Number Two, dated June 3 , 1993 . It is understood that this revision shall be included with the Bid Document. z Company B BattT x ty 4` ,i �y BID PROPOSAL `.t'_ I FOR: CITY OF HUNTING'1" :'BEACH RESERVOIR HILL PUA ''NATION BIDDER: SCHULER ENGINEERlfCORPORATION P.O. BOX 8517 RIVERSIDE, CA 925 S-8517 BID DATE: JU14E 08" 1993,1, TIME: 2:00 PM i June 8 1993 - 2:00 .m. I Howard Johnson DAB.. Tuesday, p PROJECT ENGINEER ENGINEER'S ESTIMATE: 2.5 mil JOB TITLE AND CC NUMBER: Reservoir Ilill Booster Station; CC-534 Bidder's Name Total Bid Amount 1. Advanco 2. Allied Steel 3. Cadri Compan 4. Caliagua S. California Pipe Fabricators 6. Digital Electronic Services 7. Domar Electric 8. Franklin Reinforcing_ Steel 9. International Fabrications and Engr 10. J W Contracting 11. W M Lyles Co any !'lYj 12. M S I Metal Supply 13. Marden-Susco, IncoKporated 14. Merco Construction 15. N L E Incorporated 16. Pascal and Ludwig Engineers ed 17. Peerless Pumps Company 18. Rockwell Electric 19. _ Schuler 20. Shultz Electric 21. Sy-Red Fabricator 22. Uhler �� ,�/��. _ G - 46, 23. Wes-Con 24. West Electric 25. Western Jalco 26. Jess R Worthington 27. Z, ebarth and Alper �T.3'7 rwo' RECEIVED RECEIVED CITY CLERK CITY CLERK CITY �� CITY OF HUNTINGUN :7FACH, CALIF, NUNTINCTON AMP, CALIF. Juu 8 2 oo P8 '93 JuN 2 of P '93 DATE: Tuesday, June 8, 1993 - 2:00 p.m. PROJECT ENGINEER Howard Johnson —ter ENGINEER'S ESTIMATE: 2.5 mil JOB TITLE AND CC NUMBER: Reservoir Dill Booster Station; CC-534 Bidder's Name Total Bid Amount 1. Advanco 2. Allied Steel 3. Cadri Company 4. Caliagua S. California Pipe Fabricators 6. Digital Electronic Services 7. Domar Electric 8. Franklin Reinforcing Steel 9. International Fabrications and En r 10. J W Contracting 11. W M Lyles Co an 2 _$,� . 0 0 t� 12. M S I Metal Supply 13. Marden-Susco, Incorporated 14. Merco Construction 15. N L E Incorporated 16. Pascal and Ludwig Engineers a 17. Peerless Pumps Company 18. Rockwell Electric 19. Schuler 20. Shultz Electric 21. Sy-Red Fabricator 22. Uhler a 23. Wes-Con 24. West Electric 25. Western Jalco 26. Jess R Worthington 27. Ziebarth and Alper 21,7 DEPARTMENT OF PUBLIC WORKSD • CASH & ASSOCIATES __R-EW-8�9-00�534 Et�INLER `� ACCT „- LIST OF BIDDERS THAT HAVE TAKEN PLANS AND SPECIFICATIONS nFoRR JOB CC.- NO. 534 COST�75.0-0 refundable DESCRIPTION RESERVOIR HILL BOOSTER STATION E 9 G./EST. $2.5 million OPEN M une 8, 1993 19 93 AM 2:00 PM NAME AND ADDRESS TELE. NO. FAX NO. RECEIPT N, 90y _ Z5 I L7of a 2j D r 19 C,&LU (9,H 8 11 Zg Sv, low sT On a ' . C/t. lSa� c:;17/� i 1asca-t r ! 09� 7-- g0ii ) qLf)7 �q 2 20 F . F'RAVCI St. n1ar i 9 6 `f-'7z2 �•Z'/ • i � ► �� a� 9a �Y� � � /-3�33 �I1-�3 � ��a l a-7 - T16 7tf-�06 9 qlG 678--lO5/3 L U ' 0 6ao — a 81 --83 / --0/ 41K-7398 s ( mot o 7— lc-7y- 901- 2Ys- .�ryo - cl7 e L1 kap -za o J y3s /Y 70 (a9 a 3c� 0 31 I �8��{�a� 7?-3-Mp 3 I i of b 7-,?61 ( G o�0 Sv sc ) c - ::a. ?1�3 71-/ ,,,�. : ' �- 2 - , - yy-7Zb -Sl-►-73Z.S ��12t 5' 310 310 13S4 to _9_ 0 41.. <. � j NAME AND ADDRESSLIM • • P WA - .... mugs 1 �_ �� ♦ is i!���� 1�` I . /fir r � � '" � Ii • A JUN 10 193 8: 39 919/452-0723 PAGE . 01 1 i • • • Revs d: —�SSM r � r Date: f TO: ALL BIDDERS Post-It""brand fax transmittal memo 7671 A of peges `I 7b - - From -..I5 A'f t-LuGiN IiCiN e� MC-LA-SC, cac--�ti3t: Co. Co. Dept. Phone# ATTENTION: ESTIMATOR Fax REFERENCE: Reservoir Hill / Booster Station Bids June 8, 1993 Gentlemen: j Sparling Instruments Company,Inc.Is pleased to offer the equipment and/or services subject to the terms and conditions on the lack of this quotation; TY SIZE; MODEL NUMBER DESCRIPTION 1 G" FM655-065-110-0 6" Sparling Tigerma with a polyurethane liner, 31.69S electrodes, 150# flanged, local transmitter, 24 V. power supply, 1./2% of rate accuracy, grounding rings. 2 12" FM655-125-1.10-0 12" (Same as Above). 4 16" F'M655-165-110-0 16" (Same as Above), 1 24" FM655-245-113-0 24" Sa ine as Above, EXCEPT remote (accidental submergence) mounted with 100 feet of connecting cable, TOTAL PRICE: $104,508.00 • The products quoted ate designed, manufactured, and serviced in the United States of America. • Optional Start Up: $500/day plus expenses. THIS QUOTATIONS IS VALID FOR 30 DAYS PAYMENT TERMS: NET 30 DAYS Please Execute Purchase Orders to: UPON APPROVAL OF CREDIT SPARLING INSTRUMENTS CO., INC. FREIGHT: Prepay &. Add 4097 N.Temple City Blvd. l7 Y P.O. Box 5988 F 0 l3 POINT: ) 1V�O11tC CA El Monte, CA 91734-1988 Monte, Phone; (818) 444-0571 DELIVERY ESTIMATED TO BE 12 WEEKS AFTER FAX: (818)444-2314 RECEIPT OF THE OFDER OR SUBMITTAL APPROVAL. Mail Purchase Orders to Representative as follows: ENCLOSURE(S); TERMS AND CONDITIONS (See reverse side) Q CONDITIONS OF SERVICE EQUIPMENT LIST - Prepared By: FORM 1075-A -- 12/88 Michael A. Beij)/93-555M Soarlina Instruments Co_, Inr._ EI Monte.CA Thee nnntntinn is fnr thn nnninmPnf l;ctPrl nhnvP nnly Anv ether Pfni;nmont rPrrrr;rPrt will hp at Pvtrn rltiarm- JUN 10 ' 'a^ :3 : _9 8 1 8: 452-0723 PAGE . 02' Page: 600� Isaue Datet January 1"4 TIGERMAG Supersedes: Match 19% " S —.A Table 1-Base Model Number ``"';.,.r..:.,..,'!;>' Approx. M6 Magnetic Flnwmeter `! 2lit ; ; Shipping Wei ht a c it Ibs k Size 017 ALL OF ��x{4 "s. "3""'i' ,_ ' 2U 9 MODEL (x3 1.5" ? 1 i>! Si 4: 26 12 N!A «> 90 1 02 ■ 2^ ' ;<:'': AS'<`f' ......f.. 4 F'M65$ 03 48 = y:3ar fi;r <;; 22 AR , 2S caa r:ri<' A., 9 :.c ,:Lis a '"z. 5 QB '%'r:'"� 113 W!7'N '}4. :trey +i'60 :: 10 = 1Q :s:i:tdr,i:2< F::z'!':os. 1 1 r„ iy#^` ivi' 4rr: %�ii :>!. .:3 n 12 12 _ " 64 �'1~0 2 118 FL.f11 RTi] -14 N A,s I �i�?r ':%t ,c<% 2:st:,: 4 00 1 16^ '.is.: ��'�::ir 1 .,t'ern: �.. : 2. xl9ri4 <eY#i 210 250 S50 20 20" . 24 2 a" 740 136 ' . � s >:: 951 43 9 s 0 ,sr:r 2 > Table 3-Liner Mater{al R SIZE t 1-lard Rubber (6"-72') 9 Neoprene 6" 7:.�,.ti ltubbe r l ) t}i AN 3U" 3 "Irian P7 0.5" -36"' ae€aCild:a4 CONSULT Pol urethane 6 - 48") - Y � FACTORY. Ceramic. n 6 .S .4 Table 4-FJeetrnde Matdrlal 1 316S5 ' ,. :I+IC'�`," ' S Tantalum :." Y 8 Zirconiu m '1 ��. ski net 4 Titanium /♦,��//�� d3u Table 5•Fitd Copnrctlaaa See e tMR-4 f0 tp'o �i'( B ]page SSV lb. Z: lb. 04;r:.: Table 6-Tiransmltter Mouuting ; 0 Sensor mounted NEMA-4,NFMA-7 ':r' //�� :.1:!:f% ':, :'; ^rtt:::�i,.::: w 15 ft cable(See u,nc 1 1 Remote Mounted with f e � '} Accidental 5ubenrF$ence,proof 30 ft.48 hra Includes des Table 6 option I •Jr%r�ii#t ans Sae n0 ;' :#;::<: t:: Table 7-Other opts ( to 2) <;; '.':n:.:s:<ss!):,�.::t;„,,;' r• 0 Standard 0-rings(EPR &Vi(on i" -4");(Viton only -5 ); and for(Table 3,option ) l 3 t,t:9� �;r::�` t':Y!`:..:i'<•`�I r`�<:fi:<:k:° o' 1><'1 BFR•0-rings only ''ty 2 K.alrez 0-ring8 NOTE:Grounding electrodes are insWled only when grounding rings FM655• __ _ _ do not accompany the meter.Seepage 600.6 for aooex.cories, Cr=Consult Factory + Special Constnrction(High temperature coils required when temperature exceeds 746`F) High Temperature Coils(212'-300*0 For Teflon only-includes Table b option 1. Coils 420° For Ceramic only.Includes Table 6,option 1 and Table 7b,option' ���#�> High Temperature ( F) } p iy o Removeable Iacrtrodes(10"and above only) : Empty Pipe Detecilon 24 V do power Digital Communications utilizing HART*protocol f•^-� Pricers subject to change without prigs$oboe NOTE It Includes wall and pipe stand mounting bracket and 15 feet of Cable. Longer cable,$5.40t,100 Amax. NOTE 2; 110-rings are not used on meters with PTFE,rubber,poly,or neoprene liners. Standard Peatum Included is the Base Prices t 2 Ytar W9"anty".Celeetxble Damping••Explosiou Proof••131-directional Flow••Scaled Pulse or Frequency••150#AWWA flangtes••Noise Suppression 4-20 mAde--Law Plow Cut-off••Indicator,Totallur••MAG-COMMAI"7C)--PasitiVe Meta return*•77-:63 vac a _�... /� �. l r `� ... ..... ......... �`T; V 0 c 13 9. TH:S 1==-FE, ads the,,24th day of leter.ber, in the year cz Our Lord nineteen and twenty Betreer. SrACF "'A7EF :0::FrJT'Y, a cor;o-.ation orga!4zed varierthe laws cf the State of r&jjfc-_r.j&, 9--.a hzvirr- its 7rincital -1mce of busirese, In the City of F-untinetor, ---each Cc--nt:, of orsr.Se, sr.V! State-of Ca'i!Ornia, the j:&rt7 of the first part, ind BEAC= CV1,'_'?ArY & 4jft.rnla, corporation tAo party of the sects~- part, TIT-ESSETw: That the said T,&:'.1; of the first'part, for and in cots i4oration Of the aum o.f-,Tot rollars -old coin of the 'cited States of A--eric&, to it in h&nd tain- by the Said of the second part, the receipt whereof is herety ac kr.cw I edged, �Gea '.-Y these ;rosetts ;rant, ! -0 &I, :_rty 0, as ond par:, &nd to Its Vat— bar sell, -onvey,and conff= untc, h gain ar.- cessors and osei;ne forever, all that certain lo-., piece or parcel of lard situate, lyinz, and txnqin the City of Huntington �oach' ant ot-,;nty of Orange, ana, -tate of C&.ifG.niu, and tCumd- ea I as f011Owf, to-wit: an&,part cularI7 doec. In the iT. 11 section 2and tre Ui � Of Sect lo*='3' All tb�t0pj&c&.and parqej of lar.:I. lyin., the followltz 4es- 2,. bed as enclosed T. 6 S. 'P.. 11 7.'S. I P&rticul ly -0 ri 'scribed bounder; lines, to-wic." l Beginninct at a-point of compound curve, which •point is N. P-10 56' V 7 a distances' three hundred (300) feet from the -northwesterly corner of Sceltxer Avenue and Clay Street (not known,as Sumnit Avenue) as shown on that certain map of Garfield :Tact recorded on Pai-e 27-t of Book 7, of :raps, Records of Orange County, California, and :urri=. thence Jr. s westerly 1lreetion a distance of 445.C58 feet frog said point of beginning along the arc of a. circle; of a radius of 510 feet, the center of which circle tears South 31' 29' w. from the point of beginning, to a point of compound curve, thence southerly aloe- the are of a circle • of 135.362 feet radius, a listance of 24c..03 feet to a point of co^poun.: curve, thence south- easterly along the arc of a circle of 613.156 feet radius, 'through a cistence cf 222.1y3C feet to a point of compound curve, thence easterly alon:; the arc of a circle of 3C3.,��3 feet radius thrcu^,h a distance of 4.70.41 feet to a point cf compound curve, thence northeasterly along the arc of a circle of 149,52 feet radius, through a distance of e6.74 feet to a point cf eonpotr4 Curve, thence northwesterly alonx the are of a circle of 205 feet radius, through a :iota:-oe of 226.79 feet to the point of beginning, containing 5.17 acres. Reeerving unto the 3rartcr, however, the right and easement to use nsintain, repair, Co. K y^A. :. renew.and reconstruct the reservoir now existing on sal= >roperty, together 'rith the right to use the water rains rennin.- therefrom, and the further right -c lay such additional water nai.6 as the Co ippa y may reRuire, adjacent to .he rater rains nCz:: existing and as close therCto as to practicacle to lay the s=e; together also rith -.he right to use ar.i operate the now on said prerlses for produc'.ic^ of water therefrom. ' Together with all and singgul&r the tenements, herg:i;_-.ents and appurtenw".cee thercurte M belonging, or in anyTdse ap-eertalning, and the reversion and reversions, remma.i:der and re- air.-tiers, rents, issues and rrofits thereof. TO tEh`.'E A= 70 H L^, all and ein:- 'la- the sai_ rrerlses, together with the a�r.urtenar: coo unto the said party of the second :•.art, and to its successcra a..-d assign& forever. In m7. ,oS pi:EFcrr, the said "arty of first ;art, has cwused its Corporate :lame and seal to be affixed ILT its :"ice President and secretary thereuito duly Watborize,'' the fay ate- year in t:•ia indenture first &hove written. _ ..TZTGy 3SACH WA7TF: CO1_1PA::Y Br Alex Cilia lice-President By Jas. S. Lawshe Secretary , Stag of California, ss. County of Los Angeles, On this 24th say of .epter:cer, A. L. 1920, before me, C, 2 f o Rachel, a Notary Public in ana for the said=County and Efate residing therein, duly commissioned and sworn, personally appeared Alex. rills, known to me to , A 'be the Vice-President and Jas. S. Lawshe, known to me to be the Secretary of the u:ntinSton Beach Eater Company, the Corporation that executed the within Inetr=ent, known to me to be the persons who executed the within Instrurient, on behalf of the Corporation therein named, and sokaowledged to me that such Corporation executed the same. 1 IH,wITms wEB:•MF, I have herauato set my hand and affixed my official sealrth) day and year in this certificate first above written. ((SEW) C. E. Rachel Notary Public— In and for seiA"County and State- Yy eoaoALesion expires State- July 18, 1923. A foil; tsae'aud correct copy-of the original; recorded at the request of Grar,tet Sep: x 25 "192fir. at ?k str past-10,A.X. Justine Whitney Govnty Recorder bZ ;i.,W, .C.6WX � _ r ASSIGINENT OF LEASE That we SOUTHERN CALIFORNIA WATER COMPANY, lessees of that certain lease dated the 15th day of September, 1949, between SOUTHERN CAL37ORIIIA WATER COMPANY, as the lessees.. and HUNTINGTON BEACH COMPANY, a California corp- oration, as the lestors, coveting that part of the parcel of land in said County of Orange conveyed by deed recorded August 29.,, 1917, in Book 303, . Page 229, of Deeds, records of said County, and designated therein as Parcel No. 2, described as follows; Beginning at a point of 'compo:und curvature in said parcel, said.point being common to the curves of radius 613.156 feet and 305-543 feet, respectively, thence Easterly along the curve of radius 305-543 feet., 76.00 feet to the true point of beginning, thence N. 170 281 09" E. 70.00' feet, 'thence S. 72* 31' 51" E. V.79 feet, thence S. 17* 281 09" W. 70-00 feet to a point in said curve of radius 305.543 feet,, thence Westerly along said curve 78 feet more or less to said true point of beginning, .do hereby assign eA4 transfer to the CITY OF HUNfXWMN BEACH,, all of our right,. title and interest in.and to said lease as of the below date. Dated: A-e- Slz�, C ASSIGNEE'S ACCEPTANCE The undersigned do hereby accept the above assignment and covenant and agree to abide by all of the terms, covenants and conditions of said lease agreement.. Dated: Ply CC "J441i'0110411 Li ." LESSORS CONSENT t ho- u signed,,, the lessors of said lease agreement,"do 1*re-'by consent nder, i the foregoing. from SOUNERN CALMpjj.TA WATER C0t&,Aj'y to e try:' th CITY OF HUNTIMTON BEACH upon the condition that ,the. lessees SOU=RN V OWANY' shall remain liable on said lease',un 41 tba ,expjj, *�.. t This consent s -not be'construed as consent,to any'."Oubse- _4xieni"assligi'ment or subletting. r Dated: At JY43 Aft M 77 77 i 42672. THIS ITrEhTURE, Made the 31st day of July, 1917, between HyiNTINGTON BEACH COMPA"'Y, a corporation organized under the laws of the State of California, and having its 'principal place 4 i of business in the City of Loa Angeles, County of Los Angeles, State of California, party of the first part, and HUNTINGTON BEACH WWATER COYPANY, party of the second part, I 7UTNESSETH: i That the said party of the first part, for and in consider--ton of the sum of Ten Dollar (w10.00) gold coin of the United States of America, together with other good and valuable con- i siderations to it in hand paid by the said party of the second part, the receipt whereof 1s here- by acknowledged, does by these presents, Grant, Bargain, Sell, Convey and Confirm unto the said i party of the second part and to its successors and assigns, forever, all those certain lots, _pieces or parcels of land, situate, lying; and being in the County of Orange. State of California L and bounded and particularly described as follows, to-grit: j Paroel No. l Reservoir site. All that piece and parcel of land lying in.the NW4 of Section 2 and N&,; of Section 3, T. 6 S. R. 11 W. S. B. B. & U. more particularly described as enclosed by the following described boundary lines, to-wit: Beainpin qt a print compogad. �0a4 H x kid '�30a� feet from the $46rthwesterly corner pf %elt�zer Avenue and Clay Street, (now :nown as Summit Avenue) as shorn on.that pertain map of Garfield Tract, recorded on page 27-19 ` of Book 7, of Ylscellaneous ?flaps, Records of:Orange County, California, and running thence in a westerly direction a distance of 445.056 feet from said point of beginning along the arc of a _ ,a r remit r 777 3.` circle of a radius of 510 feet, the center of whioh circle bears South 310 28, 1. from the point of beginning, to a point of compound curve, thence Southerly along the arc,I of 4 vircla of 135.3b .feet radius, a distance of 240.03 feet to:& point of compound curve,'thence South-easterly along the are of'a circle of 613.15b feet radius, tbroueh a distance of 222.950 feet to a point of 4 compound curve, thence Egaterly along the arc of a circle of 305.543 feet radius, through a i distance of 470.41 feet to a point of compound .curve, thence Northeasterly along; the are of a � J} (i circle of 149.52 feet radius, through a distance of 66.74 feet to a point of compound curve, thelLoe Norttwe$terly along the arc of a circle of 205 feet radius, through a distance of 226.79 feet ` to the point of beginning. Parcel No. 2 No. 1 and 12 well site. That parcel of land more particularly described as follows: Be- ginning at the point of intersection of the produced westerly line of Alabama Avenue with the, southerly line of Atlanta treat, running thence south 140 feet to a point, thence west 21 feet } to a point, thence north 140 feet to the southerly line of Atlanta Street, thence east along the I southerly line of Atlanta Street 21 feet to the point of beginning, which parcel of land is situe.ted in the NW,�, of NE4 of Section 14, T 6 S. R. 11 W. S. B. B. & M., Parcel No. 3 No. 2 an: 3 'well site. Lots W"r2, 4, 6, 6 and 20, Block 303 gain street Section, City of Huntington Beach as delineated in the map thereof recorded on page 43, Book 3, Miscellaneous f L'apa, Records of Orange County, Parcel No. Private right of way lands. Lot 33 of Block A. Lot 39 of Block B, Lots 29 of Block C. Lot 26 of Block B, Lot 25 of B16ak $, Lot 07 of Block F, Garfield Street Addition, Huntington: S Beach, being subdivision N2 of the NW4 of Section 2, T. ,6 S R. 11 W. and a portion of the SW1 p the SW4 of Section 35, of,T; 5 S. R. it N. S. B. B. & M, as recorded on pages 27 and 26 of Book 7, Miscellaneous Maps, Records of Orange County, California. Together with all and singular the tenements, hereditaments and appurtenances thereunto belonging or in anywise appertaining, and the reversion and reversions, remainder and remainders rents, issues and profits thereof. TO HAVE AND TO HOLE, all and singular the said promisee, together with the appurtenances unto the said party of the second part and to its successors and assigns forever. Iy wjTrreF ?'HEREOF, the said party of the first part has caused its corporate name and seal to be affixed by its Vice-President and Secretary thereunto duly authorized the day and year r. this indenture first above written. ((COFPORATE SEAL)) HUTTINOTON BEACH CO. By H. L. Haffner Vice President By H. Levinson Secretary to of gA,1i,f orz ia, � `Count y of Los Angeles, On this 31st day of July A. Dr 19170 before me, Jae S. Lawshe a Notary Public in and for the said.County and State, residing teerein duly' commissioned and sworn, personally appeared H. L. Heffner known to me to be. the Vice President and H. Levinson knosn to me to be the Secretary of the Huntington;'Beach.company the Corporation that executed the within Inotrumeat, know to"me to be the ,I�ereoaa who executed ' the within instrument,, on behalf, of the.Corporatton therein named, 'and acknowledged to me that such Corporation executed the sai:e IN WITNESS WF?ERE05, I have hereunto set my hand and affixed my official, seal the day and year in this certificate first apove written. ((cRALj) Jae S. Lawshe Notary Public in and for said County and,State of California 'A full, true and correct dopy of the original, recorded at the request of Grantee Aug 29 1917, at 43 min past Z P. L:. Justine Whitney County Recorder o 0 o - - r i 4 M1„ .. "j, I have received Rid RonA8 for RoGarunir Hill Rnocter Rt-tinn; CC-534 on behalf of the Treasurer's Office. Dated By: Bid bonds from the following companies: Schuler Pro Contracting Uhler Pascal and Ludwig Engineers W. M. Lyles Company Ziebarth and Alper Bond No.________9 991 Fidelityand Deposit Company HOME OFFICE OF MARYLAND BAMMORE, MD 21203 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, --------Schuler-Enq_ineeringl—Inc._---------------------------------- ---------------------------------------------------------------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------- Principal, (hereinafter called the "P and, of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, P.O. Box 1227, Baltimore, Maryland 21203, tion duly organized under the laws of the State of Maryland, as Surety; (hereinafter called the "Surety") a- firmly bound unto-----------Clty--of-EL1Atngto-1-1_594 ------------------------------------------------------------------------ -------------------------------------------------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------------as Obligee, (hereinafter called the �. in the sum of_...Ten—Pert ent_of—the—Total�Am mt_Bid in ----- Dollars ($---10�------— for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for___—Reservoir—Hill—Ptm --Station New Station, Fluoride Tank Relocation, Meter Trst & Convent Storage Sheds & ------------------------------------------------------------------------------------------------------------------------------------------------------------------- Associated_Utility._-&-Sine-Work,__-in-the_City_of Huntington Beach, _CA.___ ----------------------------------------------------------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------------------------------------------------------------------------- NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter int with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in or contract documents with good and sufficient surety for the faithful performance of such contract and for payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Princ into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference nc the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee i faith contract with another party to perform the work covered by said bid, then this obligation shall be nu otherwise to remain in full force and effect. Signed and sealed this----------------2-8- ------------------------------day of-----------�y--------------------------------------A -_Schuler-_Engixte�rng__Corporate ' Principal ------------------------------------------------------------------------------------- Witness -------- = =-------------------------------- f- TTT\TT TTt) • ITT rT+����T -+�+� -� � ---- -- - ��� --- Power of Attorney z FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE,BALTIMORE,MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporati State of Maryland, by C. M. PECOT, JR. , Vice-President, and C. W. ROBBINS Assistant Secretary,in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Compar, reads as follows: "The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice specially authorized so to do by the Board of Directors or by the Executive Committee,shall have power,by and with the concurrence of th or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents,Assistant Vice-Presidents and Attorneys-in-Fact as the busi Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recc stipulations,policies,contracts,agreements,deeds,and releases and assignments of judgements,decrees,mortgages and instruments in th mortgages, ... and to affix the seal of the Company thereto." does hereby nominate constitute and appoint Michael R. Langan of Pasadena, California tntruean awful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as curet its act and deed: any and all bonds and undertakings. . . . . . . . . . . . . . . . . . . . . . . . . . . Xn-d the execution of such bonds or undertakings in pursuance of these presents, shall be as binding ul Company,as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledge regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI,Section 2,of the By-Laws of said Compi now in force. IN WITNESS WHEREOF,the said Vice-President and Assistant Secretary have hereunto subscribed their n& affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this .........lath......... of .................December................... , A.D. 19..85.. FIDELITY AND DEPOSIT COMPANY OF MALdent ATTEST: SEAL ............C.-U. y.. .. .. .. - ... B�`'^'rAssistant Secretay Dice- STATE OF MARYLAND > SS: CITY OF BALTIMORE 7 On this 1 3 th day of December ,A.D. 19 85 ,before the subscriber,a Notary Public of the State of Mar and for the City of Baltimore,duly commissioned and qualified,came the above-named Vice-President and Assistant Secretary of the F1DI DEPOSIT COMPANY OF MARYLAND,to me personally known to be the individuals and officers described in and who executed the preceding ins and they each acknowledged the execution of the same,and being by me duly sworn,severally and each for himself deposeth and saiIh.that the said officers of the Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company.an( said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and directi said Corporation. IN TESTIMONY WHEREOF,I have hereunto set my nd affixed by Official Seal,at the City of Baltimore,the day and year first above f MOTS ♦ _ No ry Public ssion Expires... .Uly....l.,.. •�� SIC +. CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Attornev of which the foregoing is a full,true and correct copy,is in full force and effect on the date of this certificate;and I do further certifl Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Dir appoint any Attorney-in-Fact as provided in Article VI,Section 2 of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDE DEPOSIT COMPANY of MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company,whether made here hereafter,wherever appearing upon a certified copy of any p'ower of attorney issued by the Company,shall be valid and binding upon the with the same force and effect as though manually affixed. e SAFECO INSURANCE COMPANY OF AMERICA INSURA NCE ANCE COMPANY OF AMERICA ® FIRST NATIONAL INSURANCE COMPANY OF AMERICA SA HOME OFFIC& SAFECO PLAZA SEATTLE.WASHINGTON 6111a5 BID BOND KNOW ALL BY THESE PRESENTS,That we, Ziebarth & Alper of Huntington Beach, Calif. (bereinafter called the Principal), as Principal,and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety),as Surety, are held and firmly bound unto City of Huntington Beach, Department of Public Works (hereinafter called the Obliges) in the penal sum of 10% of amount b i d Dollars(S 10% of amount Bid > for the payment of which the Principal and the Surety bind themselves, their heirs, executors,administrators,successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Reservoir Hill Pump Station NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified,enter into the contract in writing, and give bond, if bond is required,with surety"table to the Obliges for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 7th day of June , I9 93 (Seal) Principal Witness y��,� - , Title SAFECO INSURANCE COMPANY OF AMERICA BY=25�= S�eff n L. Go 1 tr& Altoiney-in-Fa.t I S-531EP 3/03 ®Registered trademark of SAFECO Corporation. P()V4m HOME OFFICE: SAPECO PLAZA SAFECO INSURANCE COMPANY OF AMERICA OF ATTOFMY SEATTLE. WASHINGTON $alsa SWAB NO. 8886 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Wa hington Corporation, does hereby Ia�ppoint tiHtt YftaMttatlYa NtlMitRtt tr ttMMtt tINM.tts lttln1"NuNKSTEFFEN L. GOLTRA. Irvine, Val ifcrnlaiiii"mm Numm "Kit" Its true and lawful ~neyisi-in-fact; % tlw fun authority to execute on behalf of the company fidelity and surety bonds or undertaitinp and other _do urnenbt of a similar Character issued by to oonpaly in the Course of its business. and to bind SAFECO MtBURANCE• COMPANY Of AMERICA *Araby as fully as if such instruments had been-duly executed by its regularly elected officers at its home office. iN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERiCA has executed and attested these presents this 4th day of January is 93 R A.Pic RS3,N,SECRET A;1Y ✓AN D.tviCLEA;N PkEzii)ENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA- 'Article V. Section 13. - FIDELITY AND SURETY BONDS . . . the Prestdwv% any Vice Presidsnt,.the Secretary. and any Assistant ~tics President appointed for that purpose by the officer in charge of suety operstions. shalt each have authority to appoint individuals as sttomays-In-tact or under *#or appropriate titles with authority to execute on behalf of the cornpany fidelity and surety bonds and other docurnents of skvd W Character issued by the company in the course of its bps . . . On any instrument making or evidencing, such appointment, the signstures may be affixed by facsinle: On any instrument conferring such authority or on any bond or undertaking of the cornpany, the seat or a fecsiamile thereof. may be hnpressed or affixed or in any other manner reproduced; provided. however, that the seat shell not be necessary to the validity of any such instrument or undertaking.• Extract from a Resolution of the Board of DirecWs. of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28. 197M "On any certificate executed by the Secretary or an assistant secretary of the Company setting,out. M 'fits provision of Article V. Section 13 of.the icy-Laws, and Oil A Copy of the power-of—ettorney appointment, executed pursuant thereto, and tiii# Certifying that salcf pawner-of-altaur►sy appointment Is in full force-and effect; the signature of the certifying officer,may be by facsimile. and the seat of the Cotyleny may be a facsimile thereof." 1, R A. Pierson. Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws. the Resolution and the Power of Attorneys are stilt in full force and affect. IN WITNESS WHEREOF, i have hereunto set my hand and affixed the facsimile seat of said corporation this 7th dry of Jute 19WA 1 S`13001EP 1193 4 Registered trademark of SAFECO CRrporotion. Bond No. GWM j VERIC-V4 INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS, that we, *� Uhler, Inc. as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws N of the State of Ohio, having its Administrative Office at 580 Walnut Street, Cincinnati, Ohio 45202, as surety, are held and firmly bound unto, City of Huntington Beach as obligee, in the penal sum of Ten percent of the bid DOLLARS (S 10% ), lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,firmly by these presents. SIGNED,sealed,and dated this 28th day of May 19 93 WfIEREAS, the said principal herewith submitting proposal for Reservior Hill Pump Station NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be awarded the said contract, and shall within ( ) days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the principal's bid and the amount for which the obligee may.legally contract with another party to perform the work,if the latter amount be in excess of the former;but in no event shall the liability hereunder exceed the penal sum hereof. Utker, Inc. Princlva! GREAT AMERICAN INSURANCE COMPANY By. • � Altvrnty-fin-Fact • F.9116K-(3/62)1010 FORM) r4 .- -_- ��...•n' - „'s^ s•-5yr- , - ,i. 3:3C. .'TV M a, N U AN The number of pats aitsthorized by this power of attorney is not more than No.0 13194 ONE POWER OF ATTORNEY KNOW ALL MEN-SY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under stud by virtue of the laws of the State of Ohio.does hereby nominate,c sfitutt and appoint the person of persons named below its true and 12*01d atto>trtey4n-fit.for it and in its name.place sod stead to execute in lithelf of1he said Company,as surety,any and all bands,undettakings and contram of suretysl ;or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority not exceed the limit stated below. Name Address Limit of Power RICHAARD C. LLOYD IRVINE, CALIFORNIA UNLIMITED This Power of Aitomey revokes ab previous powers issued in behalf of the attorney(s)4n.fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers sad its corporate seal hereuntoaflixed'this 13th , day of July .9 90 Attest - GREAT AMERICAN INS URANCE COMPANY _ t STATE OF OHIO,COUNTY OFMAMILTON—ss: On this 13th 4ay of Jul y 9 1990 ,before me personalty,appeared WILLIAM-J. MANEY, tome known,being duly:wort,demos and says that he resided;in Cincinnati,Ohio,that he is the Vice President of the Great American Insurance Company,the Company described itt and which ch executed the rive instrument;that he knows the teal;that it was so affixed by authority of his office under the'8y-Laos of said Company,and that he steed his name thereto by like authority. This Power, of Attorney is granted by authority of the following resolutions adopted by the board of Directors of Great American,Insurance Company by unatimous written consent dated August M 1979. RESOLVED: That.the PK-Went,the sevetni Vkse Pmsfdents and Assistant Vice Pr7rsidents,or anyone of them.be and hereby is ruthodzeat,from-tine to time.,to appoint one or mom Attvint ,lh-Fact to execute in;bed`of the Company. as surety,any and all bonds, uisdertakimp and cant aws of X wery,or-other written obtigations in the nature thahvf; to prescribe their respe ve duties.. and the respective limits of t1teir eadjoroPry:and to r+evoks eny such appointment at any time RESOL VED FUR THEItr,? Sort the Company seat and the sigemturor of any of the 3o esaid of leers mky be affixed by facsimile to any power of attorney or cerditaate of either given for the execution of any boat, msdrtakft compact or suretyship,or other written obligation in the neftim the f. h a ature;rued seat when so uwd-beft hereby ad6pred by the Company.as the original signature of such officer and the ofgfnat seal of the Company,to be nand and binding upon the Company with the some force and effect: as though manually af&ed. CERTIFICATION 1,RONALD C. HAYES.Atsistant Secretary of the'Great American Insurance CompanyAdo hereby certify that the foregoing Power of Attorney and the Resolutionsof'tbe Board'of Directors of August 20.1979 have not been revoked and are now in full force and effect. Signed and sealed this 28th day of` May . 19 93 slo"M to3/90 ❑FIREMAN'S FUND INSURANCE COMPANY ®THE AMERICAN INSURANCE COMPANY ❑NATIONAL SURETY CORPORATION BID OR PROPOSAL BOND j.'Affl s� ❑ASSOCIATED INDEMNITY CORPORATION ❑AMERICAN AUTOMOBILE INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That We. W.M. LYLES CO. (hereinafter called the principal),as principal,and THE AMERICAN INSURANCE CCMpANy , a corporation organ- ized and doing business under and by virtue of the laws of the State of NEBRASKA ,and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA as Surety,are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the Just and full sum of TEN PERCENT OF AM UNT BID Dollars (S .10% ) lawful money of the United States of America, for the payment of which, well and truly to be made, we-hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid-or proposal for the RESERVOIR HILL PUMP STATION in accordance with the plans and specifications filed in the.office of the obligee and under the notice inviting proposals therefor. NOW,THEREFORE, if the'bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this EIGHTH day of JUKE , l9 93 W.M. LYLES 00. BY � vlG� /"z�Si` e.7 ZL THE AMERICAN ZNS(JRANCE COMPANY n ` 7 By 5 1 P. EDWARDS Attorney-in-Fact 360277-4-81 f'ENF3LA►L TOWER OF Arrorl.-y" THE AMERICAN INSURANCE COMPANY -KYOW ALL:v L4 BY THESE PRESENTS: That THE AMERIdAk INSURANCE COMPANY,a Corporation incorporated under the laws of the State of New Jersey on February 20, 1846.and redontestiented to the State*(Nebraska on June 1.IM.and having its principal office in the City of Omaha.State of Nebraska.has made.constituted and appointed.and does by these presents make,constitute and appoint MMETH W, LAM Bo STEVFYi P. EDWARDS, JOMN C. DAY, JOHN TR&SK and PAUL WAGENER, jointly or severally FRESNO, CA its true and lawful Anor icy(s)-in-Fact,with full power and authority hereby conferred in its amt.place and stead,to execute.seal,acknowledge and deliver any and all bonds,undertaking.rxognissncts or other written obligations in the nature thereof— sad to bind the Corporation thereby as fully and to the same cttmt as if:itch bonds were signed by the President.sealed with the corporate seal of the Corporation and duly attested by its Secretary.hereby ratifying and confirming all that the said Anortsey(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article ViI.Sections 43 and 46 of By-laws of THE AMERICAN INSURANCE COMPANY now in full fora and effect. "Ardd*VEL Appointment sad Antberify of Resident Secretaries.Anernersda-Fad sad Agents to accept lATd Poem mW Mike Appea ance& Section 45.Appohmment.The Chairman of the Board of Directors,the Treddent.any VlorPreddent or any other person authorized by the Board of Dleeaots.tit*C imb sum of the Board of Directors.the President or any Vice-Praideat may.from time to time,appoint Resident Assistant Secretaries said Aueeseyw&i-Fact to represent and act for and on behalf of the Corporation mW Agents to aeaept kpl process and make sppeoranan for and on behalf of the Corporation. Se�ea 4C Andodry.rhe authority of such Resident Assistant Secretaries.Anorueys•in-Faa and Agents shall be as prescribed in the instrument evidencing their appolatmeat.Any such appointment and all authority granted tbereby may be revoked at any Uwe by the Board of Directors or by any person empowered to Risk*sack appowinse t." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the 9oard of Directors of THE A VIERICAN INSURANCE COMPANY at a meeting duly called and held on the 31st day of July,1994,and said Resolution has not been amended or repealed: "RESOLVED. that the signature of any Vice-President. Assistant Secretary, and Resident Assistant Secretary of this'Corporation. and the seal of this Corporation may be affixed or printed on any power of attorney on any revocation of any power of attorney,or on any certificate relating thereto,by facsimi]e, and any power of attorney.any revocation of any power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:, IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-President,and iu corporate seal to be hereunto affixed this 1 S t day o f June 19 90 ? s THE AMERICAN INSURANCE COMPANY view.t+Ta.tlna STATE OF CALIFORNIA as. COUNTY OF MARIN On this 1 St day of June 19 90 before me personally came R.D.Farnsworth to me known.who.being by me duly swops,did depose and say:that he is Vice-President of THE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above i isrummt:that he knows the seal of said Corporation:that the seal affixed to the said instrument is such corporate seal.that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF.I have hereunto set my hand and affixed my official,seal.the day and year herein first above written. *rrssueswtes+gwsrunsusrsrne«rnrwssrenrrseen■ OFFICIAL SEAL = J. M. YANDEYORT = NOTARY PUBLIC•CALIFORNIA r+au.rwwc 3 Principal Olfica in Mahn County Ur C&m%hs;" (xiwes 1uo.2L 1"2 S CIRTIFICAT•S �urrsactswearnsas«awu►•wsst««smrartumur„ STATE OF CALIFORNIA COUNTY OF MAKIN I.the undersigned.Resident Assist Secretary of THE AMERICAN INSURANCE COMPANY,a NEB RASJCA Corporation,DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY r—int in full force and has not be a revoked:and furthermore that Article V II,Sections aS and 46 of the By-laws of the Corporation,and the Resolution of the Board of Directors:sec forth in the Power of Attorney,are now in force. Signed and scaled at the County of Maria.Dated the 8th day of JUM 19 93 C RAW.=AaAWat se.o.rr 360711-TA-&90(REV) sAFECO OW44ANCE COMPANY OF AMERICA 61MI AL #SCE COMPANY OF AMERICA FIRST RATIONAL INSURANCE COMPANY OF AMERICA HOW OFFICE SAFECO PLAZA ` sEATn%.WAsNINGTON *alas Blfl BOIL Conforam with Th*'ARlierican hwtW* •f Architects, AIA. tiocwntn►t No. A-310 KNOW ALL BY THESE PBASBNTS.That we, PASCAL LUMG ENGINEERS as Principal,hereinafter called the Principal, and the WW URANt G"'� PANY'"t}P_AIudBBi ,actf M '`lle, *4U'W�;,a corporation duly organized under the laws of the State of Washington. as Surety, hereinafter called the'Surety, are held and firmly bound unto HUNTINGTON BEACH PUBLIC WORKS. as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID Dollars (t 1 :--- �-- ). for the,payment.of which sum well and truly to be made. the said Principal and the said Surety,bind ourselves,out tWirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS. the Principial, has submitted a bid for Reservoir Hill/Overmeyer Reservoir Booster Station Project No. CC-534 NOW, THERBPORB._if=thee Oblipe OWI accept the bid of the Principal and the Principal shell enter into &,Contractwith the Obligee in accordance with the terms of such bids and give such bend or bonds as may be specified in the bidding or ContractDocuments with,good and sufficient surety for tl6 faithful"performance of such Contract and for the prompt payment of labor and material furnished in the prosecutiO n thereof, or in the event of the failure of the Principal" to enter such Contract and give-,,such bwA or bends. if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such largest amoaat for which the Obligee ,may in good faith contract with another party to perform the Work covered by said. bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed.and sealed this 7 th day of 'June , 19 93 { PASCAL & LUDWIG ENGINEERS (Seal) `i S. Principal Witness �*} Title SAFECO INSURANCE COMPANY. OF AMERICA Witness By .r RiKe F.Nrizino Attorney-in-Pact (� Registered trademark of &IkMCO corporetlan, 5.841E! 10190 PRINTED Ito tif►.A. z POMA SAFECO INSURANCE COMPANY OF AWRICA OF ATTORtY HOME OFFICE:SAFECO PLAZA wace SEATTLE.WASHINGTON 9111M No. 9573 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA. a Washington corporation, does hereby appoint rrrrrrr*arrrrrrrrrrrrrrrrrrrrrrrrrarrrMlKE PARIZINI)rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr its true and lawful anorMy(s)-in-fact. with full'authority to execute On behalf Of the company fidelity and.surety bonds or undertakings and other docurrwas of a similar Character issued by the company M the course of its business. and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home Of five. IN WITNESS WHEREOF. SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 4 t h , day of January , 1993 CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE-COMPANY OF AMERICA: "Article V. Section 13. - FIDELITY AND SURETY BONDS . . . the President. any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and Other docurnents of similar Character issued by the Company in the course of its business . . . On any instrument making or evidencing such appointment. the signatures may be affixed by facsimile. On any Instrurnent conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof. may be impressed or affixed or in any other manner reproduced; provided, however. that the seal shall not be necessary 10 the validity Of any such Instrument or lndertakirV Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Article V. Section 13 of the By-Laws. and 00 A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect. the signature of-the certifying officer may be by facsimile. and the Seel of the Company may be a facsimile thereof." I. R. A. Pierson. Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the- foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto. are true and correct. and that both the By-Laws. the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation ties 7th day of June . 19 93 S-1300/EP 1/93 0 Registered trademark of SAFECO Corporation. RELIANCE INSURANCE COMPANY r P h• HEAD OFFICE,PHILADELPHIA.PENNSYLVANIA BID BOND KNOW ALL MEN BY THESE PRESENTS.that we lm �Cw. as Principal, hereinafter_ called the Principal, and the RELIANCE INSURANCE COMPANY of Philadelphia, Pennsylvania, a corporation duly organized under the laws of the State of Pennsylvania, as Surety, hereinafter called the Surety,are held and firmly bound unto C 7W CIF HUM3 MW PE IVE as Obligee, hereinafter called the Obligee, in the sum of MN PEJP C E %E AN=Cl? ACMBAN.1iW BM>w** Dollars($ 1CP6 CF BID*** ),for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.- WHEREAS,the Principal has submitted a bid for Rssmlicm HML FLW SnUmmi X-534 NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of the failure of the Principal to enter into such Contract and give such bond or bonds; if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Signed and seated this 3RD day of J= 19 93 PA;C=M= CCU. (witness) (Principal) (Seal) PRESIDENT 12IIIHN W L H (Title) RELIANCE INSURANCE COMPANY Lt __ (Attorney-m-Fact) BOR-2323 2/90 i RE•:LIANCE INSURANCE. COMPANY HERO OFFICE.►WLAGEL PWk MMSYLVAMA '4 ' POWER OF ATTORNEY KNOW ALL MEN BY rMESE PRESENTS. That the RELIANCE INSURANCE COMPANY. a Corporation duty or9arnzed under the laws of the State M Per.nsyhram&does hereby make.Constitute and appoint JAY FREEMAN of POMONA, •CALIFORNIA --------- .ts true and lawful A8Crney-4n-Fact to make.execute.seal and dalivet for and on its WNW.and as Na act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP -------- and to bard the RELIANCE INSURANCE COMPANY thereby as fully and to the same extant as d Such bonds and undertakings and other writings obligatory in the nature*wool were signed by an Exeoulive OMCar of the RELIANCE INSURANCE COMPANY and sealed and attested by one other Of Such ottloem and hereby retiree and continms all that lea said Allomeyo-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by suthoriy of Article VM of the By-laws of RELIANCE INSURANCE COMPANY which became effective September 7.197&which provisions we now in full force and Ilee reading as follows ARTICLE VM—EXECUTION OF BONDS AND UNDERTAMNGS 1. The Board of Directors.to President 9w chairman of the Board.any Senior Vice President any Vice Preeident or Assistam Vice President Board of DireCars shall have and to a -in-Fact and to authorize them to exsCute or other officer designated by tree Dower W Opoint Attornes on behaM of the Company.bonds and u+dersaldr4m recognirances.Contracts of Indemnity ate other wrong*obligatory In 9w nature thereof and(b) to remove any such Attorney-in-Fact at any tires and revoke the power and authOrMy given to him. Z. Attorneys-in-Fact shall have power and sudwity.subject to the terms and limitations of to power of attorney issued to them to execute and deaver on behall of am Company.bonds and undw"ItInge.necogfn4w4ft Contracts of Indemnity and othar wrongs obligatory In the nature Mersot The owporea seal is not necessary for Ow vaMcy of any bonds and reCog wzanees.Contracts of Iniemniy and other wrNngs obligatory in the nature OWSOL Z Attorneys-in-Fact shall have power and suahorfy b execub aflldaNd required 10 be attached lo bonds.noognizanose.contracts of Indem- niy or oral condoonal or obligatory undarukings and they shall also he"power and authority to certly 9w InaneW statement of the Company and to Copies of Me By-Laws of Ow Company or any 00ce for seCOM 01811ot This power of attorney Is signed and sealed by facsimile under and by authority of the following Resolutlon adopted by Ow Board of Directors of RELIANCE INSURANCE COMPANY at a meeling hold on the Sth day of June.197%at which a Quorum was present and said Reeolutfon has not been amended or npwled Resolved.tat t a sign t m of such directors and officers and the seal of tie Company may be affixed to any such power of anomey or any serif eve raleting thotsto by facsimie, and any such power of asomey or oartiMcate bearing such facsimMe signalum or facsimile seal shah be valid and binding upon the Company and any Koch power so executed and "Allied by facaimlle signaWres and facsimile seal shall be valid and binding upon the Company in the frare with respect to any bond or underlakkng to which M Is attec*C IN WITNESS WHEREOF.rw RELIANCE INSURANCE COMPANY has caused These presents to be signed by ite Vice Preeident and Its Corporate seal wtohonto sex"file 2Sth day a October 19 94 RELIANCE INSURANCE COMPANY Vow Preside t STATEDF Washington 1 COUNTMOF King j Onrae 25th days October ,i9 9Qp*r*orwvy*pp*sr*d Lawrence W. Carlstrom to me known to be due Vice-Presidem of to RELIANCE INSURANCE COMPANY. and ^eiged t hat he executed and attested t e foregoing Instrument and affixed the seal of said Corporation tfhereto,an treat Artiefe VI, 1.2. 3 of to by-Laws of saki Company and to Resolu- tion,set forth 0»nin.are stiM In full lot my commission,Expires: May 15 .19 94 .. Notary Public In and for stale of i4a s h i ngto Reeldkg at TAoma L. Robert D. Ritzhaupt . Assistant Secretary of to ?RELIANCE INSURANCE COMPANY. do hereby cent that the above and foregoing Is a true and Correct copy of a Power of Attorney executed Or/said RELIANCE INSURANCE COMPAW.which Is still in full foo and cited ,.I IN WITNESS WHEREOF.I have hereunto set my hand and affixed to seal of said Company I his cA day of .C/1. 19-1:). Assistant See"" 01*. Robert D. Rit aup RESERVOIR HILL PUMP STATION PROJECT BID PROPOSAL FORM PRO OY\T1RACTI1,qG 00P.PORATI01`T (Firm Name) To the Honorable Mayor and City Council, City of Huntington Beach, California: In compliance with the notice inviting sealed proposals for the I hereby propose and agree to enter into a contract to perform the work herein described and to furnish the materials therefore according to the plans, specifications and special provisions for the said work and to the satisfaction of and under the supervision of the Director of Public Works of said City of Huntington Beach, California. The undersigned has not accepted any bid from my subcontractor or materialman through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the Contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not sue the facilities of or accept bids from or through such bid depository. For the furnishing of all labor,materials and equipment,and or all incidental work necessary to deliver all the improvements complete in place in strict conformity with the plans,specifications and special provisions,on file in the office of the Director of Public Works, City of Huntington Beach, California, I propose and agree to take full payment therefore at the following unit prices, to wit: A. Project Budget (In Words) Two Million Five Hundred Thousand Dollars $2,500,000 In Figures B. New Pump Station, Fluoride Tank Relocation Meter Test & Cement Storage Sheds & Associated Utility & Site Work Lump Sum (In Words) $�,C�, 9 DOD. Oo P-3 The undersigned understands the contract time limit allotted for the contract is 270 consecutive calendar days. rIf awarded the contract, the undersigned hereby agrees to sign said contract and furnish the necessary bonds within ten (10) days of the award of said contract, and to begin work within ten (10) days from the date of approval of the contract by the City of Huntington Beach, California. The undersigned has examined carefully the site of the work contemplated, the plans and specifications,and the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered,as to the character,quality,and scope of work to be performed, the quantities of materials to be furnished, and as to the requirements of the proposal, plans, specifications, and the contract. Accompanying this proposal is BIDDEf2S BOND ($ 10% OF BID ). NOTICE: Insert the words "Cash," "Certified Check," or 'Bidder's Bond," as the case may be, in an amount equal to at least 10 percent of the total bid price, payable to the City of Huntington Beach. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited to the City of Huntington Beach as liquidated damages in case this proposal is accepted by the City and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the City,with surety satisfactory to the City within 10 days after the bidder has received written notice of the award of the contract;otherwise said security shall be returned to the undersigned. Licensed in accordance with an act providing for the registration of Contract License No. 552545 PRO CONMCTING CORPORATION JOUN WALS11 PRESIDENT _ " /-jau- Signat re of Bidder Business Address 12701—B MAGNOLIA AVENUE, RIVER SIDE,14 92503 Place of Residence RIVERSIDE, CA Dates this 08 day of JUNE , 1993 Bidder shall signify receipt of all Addenda here, if any: Addendum No, Date Received Bidder's Signature Q 1 05/26/93 +% 1 re S, 2 06/03/93 P-4 PROPOSED INFORMATION REQUIRED OF BIDDERS The bidder is required to supply the following information. Additional sheets may be attached if necessary. 1. Firm Name: PRO CO1NMCrI NG CORPORATION 2. Address: 12701—B MAGNOLIA AVE., RIVERSIDE, CA 3. Telephone: (909) 278-2099 92503 4. Type of firm - individual, partnership, or corporation: 00RPORATION 5. Corporation organized under the laws of the State of CAISFORNIA 6. Contractor's License Number: 552545 Expiration Date: 01-31-95 (NOTE: REPRESENTATIONS MADE THEREIN ARE MADE UNDER PENALTY OF PERJURY). 7. List the names and addresses of all members of the firm or names and titles of all officers of the corporation: JOHN WAISH, PRES/TRES — 10955 C1,EVELAND AVE., RIVERSIDE, CA 92503 LARRY WAISH, VICE PRESIDENT — 2752 WILD CAT LANE, RIVERSIDE, CA 92503 ANION ANSTEZ.T, SECRETARY — 13392 CRYSTAL SPRINGS ROAD, CORONA, CA 91719 8. Number of years experience as a contractor in construction work: 6 YEARS 9. List at least six projects completed as of recent date: CONTRACT CLASS OF DATE NAME, ADDRESS & PHONE AMOUNT WORK COMPLETED NUMBER OF OWNER 1MEATT LIST j= MEMO 2 3 5 6 10. List the name of the person who inspected the site of the proposed work for your firm: JOHN R. MOORE Date of Inspection• 06-01-93 11. If requested by the City, the bidder shall furnish a notarized financial statement, financial data, or other information and references sufficiently comprehensive to permit an appraisal of his current financial condition. P-5 PRO Contracting Corp. Geriwal&Vitnuins cow 12701-8 Magnolia Avenue, Riverside, CA 92503 OFFICE: (909)278-2099 FAX: (909)278-1198 June 08, 1993 To Wham It May Concern: John Walsh, President and Owner of PRO CONTRACTING CORPORATION, is former Vice President and Superintendent of JW CONTRACTING CORPORATION. Attached is a list of Projects Completed that were managed and supervised by John Walsh. Very truly yours, PRO CONTRACTING CORPORATION Anton Anstett Secretary j +� JW CONTRACTING CORPORATION/WALSH ENGINEERING COMPANY PROJECTS COMPLETED: 1988-PRESENT PAGE 1 REVISED APRIL 28,1993 PROJECT/DESCRIPTION AMOUNT OWNER/CONTRACTOR CONTACT PHONE 1988-1990 NUMEROUS MISCELLANEOUS CONTRACTS WATER.SEWER.STORM DRAIN&FIRE PROTECTION INDUSTRY COURT 1&2.CHINO $576.516.00 MILESTONE BUILDERS.INC. EARL EDDY (909)634-1515 KDG.CHINO $77,863.69 1988-1990 WATER,SEWER,STORM DRAIN&FIRE PROTECTION LINCOLN REGIO,BUENA PARK $69,115.00 HEDLEY BUILDERS,INC. DICK HEDLEY (714)851-2211 ANAHEIM IND.CTR.,ANAHEIM $109,475.00 SIERRA GATEWAY,FONTANA $72.916.00 LINCOLN IND.CTR,RIVERSIDE $69.104.00 CROWN BUSINESS PARK MONTCLAIR $54,158.00 MC GAW BUSINESS CENTER.IRVINE $163,755.00 PHILADELPHIA BUSINESS,ONTARIO $19,310.00 1989-1990 COSTCO WAREHOUSE.LAGUNA NIGUEL $60B.066.00 NEWPORT CONSTRUCTION DON BURKE (909)380-1044 WATER,SEWER,STORM DRAIN&FIRE PROTECTION ASSOCIATION 1989-1990 TOYOTA,IRVINE $123,494.00 HOWARD S.WRIGHT HOWARD HOWE (213)595-5995 WATER.SEWER,STORM DRAIN&FIRE PROTECTION 1989-1990 ANAHEIM PHASE 11,ANAHEIM $95.805.00 MC KELLAR OF LA JOLLA DAN CHANDLER (619)587-1355 STORM DRAIN&FIRE PROTECTION 1989 COAST COMMUNITY DISTRICT,COSTA MESA $177.100.00 COAST COMMUNITY DISTRICT FRANK SPEARS (714)432-5707 (ORANGE COAST COLLEGE)SEWER CONSTRUCTION 1989-1990 WATER,SEWER,STORM DRAIN&FIRE PROTECTION OFFICE TOWER.RANCHO CALIFORNIA $161,011.00 B.C.I.GENERAL CONTRACTORS BOB BLASKA (909)676-5750 HOTEL,RANCHO CALIFORNIA $141.130.00 PALM PLAZA.RANCHO CALIFORNIA $1,143.000.00 19W-1991 JURUPA COUNTRY VILLAGE BOOSTER STATION $614.738.00 JURUPA COMMUNITY SERVICES JOHN SHOTZ (909)685-7434 COUNTRY VILLAGE ROAD.RIVERSIDE,CA WEBB ASSOCIATES DAVE ALGRANTI (909)686-1070 1990 WALNUT CANYON RESERVOIR $560,000.00 CITY OF ANAHEIM DAVE NELSON (714)245-5126 WALNUT CANYON AVENUE,ANAHEIM.CA DMJM AL LARSON (213)381-3663 JW CONTRACTING CORPORATION/WALSH ENGINEERING COMPANY PROJECTS COMPLETED: 1988-PRESENT PAGE 2 REVISED APRIL 28, 1993 PROJECTIDESCRIPTION AMOUNT OWNER/CONTRACTOR CONTACT PHONE 1991 MARKO FOAM $109.000.00 MISSION EQUITIES JEFF YOUNG (909)643ZM 725 HARRISON AVENUE,CORONA,CA 1990-1991 NICHOLS RESERVOIR, FACILITY NO.3 $1.057.763.00 SANTA MARGARITA WATER BART LANTZ (909)858-0126 ORTEGA HWY..SAN JUAN CAPISTRANO.CA DISTRICT PAUL KLEIN (9W)855-3646 R.B.F.&ASSOCIATES 1990-1991 MUIRLAND SEWER PLANT $1.196.570.00 LOS ALISOS WATER DISTRICT KEN PETERSEN (714)830-0580 22312 MUIRLANDS BLVD,ELTORO,CA BOYLE ENGINEERING MARK FEHSE (714)957-8144 1990-1991 NICHOLS RESERVOIR WWTP $1,033,600.00 SANTA MARGARITA WATER BART LANTZ (909)858-0126 ORTEGA HWY.,SAN JUAN CAPISTRANO.CA DISTRICT R.B.F.&ASSOCIATES PAUL KLEIN (W9)855,VA6 1991-1992 MID VALLEY WATER RECLAMATION PLANT $2,469.000.00 COACHELLA VALLEY WATER DAVID THORNBERG (619)398-2651 COACHELLA,CA DISTRICT 1991 WOODCREST RANCH F METERING FACILITY $950.000.00 SANTA ANA WATERSHED RICHARD SMITH (909)785-5411 TEMESCAL CANYON,CORONA.CA WEBB ASSOCIATES TERRY WATSON (909)686-1070 1991 MOCKINGBIRD CANYON BOOSTER STATION $198.000.00 WESTERN MUNICIPAL WATER LEISA EASTER (909)780-4170 RIVERSIDE,CA DISTRICT (909)688-1070 WEBB&ASSOCIATES BRUC E DAVIS 1991 ARROW WELL GROUND WATER CLEAN-UP $1.195.000.00 MAIN SAN GABRIEL BASIN CARL JOHNSON (818)443-9355 BALDWIN PARK,CA QUALITYAUTHORITY STETSON ENGINEERING CLAUDIO SANC HEZ (818)967-62M 1990-1991 GARDEN GROVE WELLS 26C 8 27C $613.323.00 CITY OF GARDEN GROVE KART MEDIA (714)741-5395 TRASK AVENUE.GARDEN GROVE.CA CITY ENGINEERING DEPARTMENT (714)741-5395 1990-1991 ZONE 1860 PUMP STATION $849,000.00 WESTERN MUNICIPAL WATER STEVE APPEL (909)780 4170 � RIVERSIDE,CA DISTRICT BRUCE DAVIS (909)686-1070 WEBB ASSOCIATES F ilk JW CONTRACTING CORPORATION/WALSH ENGINEERING COMPANY PROJECTS COMPLETED: 1988-PRESENT PAGE 3 REVISED APRIL 28. 1993 PROJECT/DESCRIPTION AMOUNT OWNER/CONTRACTOR CONTACT PHONE 1990-1991 A.W.ASSOCIATES $78,000.00 WOODCREST DEVELOPMENT DON MC DOUGAL (909)351-2455 LAKE POINT.RIVERSIDE.CA 1991 LANDMARK DEVELOPMENT AVENUE 52ND PUMPSTATION,COACHELLA,CA $265.000.00 LANDMARK LAND RICHARD DOTTSON (619)564-4500 1991 COACHELLA VALLEY WATER DISTRICT $407,350.00 COACHELLA VALLEY WATER DAVID THORNBERG (619)398-2651 PUMP STATION 8101.PALM DESERT,CA DISTRICT 1991 NYES SEWAGE LIFT STATION $194.517.00 CITY OF LAGUNA BEACH ROSS OOX (714)497-3111 NYES PLACE.LAGUNA BEACH.CA N.B.S./LOWRY EMMETT BOGART (714)261-7086 1991 REVISION TO LIFT STATIONS 1 &2 $198,365.00 RAINBOW WATER DISTRICT SAMMY GARCIA (619)728-1178 FALLBROOK.CA N.B.S./LOWRY EMMETT BOGART (714)261 7086 1991 WINDROSE TRACT#E21947 $231.200.00 GRIFFIN HOMES BRUCE DAVIS (909)678-4805 COUNTRY AVENUE.WILDOMAR.CA J.F.DAVIDSON JEFF WINNERS (909)6M209 1991 OLIVE HILLS RESERVOIR MODIFICATION $2,469,000.00 CITY OF ANAHEIM DAVID NELSON (714)254-5126 ANAHEIM,GA 1991 PARKVIEW PUMP STATION EXPANSION $790,000.00 PRESLEY OF SOUTHERN RICHARD SOHN (714)64"" ANAHEIM,CA CALIFORNIA 1992 TRICKLING FILTER EXPANSION#1 $589.000.00 CITY OF BANNING DON BUNTS (619)673-9204 BANNING,CA 1992 FLOW CONTROL FACILITY DI 06/07 $913,750.00 SANTIAGO WATER DISTRICT BOB OERTEL (714)472-3505 ORANGE,CA 1991 NORMA MARSHALL PUMPSTATION $1,266.000.00 RANCHO CALIFORNIA WATER CRAIG MAPES (909)676-4101 TEMECULA,CA DISTRICT 1992 CORONA MILLS PIPELINE $1,776.472.00 CITY OF OORONA FARID NIKNAM (909)736-2439 CORONA.CA DESIGNATTON OF SUBCONTRACTORS In compliance with the"Subletting and Subcontracting Fair Practices Act"being Sections 4100-4113 of the government Code of the State of California,and any amendments thereto,each bidder shall set forth h below the name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement in an amount in excess of one-half(12) of one percent (11/) of the prime contractor's total bid,and shall further set forth the portion of the work which will be done by each subcontractor. Only one subcontractor for each i portion shall be listed. 'w If the contractor fails to specify a subcontractor for any portion of the work to be performed under the contract,he shall be deemed to have agreed to perform such portion himself,and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth. Subletting of subcontracting of any portion of the work to which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity,and then only after a finding -- reduced to writing as a public record of the Legislative Body of the owner. PORTION STATE LICENSE OF WORK SUBCONTRACTOR'S NAME AND ADDRESS NUMBER CLASS . t.I C sh"I LZ, ig g{ � �+on4 a_(a. zap b r J (nano I5R5 e d C N nth y w-+ By submission of this proposal, the contractor certifies: 1. That he is able to and will perA)rm the balance of all work which is covered in the above subcontractor listing. 2 That the City will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. -- P-6 RNMHT THUMBPRINT IMMIX) Stateof CALIFORNIA W W S County of RIVERSIDE On JUNE 8, 1993 before me, CINDY BANTA (DATE) (NAME,TITLE OF OFFICER-I.E., IANE DOE,NOTARY PUBLIC-) personally appeared JOHN WALSH;; CAPACITY CLAIMED BY SIGNER(S) (NAME(S)OF SIGNER(S)) ❑ INDIVIDUAL(S) (XI CORPORATE PRESTDFNT OFFICER(S) ❑ PARTNER(S) (TITLE(S)) IN personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence ❑ ATTORNEY IN FACT to be the person(s) whose name(s) is/are sub- ❑ TRUSTEE(S) FQ7C'INDYBANTA:] scribed to the within instrument and acknowledged ❑ GUARDIAN/CONSERVATOR OFFICIAL�' to me that he/she/they executed the same in ❑ OTHER: his/her/their authorized ca aci Ies , and that bMIDECOUNT his/her/their signature(s) on the instrument theWimsNov.1 person(s), or the entity upon behalf of which the SIGNER IS REPRESENTING: person(s)acted,executed the instrument. (NAME OF PERSON(S)OR ENTITY(IES)) Witness my hand and official seal. 0-J,C" (SEAL) (SIGNATUR9 OF NOTARY) ATTENTION NOTARY:The information requested below is OPTIONAL.It could,however,prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED Number of Pages Date of Document TO THE DOCUMENT g DESCRIBED AT RIGHT: Signer(s) Other Than Named Above WOLCOTTS FORM 63240—ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION/FINGERPRINT—Rev.12-92 ©1992 WOLCOTTS FORMS,INC. r NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID JOHN WALSH ,being first duly sworn, deposes and says: 1. That he or she is PRESIDEW of PRO CONI'RAC1 M CXMW,party making the foregoing bid; Z That the bid is not made in the interest of,or on behalf of,any undisclosed person,partner- ship, company,association,organization, or corporation; 3. That the bid is genuine and not collusive or sham; 4. That the bidder has not directly 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 refrain from bidding; 5. 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 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 or anyone interested in the proposed contract; 6. That all statements contained in the hid are true; 7. That the bidder has not,directly or indirectly,submitted his or her bid price or any breakdown 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, under the laws of the State of California, that the foregoing is true and correct. ATTACH APPROPRIATE CERTIFICATION OF NOTARY P L"HERE. z r i r , P-7 Ub-U4-yJ u1 4or'lvi rn ivi Wii'IiR Q?EhM 106 i CITY OF HUNTINGTON BEACH 2000 MAIN STREET P. 0. 80X 190 CALIFORNIA 92648 Loup F. Sandoval Public Works Department Director (714) 636-5431 RESERVOIR MILL BOOSTER STATION CC-53` ADDENDUM NUMBER ONE MAY 26, 1993 NOTICE TO ALL BIDDERS: RE: Addendum No. 1 to the Contract Documents for Reservoir Hill Booster Station. This addendum forms a part of the Contract Documents and modifies the original Contract Documents dated May 24, 1993 . The bidder shall acknowledge recg p this Addendum by attaching it to the Bid Document. Failure to comply with this requirement will render the bid non-responsive and may cause its rejection. All trades affected shall be fully advised of these changes, additions, or deletions. This addendum consists of one page which is Exhibit A, Page P-1, Paragraph A-2 . Very truly yours, lEng �Epy- E idh tt, P.E. eer RE:HDJ:jaa This is to acknowledge receipt and review of Addendum Number One, dated May 26, 1993. It is understood that this revision shall be included with the Bid Document. PRO CJONTRACI'ING CORPORATION Company By JOHN WALSH, PRESIDENT 06-08-93 Date ui� J'jr'�J1 r�.��r�i rib tiCU 'DUCT IONS E'U� CITY OF HUNTINGTON BEACH 2000 MAIN STRUT P. 0. BOX 190 CALIFORNIA 92648 Louis F. Sandoval Public Works Department Director (714) 536-6431 RESERVOIR HILL BOOSTER STATION CC-534 ADDENDUM NUMBER TWO JUNE 3, 1993 NOTICE TO ALL BIDDERS: RE: Addendum No. 2 to the Contract Documents for Reservoir Hill Booster Station This addendum forms a part of the Contract Documents and modifies the original Contract Documents dated May 24, 1993 . The bidder shall acknowledge receipt of this Addendum by attaching it to the Bid Document.. Failure to comply with this requirement will render the bid non-responsive and may cause its rejection. All trades affected shall be fully advised of these changes, additions, or deletions. This addendum consists of five pages. Very truly yours, r E. 'ZIL, _<1.hbldtt, . E. gineer RE:HDJ: lb This is to acknowledge receipt and review of Addendum Number Two, dated June 3, 1993. It is understood that this revision shall be included with the Bid Document. PRO CONTRACTING CORPORATION Company By O WALSH, PRESIDENT 06-08-93 Date SPECIFICATIONS AND SPECIAL PROVISIONS THE CONTRACTOR FOR T ESERVOIR HILL PUMP TATION: NEW PUMP STATION, FLUORIDE TANK RELOCATION, METER TEST & CEMENT STORAGE SHEDS & ASSOCIATED UTILITY & SITE WORK. IN THE CITY OF HUNTINGTON BEACH, CALIFORNIA CC-534 Prepared by CASH & ASSOCIATES ENGINEERS 5772 Bolsa Ave. , Suite 100 Huntington Beach, California 92649 (714) 895-2072 LOUIS F. SANDOVAL, DIRECTOR OF PUBLIC WORKS � . City of Huntington Beach MAY 1993 $75. 00 CHARGE NON-REFUNDABLE I i SPECIFICATIONS AND SPECIAL PROVISIONS FOR . THE CONTRACTOR FOR THE RESERVOIR HILL PUMP STATION. NEW PUMP STATION, FLUORIDE TANK RELOCATION, METER TEST & CEMENT STORAGE SHEDS & ASSOCIATED UTILITY & SITE WORK. IN THE CITY OF HUNTINGTON BEACH, CALIFORNIA CC-534 Prepared by CASH & ASSOCIATES ENGINEERS 5772 Bolsa Ave. , Suite 100 Huntington Beach, California 92649 (714) 895-2072 LOUIS F. SANDOVAL, DIRECTOR OF PUBLIC WORKS City of Huntington Beach MAY 1993 TABLE OF CONTENTS Page Notice Inviting Sealed Bids N-1 Proposal P-1 - P-7 Contract (Sample) C-1 - C-15 Standard Specifications 1 PART 1 General Special Provisions 1.2.1 Definitions 1 1.3.1 Abbreviations 2 2-1.1 Award of Contract 2 2-1.2 Execution of Contract 2 2-1.3 Failure to Execute Contract 2 2-4.1 Return of Bid Bond 2 2-4.2 Guarantee 2 2-5.1.1 Plans and Specifications 3 2-6.1 Removal of Defective and Unauthorized Work 3 27.1 Soil Conditions 3 2-9.1 Permanent Survey Markers 4 2 10.1 Authority of Board and Inspection 4 2-10.2.3 Requirement for Work Within Southern Pacific Trans. Co. Right-of-Way 5 2-10.3 Final Inspection 5 4-1.4.1 Test of Materials 5 6-1.1 Construction Schedule and Commencement of Work 6 6-2.1 Progress Schedule 6 6-8.1 Acceptance 6 6-9 Liquidated Damages 6 7-2.3 General Prevailing Wage Rates 6 7-2.3.1 General Prevailing Wage Rates 7 7-2.4 Payroll Records 7 7-3.1 Public Liability and Property Damage Insurance 8 7-3.2 Builder's Risk and Installation Construction Coverage 8 7-5.1 Permits and Licenses 9 7-6.1 The Contractor's Representative 9 7-6.2 Superintendence 9 7-8.1 Cleanup and Dust Control 9 7-8.5.1 Use of City Water System 9 7-8.7 Noise Control 9 7-8.8 Flow and Acceptance of Water 10 7-8.9 Erosion Control 10 7-8.10 California Regional Water Quality Control Board Permit 10 7-10.1.1 Traffic and Access 10 7-10.1.2 Safety Precautions 11 7-10.3 Barricades 12 7-10.5 Water Main Shut Down 12 7-15 Registration of Contractor 12 9-3.1.2 Payment General 12 9-3.2.1 Progress Payments 12 9-3.2.2 Final Payment 13 10-2 Proposal Form 13 10-3 Proposal Bid Form 13 10-4 Withdrawal of Proposals 13 10-5 Public Opening of Proposals 13 10-6 Rejection of Proposals Containing Alterations, Erasures or Irregularities 14 10-7 Disqualification of Bidders 14 10-8 Indemnification 14 Soils Report Attachment A NOTICE INVITING SEALED BIDS CC-534 Notice is hereby given that the City Council of the City of Huntington Beach, California will receive sealed bids for the Reservoir dill Pump Station in the City of Huntington Beach, California in accordance with the plans and specifications and special provisions on file in the office of the Director of Public Works. Documents will be available on May 24, 1993. A charge of$75, not refundable,will be required for each set of specifications and accompanying drawings. In accordance with the provisions of Section 1773 of the Labor Code, the State of California, Director of the Department of Industrial Relations shall determine the general prevailing wages, applicable to the work to be done; copies of the latest general wage rate determinations are on file at the office of the City Clerk and the office of the Director of Public Works of the City of Huntington Beach, California. Plans and specifications,together with proposal form, may be obtained at the office of the Director of Public Works, City Hall, Huntington Beach, California. No bid will be received unless it is made on a blank form furnished by the Director of Public Works. The special attention of prospective bidders is called to the proposal requirements,set forth in the specifications, for full directions as to the bidding. Substitution of securities for any monies withheld by the City to insure performance shall be permitted in accordance with provisions of the California Government Code, Section 4590. Each bid shall be made out on the attached 'Bid Form" to be obtained at the office of the Director of Public Works, Development Wing, 2000 Main Street, Huntington Beach, California; shall be sealed and filed with the City Clerk at the Civic Center, Second Floor Administration Building, 2000 Main Street, Huntington Beach,California,at 2:OOpm on June 8, 1993,and shall be opened by a committee composed of the City Clerk, the City Attorney and Director of Public Works or their authorized representative and the results of said bidding will be reported to the City Council of said City of Huntington Beach at the regular meeting to be held on Monday, the 21st of June,at the hour of 7:00 P.M. in the City Council Chambers in the Civic Center of said City of Huntington Beach,and shall be acted upon by said City Council at the regular meeting of June 21, 1993. The City of Huntington Beach, California reserves the right to reject any or all bids, and to accept the bid deemed for the best interest of the City of Huntington Beach, California. By order of the City Council of the City of Huntington Beach, California this 17th of May 1993. ATTEST: Connie Brockway City Clerk N-1 BID PROPOSAL FORM A SELK.o1 L U OGt11 Li &,Wi/NLs� Firms Name To the Honorable Mayor and City Council, City of Huntington Beach, California: In compliance with the notice inviting sealed proposals for the CONSTRUCTION OF THE RESERVOIR HILL PUMP STATION: NEW PUMP STATION, FLUORIDE TANK RELOCATION, METER TEST & CEMENT STORAGE SHEDS & ASSOCIATED UTILITY & SITE WORK. CC-534 i I hereby propose and agree to enter into a contract to perform the work herein described and to furnish the materials therefore according to the plans, specifications and special provisions for the said work and to the satisfaction of and under the supervision of the Director of Public Works of said City of Huntington Beach, California. The undersigned has not accepted any bid from my subcontractor or materialman through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the Contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not sue the facilities of or accept bids from or through such bid depository. Bid Form EnIanation A. Successful Contractor Selection: 1. The selection of the successful Contractor shall be based on the Bid Form as made part of these Bid Documents. 2. There will be a Pre-bid conference on Thursday, May 27,. 1993 at the project site. Attendance is optional and you will be required to sign-in. No bids will be accepted unless the Bidding Contractor has attended the Pre-bid conference. 3. All questions regarding the Construction Documents shall be directed to: City of Huntington Beach Mr. Howard Johnson 19001 Huntington St. Huntington Beach, CA 92648 (714) 536-5921 4. All questions and answers will be communicated in writing to all bidders and the Huntington Beach Water Department having attended the pre-bid conference meeting. No questions will be taken and/or responded-to within 5 working days of the bid due date. P-1 NARRATIVE BID PACKAGE DESCRIPTION A. Reservoir Hill Pump Station and Related Work 1. Work shall consist of the dismantling and demolition of the existing Reservoir Hill Booster Station and the construction for the new Rescrvoir Hill Pump Station with all civil,structural, architectural, mechanical, plumbing and electrical work as specified in the Construction Documents and the Project Specifications. Items of work include: a. Demolition of the existing Reservoir Hill Booster Station. b. Relocation of the existing fluoride tanks and dispensing system. C. Construction of fluoride tank containment enclosure, meter test equipment and cement storage sheds. d. Construction of a retaining wall along the south,west and east faces of the Overmyer #1 and #2 Reservoirs. e. Relocation of the gas meter, gas vaporizer, air compressor and associated work. L Installation of two propane tanks and associated utility connections. g. Associated manholes and vaults. h. Site lighting and power distribution. i. Site grading, paving and drainage as noted. j. Fire hydrants and associated piping. k. Future turbine site piping tie-ins. 2. The Contractor shall note the following regarding the project schedule. It is crucial for the City of Huntington Beach to maintain Overmyer Reservoir #3 Pumping Plant fully opera- tional without any interruptions by this project after September 15, 1993. All work must be installed,tested,accepted and be operational prior to September 15, 1993 without any further requirements for the interruption of the existing pump station operation. P-2 RESERVOIR HILL PUMP STATION PROJECT BID PROPOSAL FORM 190azkjomm Q//I� ex (Firm Name) To the Honorable Mayor and City Council, City of Huntington Beach, California: In compliance with the notice inviting sealed proposals for the ti I hereby propose and agree to enter into a contract to perform the work herein described and to furnish the materials therefore according to the plans, specifications and special provisions for the said work and to the satisfaction of and under the supervision of the Director of Public Works of said City of Huntington Beach, California. The undersigned has not accepted any bid from my subcontractor or materialman through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the Contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not sue the facilities of or accept bids from or through such bid depository. For the furnishing of all labor,materials and equipment,and or all incidental work necessary to deliver all the improvements complete in place in strict conformity with the plans,specifications and special provisions,on file in the office of the Director of Public Works, City of Huntington Beach, California, I propose and agree to take full payment therefore at the following unit prices, to wit: A. Project Budget (In Words) Two Million Five Hundred Thousand Dollars $2,500,000 In Figures B. New Pump Station, Fluoride Tank Relocation Meter Test & Cement Storage Sheds & Associated Utility & Site Work Lump Sum (In Words) Oct Ti,.,w•� sE*etc e.� �.ay.Sk w�.� P-3 The undersigned understands the contract time limit allotted for the contract is 270 consecutive calendar days. If awarded the contract, the undersigned hereby agrees to sign said contract and furnish the necessary bonds within ten (10) days of the award of said contract, and to begin work within ten (10) days from the date of approval of the contract by the City of Huntington Beach, California. The undersigned has examined carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The submission of a bid shall he conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character,quality,and scope of work to be performed, the quantities of materials to be furnished, and as to the requirements of the proposal, plans,specifications, and the contract. a/ Accompanying this proposal is ApbegS 0OwD ($ NOTICE: Insert the words "Cash," "Certified Check," or "Bidder's Bond," as the case may be, in an amount equal to at least 10 percent of the total bid price, payable to the City of Huntington Beach. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited g Po Y P P S Y g to the City of Huntington Beach as liquidated damages in case this proposal is accepted by the City and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the City,with surety satisfactory to the City within 10 days after the bidder has received written notice of the award of the contract; otherwise said security shall be returned to the undersigned. Licensed in accordance with an act providing for the registration of 2ML o. 29744 4- 1M. Signature of Bidder Business Address 2049 E is S;r Place of Residence 3AM4tF Dates this 0.4 6 day of J U/V&" , 19V Bidder shall signify receipt of all Addenda here, if any: Addendum No. Date Received Bidder's Sigoj9urc 6/28/g3 2 �/4193 P-4 PROPOSED INFORMATION REQUIRED OF BIDDERS The bidder is required to supply the following information. Additional sheets may be attached if necessary. 1. Firm Name: AW-41 Y L UOAJ1 ri 60 1A 0 CA 2. Address: 2049 4 , /,'A;�1/�L f c)T Aw�-3. Telephone:y 0q— j ,!f7463j 4. Type of firm - individual, partnership, or corporation: C..o epoQA t/o.,j 5. Corporation organized under the laws of the State of 0A4./C n -9 6. Contractor's License Number: 2974¢If- Expiration Date: �7 3/ � (NOTE: REPRESENTATIONS MADE THEREIN ARE MADE UNDER PENALTY OF PERJURY). 7. List the names and addresses of all members of the firm or names and titles of all officers of the corporatif�Zo :: _. ES /� E,Fl.VW&- ZS ceo AZAN L0nw14 111CL-1212 . 114146 9AU01EAA3 9 C. �9/2 ES. C'A R L Ar64 L, 8. Number of years experience as a contractor in construction work:*g4 9. List at least six projects completed as of recent date: CONTRACT CLASS OF DATE NAME, ADDRESS & PHONE AMOUNT WORT{ COMPLETED NUMBER OF OWNER 1 11" I A '�9 O 60� VAI5gW�N�� 'Y'7 -/ /o 2 3 �p A A1V`J5 C &V6eZ4U- Depr ,c�au'c CA Q4 ��3 y 5.34sd 3 r, tf3a MCI `90 o07-A y cv4r�2�y3s 4 anti 1 dn12A 5 5,23S,o00 9� 2, , / 631- I 6 c,W/A 7,htGy3-2S 10. List the name of the person who inspected the site of the proposed work for your firm: AAAJ Zoop/C, Date of Inspection: 6"-3`T3 11. If requested by the City, the bidder shall furnish a notarized financial statement, financial data, or other information and references sufficiently comprehensive to permit an appraisal of his current financial condition. P-5 DESIGNATION OF SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act" being Sections 4100-4113 of the Government Code of the State of California, and any amendments thereto,each bidder shall set forth below the name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement in an amount in excess of one-half(1/2) of one percent (l"/) of the prime contractor's total bid, and shall further set forth the portion of the work which will be done by each subcontractor. Only one subcontractor for each portion shall be listed. If the contractor fails to specify a subcontractor for any portion of the work to be performed under the contract,he shall be deemed to have agreed to perform such portion himself,and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth. Subletting of subcontracting of any portion of the work to which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity,and then only after a finding reduced to writing as a public record of the Legislative Body of the owner. PORTION STATE LICENSE OF WORK SUBCONTRACTOR'S NAME AND ADDRESS NUMBER CLASS ,eA JOE— By submission of this proposal, the contractor certifies: 1. That he is able to and will perform the balance of all work which is covered in the above subcontractor listing. 2. That the Citywill be furnished copies of all subcontracts entered into and bonds furnished P by subcontractor for this project. P-6 CITY OF HUNTINGTON BEACH 2000 MAIN STREET P. O. BOX 190 CALIFORNIA 92648 Louis F. Sandoval Public Works Department Director (714) 536-5431 RESERVOIR HILL BOOSTER STATION RECEIVED -534 U N 4 1993 ADDENDUM NUMBER TWO JUNE 3, 1993 Pascal & Ludwig EMS. NOTICE TO ALL BIDDERS: RE: Addendum No. 2 to the Contract Documents for Reservoir Hill Booster Station This addendum forms a part of the Contract Documents and modifies the original Contract Documents dated May 24, 1993. The bidder shall acknowledge receipt of this Addendum by attaching it to the Bid Document. Failure to comply with this requirement will render the bid non-responsive and may cause its rejection. All trades affected shall be fully advised of these changes, additions, or deletions. This addendum consists of five pages. Very truly yours, , z- f� .fr- r E. hbltt, P.E. ;E gineer RE:HDJ:lb This is to acknowledge receipt and review of Addendum Number Two, dated June 3, 1,993. It is understood that this revision shall be included with the Bid Document. ��1sc G�J �UOI�✓LG a,47416W zy A6a.40M_ Company By 6-g-93 Date r i, CITY OF HUNTINGTON BEACH 2000 MAIN STREET P. O. BOX 190 CALIFORNIA 92648 Louis F. Sandoval Public Works Department Director (714) 536-5431 RESERVOIR HILL BOOSTER STATION CC-534 RECEIVED ADDENDUM NUMBER ONE MAY 26, 1993 MAY 2 8 1993 NOTICE TO ALL BIDDERS: Pascal L LudW;g lftm- RE: Addendum No. 1 to the Contract Documents for Reservoir Hill Booster Station. This addendum forms a part of the Contract Documents and modifies the original Contract Documents dated May 24, 1993. The bidder shall acknowledge receipt of this Addendum attaching it to the Bid Document. Failure to comply with this requirement will render the bid non-responsive and may cause its rejection. All trades affected shall be fully advised of these changes, additions, or deletions. This addendum consists of one page which is Exhibit A, -- Page P-1, Paragraph A-2. Very truly yours, /vr E ich tt, P.E. BEng' eer RE:HDJ:jaa This is to acknowledge receipt and review of Addendum Number One, dated May 26, 1993. It is understood that this revision shall be included with the Bid Document. Company By 5 Date ALL-PURPOSE ACKNOWLEDGMENT _ No.5179 State of CAPACITY CLAIMED BY SIGNER County- /` v�""`j'�7i ❑INDIVIDUAL On 6 � �CORPORATE r, �3 before me, OFFICER(S) DATE NAME,TITLE OF OFFICER-E.G.,'JANE DOE,NOTARY PUBLIC' TITLE(S) , ���, ❑ PARTNER(S) ❑ LIMITED personally appeared ❑ GENERAL NAME(S)OF SIGNER(S) ❑ATTORNEY-IN-FACT [personally known to me-OR-❑ proved to me on the basis of satisfactory,evidence ❑ TRUSTEE(S) to be the person(s) whose name(s) is/are subscribed to the within instrument and ❑GUARDIAN/CONSERVATOR acknowledged to me that he/she/they ❑OTHER: SY6ILZAMBARDI executed the same in his/her/their �'.. COMM.1I19655O9 authorized capacity(ies), and that by NotaryF�io-Ca(ifomia n his/her/their signature(s) on the instrument SAN BERNARDINO COUNTY 14 Comm.expires APR 29,1996 " the person(s), or the entity upon behalf of SIGNER IS REPRESENTING: which the person(s) acted, executed the NAME OF PERSON(S)OR ENTITY(IES) instrument. W' t=ss ry �ndpffici seal. GNATU E OF NOTARY ATTENTION NOTARY:Although the information requested Wow is O ,it couid prevent fraudu t attachment of this certificate to an unauthorized document. rr THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED Number of Pages Date of Document TO THE DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other than Named Above 01992 NATIONAL NOTARY ASSOCIATION•8236 Remmet Ave.,P.O.Box 7184-Canoga Park,CA 91304-7184 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 1,9104AA0 "r-R eWrgljeing first duly sworn, deposes and says: 1. That he or she is ?f1E.51Q4PV'7 of/?ASCAL. LU6W14 LAt e pry making the foregoing bid; 2. That the bid is not made in the interest of, or on behalf of, any undisclosed person, partner- ship, company, association, organization, or corporation; 3. That the bid is genuine and not collusive or sham; 4. That the bidder has not directly 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 refrain from bidding; 5. 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 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; 6. That all statements contained in the bid are true; 7. That the bidder has not,directly or indirectly,submitted his or her bid price or any breakdown 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. j I declare under penalty of perjury, under the laws of the State of California, that the foregoing is true and correct. ATTACH APPROPRIATE CERTIFICATION OF NOTARY PUBLIC HERE. T P-7 CITY FUNDEDCONSTRUCTION CONSTRU N CONTRACT BETWEEN THE CITY O OF HUNTINGTON BEACH AND FOR RESERVOIR HILL/OVERMYER RESERVOIR BOOSTER STATION (CC-534) THIS AGREEMENT is made and entered into on this day of , 1993, by and between the CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California, hereinafter referred to as "CITY, " and a California corporation, hereinafter referred to as "CONTRACTOR. " WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT, " more fully described as the the Reservoi.r HILL/OVERMEYER RESERVOIR BOOSTER STATION (CC 534) in the City of Huntington Beach; and CONTRACTOR has been selected and is to perform said work, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged, the parties covenant and agree as follows : 1. STATEMENT OF WORK: ACCEPTANCE OF RISK CONTRACTOR shall furnish, at its own expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the prosecution of work, and for all other risks of any 511:AFJk 1 S A M P L E description connected with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY under them for the compensation set forth in the accepted bid proposal. However, the total compensation to be paid is to be computed on the basis of the units of work as it is actually performed, in accordance with the stipulated prices named in the Bid Sheet(s) . 2 . ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as hereinafter defined) , the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by said Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: 511:AFJk 2 S A M P L E A. This Agreement; B. Bonds covering the work herein agreed upon; C. The CITY' S standard Plans and Specifications and special contractual provisions, including those on file in the office of the Director of Public Works of CITY and adopted by the City Council of CITY, and any revisions, amendments or addenda thereto; D. The City of Huntington Beach Public Works Department contract documents prepared by Montgomery Watson (hereinafter Montgomery Watson specifications) , which are incorporated herein by this reference. E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the Contractor ' s Proposal (attached hereto as Exhibit "A") ; F. The particular plans, specifications, special provisions and addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of discrepancy between any plans, specifications, special provisions, or addenda, the matter shall be immediately submitted by CONTRACTOR to the Department of Public Works of CITY (hereinafter referred to as "DPW") , without whose decision said discrepancy shall not be adjusted by CONTRACTOR, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as 511:AFJk 3 S A M P L E an acceptance of the terms of said bid or proposal which is in conflict herewith. Should there be any conflict between the bid or proposal of CONTRACTOR, and the Montgomery Watson specifications, the Montgomery Watson specifications shall control and nothing herein shall be considered as an acceptance of the terms of said bid or proposal which is in conflict herewith. 3 . COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed ($ ) , as set forth in the Contract Documents, to be paid as provided in this Agreement. 4 . COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after notice to proceed is issued and shall diligently prosecute PROJECT to completion within [consecutive] [working] days from the day the "Notice to Proceed" is issued by Department of Public Works, excluding delays provided for in this Agreement. 5 . TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents . CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the 511:AFJk 4 S A M P L E prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors and CITY forces working on the PROJECT, in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by the DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as the DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the written order of the DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by the DPW. When directed to change the work, CONTRACTOR shall submit immediately to the DPW a written cost proposal reflecting the effect of the change. Should the DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by the DPW and the proper cost thereof shall be negotiated by the parties upon cost and pricing data submitted by 511:AFJk 5 S A M P L E the CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to the CONTRACTOR by CITY. CITY does not warrant that the work site will be available on the date the Notice to Proceed is issued. In event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to the CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS CONTRACTOR shall, prior to entering upon the perform- ance of this Agreement, furnish the following three bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR' S faithful performance of the work; one in the amount of one hundred percent (100%) of the contract price to warrant such performance for a period of one (1) year after CITY'S acceptance thereof; and one in the amount of one hundred percent (100%) of the contract price to guarantee payment of all claims for labor and materials furnished. 9 . WARRANTIES The CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, material or structural facilities constructed. CONTRACTOR, within ten (10) days after 511:AFJk 6 S A M P L E notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items . Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR' S risk and expense. 10 . INDEPENDENT CONTRACTOR It is understood and agreed that the CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not as an employee of CITY. CONTRACTOR shall secure, at its expense, and be responsible for any and all payment of income tax, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees, and all business licenses, if any, in connection with the PROJECT. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay; it is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of ($ ) per day for each and every working day' s delay in completing the work in excess of the number of working days set forth herein, which sum represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable losses CITY would sustain in the event of and by reason of such delay; and CONTRACTOR agrees 511:AFJk 7 S A M P L E to pay said damages herein provided, and, further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not restricted to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless the DPW shall grant a further period of time prior to the date of final settlement of the Agreement) , notify the DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of the DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in nowise caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days the CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is 511:AFJk 8 S A M P L E presented in writing to CITY within fifteen (15) days of the commencement of such delay. No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of material by CITY or delays by other contractors or subcontractors, will be allowed and said extension of time for completion shall be the sole remedy of CONTRACTOR. 12 . DIFFERING SITE CONDITIONS (1) Notice: The CONTRACTOR shall promptly, and before such conditions are disturbed, notify the DPW in writing of: (a) Subsurface or latent physical conditions at the job site differing materially from those indicated in this Agreement or the Contract Documents; or, (b) Unknown physical conditions at the job site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent to work of the character to be performed under this Agreement. The DPW shall promptly investigate the conditions and if it finds that such conditions do materially so differ and cause an increase or decrease in the time required for performance of any part of the work under this Agreement, whether or not changed as a result of such conditions, an equitable adjustment shall be made and the Agreement modified in writing accordingly; (2) Time Extension: No claim of the CONTRACTOR under this Section shall be allowed unless the CONTRACTOR has given the notice required hereunder, provided, however, the time prescribed therefor may be extended by CITY. 511:AFJk 9 S A M P L E 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to the CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. The DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to the CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, the DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its judgment the findings warrant. 14 . PROGRESS PAYMENTS Each month the DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof . From each progress estimate, ten percent (10%) will be deducted and retained by CITY and the remainder, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. 511:AFJk 10 S A M P L E When CONTRACTOR has, in the judgment of the DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if the DPW finds that satisfactory progress has been and is being made, the CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined by DPW, less all previous payments and less all previous retained amounts . The final payment, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by the DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15 . WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms and provisions of this agreement . 511:AFJk 11 S A M P L E 16 . AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with the DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors upon PROJECT have been paid in full and that there are no claims outstanding against PROJECT for either labor or material, except certain items, if any, to be set forth in an affidavit covering disputed claims, or items in connection with Notices to Withhold which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18 . INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold and save harmless CITY, its officers, employees, and Montgomery Watson against any and all liability, claims, judgments, costs and demands, however caused, including those resulting from death or injury to CONTRACTOR'S employees and damage to CONTRACTOR'S property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, including those arising from the passive concurrent negligence of CITY, but save and except those which arise out of the active concurrent negligence, sole negligence, or the sole willful misconduct of CITY. CONTRACTOR will conduct all defense at its sole cost and expense. CITY shall be reimbursed by CONTRACTOR for all costs or attorney's fees incurred .by CITY in enforcing this obligation. 511:AFJk 12 S A M P L E 19 . WORKERS ' COMPENSATION INSURANCE Pursuant to the California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of said code, which requires every employer to be insured against liability for workers ' compensation; CONTRACTOR covenants that it will comply with all such laws and provisions prior to commencing performance of the work hereunder. CONTRACTOR shall maintain such Workers ' Compensation Insurance in an amount of not less than One Hundred Thousand Dollars ($100,000) bodily injury by accident, each occurrence, One Hundred Thousand Dollars ($100,000) bodily injury by disease, each employee, and Two Hundred Fifty Thousand Dollars ($250, 000) bodily injury by disease, policy limit, at all times incident hereto, in forms and underwritten by insurance companies satisfactory to CITY. CONTRACTOR shall require all subcontractors to provide such Workers ' Compensation Insurance for all of the subcontractors ' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the Workers ' Compensation Insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20 . INSURANCE CONTRACTOR shall carry at all times incident hereto, on all operations to be performed hereunder, general liability insurance, including coverage for bodily injury, property damage, products/completed operations, and blanket contractual liability. Said insurance shall also include automotive bodily injury and property damage liability insurance. All insurance shall be underwritten by insurance companies in forms satisfactory to CITY 511:AFJk 13 S A M P L E for all operations, subcontract work, contractual obligations, product or completed operations and all owned vehicles and non-owned vehicles. Said insurance shall name the CITY, its officers, agents and employees and all public agencies as determined by the CITY as Additional Insureds . CONTRACTOR shall subscribe for and maintain said insurance policies in full force and effect during the life of this Agreement, in an amount of not less than One Million Dollars ($1, 000,000) combined single limit coverage. If coverage is provided under a form which includes a designated general aggregate limit, such limit shall be no less than One Million Dollars ($1, 000, 000) . In the event of aggregate coverage, CONTRACTOR shall immediately notify CITY of any known depletion of limits . CONTRACTOR shall require its insurer to waive its subrogation rights against CITY and agrees to provide certificates evidencing the same. 21. CERTIFICATES OF INSURANCE: ADDITIONAL INSURED ENDORSEMENT Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages as required by this Agreement; said certificates shall provide the name and policy number of each carrier and policy, and shall state that the policy is currently in force and shall promise to provide that such policies will not be cancelled without thirty (30) days prior written notice to CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. 511:AFJk 14 S A M P L E The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of CITY by CONTRACTOR under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all said policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. A separate copy of the additional insured endorsement to each of CONTRACTOR'S insurance policies, naming the CITY, its officers and employees as Additional Insureds shall be provided to the City Attorney for approval prior to any payment hereunder. 22. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged to be bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. 23 . DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be 511:AFJk 15 S A M P L E performed hereunder, or upon earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this ' Agreement shall be delivered to CITY and become its sole property at no further cost. 24 . NON-ASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 25 . CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of California Government Code Sections 1090 et seq. 26. STOP NOTICES: RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to recover from CONTRACTOR its reasonable administrative and attorney' s fees, costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document . Said obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of one-hundred dollars ($100) for every stop notice filed in excess of two, regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 511:AFJk 16 S A M P L E 27. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of 8 U.S.C. § 1324a regarding employment verification. 28. NOTICES All notices required or permitted hereunder shall be delivered in person or by registered or certified mail to an authorized representative of the party to whom delivery is to be made, at the place of business of such party, or to any other place designated in writing by such party. 29 . CAPTION of the Sections of this Agreement are for convenience and reference only, and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this Agreement. 30. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter § 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 511:AFJk 17 S A M P L E 31. ENTIRETY The foregoing represents the entire Agreement between the parties . IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers the day, month and year first above written. CITY OF HUNTINGTON BEACH a municipal corporation of the State of California ' BY: Print Name: Chairman/President/Vice President Mayor (circle one) Print Name: Secretary/Assist Sec./Chief Financial Officer/Asst. Treasurer (circle one) ATTEST: APPROVED AS TO FORM: City Clerk , . City Attorney S,r1?r3 REVIEWED AND APPROVED: INITIATED AND APPROVED: City Administrator Director of Public Works 511:AFJk 18 S A M P L E STANDARD SPECIFICATIONS Except as hereinafter provided, the provisions of the latest Edition of the "Standard Specifications for Public Works Construction" (Green Book) published by Building News, Inc. 3055 Overland Avenue, Los Angeles, California 90034, and all amendments thereto, adopted by the Joint Cooperative Committee of Southern California District and Associated Contractors of California,hereinafter referred to as Standard Specifications, are adopted as the"Standard Specifications"for this project and shall be considered as a part of these Special Provisions. Where specified, the specified editions of "Standard Specifications" and "Standard Plans" of the State of California, Business and Transportation Agency, Department of Transportation, shall apply. If no date of publication is specified, the most recent edition, as of the date of publication of the Notice Inviting Bids for this contract, shall apply. PART 1 GENERAL SPECIAL PROVISIONS The following additions are made to the "Standard Specifications". If there is a conflict between the Standard Specifications and these additions, these additions shall have first precedence. 1-2.1 Definitions (a) AGENCY The City of Huntington Beach, California also hereinafter called "CITY". (b) BOARD The City Council of the City of Huntington Beach, California. (c) CONTRACT Documents including but not limited to the proposal forms P-1 through P-8, DOCUMENT Standard Specifications,General Provisions,Special Provisions,Construction Plans and Project Specifications,Bonds,Insurance,Contract Agreement and all addenda setting forth any modifications of the documents. (d) ENGINEER The administrating officer of the City of Huntington Beach or his authorized representative. (e) BIDDER Any individual, co-partnership, association or corporation submitting a proposal for the work contemplated acting directly or through a duly authorized representative. (f) LEGAL The legal address of the Contractor shall be the address given on the ADDRESS Contractor's bid and is hereby designated as the place to which all notices, OF letters or other communications to the Contractor shall be mailed or CONTRACTOR delivered. (g) LABORATORY An established laboratory approved and authorized by the Engineer for testing materials and work involved in the contract. (h) SPECIAL The special provisions are specified clauses setting forth conditions or PROVISIONS requirements peculiar to the work and supplementary to these Standard Specifications. The Department of Transportation publications entitled Labor Surcharge and Equipment Rental Rates and General Prevailing Wage Rates are to be considered as a part of the special provisions. -1- (i) STATE Chapter 3, Part 5, Division 3, Title 2 of the Government Code. The CONTRACT provisions of this act and other applicable laws, form and constitute a part of the provisions of this contract to the same extent as is set forth herein in full. i1-3.1 Abbreviations O.C.E.M.A. Orange County Environmental Management Agency. 2-1.1 Award of Contract The City reserves the right to reject any and all proposals. The award of the contract, if it be awarded,will be to the lowest responsible bidder whose proposal complies with all the require- ments prescribed by the City. 2-1.2 Execution of Contract The contract shall be signed by the successful Bidder within ten (10) working days after award, and be returned together with the contract bonds, to the City Clerk's office. Work shall commence within 10 working days after the contract has been fully executed. No proposal shall be considered binding upon the City until the contract is executed by the Contractor and the City. The contract time shall start on the date specified in the "Notice to Proceed" issued by the City. 2-1.3 Failure to Execute Contract Failure to execute a contract and file acceptable bonds as provided herein within the time specified for the applicable contract category shall be just cause for the cancellation of the award and the forfeiture of the proposal bid bond. 2-4.1 Return of Bid Bond Within ten(10)days after the award of the contract,the City of Huntington Beach will return the bid bonds accompanying the proposals which are not to be considered in making the award. All other bid bonds will be held until the contract has been finally executed, after which they will be returned to the respective bidders whose proposal they accompany. 2-4.2 Guarantee The Contractor, by submission of a bid for this project, expressly agrees to the herein specified stipulated guarantee of materials,products,workmanship,and installations incorporated into this project. All work performed in accordance with these construction plans and project specifications, standard specifications, and special provisions, including, but not limited to, workmanship, installation, fabrications, material and structural, mechanical, or electrical facilities shall be guaranteed for a period of one year, commencing with the filing of the notice of completion and acceptance of the contract by the City, unless specific areas are to be guaranteed longer as provided in Special Provisions. Security of this guarantee shall be furnished to the City and may be included as part of the Faithful Performance Bond. There shall be express wording in the Performance Bond, if such bond includes the guarantee or warranty of the Labor and Materials for a one year period, i -2_ 1 commencing with the filing of the notice of completion and acceptance of the contract by the City. The guarantee amount shall be for the full amount of the Performance Bond. Release of the Performance Bond shall not apply to the guarantee or warranty period. It is recommended that the Performance Bond include the guarantee and warranty requirements. The Contractor,by agreeing to this latent defect guarantee, also agrees that within 10 days after notification of a failure or deterioration of a facility or work covered under this contract, he will repair, replace or show reasonable cause as to reason for further delay. Refusal or failure to commence repair or replacement will cause the City to file claim against the bond. Excepted from the guarantee of labor and materials will be defects caused by acts of God, acts of the City, acts of vandals,or by acts of other outside or beyond the control of the Contractor. 2-5.1.1 Plans and Specifications The Engineer will provide the Contractor, free of charge, copies of plans,special provisions and additions to the General Provisions of the Standard Specifications that are reasonably necessary for the execution of work. Contractor shall,at his own expense,obtain copies of Standard Specifications and Standard Plans and Specifications of the State of California, for his general use. If after award of contract, should it appear that the work to be done, or any matter relative thereto,is not sufficiently detailed or explained in the Standard Specifications,Special Provisions, Construction Plans and Project Specifications, the Contractor shall request from the Engineer further explanation or interpretation of the contract. The request by the Contractor and the Engineer's response shall be in writing. All scaled dimensions are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform the Engineer or his representative of any discrepancies. 2-6.1 Removal of Defective and Unauthorized Work All work which is defective in its construction or does not meet all of the requirements of the Plans and/or Specifications shall be remedied, or removed and replaced by the Contractor in an acceptable manner, and no compensation 4vill he allowed for such correction. Any work done beyond the limits of the lines and grades shown on the plans or established by the Engineer, or any extra work done without written authority, will be considered as unauthorized and will not be paid. Upon failure on the part of the Contractor to comply forthwith with any order of the Director made under the provisions of this article, the Engineer shall have authority to cause defective work to be remedied, or removed and replaced, and unauthorized work to be removed, and to deduct the costs and thereof from any monies due or to become due the Contractor. 2-7.1 Soil Conditions The Contractor shall inspect the soil conditions himself before submitting a bid. By submitting a bid, the Contractor acknowledges that he has satisfied himself as to the quality of the work including but not restricted to the conditions affecting,handling and storage of materials,disposal of excess materials, the soil conditions, and level and amount of groundwater. -3- The Contractor's attention is directed to the soils report, dated 10 80 contained in Attachment A. These logs are records obtained by the City and represent the character of material encountered at the test boring sites indicated on the plans. The log of test boring is included only for the convenience of the bidders. There is no guarantee, either expressed or implied, that the conditions indicated are representative of those actually existing throughout the project, or any part of it, or that unforeseen developments may not occur. The inclusion of the test boring log in the Specifications shall not be construed to be a waiver of the Contractor's obligation to inspect the soil conditions himself before submitting a bid. 2-9.1 Permanent Survey Markers Unless otherwise provided in the Spcciai Provisions, the Contractor shall be responsible for protecting all existing horizontal and vertical survey controls, monuments, ties and bench marks located within the limits of the project. if any of the above require removal, relocating or resetting, the Contractor shall, prior to any construction work, notify the Engineer so arrangements can be made to establish sufficient temporary ties and bench marks to enable the points to be reset after completion of construction. 2-10.1 Authority of Board and Inspection The Contractor shall give at least 24 hours advance notice when he or his subcontractor will start or resume the work. The above notice is to be given during \vorking hours, exclusive of Saturday, Sunday or City holidays for the purpose of permitting the Engineer to make necessary assignments of his representatives. If the Contractor elects to work under this contract more than 8 hrs/day or more than 40 hrshveek,Saturday,Sunday,or City holidays, he shall arrange with the Engineer for the required inspection service and pay the special inspection fees which will be charged at the following rates: 4 hours or less/day S200.00 4 hours to 8 hours/day $400.00 ' When Special Inspection is required, the Contractor shall notify the City and pay inspection fees 24 hours in advance. If the Contractor is directed by the City to work under this contract more than 8 hrs/day or more than 40 hrs/week, the Special Inspection fee requirements will be waived. Any work performed in conflict with said advance notice,without the presence or approval of the Engineer,or work covered up without notice,approval or consent may be rejected or ordered to be uncovered for examination at Contractor's expense, and shall be removed at Contractor's expense, if so ordered by the Engineer. Any unauthorized or defective work, defective material or workmanship or any unfaithful or imperfect work that may be discovered before the final payment and final acceptance of work shall be corrected immediately without extra charge even though it may have been overlooked in previous inspections and estimates or may have been caused due to failure to inspect the %work. All authorized alterations affecting the requirements and information given on the approved plans shall be in writing. No changes shall be made on any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer in writing. Deviations from the approved plans, as may be required by the exigencies of constructions will be determined in all cases by the Engineer and authorized in writing. -4- All instructions, rulings and decisions of the Engineer shall be in writing and shall be final and binding on all parties unless formal protest is made in writing and as provided in the following paragraphs: ' If the Contractor considers any work demanded of him to be outside the requirements of the contract, or if he considers any instructions, ruling or decision of the Engineer to be unfair, he shall within ten (10) days after any such demand is made, or instruction, ruling or decisions is given, file a written protest with the Engineer, stating clearly and in detail his objections and reasons therefore. Except for such protests and objections as are made of record, in the manner and within the time above stated,the Contractor shall be deemed to have waived and does hereby waive all claims for extra work damages and extensions of time on account of demands, instructions, rulings and decisions of the Engineer. Upon receipt of any such protest from the Contractor, the Engineer shall review the demand, instruction, ruling or decision objected to and shall promptly advise the Contractors, in writing of his final decision, which shall be binding on all parties, unless within the ten (10) days thereafter the Contractor shall file with the City Council a formal protest against said decision of the Engineer. The City Council shall consider and render a final decision on any such protest ' within thirty (30) days of receipt of same. 2-10.2.3 Requirements for Work Within Southern Pacific Transportation Company Right-of-Way The Contractor shall prosecute work within any railroad right-of-way only in the presence of the Inspector representing the railroad company and any work done in the absence of said Inspector shall be subject to rejection. The Contractor shall make the appropriate notification according to the instructions given on the railroad permit for all inspections, and shall post all bonds and certifications required by the permit. The permit shall be acquired by the City. However, the Contractor may also be required to secure additional permits under his own name,which permits shall be processed at the Contractor's expense. The Contractor shall pay for all testing and inspections required by the railroad permit. A copy of all testing and inspections required by the railroad permit. A copy of the railroad permit and requirements are included in specifications as an attachment. 2-10.3 Final Inspection Whenever the work provided for and contemplated by the contract shall have been satisfactorily completed and the final cleaning performed, the Engineer will make the final inspection. 4-1.4.1 Test of Materials All tests of materials furnished by the Contractor shall be made in accordance with commonly recognized standards of national organizations, and such special methods and tests as are prescribed in the Standard Specifications. No materials shall be used until they have been approved by the Engineer. The Contractor shall,at his expense, furnish the City, in triplicate,certified copies of all required factory and mill test reports. Any materials shipped by the Contractor from a factory or mill prior to having satisfactorily passed such testing and inspection by a representative of the City shall not be incorporated in the work, unless the Engineer shall have notified the Contractor, in writing, that such testing and inspection will not be required. -5- At the option of the Engineer, the source of supply of each of the materials shall be approved ' by the Engineer before delivery is started and before such material is used in the work. The City of Huntington Beach will pay for the initial soil and material tests. Any subsequent soil and materials tests deemed necessary due to the failure of initial tests will be at the Contractor's expense. 6-1.1 Construction Schedule and Commencement of Work Prior to the start of work,arrangements will be made for a meeting between the Contractor and the Engineer. The purpose of this meeting is to coordinate the activities of the Contractor within the limits of this contract,review scheduling, discuss construction methods and clarify inspection procedures. The Contractor shall submit for approval by the Engineer a complete schedule showing the number of working days required to complete the project. The schedule shall be a CPM computer-generated schedule with a minimum of 150 separate tasks indicating all major: a)construction efforts,b)shop drawing and product submittals and c) special tests required. No more than 25% of the tasks shall be critical to the schedule. ' The contract time shall commence on the date shown on the "Notice to Proceed",which will be issued by the City. ' 6-2.1 Progress Schedule When,in the judgment of the City, it becomes necessary to accelerate the work, the Contractor, when ordered, shall cease work at any particular point and concentrate his forces at such other ' point or points as directed; and execute such portions of his work as may be required to enable others to hasten and properly engage and carry on their work. 6-8.1 Acceptance Should it become necessary, due to developed conditions, to occupy any portion of the work before contract is fully completed, such occupancy shall not constitute acceptance. 6=9 Liquidated Damages Section 6-9 of the Standard Specifications for Public Works Construction shall be modified with respect to the dollar amount of damages per day. The daily sum due per day for each consecutive calendar day in excess of the time specified for completion of the work shall be as follows: Contract Amount Daily Sum Due Per Day Contracts up to $250,000 $250 Contracts $250,001 to $500,000 S300 Contracts $500,001 to $1,000,000 $400 Contracts $1,000,001 to S1,500,000 $500 Contracts $1,500,001 and over S650 7-2.3 General Prevailine, Wage Rates In accordance with the provisions of Section 1773 of the Labor Code, the State of California Director of the Department of Industrial Relations shall determine the general prevailing rate of wages, applicable to the work to be done; copies of the latest general wage rate determinations -6- are on file at the office of the City Clerk, and the office of the Director of Public Works of the City of Huntington Beach, California. 7-2.3.1 General Prevailing Way e Rate ' This Contractor requires that the Labor Laws of the Federal Government be enforced by the City of Huntington Beach. ' Minimum wage rates for this project as predetermined by the U.S. Secretary of Labor are set forth in the Special Provisions. If there is a difference between the minimum wage rates predetermined by the U.S. Secretary of Labor and the prevailing wage rates determined by the ' State for similar classifications of labor, the Contractor and his subcontractors shall pay not less than the higher wage rate. ' 7-2.4 Payroll Records The Contractor's attention is directed to the following provisions of Labor Code Section 1776 (Stats. 1978,Ch. 1249). The Contractor shall be responsible for compliance with these provisions ' by his subcontractors. a. Each Contractor and subcontractor shall keep an accurate payroll record,showing the name, address,social security number,work classification,straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. ' b. The payroll records enumerated under subdivision (a)shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: ' 1. A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. 2. A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. 3. A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request to the public for inspection or copies thereof made; provided, however,that a request by the public shall he made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. The public shall not be given access to such records at the principal office of the Contractor. ' c. Each Contractor shall file a certified copy of the records enumerated in subdivision (a)with the entity that requested such records within IO days after receipt of a written request. ' d. Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address and social security -7- number. The name and address of the Contractor awarded the contract or performing the contract shall not be marked or obliterated. e. The Contractor shall inform the body awarding the contract of the location of records enumerated under subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a change location and address. f. In the event of noncompliance with the requirements of this section, the Contractor shall ' have 10 days in which to comply subsequent to receipt of written notice specifying in what respects such Contractor must comply with this section. Should noncompliance still be evident after such 10 day period, the Contractor shall, as a penalty to the state or political ' subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payments then due. 7-3.1 Public Liability and Property amage Insurance ' The Contractor shall furnish to the City and maintain during the life of the contract a public liability insurance policy in which the City is named as an additional insured. The Contractor ' shall also hold harmless the City, its officers and employees while acting within the scope of their duties, against all claims arising out of or in connection with the work to be performed. The policy shall provide for not less than the following amounts: ' Combined Single Limit Bodilv injury and/or Property Damage Including Products Liability: S1,000,000 Combined single limit per ' occurrence. Such policy shall provide coverage at least as broad as that provided in the Standard Form approved by the National Bureau of Casualty Underwriters together with such endorsements as are required to cover the risks involved. The Contractor shall arrange for the policies to be so conditioned as to cover the performance ' of"Extra Work", should such work become necessary. Prior to the commencement of work under the contract,evidence of insurance shall be furnished on a form provided by the City,and no other form will be accepted. In addition, the Contractor shall furnish evidence of a commitment by the insurance company to notify the City of the expiration or cancellation of any of the insurance policies required hereunder not less than 30 days before any change in coverage, expiration or cancellation is effective. The Contractor shall also show proof of Workers' Compensation coverage or a valid certificate of self-insurance. ' 7-3.2 Builder's Risk and Installation Construction Coverage ' General Contractor will procure a "Builder's Risk and Installation Construction Coverage" insurance policy for said structure. Coverage must name the City of Huntington Beach as insured and shall include all perils coverage with a face value equal to the amount of the contract. Such policy,to be obtained after acceptance hid, must be approved by the City's Risk Manager and be on file in his office prior to the commencement of construction. Failure to comply with any or all conditions of this requirement may result in immediate termination of contractual agreement. 7-5.1 Permits and Licenses Except as otherwise specified in the Special Provisions, the Contractor shall procure all permits and licenses, pay all changes and fees and give all notices necessary and incident to the due and lawful prosecution of the work. These permits and licenses shall be obtained in sufficient time Jo prevent delays to the work. In the event that the agency has obtained permits, licenses or other authorizations applicable to the work, the Contractor shall comply with the provisions of said permits, licenses and other authorizations. The Contractor shall obtain from the State of ' California, the Industrial Safety Permit required for the various construction items. 7-6.1 The Contractor's Representative Contractor shall also file with the Engineer, the address and telephone numbers where he or his designated representative may be reached during hours when the work is not in progress. Instructions and information given by the Engineer to the Contractor's authorized representative in person, at the address or telephone numbers filed in accordance with this section shall be considered as having been given the Contractor. ' 7-6.2 Superintendence Whenever the Contractor is not present on any part of the work where the City desires to given direction,orders will be given by the Director in writing,and shall be received and obeyed by the Contractor's superintendent or foreman in charge of the particular work in reference to which orders are given. 7-8.1 Cleanup and Dust Control All surplus materials shall be removed from the site immediately after completion of the work ' causing the surplus materials. Unless the construction dictates otherwise, and unless otherwise approved by the Engineer, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzle at least once each working day to keep paved areas acceptably clean whenever construction, including restoration is incomplete. 7-8.5.1 Use of City Water System The Contractor shall make arrangements with the City of Huntington Beach Water Department for requirements, location of source and payment prior to the taking of any water from the City ' system. 7-8.7 Noise Control If the construction site is located adjacent to a residential area, the Contractor shall take all necessary steps to limit the amount of noise emitting from construction equipment used. In addition, working hours shall be restricted to between the hours of 7:00 AM to 6:00 PM. -9- 7-8.8 Flow and Acceptance of Water ' Storm, surface and possibly ground or other water may be encountered at various times and locations during the work. Such waters may interfere with the Contractor's operations and may cause damage to adjacent or downstream private and/or public property by flooding or lateral ' erosion if not properly controlled by the Contractor and the Contractor acknowledges that his bid was prepared accordingly. The Contractor, by submitting a bid, assumes all of said risk. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed without diversion or obstruction along existing street and drainage courses. Drainage of water from existing catch basins shall be maintained at all times. Diversion of water for short ' reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subject to the probability of damage. The Contractor shall obtain written permission from the applicable public agency or property ' owner before any diversion of water will be permitted by the Engineer. In the course of water control, the Contractor shall conduct construction operations to protect waters from pollution with fuels, oils, bitumens or other harmful materials. ' The City has received a permit for discharging from the California Regional Water Quality Control Board that is reproduced in these Special Provisions as an attachment. 7-8.9 Erosion Control The Contractor shall submit a written plan specifying methods to control erosion due to the ' construction activities of the project. This plan shall be submitted for approval to the Director no later than five (5) days after the opening of bids. 7-8.10 California Regional Water Quality Control Board Permit The City has received a permit for discharge from the California Regional Water Quality Control Board. No water quality problems are anticipated as a result of groundwater dewatering ' discharge. However if problems develop and it is necessary to aerate,oxidize,detail or otherwise treat the discharge, said treatment will be considered as "extra work" and shall be carried on by the Contractor. All monitoring and reporting required by the permit will be done by the City; however, this does not relieve the Contractor from compliance with other conditions, provisions and requirements of the permit. Applicable sections of said permit arc reproduced and are available for your inspection at the Department of Public Works. 7-10.1.1 Traffic and Access No full closures will be permitted. Daylight lane closures will be permitted with prior approval of the Engineer provided flagmen are available for control of vehicle movements. Safety precautions shall conform to Section 86-1.07 of State Standard Specifications and these Special ' Provisions. Applicable sections of California Administrative Code,Title 8,concerning electrical and construc- tion safety standards and practices, shall be adhered to and enforced by the Contractor. -10- Contractor shall require that an approved safety vest be worn by all personnel who are working at this project site. Any worker without a vest may he ordered off the job by the Inspector until such apparel is acquired. Questions as to approved vests shall be directed to the Engineer. The Contractor shall provide for and maintain provisions for public traffic through the construc- tion area at all times. Unless otherwise specified in these Special Provisions, work shall be in accordance with Sections 4-1.04, 7-1.08 through 7-1.95 inclusive, 15-1.02 through 15-2.05E inclusive,of the State Department ol'Transportation,Standard Specifications,and as provided for in Title 8 of State of California, Department of industrial Relations,Construction Safety Orders, and Chapter 12.24, "Warning Lights - Barricades" of the Huntington Beach Municipal Code. The Inspector may require additional devices to control traffic as traffic and construction conditions require. The Inspector may stop work at the job site until the required safety and traffic control devices are put in place by the Contractor. The cost for additional safety and traffic control devices shall be included in the unit price or lump sum prices bid for the job and no additional compensation will be allowed therefore. Questions pertaining to construction,warning signs and devices shall be directed to the Engineer. Prior to beginning of work, the Contractor shall present to the City a detour plan pertaining to any detour(s) he feels will be required to properly prosecute the work. The detour plans,when accepted by the City, shall become the official document upon which detour(s) shall be put in place and maintained when required. Any detour which will last longer than three calendar days shall be delineated by removing the existing striping and legends on the pavement by sandblasting and placing new striping and legends as may be appropriate to accommodate the detour. Upon completion of the work and the restoration of the road surface to its final condition, the detour striping shall be removed by sandblasting by the Contractor and the original striping replaced. Cost for removal and replacement of detour striping shall be included in the other items bid for the work and no additional compensation will be allowed therefor. The Contractor's attention is specifically directed to HBMC Section 12.24, "Warning Lights - Barrieades",pertaining to the use of barricades and lights in excavation areas. Flashing barricades will be allowed as a substitute for "lights" as described in that section. 7-10.1.2 Safety Precautions The Contractor shall provide for and maintain provisions for public traffic through the construc- tion area at all times. Unless otherwise specified in these Special Provisions, work shall be in accordance with Sections 4-1.04, 7-1.08 through 7-1.95 inclusive, 15-1.02 through 15-2.05E inclusive,of the State Department of Transportation,Standard Specifications,and as provided for in Title 8 of State of California, Department of Industrial Relations,Construction Safety Orders, and Chapter 12.24, "Warning Lights - Barricades" of the Huntington Beach Municipal Code. The Inspector may require additional devices as traffic and construction conditions require. Questions as to construction warning signs and devices shall be directed to the Engineer. Contractor shall require that an approved safety vest be worn by all personnel who are working at this project site. Any worker without a vest may be ordered off the job by the Inspector until such apparel is acquired. Questions as to approved vests shall be directed to the Engineer. Applicable sections of California Administrative Code,Title 8,concerning electrical and construc- tion safety standards and practices, shall be adhered to and enforced by the Contractor. -11- 7-10.3 Barricades All barricading shall comply with the provisions of the Manual on Uniform Traffic Control Devices - 1975, as amended. 7-10.5 Water Main Shut Down When a City water main or service is to be shut down, the affected residents shall be notified by the Contractor at least 24 hours in advance of the shut down. The Contractor shall proceed with the water facilities work in an expedient manner until the water lines are in service. If water service to residents is disrupted for more than 4 hours, the Contractor shall provide temporary water service to the residents. The cost shall be included in the other items bid. 7-15 Registration of Contractor Prior to the award of contract, the Contractor shall be licensed in accordance with the provisions of Article 1 to 9 inclusive of Chapter 9,Division 3 of the Business and Progressions Codes of the State of California and Amendments thereof, providing for the registration of Contractors, and defining the term Contractor; providing a method of obtaining licenses to engage in the business of contracting and fixing the fees for such licenses; and prescribing the punishment for violation of provisions thereof, as amended. 9-3.1.2 Payment General Payment for the furnishing of all lahor, materials and equipment necessary to perform all work indicated on the plans and descrihed in these specification and Special Provisions shall be included in the contract prices bid for the items listed on the proposal, and no additional compensation will be allowed. Compensation for items of work shown or described,but not listed on the proposal, will be considered to be included in the prices bid for listed items. Non-listed items to be included in the prices bid for various items listed on the proposal consist of, but are not limited to the following: 1. Water and dewatering 2. Backfill, compaction and disposal of surplus material 3. Maintaining public utility facilities 4. Miscellaneous removals 5. Trench resurfacing 6. General finishing and cleanup 7. Barricading, traffic control and temporary striping 8. Restoring private property improvements 9. Potholing utilities 9-3.2.1 Progress Payments The City shall, once in each month, cause an estimate in writing to be made by the Engineer of the total amount of work done. The City shall monthly pay to the Contractor while performing the work, the progress payment balance, after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the contract. No estimate or payment shall be required to be made when in the judgment of the Engineer, the work is not proceeding in accordance with the provisions ' -12- of the Contractor when in his judgment the total value of the work done since the last estimate amounts to less than three hundred dollars (5300). 9-3.2.2 Final Payment The Engineer shall,after completion of the contract, make a final estimate of the amount of work done thereunder and the value of such work, and the City of Huntington Beach shall pay the entire sum found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimates and payment. The final payment shall not be due and payable until after the completion of thirty-five(35)days from the date of recording a Notice of Completion. It is mutually agreed between the parties to the contract that no certificate given or payments made under the contract, except the final certificate of final payment, shall be evidence of the performance of the contract, either wholly or in part, against any claim of the party of the first part, and no payment shall be construed to be an acceptance of any defective work or unaccept- able materials. 10-2 Proposal Form All proposals must be made upon the "Bid Form" as made part of the Construction Documents. The bidder shall submit his proposal on the form furnished him. Proposals submitted on forms other than the one issued to the Bidder will be disregarded. All proposals must give the prices proposed both in words and numbers, of which words will prevail over numbers,and must be signed by the Bidder with his address and telephone number. If the proposal is made by an individual, firm or partnership, name, post office address and telephone number must be shown. If made by a corporation, the proposal must show the name of the state under whose laws the corporation was formed, and the names, title, and business address and telephone numbers of the President, Secretary and Treasurer. 10-3 Proposal Bid Bond All bids shall be presented under scaled covers and shall be accompanied by cash, a cashier's check, certified check, or bidder's bond made payable to the City of Huntington Beach, for an amount equal to at least ten percent (10%) of the amount of said bid, and no bid will be considered unless such cash, cashier's check, certified check, or bidder's bond is enclosed therewith. 104 Withdrawal of Proposals Any bid may be withdrawn at any time prior to the hour fixed in the Notice to Contractors for the opening of bids, provided that a request in writing, executed by the Bidder or his duly authorized representative, for the withdrawal of such bid, is filed with the City Clerk. The withdrawal of a bid shall not prejudice the right of a Bidder to file a new bid. 10-5 Public Opening of Proposals Proposals will be opened and read publicly at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. -13- 10-6 Rejection of Proposals Containing Alterations, Erasures or Irregularities Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasures, or irregularities of any kind. Any mistakes and their subsequent corrections shall be initialed by the Bidder. The right is reserved to reject any or all proposals. 10-7 Disqualification of Bidders More than one proposal from an individual,a firm,a partnership,a corporation,or an association under the same or different names will not be considered. Reasonable ground for believing that any Bidder in interested in more than one Proposal for the work contemplated will cause the rejection of all Proposals in which such bidder is interested. If there is reason for believing that collusion exists among any or all bidders, any or all Proposals may be rejected. Proposals in which the prices obviously are unbalanced may be rejected. 10-8 Indemnification Contractor hereby releases and agrees to indemnify, defend and hold harmless Owner, Cash & Associates, their officers, agents, employees, consultants, and representatives for damage to property or for injury to or death of any persons and from all claims, demands, actions of any kind whatsoever, arising out of or encountered in connection with this agreement or the prosecution of work under it, whether such claims, demands, actions, or liability are caused by Contractor,Contractor's agents,Contractor's employees,Contractor's subcontractors,or products installed on the project the Contractor or subcontractor or caused by any other party. Such indemnification shall extend to all claims, demands, actions, or liability for injuries, death or damages occurring after completion of the project as well as during the work's progress. Contractor agrees that it shall at its own cost, expense, and risk, defend Owner, Cash & Associates, their officers, agents,employees and representatives in any and all claims,demands, actions,suits,or other legal proceedings which may be brought or instituted against Owner,Cash & Associates, their officers, agents, employees, or representatives. -14- SPECIFICATION INDEX DIVISION 0 - CONDITIONS OF THE CONTRACT Section 00010 Drawing List 00020 Consultant Team DIVISION 1 - GENERAL REQUIREMENTS Section 01000 Supplemental General Conditions 01310 Construction Schedules 01340 Shop Drawings, Product Data and Samples 01400 Tests and Inspections 01563 Control of Water 01710 Clean-Up DIVISION 2 - SITE WORK Section 02050 Demolition 02100 Site Preparation 02220 Structural Excavation 02221 Trenching and Backfill 02223 Earthwork 02513 Asphalt Paving and Rock Base 02575 Paving Repair and Resurfacing 02577 Pavement Marking and Striping DIVISION 3 CONCRETE Section 03210 Reinforcing Steel 03310 Concrete Work 03330 Lightweight Concrete 03462 Precast Concrete Vaults DIVISION 4 - MASONRY Section 04220 Concrete Unit Masonry DIVISION 5 - METALS Section 05120 Structural Steel 05500 Metal Fabrications DIVISION 6 - CARPENTRY NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section 07191 Bituminous Vapor Barrier 07200 Insulation 07510 Mineral Surfaced Bituminous Built-Up Roofing 07610 Metal Roof Decking 07620 Flashing and Sheet Metal 07810 Skylights 07920 Caulking and Sealants Specification Index Page 1 dM DIVISION 8 - DOORS AND WINDOWS Section 08100 Hollow Metal Doors and Frames 08331 Overhead Rolling Doors 08385 Acoustical Metal Door, Window and Frame 08710 Finish Hardware DIVISION 9 - FINISHES Section 09900A Painting 09900B Painting DIVISION 10 - SPECIALTIES Section 10910 Miscellaneous Specialties DIVISION 11 - EQUIPMENT +• Section 11000 General Equipment Requirements DIVISION 12 - FURNISHINGS (Not Used) .s DIVISION 13 - SPECIAL CONSTRUCTION (Not Used) DIVISION 14 - CONVEYING SYSTEMS * Section 14630 Bridge Crane DIVISION 15 - MECHANICAL Section 15010 General Requirements 15017 Reinforced Concrete Pipe AV^ 15041 Chlorination of Potable Water Mains for Disinfection 15042 Hydrostatic Testing of Pressure Pipelines ., 15051 Installation of Pipe 15056 Ductile-Iron and Gray-Iron Pipe and Fittings 15057 Copper, Brass, and Bronze Pipe, Fitting and Accessories ' 15076 Cement-Mortar Lined and Coated Steel Pipe 15100 Valves 15150 Meters 15200 Vertical Turbine Pumps and Electrical Motors DIVISION 16 - ELECTRICAL „ Section 16010 Electrical General Requirements 16100 Basic Materials 16500 Lighting 16600 Emergency Power System 16640 Cathodic Protection and Joint Bonding 16700 Intercom and Paging System �* Specification Index Page 2 DIVISION 17 Section 17000 Liquefied Petroleum Gas Backup Fuel System & Natural Gas Piping DIVISION 18 Section 18000 Natural Gas Engines Specification Index Page 3 SECTION 00010 DRAWING LIST T-1 TITLE SHEET T-2 GENERAL NOTES & STANDARDS C-1 GRADING AND UTILITY PLAN SHEET 1 C-2 CIVIL PLOT PLAN C-3 GRADING DETAILS SHEET 1 C-4 GRADING DETAILS SHEET 2 C-5 SECTIONS AND DETAILS SHEET 1 C-6 SECTIONS AND DETAILS SHEET 2 A-1 SITE PLAN A-2 FLOOR PLAN A-3 ROOF PLAN A-4 BUILDING ELEVATIONS & DOOR SCHEDULE A-5 CEILING PLAN & BUILDING ELEVATION A-6 DETAILS A-7 DETAILS S-1 FOUNDATION PLAN S-2 FLOOR PLAN S-3 ROOF FRAMING PLAN S-4 SECTIONS S-5 BUILDING ELEVATIONS S-6 SECTIONS SHEET 1 S-7 SECTIONS SHEET 2 S-8 SECTIONS SHEET 3 S-9 SECTIONS SHEET 4 S-10 DETAILS AND SECTIONS S-11 PLANS, SECTIONS AND DETAILS S-12 FLUORIDE TANK RELOCATION PLAN AND DETAILS S-13 FLUORIDE TANK RELOCATION PLAN AND DETAILS S-14 METER TEST EQUIPMENT AND CEMENT STORAGE PLANS, SECTIONS AND DETAILS M-1 INDEX, LEGENDS, ABBREVIATIONS & GENERAL NOTES M-2 DEMOLITION PLAN M-3 SITE PLAN M-4 BOOSTER PUMP STATION PLAN VIEW M-5 PUMP DISCHARGE LINE SECTION 0-3 , 0-4 , RH-4 AND RH-5 M-6 PUMP DISCHARGE LINE SECTION RH-1, RH-2 AND RH-3 M-7 PROFILES, SUCTION AND DISCHARGE LINES M-8 ONLINE FLOWMETER DETAIL M-9 REMOTE CONTROL VALVE ASSEMBLY DETAIL M-10 MISCELLANEOUS PIPE DETAILS M-11 MISCELLANEOUS PIPE DETAILS M-12 MISCELLANEOUS PIPE DETAILS Drawing List 00010-1 E-1 ELECTRICAL SITE PLAN E-2 SINGLE LINE DIAGRAM AND SCHEDULES E-3 SYMBOLS, SCHEDULES AND DETAILS E-4 PUMP HOUSE ELECTRICAL PLAN E-5 PUMP STAITON ROOF PLAN E-6 DETAILS Drawing List 00010-2 SECTION 00020 CONSULTANT TEAM 1. 0 PROJECT Reservoir Hill Pump Station Huntington Beach, California 2 . 0 OWNER City of Huntington Beach 19001 Huntington Street Huntington Beach, California 92648 (714) 536-5921 3.0 CONSULTANTS Civil/Architectural/Structural Soils Cash & Associates Engineers GEOFON, Inc. 5772 Bolsa Ave. , Suite 100 5552 Cerritos Ave. , Ste B Huntington Beach, CA 92649 Cypress, CA 90630 (714) 895-2072 (714) 222-2777 Randy H. Mason Mechanical/Plumbing Surveyor ASL Consulting Engineers Dulin & Boynton One Jenner St. , Suite 200 729 E. Willow St. Irvine, CA 92718 Signal Hill, CA 90806 (714) 727-7099 (310) 426-6464 Steve Tedesco Dave Knell Electrical Frank Y. Tso Electrical Engineering Co. , Inc. 16541 Gothard St. , Suite 108 Huntington Beach, CA 92647 (714) 842-9230 Frank Y. Tso Consultant Team 00020-1 SECTION 01000 SUPPLEMENTAL GENERAL CONDITIONS 1. 0 SPECIAL NOTE - The Agreement, General Special Provisions of the Contract, together with these Supplemental General Condi- tions, govern all parts of the work. 2 . 0 DEFINITIONS The term CONTRACTOR, used without qualifications, shall refer to the CONTRACTOR whose name appears as such on the Specifica- tions. The term CONTRACTOR, when qualified by reference to a subdivi- sion of the work, as "ROOFING CONTRACTOR" , shall refer to the subcontractor contracting to do the work specified in the Division covering such subdivision of the work and all related items shown or specified on all Drawings or in the Specifica- tions. ARCHITECT and ENGINEER - The term ENGINEER and ARCHITECT, when used in these Specifications, shall refer to either or both, and decision ruling or interpretation made by one shall have the same force and effect as if made by the other or both. 3 . 0 SCOPE OF GENERAL CONTRACT Unless otherwise specified, each SUBCONTRACTOR shall supply all labor, transportation, materials, apparatus, fuel, energy, light scaffolding and tools necessary for the proper comple- tion of his work. He shall install, maintain and remove at the end of his job all such equipment required for his use. He shall construct in the best and most workmanlike manner all work shown on the Drawings and/or specified herein or reason- ably implied therefrom within the applicable division of work under his Contract. All work shall be done in accordance with State Safety Orders, City and/or County Ordinances, CAL-OSHA, and all other applic- able laws and regulations. The CONTRACTOR shall act as coordinator for the work and shall cooperate with any and all other contractors, public agencies and utilities so that the work will proceed without any unnecessary delays or hindrances. All CONTRACTORS and SUBCONTRACTORS shall visit the site and familiarize themselves with all conditions, and under no circumstances will additional compensation be allowed for work necessary to be done and to carry out the full purpose and Supplemental General Conditions 01000-1 intent of the Drawings and Specifications and as necessary to provide and finish the work in a complete first-class manner, �.., whether or not such work is indicated in the Drawings, or described herein. The OWNER will not be responsible for the acts or omissions of the CONTRACTOR, any SUBCONTRACTORS, or any of their agents or employees, or any other persons performing any of the work. 4 . 0 SPECIFICATIONS AND DRAWINGS Titles to Divisions and Paragraphs in these Contract Documents are introduced merely for convenience and are not to be taken as a correct or complete segregation of the several units of materials and labor. No responsibility, either direct or implied, is assumed by the ARCHITECT or ENGINEER for omissions "* or duplications by the CONTRACTOR or his Subcontractor due to real or alleged error in arrangements of matter in these Contract Documents. The OWNER shall be the final authority in .. questions of identity or interpretation of the Contract Documents. The Contract Documents are complementary and what is called for or shown by any one shall be as binding as if called for or shown by all. The Specifications and accompanying Drawings are intended to delineate and describe the project and its component parts to such a degree as will enable skilled and competent CONTRACTORS to intelligently bid upon the work, and to carry said work to a successful conclusion. It is not the intention of said documents to describe in detail materials and/or methods com- monly known under "trade term" or "trade name" . Mention or notation of such "trade term" or "trade name" shall be con- sidered as sufficient notice to the CONTRACTOR to require his completion of the work so named with all its appurtenances .� according to the best practices of the trade. Work not specifically mentioned, noted or detailed shall be furnished the same as similar parts that are mentioned, noted or detailed. 5. 0 COST BREAKDOWN The successful Bidder will be required to furnish a cost breakdown of the job on the form furnished by the Owner before the Contract can be awarded. When the Contract provides for progress payments, the component parts for percent complete will be as established on this form. Supplemental General Conditions - 01000-2 6. 0 PROGRESS CHARTS AND SCHEDULE REQUIREMENTS 6. 1 The Contractor shall, within five (5) days after com- mencement of work, prepare and submit to Owner for approval, a schedule showing the order in which the Contractor proposes to perform the work, and the dates he will start and complete each phase of construction. The Contractor shall enter on the chart the actual progress and submit four (4) copies to Owner at the end of each week. 6.2 The Contractor shall, upon being notified of award of Contract, release his purchase orders for all critical materials and equipment. It is expected that the Con- tractor will, when required to meet short completion schedules, avail himself of all means possible to expe- dite delivery of critical materials and equipment by utilizing overtime, air freight, etc. 7.0 TEMPORARY STRUCTURES AND SERVICES The CONTRACTOR shall provide his own office, storage sheds, etc. on the premises, maintain same and remove same at the completion of the work. The office shall be provided with a table for the examination of Drawings. A set of Drawings and Specifications shall be kept in such office. The Drawings and space shall be made available for reference by the OWNER, ARCHITECT, ENGINEER and INSPECTORS. The CONTRACTOR shall provide power and telephone from existing facilities and provide such temporary connections as may be required from existing services, at his expense. The CON- TRACTOR shall make all arrangements for power and telephone. The telephone shall be for the business use of all associated with the project. SANITARY ARRANGEMENTS The CONTRACTOR shall provide, install and maintain for the duration of the work, temporary toilet facilities for use of the workmen. The toilet facilities shall be adequate, housed in a weather- tight and elevated floor structure, and located advanta- geously. The toilet structure shall be provided with suitable windows for light and ventilation and a door with a latch. The toilet shall be kept clean and in a sanitary condition until the completion of the work, then be removed from the site and the portion of the site occupied by same properly cleaned up, graded and left in acceptable condition. Supplemental General Conditions 01000-3 .W 8. 0 LINES AND LEVELS a., The CONTRACTOR shall lay out the work and establish all points, lines, grades and levels, and he shall be held responsible for their accuracy. am 9. 0 PERMITS AND FEES The Plan Check and Building Permit Fees will be paid for by *� the OWNER. In addition, all sewer assessment and connection fees, drainage assessment fees, street light assessment fees, water service and acreage fees and utility company fees other than that required for temporary construction services will be paid for by the OWNER. All other fees and permits necessary to complete the work shall be the responsibility of the CONTRACTOR. 10. 0 SHOP DRAWINGS 10. 1 The Contractor shall submit to the Owners Representative for approval, four (4) copies of all shop drawings and equipment lists as called for under other Sections of these Specifications. These drawings and lists shall be complete and shall contain all required details and information. When reviewed by the Owners Representative, each copy of the drawings will be identified as having •� received such reviewal by being so stamped and dated. The Contractor shall make any corrections required by the Owners Representative. Two (2) sets of all shop drawings and equipment lists shall be retained by the Owners Representative, and the other two (2) sets will be returned to the Contractor. 10.2 Reviewal of the drawings and equipment lists by the Owners Representative shall not be construed as a complete check, but will indicate only that the general method of construction and detailing is satisfactory. Review of such drawings and equipment lists will not relieve the Contractor of responsibility for any error which may exist, as Contractor shall be responsible for dimensions, for the design of adequate connections and details, and for satisfactory completion of all work. 11. 0 RECORD DRAWINGS During the course of construction and erection, the Contractor shall maintain accurate data relative to "as-built" construc- tion, and shall submit to the Owners Representative, upon termination of the Contract, one (1) complete set of drawings upon which shall be marked in red ink all details of construc- tion as actually performed which differ from details shown on the Drawings. Such markings shall include changes in sizes of Supplemental General Conditions * 01000-4 all items installed, changes in location of equipment and fac- ilities thereto, and changes in types of equipment installed as substitutes approved by the Owners Representative. 12. 0 BRAND NAMES References in Specifications or Drawings to trade or manu- facturer' s names indicate standards of quality to be furnished I by the Contractor. Other brands or makes equal in function and quality may be furnished only when approved in writing by the Owners Representative, prior to bid submittal. 13.0 CUTTING. PATCHING AND DIGGING Where the Drawings or Specifications indicate expressly or by reasonable implication that any segment or segments of Con- tractor's work must come together properly and be fitted to receive or be received by work of other Contractors, the Con- tractor shall do all necessary cutting, fitting, or patching. Such cutting, fitting, or patching and any finish work which necessarily follows shall be accomplished by the Contractor in such manner as may be directed by the Owners Representative. The Contractor shall use due care in cutting, digging, or other operations as not to endanger any work. The Contractor shall not cut or alter the work of any other Contractor with- out the consent of the Owners Representative. 14. 0 EXISTING UNDERGROUND INSTALLATION The Owner does not represent or warrant that indications on the Drawings as to the location or nature of existing under- ground utilities, pipes, structures, or other items are complete or accurate. 15. 0 PROTECT EXISTING FACILITIES The Contractor shall pave or otherwise cover open and back- filled ditches where roadways are crossed so that full traffic flow can be maintained except while work is actually being performed. During the performance of work on ditches that cross roadways, at least one-half of the roadway will be kept open. Traffic across the other half of the road will be restored in the shortest possible time. 16.0 IDENTIFYING TAPE The Contractor shall bury identifying tapes in all utility line trenches. Each trench shall have one tape above the centerline of each line. In non-paved areas, the tape shall be located approximately twelve (12) inches below the final finish grade. In areas where paving is to be installed, the tape shall be placed immediately below the paving or its sub- Supplemental General Conditions 01000-5 base. The tape shall be 2-inch wide polyethylene plastic which weighs approximately eleven (11) pounds per 1, 000 feet. The tape shall be of bright color for contrast with the soil, with identifying printing on one side. The imprint shall be "CAUTION - BURIED (type of utility) LINE BELOW" . The identi- fying lettering shall be repeated continuously the full length of the tape. Tapes shall be color coded for various types of utilities as follows: electric, yellow; gas, orange; tele- phone, green; sewer, red; water, blue. 17. 0 UNDERGROUND UTILITY MARKERS 17. 1 Cast Bronze Marker: The Contractor shall install bronze monuments in concrete at the finish surface above all buried utilities. 18. 0 SEPARATE CONTRACTS 18. 1 The Owner reserves the right to award other Contracts in ... connection with portions of the project under these or similar Conditions of the Contract. 18 .2 When separate Contracts are awarded for different por- tions of the project, "the Contractor" in the Contract Documents in each case shall be the Contractor who signs each separate contract. - 18. 3 The Contract shall afford other Contractors reasonable opportunity for ' the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. 18.4 If any part of the Contractor's work depends for proper execution of results upon the work of any other separate Contractor, the Contractor shall inspect and promptly �. report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to inspect and report same shall constitute an acceptance of .. the other Contractor's work as fit and proper to receive his work, except as to defects which may develop in the other separate Contractor 's work after the execution of the Contractor's work. 18. 5 Should the Contractor cause damage to the work or pro- perty of any separate Contractor on the project, the Contractor shall, upon due notice, settle with such other Contractor by agreement or arbitration, if there is no settlement and if such separate Contractor sues the Owner or initiates an arbitration proceeding on account of any damage alleged to have been so sustained, and if any Supplemental General Conditions 01000-6 judgment or award against the Owner arises therefrom, the Contractor shall pay for all attorneys' fees and court or arbitration costs which the Owner has incurred. 18. 6 The Contractor shall be responsible for any cutting, fitting and patching that may be required to complete his work except as otherwise specifically provided in the Contract Documents. The actual work shall be performed by the responsible individual Subcontractors for their own work. The Contractor shall not endanger any work of any other Contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other Contractor except with the written consent of the Owner. Subcontractors shall coordinate their cutting and patching with the General Contractor and Subcontrac- tors of other trades. 18.7 Any costs caused by defective or ill-timed work shall be 1 borne by the party responsible thereof. 18.8 If a dispute arises between the separate Contractors as to their responsibility for cleaning up as required by Paragraph 17. 1m, the Owner may cleanup and charge the cost thereof to the several Contractors as the Owner shall determine to be just. 19. 0 CONTRACTOR 19. 1 During Construction Contractor shall: a. Provide a sufficient and competent field organiza- tion including a Project Manager. b. Supervise and direct the work, using its best skill and attention. Assume responsibility for all construction means, methods, techniques, sequences and procedures, including all portions of the work. C. Submit the name or names of the project manager and/or superintendent who, once approved, shall be dedicated to the work and shall not be removed from the work prior to the work completion without Owner' s written approval. d. Appoint in writing an individual who shall be authorized to act on behalf of Contractor with whom the Owner may consult at all reasonable times and whose instructions, requests and decisions will be binding upon Contractor as to all matters pertain- ing to the Contract and the performance of the parties hereunder. Supplemental General Conditions 01000-7 no e. Assume full responsibility for the performance and quality of the work, in accordance with the Design R► Drawings, Owner' s Drawings and these specifica- tions. .,. f. Maintain a current Owner approved Detailed Project Schedule and verify that the work and each portion thereof is done in accordance with the Contract Documents. Report each week to the Owner, in Im writing, progress regarding the Detailed Project Schedule. 400 g. Maintain at the job site, for the Owner' s review, one copy of all Drawings and Specifications, Adden- da, Change Orders, and Amendments, including all shop drawings, product data and samples, in good order and marked currently to record all changes made during construction. The Drawings marked to record all changes made during construction shall �* be delivered to the Owner along with as-built drawings required in Section 01340. h. Except where noted otherwise, provide new and high quality materials, in undamaged conditions, unless specified otherwise by Owner in writing. i. Exert sole directing authority over the performance of all Subcontractors. Where Subcontractors not already employed on the work are used for a change in work, Contractor shall secure competitive bids and shall obtain the Owner's written approval prior to letting of any subcontract. j . Provide and maintain sufficient temporary office space for the operation of the field organization of Contractor and for storage of materials and �* housing of machinery and tools, and provide whatev- er other temporary construction is required. k. Provide adequate and efficient machinery, plant equipment, tools and supplies. 1. Keep the work site clean and unobstructed at all times to facilitate the orderly progress of the work. Remove at completion of work all waste materials and rubbish as well as all tools, con- .. struction equipment, machinery and surplus materi- als and clean all glass surfaces and leave the work "broom clean" or its equivalent, except as other- wise specified. Supplemental General Conditions 01000-8 M. Protect adjoining property and improvements from damage by reason of work under the Contract Docu- ments; any damage thereto shall be repaired or replaced, as directed- by the Owner, at the expense of Contractor. n. Be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. o. Comply with all applicable laws, ordinances, rules, regulations and orders of any public authority having jurisdiction over the safety of persons or property and shall protect them from damage, injury or loss, and shall indemnify, defend and hold the Owner harmless from any and all costs, claims, fines, penalties and liability arising out of or in connection with any failure of Contractor to so comply. Contractor shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including danger signs and other warn- ings against hazards, promulgating safety regula- tions and notifying Owners and users of adjacent facilities. 19.2 The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protec- tion to prevent damage, injury or loss to: a. All employees on the work and all other persons who may be affected thereby. b. Provide and maintain barricades and any other protections required by the Code and/or for the safety of pedestrians and protection of the Owner's property. C. The Contractor shall secure necessary permits and construct protection devices in strict accordance with the requirements of the governing authorities. d. All the work and all materials, etc. to be incorpo- rated therein, whether in storage on or off the site under the care, custody or control of the Contractor or any of his Subcontractors. e. Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavement, roadways, structures and utilities not designated Supplemental General Conditions 01000-9 for removal, relocation or replacement in the course of construction. �. 19. 3 Prior to final payment, the Contractor is to furnish the Owner, in writing, submittals, bonds, guarantees, operat- ing manuals, etc. as required in various sections of the Specifications. The Contractor shall arrange for train- ing of the Owner's representative in the operation of all systems installed in the building. *� 20. 0 COMPLETION AND ACCEPTANCE 20. 1 Scheduled Completion: Contractor shall commence the work immediately after receipt of a written notice to proceed and shall prosecute the work continuously and diligently until completed. 20.2 Acceptance: The work shall be deemed to be accepted by the Owner, and the Owner shall issue its Certification of Completion and Acceptance when each and all of the following events have occurred: a. All labor has been performed and all materials supplied and incorporated into the work as provided in Contract Documents in a good and workmanlike manner and the work has been performed strictly in accordance with the Contract Documents. b. The work is in a "broom clean" condition completely , free of all trash, rubbish, debris and other mater- ials not part of the work, and all of the above has been removed therefrom. C. The Contractor has demonstrated to the Owner that all systems are functioning properly, air distribu- tion systems balanced and all equipment is operat- ing in accordance with the manufacturer' s specifi- cations. d. All operations manuals and as-built documentation has been received by the Owner. e. The Owner has received lien releases for all mater- ial and labor related to this project. 20.3 Partial Occupancy: The Owner shall be allowed entry to , and occupancy of the work or portions thereof prior to his acceptance, provided that no material interference with the Contractor's prosecution of the work is occa- sioned thereby. Partial occupancy by the Owner pursuant to this clause shall in no way be deemed to imply or Supplemental General Conditions .. 01000-10 denote substantial completion of the work by Contractor or acceptance of the work by the Owner. 21.0 COMPLETION INSPECTION rCompletion: After receipt of written notice that the work is ready for final inspection and acceptance and receipt of the final application for payment, the Owner will make such inspection and furnish the Contractor with a check list of any items found incomplete or not in conformance with the Contract Documents. The Contractor shall remedy such defects within 30 days of his receipt of the list and the Owner will make one (1) subsequent inspection of the work. When the Owner finds the work acceptable under the Contract Documents and the Contract fully performed, he will issue the final Certificate for Payment stating that to the best of his knowledge, infor- mation and belief, and on the basis of his observations, the work has been completed in accordance with the terms and con- ditions of the Contract Documents and that the entire balance found to be due to the Contractor and noted in said final Certificate is due and payable. 22.0 CHANGE ORDER The Owner, without invalidating the Agreement, may order extra work or make changes in the work by altering, adding to or deducting from same. To initiate a Change Order the Owner shall make request in writing, accompanied by drawing or sketch as needed, and' Contractor shall respond with price for said changes in writing within a maximum period of five (5) working days. Work on said Change will commence only upon Contractor's receipt of Change Notice from Owner, signed and approved by persons identified as Authorized Owner's Represen- tatives. No claim for any addition to Contract Price will be valid unless aforementioned procedure is followed; no extra work or change shall be made unless aforementioned procedure is followed, except in an emergency endangering life or property. Owner reserves the right to reject the Contractor's Change Order Requests and obtain competitive and/or sole source bids for the work from others. Contractor will allow construction of specified work to be done by others, as long as such work does not interfere with the Contractor's work. 23. 0 CONSTRUCTION SIGN Construction sign shall be located as approved by the Owner. The Contractor shall submit a drawing of the proposed con- struction sign to the Owner for approval. Paint all exposed surfaces with two coats of paint and letters in contrasting colors as selected by the Owner. Sign shall show Project, Owner's, Engineer's and Contractor's names only. Supplemental General Conditions 01000-11 No 24.0 JOB PHONE .. The Contractor will provide and pay for telephone service for business calls made by the Contractor and his representatives. The Owner will pay for telephone service to their private aw line. 25. 0 MATERIALS AND EQUIPMENT (THE OR-EQUAL CLAUSE) NOW Whenever a material, article or piece of equipment is identi- fied on the Drawings or in the Specifications by reference to manufacturers ' or vendors' names, trade names, catalog num- bers! etc. , such identification is intended to establish a standard of quality or design. Materials, articles or equipment of other manufacturers other than those specified which will perform adequately the functions imposed by the design will be considered for use on this project provided the material, article or equipment is, in the opinion of the Owner, of equal substance and function. It shall be the .. responsibility of the Contractor to demonstrate to the Owner that the proposed substitution is indeed equal. Costs assoc- iated with the Architect/Engineer's review of substitution items shall be charged to the Owner who in turn will back charge Contractor through the Construction Agreement. The Contractor shall submit a list of proposed substitutions •� of major materials and equipment at the time of bidding in accordance with Section 00700, Paragraph 1.4 , "Substitutions" . AM The Contractor shall submit a list of proposed substitutions of other materials and equipment not listed in Section 00700, Paragraph 1.4, within five (5) days after award of Contract. The Contractor shall have a Licensed Engineer or Architect show evidence that the substituted items is equal to that originally specified. m 26. 0 LONG LEAD ITEMS The Contractor shall deliver within five (5) days of receipt Notice to Proceed evidence of purchase of long lead items. The Contractor shall inspect the Drawings, Specifications and the Projected Construction Schedule to determine those items which must be ordered immediately in order to meet the Project Construction Schedule. Shop drawings for long lead items shall be submitted for approval within eight (8) days of Notice to Proceed. 27.0 OWNER PRE-PURCHASED ITEMS The Owner has pre-purchased and paid the purchase price of certain items. (Refer to the Drawings) . The items will be Supplemental General Conditions 01000-12 delivered to the project site. The Contractor shall install the equipment according to the manufacturer's recommendations and these Plans and Specifications, and shall be responsible for start-up, testing and proper functioning of pre-purchased items, and for coordination between the item supplier and other disciplines as may be required. The Contractor shall inspect the Owner pre-purchased items at the time of delivery for conformance to the Plans and Specifi- cations. In the event these items are not in conformance with these Plans and Specifications, the Contractor shall notify the Owner immediately and await instructions. 28. 0 CONSTRUCTION SCHEDULE The Contractor shall complete the work in phases according to the Owner's Projected Construction Schedule and the Drawings. In addition, the Contractor shall submit a schedule of comple- tion in the Owner' s format. The schedule shall be reviewed weekly by the Owner and Contractor to determine project status. The Owner will provide the Contractor with a sample format if so requested. 29.0 CONTRACTOR'S STORAGE AREA An area within the project area will be assigned to the Con- tractor for temporary storage of equipment and materials. The Contractor shall be responsible for security and protection of any materials or equipment stored at the site. Storage area within the project site will be limited, due to the existing operations. Supplemental General Conditions 01000-13 SECTION 01310 CONSTRUCTION SCHEDULES ARTICLE I - GENERAL 1. 01 Scope: To ensure adequate planning and execution of the work so that the work is completed within the respective number of calendar days allowed in the Contract, and to assist the Architect in appraising the reasonableness of the proposed schedule and evaluating the progress of the work, prepare and maintain a construction scheduled using the enclosed chart. 1. 02 Related Work Not Included in This Section: a. Requirement for progress schedule. b. Construction period. See Bid Documents. C. Timing of submittals. See Section 01340, "Shop Drawings, Product Data and Samples. " 1. 03 Submittals: a. Submittal Procedures: Make all submittals and resubmittals in strict accordance with the provisions of Section 01340 of these Specifications. b. Construction Schedule: Within five (5) days after receipt of Notice to Proceed, submit one (1) reproducible copy and four (4) prints of the chart prepared in accordance with Article 3 . 02 below. C. Revised Analyses: Within five (5) days after receipt of the Owner's review comments, submit one (1) reproducible copy and four (4) prints of the chart revised in accordance with those comments. d. Periodic Reports: On the first working day of each month following submittal of the above referenced analyses, submit four Construction Schedules 01310-1 (4) prints of scheduled updated in accordance with this Section. am 1. 04 Job Conditions: ... Coordinate all work of this Section to properly interface with the sequence of work and schedule analysis summary prepared for this work by the Owner, as revised to the date of bidding. IM ARTICLE II - PRODUCTS 2. 01 Construction Schedule: ..a a. Diagram: (1) Graphically show the order and interdependence of all activities necessary to complete the work, and the sequence in which each such activity is planned to be accomplished, as planned by the Contractor �• and his project field superintendent in coordination with all subcontractors whose work is shown on the diagram. (2) Each column shall be identified by the major specification number and by distinct graphical delineation; the first work day of each week shall ^° also be identified, and scale and spacing shall be so displayed to allow for updating. b. Content of Schedules: Activities shown on the diagram shall include, but are not necessarily limited to: (1) Project mobilization. (2) Submittal of equipment and critical materials. (3) Procurement of equipment and critical materials. (4) Fabrication of special equipment and material, and their installation and testing. (5) For each concrete pour, beginning and completion dates of forming, installation of embedded items, installation of reinforcing steel, pouring of .. concrete, curing period, and form removal. (6) Events requiring action by the Owner, the Engineer, utility companies, and others. Construction Schedules 01310-2 (7) Excavation, installation, and backf ill of buried conduits, pipes, and structures. (8) Start-up and testing of each system and major equipment items. (9) Dates when portions of site access and roadways will be blocked. (10) Final clean-up. (11) Final inspecting and testing. (12) All activities of the Owner and Engineer which affect progress and/or affect required dates for completion of all or part of the work. C. The detail of information shall be such that duration times of activities will normally range from one (1) to fifteen (15) days. The selection and number of activities shall be subject to the approval of the Owner. d. Show on the diagram, as a minimum for each activity, preceding and following event numbers, description of each activity, cost and activity duration in calendar days. e. Submit diagram 'on sheet size 30" high by the width required. ARTICLE III - EXECUTION 3. 01 Preparation: Prior to all work of this Section, thoroughly study the sequence of work. 3.02 Construction Schedule: a. Contents: In addition to data shown in the preliminary construction schedule, show all data required by Article II of this Section. b. Submittal: Submit in strict accordance with paragraph 1. 03-b of this Section. C. Review: (1) Participate in a review and evaluation of the proposed schedule at a time established by the Owner. Construction Schedules 01310-3 (2) If revisions are required as a result of this review, make all such required revisions and then •.e resubmit in strict accordance with paragraph 1. 02-b of this Section. (3) The approved schedule shall then be the schedule to be used by the Contractor for planning, organizing, and directing the work and for reporting progress. 3 . 03 Revisions to Approved Schedule: a. Method: (1) Following approval of the schedule, if the Contractor desires to make changes in his method of operating and scheduling, he shall notify the Owner, in writing, stating his reasons. (2) If the Owner considers these changes to be of a major nature, he may require the Contractor to revise and submit for approval, without additional cost to the Owner, all of the affected portion of .� the detailed schedule and summary diagram to show the impact on the entire project. b. Major Changes: (1) A change may be considered of a major nature if the „ time estimated to be required or actually used for an activity, or the logic of sequence of activities, is varied from the original plan to a degree that the Owner has reasonable doubt as to completion of the work within the contract time. (2) Changes which affect activities with adequate slack time shall be considered a major change when their cumulative effect may affect the contract completion date. 3 .04 Periodic Reports: a. Contents: (1) Report actual progress by updating the schedule depicting progress to first day of each month. (2) Note on the summary diagram, or clearly show on a revised issue of affected portions of the detailed schedule, all revisions causing changes in the detailed schedule. Construction Schedules 01310-4 (3) Revise the summary diagram as necessary for clarity. (4) Activities or portions of activities completed during the reporting period and their total value as basis for the Contractor' s periodic request for payment. Payments made pursuant to the Bid Documents will be based on the total value of such ' activities completed or partially completed after verification by the Owner. (5) State the percentage of the work actually completed and schedule as of the report date, and the progress along the detailed schedule in terms of days ahead of or behind the allowable dates. (6) If the project is behind schedule, also report progress along other parts of the work affected. i (7) Include a narrative report which shows, but is not necessarily limited to: 1 (a) A description of problem areas, current and anticipated. (b) Delaying factors and their impact. (c) An explanation of corrective actions taken or ' proposed. (8) Show the date of latest revision. ' b. Submittal: Submit in strict accordance with paragraph 1. 03 (d) of this Section. t Construction Schedules 01310-5 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES rARTICLE I - GENERAL 1. 01 Conditions: The requirements of Division 0 and other portions of Division 1 apply to the work of this Section. 1. 02 Scope: a. The Contractor shall submit to the Owner, calculations, shop drawings, product data, samples and other technical data required by other Specification Sections and as re- quired herein. ib. Submittals. C. Related Work Not Included in This Section: 1. Foundation recommendations, testing and laboratory services. Refer to "Tests and Inspections. " r2 . Project record documents. d. The Contractor shall submit, within five (5) days of Notice to Proceed, a separate schedule listing the dates for submission of calculations, shop drawings, product data, samples and technical data. 1. 03 Shop Drawings: ' a. Original drawings, prepared by the Contractor, Subcontractor, Supplier or Distributor, which illustrate some portion of the work showing fabrication, layout, setting or erection details. Shop drawings shall be prepared on 24" x 36" sheets by a qualified detailer. b. The Contractor is responsible for the proper coordination of all parts of the project under his Contract to the extent shown or indicated in the Specifications and on the Drawings. The Contractor shall furnish to each of his Subcontractors such copies of shop drawings and other construction data supplied by other Subcontractors as are needed for the coordination of the trades involved. C. Shop drawings shall include manufacturer's written speci- fications and instructions and also rates of application and recommended application equipment when applicable. Shop Drawings, Product Data and Samples 01340-1 No d. The Contractor shall submit four (4) blueline prints of all shop drawings for review. .m 1. 04 Product Data: oft a. Manufacturer' s Standard Schematic Drawings: 1. Modify drawings to delete information which is not applicable to project. ow 2 . Supplement standard information to provide additional information applicable to project. .. b. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data. 1. Clearly mark each copy to identify pertinent mate- rials, products or models. .� 2 . Show dimensions and clearances required. 3 . Show performance characteristics and capacities. 4 . Show wiring diagrams and controls. C. The Contractor shall submit four (4) complete sets of product data for review. 1.05 Samples: a. Physical samples to illustrate materials, equipment or workmanship, and to establish standards by which completed work is judged. 1. Office samples of sufficient size and quantity to .� clearly illustrate: (a) Functional characteristics of product of material, with integrally related parts and "~ attachment devices. (b) Full range of color samples. (c) After review, samples may be used in con- struction of project. .. b. The Contractor shall submit two (2) samples of materials or equipment for review. Shop Drawings, Product Data and Samples 01340-2 r 1. 06 Contractor Responsibilities: a. Review shop drawings, product data and samples prior to submission. b. Verify: 1. Field measurements. r2. Field construction criteria. 3 . Catalog numbers and similar data. C. Coordinate each submittal with requirements of work and of Contract Documents. d. The Contractor's responsibility for errors and omissions in submittals is not relieved by the consultants' review of submittals. e. The Contractor's responsibility for deviations in ' submittals from requirements of Contract Documents is not relieved by the consultants' review of submittals, unless the Owner gives written acceptance of each specific deviation. ' f. The Contractor shall not begin any work until his sub- mittals have been returned from the consultants indicating their approval to do so. g. Notify the Owner, in writing at time of submissions, of deviations in submittals from requirements of Contract Documents. 1.07 Submission Requirements: a. The Contractor shall schedule submissions with adequate lead time for review. b. Submit number of copies of shop drawings, product data and samples which Contractor requires for distribution, plus copies which will be retained by the Owner. C. Submit duplicate samples of each item as specified in each of Specifications Sections. d. Accompany submittals with transmittal letter, in duplicate, containing: ' 1. Date. 2. Project title and number. ' Shop Drawings, Product Data and Samples 01340-3 r 3 . Contractor' s name and address. 4 . Notification of deviations from Contract Documents. e. Submittals shall include: I. Date and revision dates. 2. Project title and number. 3 . The names of: (a) Design Engineer. (b) Contractor. (c) Subcontractor. (d) Suppliers. .� (e) Manufacturer. 4 . Identification of product or material. 5. Field dimensions, clearly identified as such. 6. Identification of deviations from Contract Documents. 7 . Specification Section number. 8. Applicable standard specification, i.e. , ASTM, Federal Specification, etc. 9. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of field ..a measurements and compliance with Contract Documents. 1.08 Submittals: Submittals required by the various sections of these Specifications include, but are not limited to the following: Shop Product Drawings Data Samples Manuals 04220 Concrete Unit Masonry X X 05120 Structural Steel X 05500 Metal Fabrications X 07610 Metal Roof Decking X X X Shop Drawings, Product Data and Samples 01340-4 07620 Sheet Metal Flashing X 07810 Skylights X X 07920 Caulking and Sealants X X 08100 Hollow Metal Doors and Frames X 08331 Overhead Rolling Doors X X X 08385 Acoustical Metal Door, Windows & Frame X X 08710 Finish Hardware X 09900A Painting X X 09900B Painting X X 10910 Miscellaneous Specialties X X 11000 General Equipment Req. X X X 14630 Bridge Crane X X X 15400 Plumbing 16010 General Requirements 16100 Material and Installation X X X 16740 Telephone Systems X X X i 1 1 1 1 1 1 1 1 Shop Drawings, Product Data and Samples 01340-5 SECTION 01400 ' TESTS AND INSPECTIONS ' ARTICLE I - GENERAL 1. 01 Conditions: The requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: Provide all services, plant, labor, mate- rials, transportation and equipment necessary to perform all testing, inspection, supervision and reporting speci- fied herein and as otherwise required. The work includes but is not limited to the following: 1. Compaction testing and certification 2 . Inspection of field welding 3 . Concrete inspection i4 . Masonry inspection 1. 03 Cooperation: a. Laboratory shall cooperate with all trades whose work affects or is affected by the Tests and Inspections. b. Cooperation: Contractor shall cooperate with and provide testing laboratory opportunity and assistance in taking ' samples, making field tests and making inspections. 1. 04 Special Provisions: a. Laboratory shall be qualified independent testing agency approved by the Owner. b. Reports shall be executed immediately upon conclusion of each procedure and forwarded to: Building Department, Engineer, Contractor, and Owner. ' C. Payment*.„ The Contractor shall pay for all field inbp6btions, compaction reports and other testing and laboratory reports required as a part of the work. " d. The Owner reserves the right to demand for test or spe- cial examination, any material or part thereof to insure Tests and Inspections 01400-1 compliance with this Specification, and may reject for satisfactory replacement, any material or part judged .� defective as a result thereof. Applies also to unidenti- fied materials, materials or sources of same substituted for those previously approved. Such tests and examina- tions and retests of defective materials, even though not specified, shall be performed as and when required. ARTICLE II - EXECUTION 2 . 01 Trenching and Backfill. Refer to Section 02221. a. Soils Testing Agency. Selected by the Contractor and approved by the Owner. b. Method: Referred to herein as ASTM D1557-70 and spec- ified densities relate to maximum dry densities obtained thereby. If another method is used, degree of compaction shall be comparable to those specified according to this method. C. Soils Testing Agency shall be notified prior to commence- ment of backfill and shall perform and report the follow- ing procedures: 1. Perform field density tests on samples from in- �^ place material as required. 2 . Inspections: The Soils Testing Agency will certify „u the compaction of all backfill placed. 2 . 02 Concrete: Refer to "Concrete Work, " Section 03310. a. Tests: All concrete materials shall be tested and reported prior to any use of same. b. Aggregate - Required Tests for Mix Designs: Once for job unless character of material changes, material is substi- tuted. Sample conveyor belts or batching gates at ready- mix plant. 1. Sieve analysis per ASTM C136 and to conform to Grading Tables. 2 . Specific gravity per ASTM Designation C127 and C128. C. Testing Laboratory Design Mixes: After approval of aggregate and whenever character of source of materials is changed, Testing Laboratory to furnish mix designs in accordance with ACI 614 . Provide laboratory mix designs for all mixes. Tests and Inspections 01400-2 d. Molded Concrete Cylinders: Three (3) sets of molded cylinders, each sampling according to ASTM C172 made by Job Inspector, for each 150 cubic yards of each day's placing of each grade or mix or fraction thereof. Cylinders shall be prepared and cured in the laboratory according to ASTM C31 and tested for compression according to ASTM C39. One cylinder shall be tested at seven (7) days and other cylinder tested at twenty-eight (28) days. Third cylinder shall be saved as a spare. e. Core Tests: Only if and as required by the Engineer because of low cylinder test results. Cores, if required, shall be cut from locations directed by the Engineer, secured per ASTM Designation C42 , prepared and tested per ASTM Designation C39. Results of core tests will be evaluated by the Engineer. f. Placement Inspections: Required for all concrete to be performed by Laboratory Inspector. He shall insure con- crete is of required quality and consistency, shall verify condition and adequacy of forms and reinforcement placement, and shall assure that all requirements and ' conditions of concrete placement are met. He shall make slump tests and prepare all samples. He shall have authority to reject inferior or non-conforming workmanship and materials. 2 .03 Masonry Work: Refer to "Masonry, " Section 04220. a. Concrete Masonry Brick Units: Supplier of units shall furnish recent (within one month) representative test reports and certificates of compliance to the test requirements specified below. If units are not certified, laboratory shall sample and test units at Contractor's expense. ' Sample and test in accordance with ASTM C140 to comply with requirements of ASTM C55. b. Mortar: Laboratory Inspector shall sample and test 2 x 4 cylinders, one pair made on each of the first 3 consecutive days of work. C. Grout: Sample and test prisms, sampled by Laboratory Inspector at same frequency as mortar, made by filling cells in concrete brick used for construction. Molds ' broken away after specimen has set. Tested in vertical position. d. Composite Prisms: Test fully grouted prisms per U.B.C. Section 2404 (c) . ' Tests and Inspections 01400-3 MR e. Core Tests: Required only because of questionable work- manship or materials: Not less than two; diameter not ., more than 2/3 wall thickness, but not less than 611, taken, prepared and tested as specified for concrete. Shear test cores shall be 6" diameter. 2. 04 Structural Steel. Refer to "Structural Steel" Section 05120. a. Field Welding: All field welding of structural steel shall be performed under continuous inspection by the Inspector representatives of the Testing Laboratory. „M Tests and Inspections 01400-4 SECTION 01563 ' CONTROL OF WATER ARTICLE I - GENERAL 1. 01 Description: This section covers the control of surface water runoff, dewatering of pipeline trenches and structural excavations, and other elements required for control of water if the site conditions should dictate the need. ' 1. 02 Related Work: Related work specified in other sections: Section 02220 - Structural Excavation Section 02221 - Trenching and Backfilling ' 1.03 Submittals: Prior to the Contractor performing any excavation, he shall submit his proposed dewatering plan to the Engineer for ' review. The submittal shall include method, installation and details of the proposed dewatering system. ' ARTICLE II - PRODUCTS 2.01 Materials and equipment required for control of water shall be furnished and maintained as required to perform the Construction. ARTICLE III - EXECUTION 3.01 The necessary machinery, appliances and equipment shall be provided and operated to keep excavations free from water ' during construction, and to dispose of the water so as not to cause injury to public or private property or to cause a nuisance or a menace to the public. Sufficient pumping equipment and machinery in good working condition shall be provided for all emergencies including power outage, and sufficient resources including workmen shall be available at all times for the operation of the pumping equipment. The ' dewatering systems shall not be shut down between shifts, on holidays or weekends, or during work stoppages without written permission from the Engineer. ' 3.02 The control of groundwater shall be such that softening of the bottom of excavations, or formation of "quick" conditions or "boils" during excavation, shall be prevented. Dewatering ' Control of Water 01563-1 systems shall be designed and operated so as to prevent removal of the natural soils. Natural or compacted soil softened by saturation with groundwater or standing surface water shall be removed and replaced as instructed by the Engineer at no additional expense to the Owner. 3 . 03 During excavation, construction of structures, installation of pipelines and sewers, placing of structure and trench backfill and the placing and setting of concrete, excavations shall be kept free of water except as specified. Surface runoff shall be controlled so as to prevent entry or collection of water in excavations. The static water level .. shall be drawn a minimum of 1 foot below the bottom of the excavation, except 2 feet below the bottom of excavations for structures, so as to maintain the undisturbed state of the foundation soils and allow the placement of fill or backfill to the required density. The dewatering system shall be installed and operated so that the groundwater level outside the excavation is not reduced to the extent that would damage -� or endanger adjacent structures or property. 3 . 04 Open and cased sumps shall not be used as primary dewatering for excavation deeper than 3 feet below the static water table. Location of open or cased sumps shall be outside of trench excavation or limits of structural excavation. 3. 05 The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soils, prevent disturbance of .� compacted backfill and prevent flotation or movement of structures, pipelines and sewers. Under-drain systems and hydrostatic relief valves shall be operational prior to release of groundwater. 3 . 06 The Contractor shall not obstruct the gutter of streets and roads but shall use proper measures to provide for the free ^ passage of surface water. 3 . 07 Provision shall be made to take care of surplus water, mud, silt, slickings or other runoff pumped from excavations and trenches or resulting from sluicing or other operations. Siltation of completed or partially completed structures and pipelines by surface water or by disposal of water from dewatering operations shall be cleaned up at the Contractor's expense. 3 . 08 The project site is adjacent to Overymer Reservoirs No. 1, 2 and 3 . Leakage from the three reservoirs may have taken place creating a saturated ground condition at the Overmyer/ Reservoir Hill pump station excavation site. Contractor will need to investigate the extent of the saturated ground in the area prior to any excavation. A dewatering plan will be Control of Water 01563-2 prepared by the Contractor under supervision of a registered civil engineer and submitted for review by the engineer prior to any major excavation work. ARTICLE IV - PAYMENT 4 . 01 Payment of the work in this section will be included as part of the lump sum bid amount stated in the Proposal. ' Control of Water 01563-3 SECTION 01710 CLEAN-UP iARTICLE I - GENERAL 1. 01 Conditions: The requirements of Division 0 and other portions of Division 1 apply to the work of this Section. 1. 02 Scope: a. All "clean-up" required. b. Related Requirements Specified Elsewhere: 1. Summary of Work. 2 . Dust Control. 3. Cleaning for Specific Products of Work: specifica- tion Section for that work. ' C. Maintain premises and public properties free from accumu- lations of waste, debris, and rubbish caused by operations. d. At completion of work, remove waste materials, rubbish, tools, equipment, machinery and surplus materials, and clean all sight-exposed surfaces; leave project clean and ready for occupancy. 1.03 Safety Requirements: a. Standards: Maintain project in accord with following safety and insurance standards: ' 1. OSHA Regulations and Safety Orders of the State of California, Division of Industrial Safety. b. Hazards Control: 1. Store volatile wastes in covered metal containers and remove from premises daily. 2. Prevent accumulation of wastes which create hazard- ous conditions. 3 . Provide adequate ventilation during use of volatile or noxious substances. Clean-Up 01710-1 C. Conduct cleaning and disposal operations to comply with local ordinances and anti-pollution laws. 1. Do not burn or bury rubbish and waste materials on project site. ... 2 . Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. 3 . Do not dispose of wastes into streams or waterways. ARTICLE II - PRODUCTS 2. 01 Materials: a. Use only cleaning materials recommended by manufacturer of surface to be cleaned. b. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. ARTICLE III - EXECUTION 3. 01 During Construction: a. Execute cleaning to ensure that building, grounds, public properties are maintained free from accumulations of .� waste materials and rubbish. b. Wet down dry materials and rubbish to lay dust and pre- vent blowing dust. C. At reasonable intervals during progress of work, clean site and public properties, and dispose of waste - materials, debris and rubbish. d. Provide on-site safety containers for collection of waste materials, debris and rubbish. e. Remove waste materials, debris and rubbish from site and legally dispose of at public or private dumping areas off Owner's property. f. Clean interior building areas when ready to receive - finish painting, and reclean on an as-needed basis until building is ready for occupancy. Clean-Up 01710-2 i 3.02 Final Cleaning: 1 a. Employ experienced workmen or professional cleaners for final cleaning. 1 b. In preparation for substantial completion of occupancy, conduct final inspection of sight-exposed interior and exterior surfaces, and of concealed spaces. C. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight-exposed interior 1 and exterior finished surfaces; polish surfaces so designated to shine finish. d. Repair, patch and touch up marred surfaces to specified finish to match adjacent surfaces. e. Broom clean paved surfaces; rake clean other surfaces of 1 grounds. f. Replace air conditioning filters if units were operated 1 during construction. g. Clean ducts, blowers, and coils if air conditioning units were operated without filters during construction. 1 1 i 1 1 1 i i i Clean-Up 01710-3 i SECTION 02050 DEMOLITION ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental in connection with furnish- ing, delivery and installation of "Site Demolition" com- plete, as shown on the Drawings and/or specified herein. Work includes but is not limited to the following: 1. Remove planters, planting, irrigation systems, saw cut and remove concrete foundations, concrete walls, concrete slabs, and asphalt concrete paving where shown on Drawings. 2 . Remove debris from site. ' 3 . Utilities : see drawings. b. Related Work Not Included in This Section: 1. Trenching and backfilling. Refer to Section 02221. 2 . Earthwork. Refer to Section 02223 . 3. Excavating. Refer to "Structural Excavation", Section 02220. 4. Site preparation. Refer to Section 02100. 5. General requirements. Refer to Section 15010. 1.03 Requirements: a. Examine existing areas of the work to determine the extent of demolition. Verify storage of salvageable materials with Owner. b. During the progress of the work, the premises shall be kept free from accumulated debris and waste material re- Demolition 02050-1 .W sulting from the work in this Section. Upon completion, all surplus material and debris shall be removed from the Ilk" site. ARTICLE II - EXECUTION .. 2 . 01 Demolition: All areas that require removal of existing concrete or asphalt concrete pavement shall be saw cut at the limits of the removal area. 2 .02 Protection of Utilities: Unless shown to be removed, all active electrical utilities shall be protected from damage. 2 . 03 Damage to Existing Drywall: Unless shown to be removed existing drywall surfaces shall be neatly cut back to the limits of work. Studs shall be saw cut and trimmed to allow for installation of work by other trades. Damage to existing drywall shall be repaired by cutting back to the nearest supported surface and the area shall be repaired to match existing. 2 . 04 Disposal of Existing Concrete: All existing concrete required to be removed as a part of the work shall be disposed of at a public or legal private dumping site. Demolition 02050-2 SECTION 02100 CLEARING, GRUBBING AND DEMOLITION ARTICLE -I - GENERAL 1. 01 Description: This section includes clearing, grubbing, demolition and preparation of the site prior to rough grading. 1. 02 Related Work Specified Elsewhere: a. Earthwork and Grading: 02201 b. Site Preparation: 02100 1. 03 Submittals: a. Contractor shall submit schedule of work and a detailed description of removal and disposal techniques. 1.04 Measurement and Payment: Payment for the work in this section shall be included as part of the lump sum price. No additional payment will be made for areas outside the construction limits which are cleared. ARTICLE II - PRODUCTS NOT USED. ARTICLE III - EXECUTION 3 .01 Contractor shall meet with the owners representative in the field prior to start of clearing and grubbing operations to discuss limits and disposal of material. 3.02 Contractor shall limit his operation to the limits shown on the construction plans. Contractor shall use only specified access roads for his operation. 3.03 All brush, vegetation and debris shall be removed from the site and disposed of in a manner acceptable to all affected parties including The City of Huntington Beach and the soils consultant and the Owner. 3 . 04 Contractor shall comply with all permit requirements. 3. 05 The demolition work shall include demolition and removal of all materials, identified including foundations, pumps and Clearing, Grubbing and Demolition 02100-1 other mechanical equipment and utility lines. This item includes removing all identified items protecting in place all items not subject to removal, all bench marks, monuments and other reference points, and obtaining and paying for all require permits, fees and licenses. This item also includes all preparation, labor and providing equipment necessary to complete all demolition as identified in the drawings. Contractor shall coordinate the demolition work with other portions of the construction to maintain the existing pump station, reservoir and the distribution system operational during the construction of the facilities. The cost of backfilling and compacting the holes are included in this item. Clearing, Grubbing and Demolition 021.00-2 SECTION 02220 STRUCTURAL EXCAVATION ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Structural Excavation" , complete as shown on the Drawings and/or specified herein. Work includes but is not limited to the following: 1. Structural excavations for footings, slabs, walls, etc. 2. Backfill and compaction to bring the finish floor to the required elevation. 3. Preparation of subgrade under slabs. 4 . Keeping excavations free from water. 5. Layout and setting of lines and levels. 6. Gravel fill under floor slabs on grade. 7 . Removal of existing concrete slabs. Refer to "Dem- olition, " Section 02050. 1.03 Requirements: a. Fees: Any fees made necessary by the removal and dumping of debris shall be paid for by the Contractor. b. Layout of the Work: The Contractor shall be responsible for the accuracy of all layout work. C. Protection of Existing Utilities: Prior to the start of any work, the Contractor shall check and verify the location of all existing utilities shown on the Drawings. Existing underground utility locations are based on the most current information available, and it shall be the Structural Excavation 02220-1 responsibility of the Contractor to verify exact location. All existing utility or service lines shall be ; adequately protected against damage resulting from operations under this Section and shall be repaired at the sole expense of the Contractor. d. Refer to the GEOFON Soils Report No. 88-322 dated June 3, 1988 . ARTICLE II --- PRODUCTS AND EXECUTION 2. 01 Excavation and Trenching: a. The Contractor shall perform all structural excavation required to complete the work in this Contract, regard- less of the character of the materials encountered or the method of excavation required. b. Excavated materials shall be removed from the site and disposed of at a public or private dump. C. Excavations for footings which are carried below the re- quired depth shall be refilled to the required level with concrete at the expense of the Contractor. d. All excavations shall be inspected and approved before .� placing of any concrete. e. Pumping equipment shall be provided as necessary to keep excavations free from any standing water. f. Any import fill material required shall be approved by the Owner. * g. Ponding, flooding or jetting of backfill will not be permitted. .. h. Backfill placed in any trenches shall be in strict accordance with the provisions of Section 15400, Paragraph 3 . 03 . " 2. 02 Gravel Fill Under Floor Slabs on Grade: Slabs on grade shall be placed on a 4" thick gravel layer capillary break with a thin layer of sand placed over to fill voids. Size Percent Passinq 3/4" 90 - 100 No. 4 0 - 10 No. 100 0 - 3 Structural Excavation �^ 02220-2 2.03 Damage to Existing Concrete: The Contractor shall be responsible for damage to existing concrete and shall repair any damage to the satisfaction of and without additional cost to the Owner. 2. 04 Clean Up: During the progress of the work, the premises shall be kept free from debris and waste material resulting from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. Structural Excavation 02220-3 SECTION 02221 TRENCHING AND BACKFILL ARTICLE I - GENERAL 1.01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Trenching and Backfill" , complete, as shown on the Drawings and/or specified herein. Work includes but is not limited to the following: 1. Pipeline and conduit trenching and backfill. Refer to Section 02223 . 2. Tests and inspections. Refer to Section 01400. 3. Removal of existing asphalt paving. Refer to Section 02050. 1.03 Requirements: a. Permits, Fees and Codes: Obtain all permits and pay all fees required in connection with this work. Any fees made necessary by the removal and dumping of debris shall be paid for by the Contractor. b. Layout of the Work: The Contractor shall be responsible for the accuracy of all layout work. C. Protection of Existing Utilities: Prior to the start of any work, the Contractor shall check and verify the loca- tion of all existing utilities shown on the Drawings. Existing underground utility locations are based on the most current information available, and it shall be the responsibility of the Contractor to verify exact loca- tion. All existing utility or service lines shall be adequately protected against damage resulting from opera- tions under this Section and shall be repaired at the sole expense of the Contractor. Trenching and Backfill 02221-1 d. Refer to GEOFON Soils Report No. 88-322 . 10 dated August 23 , 1990. ARTICLE II - EXECUTION 2 . 01 Excavation and Trenching: a. The Contractor shall perform all excavations required to complete the work in this Contract, regardless of the character of the materials encountered or the method of excavation required. b. Excavated materials not suitable for backfill shall be removed from the site and disposed of without additional cost to the Owner. C. All excavations shall be inspected by the Owner and ap- proved before placing of any pipe, drain or conduit. d. Pumping equipment shall be provided as necessary to keep trenches free from standing water. e. All shoring necessary to maintain the banks of excava- tions and to prevent any sloughing or caving-in, and as necessary to prevent damage of any kind which may occur in connection with this work shall be furnished and installed by the Contractor. f. Excavations shall be in accordance with Section 02223 �. "Earthwork" . 2 . 02 Fill and Backfill: a. Material for fill and backfill shall be in accordance with Section 02223 and be non-expansive and predominantly granular soil. Fill and backfill shall be placed in loose lifts of not more than indicated in Section 02223 and brought to optimum moisture content and compacted as stipulated in Section 02223 and as determined by ASTM D1557. Density shall be measured no earlier than 24 hours prior to placement of rock base. b. Any import fill material required shall be approved by the Soils Engineer responsible for certification of compaction and shall be in accordance with Section 02223 "Earthwork" . C. Ponding, flooding or jetting of backfill will not be permitted. Trenching and Backfill 02221-2 d. Backfill placed in any trenches shall be in strict accordance with the provisions of Section 02223 "Earthwork" . e. The Contractor shall dispose of any excess fill material at a public or legal private dumping site. 2. 03 Damage to Existing Pavement: The Contractor shall be responsible for damage to existing pavement and shall repair any damage to the satisfaction of and without additional cost to the Owner. 2 . 04 Shoring: Any shoring necessary to maintain the banks of excavations and to prevent damage of any kind which may occur in connection with this work shall be furnished and installed by the Contractor. The Contractor shall conform to all City and State laws and shall secure all required permits in connection with the excavation and shoring. 2. 05 Seasonal Limitations: No fill materials shall be placed during unfavorable weather conditions. When work is interrupted by rain, operations shall not resume until field tests by the Soils Testing Laboratory indicate the moisture content and density of the fill are as specified or required by the Soils Engineer. 2.06 Clean Up: During the progress of the work, the premises shall be kept free from debris and waste material resulting from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. 2.07 Replanting of Existing Landscaped Areas: Existing landscaped areas damaged during the course of trenching shall be returned to their original condition. The Contractor shall avoid placing fill material on sod or other landscaped areas. Where sod has been removed as a result of trenching, it shall be replaced with like material. The Contractor shall guarantee replacement sod for a period of six months after completion of the project. Trenching and Backfill 02221-3 SECTION 02223 EXCAVATION, BACKFILL AND COMPACTING ARTICLE I - GENERAL 1. 01 Description: This section includes materials, testing, and installation for structural excavation, trench excavation, backfilling, and compacting. 1. 02 Related Work Specified ified Elsewhere: a. Precast Concrete Vaults: 03462 . 1. 03 Submittals: a. Submit excavation drawings for worker protection in accordance with the General Provisions. b. Submit six copies of a report from a testing laboratory verifying that material conforms to the specified grada- tions or characteristics for pea gravel, granular materi- al, imported sand, rock refill for foundation stabiliza- tion, and water. 1. 04 Excavations: a. General Excavation of every description and of whatever substance encountered shall be performed, to the depths, lines and grades indicated or specified. It may be necessary to increase or decrease the quantity of excavation because of unknown factors. The Engineer reserves the right to change the trench alignment from that indicated by 10 feet horizontally without additional expense to the Owner. If additional piping is required, it will be at the expense of the Owner. In order to minimize the potential for unpredictable excessive settlement of foundations for the proposed facilities, any existing loose soils or materials disturbed by demolition in the pump station and storage tank pad areas should be completely removed and replaced with compacted fills. The actual depth of removals should be determined in the field by the Geotechnical Engineer. However, for planning purposes, we expect the Excavation, Backfill and Compacting 02223-1 average depth to be about 1 to 2 feet below existing grade. As a minimum, the upper 1 foot in building subgrades and 6 inches in pavement areas should be processed and recompacted. The excavations in building areas at their base should extend at least 5 feet beyond the edges of footings. Excavations can be minimized by careful demolition. When the required excavations have been completed and + prior to placement of fill, the subgrade should be proof- rolled using a heavy piece of earth moving equipment (e.g. loader or scraper) . Proof-rolling should be performed under the observation of the Geotechnical Engineer. Areas that yield excessively, in the opinion of the Geotechnical Engineer, should be overexcavated. b. Shoring and Temporary Slopes The pump station wells will be constructed within the limits of the building footprint. It is anticipated and the pipeline trenches that shoring will be required for these excavations due to limited construction space between the existing reservoirs. A uniform pressure distribution of 35H pounds per square foot (where H is height of excavation in feet) should be used to design temporary shoring for vertical excavations. Construction OM equipment or vibratory machinery should not be operated within at least 5 feet horizontally from the top of the excavation in order to minimize the effects of surcharge , loads. In general, temporary construction excavations for utility trenches and grading may be made vertically without shoring to a depth of 5 feet below the adjacent surrounding grade. However, in localized areas the surficial sandy and silt soils may be susceptible to caving. In these cases, the sides of the excavations may need to be sloped back at least 3/4 :1 (horizontal: vertical) . For deeper cuts, the slopes should be pro- perly shored or sloped back at least 3/4 : 1 (horizontal: vertical) or flatter. The exposed slope face should be kept moist (but not saturated) during construction to reduce local sloughing. No surcharge loads should be permitted within a horizontal distance equal to the height of cut from the toe of the excavation or 5 feet from the top of the slopes, whichever is greater, unless the cut is properly shored. Excavations that extend below an imaginary plane inclined at 45 degrees below the edge of any adjacent existing site facilities should be properly shored to maintain support of the adjacent elements. All excavations and shoring systems should meet the minimum requirements given in Article 6 of the Excavation, Backfill and Compacting 02223-2 State of California Occupational Safety and Health Standards. In general, the excavations should be readily accomp- lished by conventional soil excavation equipment. C. Trenches 1. Unless otherwise indicated, excavation shall be open cut. During Excavation, material suitable for backfilling shall be stockpiled in an orderly manner, a distance back from the edges of the excavations specified by the governing safety agency. Materials unsuitable for backfilling shall be wasted as specified. Caution shall be exercised in operating heavy equipment over pipelines. Leaks or breaks caused by the Contractor's operations shall immediately be repaired at no additional expense to the Owner and in a manner acceptable to the Engineer. The banks of excavated areas shall be controlled as is necessary to prevent movement of soil in areas supporting existing foundations, slabs, pole lines, underground power or telephone cables, trees, pipelines, existing pump station building and reservoir structures. If, as a result of the excavation or through fault of neglect of the Contractor, the earth or ground under or around such foundations, slabs, pole lines, underground power or ' telephone cables, trees, pipelines, existing pump station building and the reservoirs, slips or is otherwise disturbed, corrective measures shall be taken as directed at no additional expense to the Owner. 2 . In the event the maximum allowable trench width is exceeded, the Contractor may be required, depending on the depth of trench, to improve the pipe bedding by utilizing concrete or other bedding materials as necessary to assure that the type of pipe installed can withstand the loads imposed by the backfill due to the depth of the trench. 3 . The bottom of the trench shall be excavated to the lines and grades shown with proper allowance for pipe thickness, and for foundation stabilization and special bedding when required. Material containing rocks or cobbles larger than 2 inches in maximum dimension shall not be permitted within 6 inches of the pipe. Material of this type shall be removed from the bottom of the trench and replaced with backfill material. Parts of the trench excavated below grade shall be corrected with Excavation, Backfill and Compacting 02223-3 backfill as specified. The depth of trenches shall be as indicated. *� d. Disposal of Excavated Material Excess trench and reservoir excavation and debris from the work shall become the property of the Contractor and shall immediately be removed from the job site in a manner and at a location acceptable to all agencies. The cost of disposal, traffic control including flagmen and securing an acceptable haul route shall be included in the various items of work. No additional compensation will be made. 1. 05 Subgrade Preparation: After the necessary excavations have been made, the subgrade should be proof-rolled and accepted prior to placement of fills. The exposed subgrade soils should be scarified 6 to 8 *« inches, moisture conditioned and compacted to at least 90 percent of maximum dry density in accordance with ASTM D1557 . 1.06 Soils Report: A soils report has been prepared for the project site by Geofon Inc. dated August 23 , 1988 . The report is available for review by the Contractor. This report is not considered part of the Special Provisions and is provided as a reference document only. 1.07 Backfill: All backfill and compaction shall conform to the applicable portions of Section 300 of the Standard Specifications except as otherwise provided herein. Compaction shall be to the relative density.specified. All backfill shall be properly benched into the native material. Soil material and material not used or suitable for backfill shall be disposed of offsite by the Contractor. The soils obtained from on-site excavations may be used as compacted fill, provided they are free of debris, organic matter, and other deleterious substances. Any soil imported from off-site sources for placement within two feet of foundations, floor slabs, walk, or pavement should have an expansion index less than 25, a liquid limit less than 35, particle size smaller than 2 inches, and be approved by the Soil Engineer prior to placement. It is recommended that the moisture content of all soils at the time of compaction be at least 2% above optimum. Excavation, Backfill and Compacting 02223-4 a. Pavement Zone The pavement zone includes the asphalt concrete and aggregate base pavement section placed over the trench backfill. b. Street Zone The street zone is the top 18 inches of the trench immediately below the pavement zone in paved areas. C. Trench Zone The trench zone includes the portion of the trench from the top of the pipe zone to the bottom of the street zone in paved areas or to the existing surface in unpaved areas. d. Pipe Zone The pipe zone shall include the full width of trench from the bottom of the pipe or conduit to a horizontal level above the top of the pipe, as specified below. Where multiple pipes or conduits are placed in the same trench, the pipe zone shall extend from the bottom of the lowest pipes to a horizontal level above the top of the highest or topmost pipe. Thickness of pipe zone above the highest top of pipe shall be 12 inches. e. Pipe Base The pipe base shall be defined as a layer of material immediately below the bottom of the pipe or conduit and extending over the full trench width in which the pipe is bedded. Thickness of pipe base shall be as shown on the drawings or otherwise described in the specifications for the particular type of pipe installed. 1. 08 Testing for Compaction: a. a m' e D ter in the density of soil in place by the sand cone method or nuclear gage method. b. Determine laboratory moisture-density relations of soils by ASTM D 1557. C. Determine the relative density of cohesionless soils by ASTM D 2049. d. Sample backfill materials by ASTM D 75. Excavation, Backfill and Compacting 02223-5 e. Express "relative compaction" as the ratio, expressed as a percentage, of the in-place dry density to the laboratory maximum dry density. f. Compaction shall be deemed to comply with the specifications when no test falls below the specified .A relative compaction. The Contractor shall pay the costs of any retesting of work not conforming to the specifications. 1.09 Measurement and Payment: a. Payment for the work in this section, other than foundation stabilization, shall be included as part of the lump sum bid amount. ARTICLE II - PRODUCTS 2. 01 Material for Fill: ..� The surficial on-site soils are, in general, suitable for use as compacted fill. In building areas, the upper 2 to 3 feet of finished pad grade should be constructed from the existing ' near-surface sandy silts or imported non-expansive soil free of any organic material. Clayey materials should not be used in the upper 2 to 3 feet of finished pads. Imported fill material should be predominantly granular, non-expansive and contain no more than 40 percent fines (portion passing No. 200 sieve) . The Geotechnical Engineer should be notified at least 72 hours in advance of the location of any soils proposed for import. Each proposed import source should be sampled, tested and accepted for use prior to delivery of the soils to the site. Soils imported prior to acceptance by the Geotechnical Engineer may be rejected if not suitable. Both imported and existing on-site soils, to be used as fill, should be free of debris and any pieces larger than 6 inches in greatest .. dimension. 2.02 Native Earth Backfill--Trench Zone: Native earth backfill used above the pipe zone shall be excavated fine-grained materials free from roots, debris, and rocks larger than 3 inches. 2.03 Backfill - Pipe Zone and Pipe Base: The pipe base and pipe zone backfill material shall be imported sand as specified herein. Excavation, Backfill and Compacting 02223-6 2.04 Refill Material for Foundation Stabilization: Refill material shall be either material conforming to the requirements for the pipe zone or crushed or natural rock having the following gradation: Percent Sieve Size Passing 3 inches 100 1 - 1/2 inches 70 - 100 3/4 inch 60 - 100 No. 4 25 55 No. 30 10 - 30 No. 200 0 10 2.05 Pea Gravel: Pea Gravel shall be defined as gravel, uniformly graded from coarse to fine with less than 10% passing as a No. 200 sieve, less than 50% passing a No. 4 sieve, and having a maximum particle size of 3/4 inch. 2.06 Concrete for Pipe Encasement: Concrete for pipe encasement Class B per Section 03300, unless otherwise shown on the drawings. 2. 07 Water for Compaction: ' Water used in compaction shall have a maximum chloride concentration of 500 mg/l, a maximum sulfate concentration of 500 mg/l, and shall have a pH of 7. 0 to 9. 0. Water shall be free of acid, alkali, or organic materials injurious to the pipe coatings. 2.08 Imported Sand: Imported sand used for the project shall have the following gradation: - Percent Passing Sieve Size by weight 3/8 inch 100 No. 4 75 - 100 No. 30 12 - 50 No. 100 5 - 20 No. 200 0 - 15 Minimum sand equivalent shall be 30 per ASTM D-2419. Excavation, Backfill and Compacting 02223-7 ARTICLE III - EXECUTION 3 . 01 Compaction Requirements: Unless otherwise shown on the drawings or otherwise described in the specifications for the particular type or pipe installed, relative compaction in pipe trenches shall be as follows: a Pipe zone--90% relative compaction unless shown otherwise on the drawings. b Backfill in trench zone not beneath paving--90% relative compaction. c Backfill in trench zone to street zone in paved areas- 90% relative compaction. d Backfill in street zone in paved areas--95% relative . compaction. e Rock refill material for foundation stabilization--80% relative density. f Rock refill for overexcavation--80% relative density. 3 . 02 Placing and Compacting Fill: All fill soils should'be placed in horizontal lifts, moisture- conditioned, and mechanically compacted to at least 90 percent of maximum dry density in accordance with ASTM D-1556. The optimum lift thickness will depend on the compaction equipment used and can best be determined in the field. The following uncompacted lift thickness can be used as preliminary guidelines. Plate compactors 4-6 inches Small vibratory or static rollers (5-ton+) 6-8 inches Scrapers and heavy loaders 8-10 inches Heavy vibratory (20-ton) or static (30-ton) rollers 10-12 inches The maximum lift thickness should never be greater than 12 .. inches. The moisture content of the fill materials should be within 2 IN percent of optimum to readily achieve the required degree of compaction. The in-situ moisture content of the upper sandy/silty soils at the site was, generally, found to be slightly below optimum. However, wetter soils may also be present in areas not explored (such as the berm adjacent to the reservoir) . Excavation, Backfill and Compacting 02223-8 During backfill of excavations, the fill should be properly benched into the construction slopes as it is placed in lifts. Utility trench backfill consisting of the on-site material or imported sand should be mechanically compacted in lifts not exceeding 6 to 8 inches, depending on equipment used for compaction. Jetting of trench backfill materials should not be permitted mainly because the site soils are not sufficiently free draining. The Geotechnical Engineer should observe and test all trench and wall backfills as they are placed. In backfill areas where mechanical compaction of soil backfill is impractical due to space constraints, sand-cement slurry may be substituted for compacted backfill. The slurry should contain one sack of cement per cubic yard and have a maximum slump of 5 inches. When set, such a mix typically has the consistency of hard compacted soil. 3.03 Sheeting, Shoring, and Bracing of Trenches: Trenches shall have sheeting, shoring, and bracing conforming to CAL/OSHA requirements and General Provisions. Lateral pressures for design of trench sheeting, shoring, and bracing shall be based on type of soil exposed in the trench, ground- water conditions, surcharge loads adjacent to the trench, and type of shoring that will be used in the trench. Active earth pressures can be used for designing walls that can yield at least 1/4 inch laterally under the imposed loads. The magnitude of active pressures are equivalent to the pressures imposed by a fluid weighing 35 pounds per cubic foot (pcf) . This pressure may also be used for the design of temporary excavation support. The static at-rest earth pressures should be used for restrained walls that remain rigid enough to be essentially non-yielding. The at rest pressures are equivalent to the pressures imposed by a fluid weighing 60 pounds per cubic foot of wall. During earthquake induced ground motion, lateral earth pressures increase significantly above those occurring during the static state. Under combined static and dynamic loads, the simplified pressure distribution is trapezoidal in nature, decreasing from a value at the top of the backfill (not zero as in the case of static pressures alone) to a lower value at the base of the wall. At the top of the wall, the active and at-rest pressures are equivalent to 45H and 75H and at the bottom are equivalent to 35H and 60H pounds per cubic foot, respectively. H is equal Excavation, Backfill and Compacting 02223-9 to the height of the wall. The above dynamic values are based on a repeatable ground acceleration of 0. 41g. **� Walls subject to surcharge loads should be designed for an additional uniform lateral pressure equal to one-third and .. one-half the anticipated surcharge pressure for unrestrained and restrained walls, respectively. The wall backfill should be well-drained to relieve possible hydrostatic pressures or designed to withstand these pressures. Wall footings should be designed as discussed in Section 4 . 2 , Foundations. 3. 04 Trench Widths: .� Trench widths in the pipe zone shall be as shown in the drawings. Trench width at the top of the trench will not be limited except where width of excavation would undercut adjacent structures, footings or slopes. In such case, width of trench shall be such that there is at least 18 inches between the top edge of the trench and the structure, footing , or slopes. 3. 05 Grade: Excavate the trench to the lines and grades shown on the drawings with allowance for pipe thickness and for pipe base or special bedding. If the trench is inadvertently excavated *� below the required grade, refill any part of the trench excavated below the grade at no additional cost to the Owner with rock refill. Place the refilling material over the full width of trench in compacted layers not exceeding 6 inches deep to the established grade with allowance for the pipe base or special bedding. 3. 06 Dewatering: Provide and maintain means and devices to remove and dispose •� of all water entering the trench excavation during the time the trench is being prepared for the pipelaying, during the laying of the pipe, and until the backfill at the pipe zone .» has been completed. These provisions shall apply during the noon hour as well as overnight. Dispose of the water in a manner to prevent damage to adjacent property. Do not drain trench water through the pipeline under construction. Do not allow groundwater to rise around the pipe until jointing compound has set hard. Dewatering is recommended to a level at least 2 feet below the lowest portion of the excavation, trenches and pump station building during construction. Such dewatering should be continued until the structure is completed and backfilled sufficiently. Excavation, Backfill and Compacting 02223-10 3 . 07 Location of Excavated Material: During trench excavation, place the excavated material only within the working area. Do not obstruct any roadways or streets. Conform to federal, state, and local codes governing the safe loading of trenches with excavated material. 3 . 08 Length of Open Trench: Limit the length of open trench to pipelaying or amount of _ pipe installed in one working day to enable safe working. 3 . 09 Foundation Stabilization: a. After the required excavation has been completed, the Owner will inspect the exposed pipe zone and trench subgrade to determine the need for any additional excavation. It is the intent that additional excavation be conducted in all areas within the influence of the pipeline where unacceptable materials exist at the exposed subgrade. Overexcavation shall include the removal of all such unacceptable material that exists directly beneath the pipeline or within the pipe zone to the width shown on the drawing and to the depth required. This may require excavating a wider trench. Backfill the trench to subgrade of pipe base with refill material for foundation stabilization. Place the foundation stabilization material over the full width of the trench and compact in layers not exceeding 6 inches deep to the required grade. Foundation stabilization work shall be executed in accordance with a change order. b. Refill material used by the Contractor for his convenience will not receive any additional payment. c. Pipe Bedding 1. Bedding of the pipe shall be done only in the presence of the Engineer and in accordance with the trench detail on the plans, after foundation preparation, laying of and jointing of the pipe. 2. As the pipe is installed it shall be bedded by hand with material as shown. Care shall be taken to prevent any damage or shifting of the pipe. The pipe bedding material shall be compacted into place to the same density as specified for backfill above the pipe bedding material with materials as specified. 3. Pipe bedding shall extend a minimum of 6 inches over the top of the pipe or to the dept shown. Excavation, Backfill and Compacting 02223-11 Rocks and cobbles exceeding 2 inches i maximum dimension shall be removed to a minimum depth of 6 inches below the bottom of the pipe. 3 . 10 Trench Backfilling: a. Backfill per the detailed piping specification for the particular pipe and per the following. b. Place the specified thickness of pipe base material over the full width of trench. Grade the top of the pipe base ahead of the pipelaying to provide firm, uniform support along the full length of pipe. C. Excavate coupling or bell holes at each joint to permit proper assembly and inspection of the entire joint. d. After pipe has been bedded, place pipe zone material simultaneously on both sides of the pipe, keeping the . level of backfill the same on each side. Carefully place the material around the pipe so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe. Use particular care in placing material on the underside of the pipe to prevent lateral movement during subsequent backfilling. e. Compact material placed within 12 inches of the outer surface of the pipe by hand tamping only. f. Push the backfill material carefully onto the backfill previously placed in the pipe zone. Do not permit free fall of the material until at least 2 feet of cover is provided over the top of the pipe. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. 4W 3 .11 Backfill Compaction: a. Compact per the detailed piping specification for the particular pipe and per the following. b. Compact trench backfill to the specified relative compaction. Compact by using mechanical compaction or hand tamping. Consolidation by jetting or flooding will not be permitted. Do not use high impact hammer-type equipment except where the pipe manufacturer warrants in writing that such use will not damage the pipe. C. Do not use any axle-driven or tractor-drawn compaction equipment within 5 feet of walls and structures. Excavation, Backfill and Compacting 02223-12 SECTION 02513 ASPHALT PAVING AND ROCK BASE ARTICLE I - GENERAL 1. 01 Conditions: All applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor, material, tools, equipment and supervision necessary to construct "Asphalt Paving and Rock Base" , complete as shown on the Drawings and/or specified herein. Work includes but is not limited to the following: 1. Prepare sub-base and fine grade. 2 . Apply weed killer with a coverage of 4 lbs. /100 square feet. 3. Install base material. 4. Construct redwood headers. 5. Apply asphalt concrete paving. 6. Tack coat to vertical masonry and concrete surfaces. 7. Stockpiling of excess excavation in location determined by the Contractor. ARTICLE II - PRODUCTS 2.01 Materials: a. Weed killer shall be U. S. Borax, Poly-Bor-Chlorate, or approved equal. b. Base material as noted on Drawings. C. Asphalt concrete shall be hot plant mix using AR8000 asphalt, 1/211 maximum rock. d. Redwood headers and stakes shall be 2" x 4" foundation grade redwood as called out on the Drawings. Asphalt Paving and Rock Base 02513-1 ARTICLE III - EXECUTION 3 . 01 Workmanship: a. All work shall be done under the constant supervision of a qualified foreman. b. The Contractor shall prepare and compact the subgrade to an elevation within 0. 1 foot of that shown on the .� Drawings. C. Prior to placement of the base material, the surface shall be scarified and the grade shall be moistened and conditioned to receive base material. d. Entire sub-surface to be treated with approved weed killer, applied per manufacturer' s recommendations, in sufficient quantity to assure that no vegetable growth will damage the paved areas. e. Forms shall be set true and straight and securely anchored to provide a solid permanent border. om f. Asphalt shall be placed at a minimum temperature of 285°F. g. The finished surface of asphalt paving, being properly rolled, is to be even, smooth and uniform in texture. Complete surfaces, when subjected to flood test, are to be free of standing water or puddles and must drain to the street or designated drainage point and must not block tributary drainage. h. Excess asphalt shall not be allowed to come into contact with the building walls. i. Excess excavation shall be stockpiled in location determined by the Contractor. j . Upon completion of paving operations, the Soils Engineer will core the pavement section to determine compliance with the Drawings. Cost of coring and field inspection to be borne by the Owner. Deficiencies shall be wo corrected by the Contractor to the satisfaction of the Owner and Soils Engineer and at no additional expense to the Owner. 3.02 Measurement and Payment: a. The quantity of asphalt concrete surfacing will be measured in place by the square foot. Asphalt Paving and Rock Base 02513-2 1. Forms will not be included in the measurement for direct payment of asphalt concrete surfacing, same shall be considered as a subsidiary item and shall be included in the unit bid price for asphalt concrete surfacing. 2. No separate payment will be made for applying water, prime coat and paint binder. b. Quantities of asphalt concrete and slurry seal measured as stated above and accepted will be paid for at the unit bid price(s) which price(s) and payment(s) shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work, including asphalt concrete, asphaltic emulsion, mineral aggregate, conforms, prime coat, paint binder, fog seal coat, and application of water. 1. The Contractor shall deliver to the Engineer certified weight slips for each load of asphalt concrete and prime, tack and seal coat material delivered to the project. C. The quantity of aggregate base will be measured in place by the square foot. d. Quantities of aggregate base measured as stated above and accepted will be paid for at the unit bid price, which price and payment shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work, including furnishing and placing aggregate base material, watering and compacting. 1. Cost for preparation of subgrade shall be considered to be included in the unit bid price for the material constituting the subgrade involved. 2. The Contractor shall deliver to the Engineer certified weight slips for each load of aggregate base material delivered to the work. e. The quantity of aggregate sub-base will be measured in place by the square foot. 1. Quantities of aggregate sub-base, measured as stated above and accepted will be paid for at the unit bid price, which price and payment shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work, including Asphalt Paving and Rock Base 02513-3 furnishing and placing aggregate sub-base material, spreading, watering and compacting. .•+ 2 . Cost for preparation of subgrade shall be consi- dered to be included in the unit bid price for the material constituting the subgrade involved. 3. The Contractor shall deliver to the Engineer certi- fied weight slips for each load of aggregate sub- *� base material delivered to the job. .M 40 .r Asphalt Paving and Rock Base 02513-4 SECTION 02575 PAVING REPAIR AND RESURFACING ARTICLE I - GENERAL 1.01 Conditions: All applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor, material, appliances, tools, equipment, facilities, transportation and services neces- sary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Paving Repair and Resurfacing" , complete as shown on the Drawings and/or specified herein. Work includes but is not limited to the following: 1. Patch and repair existing asphalt pavement as required where removed under Section 02100. Pavements shall be fully patched and repaired as part of each Bid Package. 2 . Asphalt concrete. b. Related Work Not Included in this Section: 1. Trenching and backfill. Refer to Section 02221. 2. Earthwork. Refer to Section 02223. 1.03 Requirements: a. Before any paving work is commenced, the Contractor shall check all subgrades to ascertain that compaction of sub- grade has been approved. ARTICLE II - PRODUCTS AND EXECUTION 2 . 01 Asphaltic Concrete: a. Paving shall consist of well graded mineral aggregate combined with paving asphalt in such proportions that the resulting mixture, when properly laid and rolled, will produce a dense and waterproof surface with inherent ability to resist shoving or displacement under traffic. Grading of asphalt shall conform to Asphalt Institute Type IIId. Grade of asphalt shall be AR-8000 and shall Paving Repair and Resurfacing 02575-1 conform with PCD-3 published by the Asphalt Institute, Pacific Division. Thickness of surfacing, after compac- tion., shall be as indicated on the Drawings. Not less than 12 pounds of asphaltic concrete shall be placed for each inch of thickness, per square foot of area. .. b. Where asphalt concrete comes in contact with walls, slabs, masonry, curbs, or other asphaltic concrete, the contacting surfaces shall be dry, clean and uniformly *^ coated with a film of asphalt emulsion. C. Asphalt aggregate shall not be placed when the „ temperature is below 50°F, nor during fog, rain or other unsuitable weather conditions. No material shall be delivered to the job which cannot be placed or rolled during standard working days (Monday through Friday) . Temperature of the mix at the time of placing shall be not less than 275°F. The mixture shall be brought to the work in suitable vehicles, covered with tarpaulins. Mixture shall leave the plant at the proper temperature for workability but in no case shall the temperature exceed 320°F. Contractor shall maintain a working thermometer suitable for measuring asphalt temperature on site at all times asphalt is being placed. d. After the asphalt concrete has been uniformly spread, the �* pavement shall be rolled with rollers. Rolling shall continue until the pavement is well compacted, smooth and shows an even texture. Open or rocky spots or pits shall not be acceptable. Paving Repair and Resurfacing 02575-2 SECTION 02577 PAVEMENT MARKING AND STRIPING ARTICLE I - GENERAL 1.01 Conditions: All applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: Work Included: All labor, material a. or appliances, tools, equipment, facilities, transportation and services neces- sary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Pavement Marking and Striping" , complete as specified herein. Work includes but is not limited to the following: 1. Parking stall divider lines, including repairing existing as required. 2 . Pavement markings, arrows and lettering. 3 . Roadway marking. 4. Precast concrete bumpers. b. Related Work Not Included in this Section: 1. Painting except as specified herein. Refer to "Painting" Section 09900A. 1. 03 Requirements: ' se be kept During the progress of the work, the premises shall p free from debris and waste material resulting from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. ARTICLE II - PRODUCTS 2. 01 Line marking and arrow paint shall be AQMD acceptable, white traffic paint conforming with Federal Specifications No. TT-P- 115c, Type 1, equal to Sinclair No. MP10-11. Pavement Marking and Striping 02577-1 ARTICLE III - EXECUTION 3 . 01 Line markings and arrows shall be in accordance with the Drawings and approved layout. Striping lines shall be 4" wide. 3 . 02 Surfaces to be painted shall be clean and free from dirt or dust. Striping shall be done when the weather conditions permit proper application, and in accordance with manufact- urer's directions. Lines shall be machine painted at such rate as to cover not more than 100 square feet of surface per gallon of paint applied and as required to be completely opaque. w .r Pavement Marking and Striping 02577-2 SECTION 03210 REINFORCING STEL ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1.02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Reinforcing Steel" , complete as shown on the Drawings and/or specified herein. 1. 03 Requirements: a. Verifications of Conditions: Verify at the site all conditions affecting the work of this Section and obtain accurate dimensions of openings, grades and levels, and the location and arrangements of all embedded anchorage. Report discrepancies between Drawings and field dimen- sions to the Owner prior to commencing work. Commencing work shall indicate acceptance of conditions and surfaces underlying or adjacent to work of this Section. b. All concrete shall be reinforced, except certain minor items of non-structural nature. For conditions not specifically shown or detailed, framing and reinforcement shall be provided in a manner consistent with other similar details or conditions shown on the Drawings. ARTICLE II - PRODUCTS 2.01 General: All reinforcing shall be clean, new stock conforming to ASTM Designation A-615. 2.02 Bars: Conform to ASTM A-615, Grade 60. 2.03 Welded Wire Fabric: Conform to ASTM A-185. Reinforcing Steel 03210-1 2. 04 Tie Wire: Annealed copper-bearing steel wire of at least 16 gauge. 2. 05 Chairs, Spacers, Supports and Other Accessories: , Except as herein otherwise specified, these items shall be of standard manufacture conforming to ACI-315, approved steel types and sizes. Where reinforcing is to be placed on grade, ro use embedded wire ties. All accessories used on exposed concrete surfaces shall be galvanized or have other approved corrosion-resisting coating. „o ARTICLE III - EXECUTION 3. 01 Placing Reinforcing Steel: a. General: Provide reinforcing steel in sizes, gauges, lengths and bent to shape as indicated on the Drawings. •. Reinforcing shall be thoroughly cleaned of loose mill scale, rust, oil and all coatings that will destroy or reduce the bond before placing and again before concrete is placed. Reinforcing shall be accurately positioned and secured in place. b. Support: Use dense concrete blocks with embedded wire ties to hold reinforcement above earth at proper dis- tance. Use wire chairs or bolsters for support of reinforcement in forms in conformance with applicable requirements of CRSI. No aluminum will be permitted. Provide approved corrosion-resisting coatings for acces- sories used on exposed concrete surfaces. C. Installation: Conform to ACI-318 . d. Protection: Reinforcement shall be protected by thick- ness of concrete as indicated on Drawings or according to ACI-318, whichever is greater. e. Tolerances: Fabrication tolerances shall conform to requirements of CRSI "Recommended Practice for Placing Reinforcing Bars, " as reviewed, latest edition. f. Additional Reinforcing Bars: Where reinforcement is interrupted by sleeves and openings, provide additional bars as shown or required to maintain total reinforce- ment. Where this requirement cannot be complied with, submit details for approval before proceeding. Provide required additional reinforcing at no extra cost to Owner. Reinforcing Steel 03210-2 00 g. Concrete Pours: At each location during concrete placing, assign a competent inspector to verify reinforcement and maintain bars in proper positions during the pour. h. Acceptance: Obtain inspection and acceptance of reinforcing, including locations of splices, before concrete is placed. Reinforcing Steel 03210-3 SECTION 03310 CONCRETE WORK ARTICLE I - GENERAL 1.01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1.02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation, and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Concrete Work, " complete as shown on the Drawings and/or specified herein. Work includes but is not limited to the following: 1. Provide and place all concrete for footings, slabs, walls, stairs and landings and depicted on the construction documents. 2. Construction and removal of forms for concrete including shoring, bracing, cribbing, centering and screeds. 3 . Placement, leveling, curing, protection, bonding, jointing, filling, grouting, sacking, honing, rubbing of concrete and concrete surfaces, except as otherwise specified. 4. Bonding, drypacking, grouting, setting of anchor- age, bolts, dowels, and setting and securing of sleeves, inserts, anchorage and embedded items in forms. 5. Setting screeds and fine grading for concrete cast on grade. 6. All miscellaneous concrete and related work not otherwise provided for. 7. Cement finishes. 8. Curing membrane. 9. Sealer. Concrete Work 03310-1 No 10. Grouting of column base plates. 11. Reinforcing Steel. Refer to Section 03210. 12 . Structural excavation and capillary break. Refer to Section 02220. 13 . Installation of embedded items required as a part of the work specified elsewhere. ARTICLE II - PRODUCTS mo 2. 01 Concrete Materials: a. Portland Cement: Conform to ASTM C150, Type I or Type II. 1. Fine Aggregate: Clean, hard, strong, durable particles of natural sand, containing not more than �^ one percent by weight of clay, shale, schist, mica, coated grains, soft or flaky particles, alkali, and other deleterious matter, passing a 3/8" mesh sieve, uniformly graded from coarse to fine, with at least 95 percent passing a No. 4 sieve, and not to exceed 2 percent passing a No. 200 sieve. 2 . Course Aggregate: Clean, hard-fine-grained, sound, washed gravel or crushed stone, containing not more than 2 percent by weight of shale or cherty mater- ial, not more than 5 percent by weight of flat, thin, elongated, friable, or laminated pieces, and free of oil, organic matter, or other deleterious substances. Where one dimension is in excess of 5 times its average thickness, consider the pieces as flat or elongated. Furnish coarse aggregates in two or more gradations, separately measured and �* introduced into the mix. (a) One-and-One-Half Inch Maximum Size Aggregate: Grade uniformly from that passing a 1-1/2 inch mesh sieve to that retained on a 3/4-inch mesh sieve. Use in concrete slab on grade where slab thickness is 8 inches or more. (b) Mix aggregate size shall be determined based on the actual clearance between bars per ACI Building Code Requirement. 3 . Physical Properties: Aggregates must conform to the requirements specified for tests of materials. AW Concrete Work 03310-2 b. Water used for mixing and curing concrete shall be clean, 1 free from acids, alkalis, oil, decayed vegetable matter, sugar, nitrates, and shall be suitable for drinking. C. Admixtures: Water-reducing, retarding admixtures may be used for better placability, shrinkage reduction, plasticity and cohesiveness of all concrete, provided that they do not impair structural strength or appearance. All admixtures shall be approved in advance by the Structural Engineer. d. All concrete floors shall be sealed with "Sinak S-102" manufactured by Sinak Corporation and distributed by Burke (213) 722-2751 or equal. Product shall have the following characteristics: Dissolved solids = 11. 0%, Specific Gravity = 1. 1, Net Weight per gallon = 9. 2 lbs, Flash Point = none, Non-toxic. 2. 02 Forming Materials: a. Where applicable, apply approved bond breaker prior to setting reinforcing steel mat. If rain occurs, remove reinforcing prior to reapplying bond breaker. b. Form Coating: Surface-conversion type form release com- pound reapplied for each reuse to cleaned forms. The following are acceptable: "Non-Crete„ - distributed by W. J. Burke Company Rich-Cote distributed by Neptune Manufacturing Company 2 . 03 Cement Grout and Drypack: a. Cement Grout: Mix 1 part by volume of Portland cement, 1/2 part by volume of clean, river-run sand and enough water to make mixture flow under own weight. b. Drypack: Mix 1 part by volume of Portland cement, 1/2 part by volume of clean,river-run sand and enough water to make a stiff mix. Quantity of water should be proportioned so that mixture becomes unworkable within thirty (30) minutes. Dry pack installation shall be installed by forcing the material into the packing space with a blunt tool. 2.04 Non-Shrink Grout: "Sikadur" by Sika or approved equal - self leveling, epoxy resin grout. Concrete Work 03310-3 ARTICLE III - EXECUTION 3. 01 Concrete: a. General: Concrete shall produce 3000 psi concrete minimum strength at 28 days. b. Admixtures: Where used, adjust water to secure same workability and slumps as concrete without admixtures. ^ C. Consistency: Water shall not exceed the amount specified in approved mix designs. All concrete shall be subjected to slump testing per ASTM Designation C143 . Slump tests shall be made when compression test cylinders are cast, and additionally as directed by the Engineer. d. Compressive Strength Tests: Testing agency shall verify strength quality of each concrete mix design proposed for use by tests made in advance of beginning operations. . Prepare and test specimens in accordance with ASTM C192 and C39 . 3.02 Mixing of Concrete: Ready-mixed concrete shall conform to ASTM C94 . 3. 03 Form Construction: a. General: Substantial, unyielding, true line, plumb, level and tight boards run horizontally, driven up tight, secured to each stud. b. Chamfer corners of exposed concrete 3/4" typical. C. Coordination: Form for and provide slots, openings, chases, recessed, grounds, and screeds required by other trades and subsequent work. Assure that conduit, pipes, sleeves, anchors, hangers, ties, etc. , are secured in forms before placement of concrete. d. Wood in Forms: No wood, temporary or permanent, to be used or installed inside forms, except for items specified. e. Openings for Cleaning and Form Removal: All blind areas and dead spaces shall be provided with openings to permit form removal and cleaning out of combustible debris and rubbish, formwork and shoring. After completion of cleaning, the blockout or opening shall be filled in. Concrete Work 03310-4 f. Sleeves: Space not closer than three times average sleeve or opening dimension, but not less than six inch center to center for small sleeves. g. Embedded Items: Coordinate work with related trades. Do not embed piping, other than electrical conduit, in structural concrete unless otherwise indicated. Increase thickness of concrete so that conduit does not exceed 30% of concrete thickness, minimum 1-1/4" above and below conduit. Do not place conduit below bottom layer of reinforcing bars. verify sizes, locations, and other requirements for anchor bolts and inserts. 3.04 Form Removal: a. Time of Removal: The periods of time for form removal are subject to the Contractor assuming all risks that may be involved. Do not remove forms until concrete has attained sufficient strength to support its own weight and all imposed loads without causing undesirable deflections. b. Take care in removing forms from exposed surfaces, that surfaces are not marred or gouged, that corners are true, sharp and unbroken. Break back snapties neatly, without spalling tie holes at surface. C. No steel spreaders, ties, or other metal shall project from or be visible on any concrete surface. d. Tie holds shall be cleaned, flushed with water and patched while concrete is green as specified hereinafter. 3 . 05 Conveying and Placing Concrete: a. Clean and wet forms before placing concrete, and clean excavations of loose material. b. Time of Placing: Not until reinforcement, sleeves, anchorage, conduit, inserts are in place and forms have been inspected by the City Inspector. C. Pouring Against Hardened Concrete Surfaces: Remove laitance and incrustations and expose solidly embedded sound aggregate. Wet surfaces. Slush vertical surfaces with neat cement paste before placing new lift. d. Method of placing: As nearly as possible in final position. Minimum handling. Free drop, not more than 6 1-0" . Concrete Work 03310-5 e. Compacting: Thoroughly tamp and space fresh concrete to insure flow into all parts of forms and around reinforce- �. ment. Mechanical high-frequency, low amplitude vibrators producing minimum 7500 impulses per minute shall be used, one vibrator at each pour location per 10 yards per hour. Key pour lifts. Do not vibrate forms. Spade at form faces to bring up entrapped air and assure good surfaces with minimum air bubble pitting, using properly designed hardwood spading tools that will not damage form surfaces or entrap air. 3.06 Placement of Concrete Slabs: AM a. Preparation: Fine grade earth subgrades smooth and level and sprinkle well just prior to placing concrete. Broom or wash clean deck and form surfaces, leaving no standing water. Place screeds at intervals not to exceed 8 ' -011 . Support screeds on screed support systems that will pro- vide accurate support. Check entire area for inclusion - of, and accurate and secure locations of, all inserts, anchors, sleeves, chairs, and bolsters, and insure that all steel is properly in place. b. Placement: Place at a rate no faster than concrete can be properly leveled and compacted, and at point of final repose, directly ahead of the screed bar, vibrating mass *� just ahead of the screed. Screed twice, the first to strike a full, rough level and move the concrete mass ahead. Follow this with necessary filling of low areas and another screeding to final level. Remove any puddles of "soup" (Laitance) , pull screeds and screed supports and fill all depressions, and tamp with flat-surface or mesh tamper only enough to embed coarse aggregate to 30 permit finishing, allowing as much time between tamping as weather conditions will allow. ,0 C. Leveling and Floating: Level using only wood-surfaced leveling floats. Metal or plastic float blades shall not be used. Commence fog spray curing as specified below directly following this operation. Allow to stand until no, water sheen disappears from surface. Power float surface to even surface, producing levels or slopes indicated on Drawings. Surface tolerance to be true to within 1/8" in ON ten feet, any direction non-cumulative. Follow with troweling or other finishes as specified hereinafter for "Cement Finish" . .ft d. Construction joint with a plastic "Zip Cap 833" shall be scored accurately in a straight line prior to neatly embedding the "Zip Cap 833" . 3. 07 Curing of Concrete: Concrete Work 03310-6 a. Cure all concrete for at least ten (10) days. Forms maintained tight and wet are considered adequate curing. Fresh backfill is adequate curing for footings and subgrade walls. Exposed concrete surfaces shall be cured by application of additional procedure. b. Slab Surfaces: Those receiving separate finishes such as tile setting beds shall be moist cured or cured with reinforced kraft paper or curing mats, maintained moist. Contractor may use "Master Builders MB-429" or equal in lieu of paper or mats. 3 . 08 Stoppages and Construction Joints: a. Locate construction joints as per Design Drawings. Structural Engineer shall approve location of construction joints, where not shown on Plans. b. Provide keys and dowels at construction joints as indicated. Horizontal construction joints required to be bonded to subsequently placed concrete to be sandblasted or treated with sprayed-on "Rugasol-C" retardant to insure bonding surface. Wash surface to expose aggregate after section has set. C. Construction Joints (Pour Joints) in slabs shall be made with "Stress Lock" Plastic Control Joint, as manufactured by H. Compton Company, or Owner approved equal. 3.09 Slab Control Joints on Grade: Joint Spacing: Provide joints at locations indicated on the Drawings, or if not shown, locate joints at 30 ' -0" o.c. maximum spacing for interior and exterior slabs and walls. Locate joints coincident with architectural building features where applicable. 3. 10 Finishing Exposed Concrete Surfaces: a. Provisions herein apply to all concrete exposed in the finish work, painted or plain, exterior or interior. b. Concrete shall have all surface defects repaired. Fins, ridges, high spots shall be honed smooth with abrasive brick or power grinders while concrete is green, immediately after specified form removal. Excessive honing is not permitted. Grind all form marks flush. C. Form tie holes, deep depressions shall be flushed thoroughly with clean water, tamped to overfull with drypack, cured and honed flush. Concrete Work 03310-7 on d. Rock pockets, honeycomb, sand streaks, cut out at least 1" deep with sides perpendicular to surface, flushed out, .� coated with neat cement paste and filled with drypack in at least two layers to overfull, cured and honed to final correct surface, line or corner. e. Thoroughly clean all surfaces of stains, spatter, dust, loose materials, etc. , after the building is completed. Contractor shall use a 1/20-muriatic acid or trisodium phosphate wash if directed by the Owner. Rake out and clean roots of all joints to receive caulking. low f. Exposed formed concrete where painting is required shall have a grout-cleaned finish (sacked) . 3. 11 Cooperation - Embedded Items: a. Cooperate with all trades to insure that all conduit piping, sleeves, and inserts are provided for, and - properly installed and secured in correct position. Contractor responsible for correct location, all items. Piping shall not be cast into concrete, by may pass through in sleeves. b. Provide all required openings and reinforce them as re- quired. Set rough hardware provided by others. 3.12 Anchorage, Miscellaneous Metals and Inserts: a. Provide and install, or install those provided by others, accurately in sizes and in locations shown or required. b. Responsibility accrues to the Contractor for all such items substantially in place in proper locations and for proper projection of anchor bolts. 3. 13 Defective Concrete: a. Concrete not meeting minimum strength, not formed as indicated, not true, plumb or level, not to required ele- vations, containing cracks detrimental to performance or appearance, containing shavings, debris, or which has honeycombs or voids: shall be cut out, removed and re- placed, or repaired as approved by the Owner. b. Work required to repair, patch, replace or render properly cleaned surfaces (by sandblasting if necessary) , or otherwise make good any defective concrete, shall be done promptly by Contractor at his expense, including all expense of additional inspection, tests or supervision made necessary as a result of defective concrete; also Concrete Work 03310-8 applies to repairing holes resulting from taking cores, if cores are required. 3 . 14 Concrete Finishes: a. Exterior and interior wall surfaces which are exposed in the finished work or are to receive paint finish shall be treated as specified in Paragraph 3 . 10. b. Flat surfaces shall be screeded to the required levels, and any excess water and laitance shall be removed. Concrete shall be compacted with a grid tamper and then floated to a true, level surface. Tolerance shall not exceed ± 1/8" along a 10-foot straight edge. 1. Slabs which are to remain exposed shall receive a steel trowel finish in two troweling operations. After the concrete has hardened sufficiently so that the fine particles do not work to the surface, the concrete shall be hand or machine troweled to a smooth surface. After hardening sufficiently to prevent mortar from collecting on the trowel, the surface shall be burnished to a hard surface, free from any trowel marks. 2. Interior slabs to receive resilient floor covering shall be troweled, but not burnished. 3. Outdoor flat work and exterior concrete slabs shall have a finish to match existing site work. Concrete Work 03310-9 SECTION 03330 LIGHTWEIGHT CONCRETE WORK ARTICLE I - GENERAL 1.01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1.02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation, and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of Concrete Work, " complete as shown on the Drawings and/or specified herein. Work includes but is not limited to the following: 1. Setting screeds to assist lightweight concrete to have the thickness above the metal deck indicated on structural drawings. 2 . All miscellaneous concrete and related work not otherwise provided for. 3. Lightweight concrete finished to receive built-up roofing. 4 . Curing membrane. 5. Sealer. 1 6. Installation of curbs, supports required as a part of the work specified elsewhere. ARTICLE II - PRODUCTS 2. 01 Provide 110 pcf (dry) aggregates for lightweight concrete on metal roof deck complying with ACI 211.2 and ASTM C330 as follows: a. Expanded blast-furnace slag conforming to ASTM C330. b. Lightweight aggregate shall consist of strong, durable particles of expanded shale or clay produced from uniform deposit of raw material. Lightweight Concrete Work 03330-1 C. Deposit shall be free from layers of inclusions of hard material and materials not suitable to manufacturing * process. d. Provide aggregate from one source of supply to ensure uniformity in color, size, and shape. e. Lightweight aggregate shall be furnished from successful production of lightweight aggregate. f. Processing plant shall be of rotary kiln type, capable of uniformly burning product at controlled temperatures. AN g. Loss ratio, for lightweight concrete, shall be not less than 5. 5 as determined by method set forth in Article 5- 85 h. Percentage of wear shall be not more than 40, by Los Angeles abrasion test. 2. 02 Deleterious substances in lightweight concrete shall not exceed following amounts: a. Lightweight aggregate that, upon being subjected to for organic impurities, in accordance with ASTM C40, produces color darker than standard shall be rejected, unless it can be demonstrated that discoloration is due to small quantities of materials not harmful to concrete. b. Amount of unburned to underburned lumps shall not exceed two percent by dry weight. C. Loss of ignition of lightweight aggregate shall not exceed five percent by test procedure described in ASTM C114 , Section 20, Method A or B. d. A mix design shall be prepared by a recognized laboratory and submitted to the Engineer for approval. No concrete work shall begin until the mix design is accepted by the Engineer. e. Dry pack concrete shall consist of the following; 1 part portland cement, 1/2 part water and enough fine aggregate to make a stiff mix. ARTICLE III - EXECUTION *� 3. 01 Lightweight Concrete: a. General: Lightweight concrete shall produce 3000 psi concrete minimum strength at 28 days. Lightweight Concrete Work 03330-2 b. Admixtures: Where used, adjust water to secure same workability and slumps as lightweight concrete without admixtures. C. Consistency: Water shall not exceed the amount specified in approved mix designs. all concrete shall be subjected to slump testing per ASTM Designation C143 . Slump tests shall be made when compression test cylinders are cast, and additionally as directed by the Engineer. d. Compressive Strength Tests: Testing agency shall verify strength quality of each concrete mix design proposed for use by tests made in advance of beginning operations. Prepare and test specimens in accordance with ASTM C192 and C39. 3 . 02 Mixing of Lightweight Concrete: Ready-mixed concrete shall conform to ASTM C94 . 3. 03 Construction: a. General: Substantial, unyielding, true line, matching sloping metal roof deck. b. Protect curbs and any items from damage during the finishing. C. Embedded Items: ' Coordinate work with related trades. Do not embed piping, other than electrical conduit, in lightweight structural concrete unless otherwise indicated. 3.04 Placement of Concrete Slabs: a. Preparation: Check entire area for inclusion of, and accurate and secure locations of all inserts, curbs, and sleeves. b. Placement: Place at a rate no faster than concrete can be properly leveled. 3 .05 Curing of Concrete: a. Cure all concrete for at least ten (10) days. Forms maintained tight and wet are considered adequate curing. Fresh backfill is adequate curing for footings and subgrade walls. b. Slab Surfaces: Those receiving separate finishes such as tile setting beds shall be moist cured or cured with reinforced kraft paper or curing mats, maintained moist. Lightweight Concrete Work 03330-3 Contractor may use "Master Builder MB-429" or equal in lieu of paper or mats. .� 3 . 06 Finishing Exposed Concrete Surfaces: a. Provisions herein apply to lightweight concrete to receive roofing. 3 .07 Cooperation - Embedded Items: " a. Cooperate with all trades to insure that all curbs, conduit piping, sleeves, and inserts are provided for, and properly installed and secured in correct position. Contractor responsible for correct location, all items. Piping shall not be cast into lightweight concrete, but may pass through in sleeves. b. Provide all required openings and reinforce them as required. Set rough hardware provided by others. •� 3 . 08 Defective Lightweight Concrete: a. Lightweight concrete not meeting minimum strength, not formed as indicated, not true, plumb or level, not to required elevations, containing cracks detrimental to performance or appearance, containing shavings, debris, or which has honeycombs or voids: shall be cut out, removed and replaced, or repaired as approved by the Owner. b. Work required to repair, patch, replace or render pro- perly cleaned surfaces (by sandblasting if necessary) , or otherwise make good any defective concrete, shall be done promptly by Contractor at his expense, including all expense of additional inspection, tests or supervision made necessary as a result of defective concrete; also •• applies to repairing holes resulting from taking cores, if cores are required. 3. 09 Lightweight Concrete Finished: a. Flat surfaces shall be screeded to the required levels, and any excess water and laitance shall be removed. "" Lightweight concrete shall be the thickness indicated on structural drawings. Lightweight Concrete Work 03330-4 SECTION 03462 PRECAST CONCRETE VAULTS ARTICLE I - GENERAL 1. 01 Description: This section includes the materials, manufacture, and installation of precast concrete vaults. 1. 02 Related Work Specified Elsewhere: Excavation, Backfill and Compaction: 02223 Reinforcing Steel: 03210 Concrete Work: 03310 1.03 Approved Manufacturers: a. Precast Vaults: Brooks Products, Inc. Best Concrete Products Associated Concrete Products b. Meter Boxes: Eisel Enterprises, Inc. Brooks Products, Inc. C. Joint Sealing Compound: Quikseal manufactured by Associated Concrete Products 1. 04 Submittals: Submit shop drawings in accordance with the General Provi- sions. Submit manufacturers data sheets and calculations as follows: a. Layout plan, dimensions, camber and finishes. Size and location of reinforcing steel. Sizes and locations of inserts, anchors and pipe openings. Bearing conditions, connection and anchorage details. b. Design calculations and structural analysis of precast units prepared by a registered civil engineer. 1. 05 Frames and Covers: All precast sections shall be provided with fabricated steel frames and covers as specified or shown on the drawings and shall be built up so that the cover is flush with the sur- Precast Concrete Vaults 03462-1 rounding surface unless otherwise specified on the drawings or by the City Representative in the field. 1. 06 Sectional Vaults: Sectional precast concrete vaults may be used where specified on the drawings or approved by the City Representative. 1. 07 Meter Boxes: a. Precast concrete meter boxes shall be furnished and installed by the contractor unless noted otherwise. ,. b. Sizes shall be as specified on the standard drawings for the various sizes and types of services. 1.08 Measurement and Payment: Payment for the work in this section shall be included as part of the lump sum bid amount. ARTICLE; II - MATERIALS 2 . 01 Precast Concrete Vault: a. Precast concrete vaults and covers shall be manufactured ' in a plant especially designed for that purpose and shall conform to the shapes and dimensions indicated on the plans. b. Design loads shall consist of dead load, live load, impact, and in addition, loads due to water table and any other loads which may be imposed upon the structure. Live loads shall be for HS 20 per AASHTO standard specifications for highway bridges. Design wheel load shall be 16 kips. The live load shall be that which produces the maximum shear and bending moment in the structure. C. Concrete shall be Class A conforming to Section 03310. 2. 02 Meter Box Covers: a. All meter box covers shall be furnished with rectangular reading lids. b. Concrete meter box covers shall be installed only in non-traffic locations. C. Meter box covers within roadways or driveways shall be steel diamond plate designed to withstand highway loading. Precast Concrete Vaults 03462-2 2 . 03 Vault Frames and Grates: a. Vault frames and covers shall be fabricated steel. b. Covers shall be fabricated with supports to resist deflection. C. Frames and gates shall be galvanized. d. All covers shall be hinged. Covers shall have spring or torsion bar assists. e. All covers shall be equipped with a hold-open mechanism. f. All covers shall be equipped with bolt-down or locking devices. g. All vaults located shall have traffic covers. h. All covers on meter assembly vaults shall be furnished with hinged rectangular reading lids located over the meter or remote register, as shown on the plans. 2 . 04 Joint Sealing Compound: The joint sealing compound shall be a permanently adhesive flexible plastic material complying in every detail to Federal Specification SS-S-00210 (GSA-FSS) dated July 26, 1965. ARTICLE III - EXECUTION 3 . 01 Earthwork: a. Excavation and backfill for precast concrete vaults shall be in accordance with Section 02223 and the requirements herein. b. The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting of openings and backfilling operations. C. The bottom of the structure shall be placed on 12 inches of compacted, crushed rock subbase, graded level and to the proper elevation as shown on the plans. 3 .02 Installation: a. Openings or "knockouts" in precast concrete vaults shall be located as shown on the drawings and shall be sized sufficiently to permit passage of the largest dimensions of pipe and/or coupling flange. Upon completion of installation, all voids or openings in the vault walls Precast Concrete Vaults 03462-3 4M around pipes shall be filled with 3 , 000-psi concrete or mortar, using an approved epoxy for bonding concrete surfaces. b. After the structure and all appurtenances are in place and approved, backfill shall be placed to the original groundline or to the limits designated on the plans. C. All joints between precast concrete vault sections shall be made watertight. The sealing compound shall be installed according to the manufacturer 's recommendations to provide a watertight joint which means impermeable throughout the design life of the structure. d. Steel frames and covers shall be built up so that the cover is flush with the surrounding surface unless other- wise specified on the drawings or by the City Representa- tive in the field. The contractor is responsible for placing the cover at the proper elevation where paving is *� to be installed and he shall make all necessary adjust- ments so that the cover meets these requirements. .M Precast Concrete Vaults 03462-4 SECTION 04220 CONCRETE UNIT MASONRY ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for forming all operations in connection with furnishing, delivery and installation of "Masonry" , com- plete as shown on the Drawings and/or as specified here- in. Work includes but is not limited to the following: 1. Concrete block units. 2 . Reinforcing steel for masonry, except dowels in concrete. 3 . Setting sleeves, inserts, reglets, anchor bolts, and other embedded items related to masonry work or embedded in masonry. 4 . Masonry sealer. b. Related Work Not Included in This Section: 1. Furnishing and setting dowel bars in concrete for masonry. Refer to "Concrete Work" section. 2 . Furnishing sleeves, inserts, anchor bolts, and other embedded items required to be set in masonry. Refer to "Miscellaneous Metal" and other applicable sections. 1.03 Requirements: a. During the progress of the work, the premises shall be kept free from debris and waste material resulting from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. b. Submit samples in accordance with Section 01340. Concrete Unit Masonry 04220-1 ARTICLE II - PRODUCTS 2 . 01 Materials: a. Concrete Block: Standard 8 x 8 x 16 concrete masonry units conforming to ASTM C90-70 for Grade N units. Color shall be as indicated on the plans. b. Concrete Split-Face Block: Standard 8 x 8 x 16 units conforming to ASTM C90-70 for Grade N units. C. Portland Cement: Low alkali and conforming to ASTM C150, Type I or II. .. d. Sand: ASTM C144 , except that no less than 4% or more than 10% shall pass the No. 100 sieve. e. Pea Gravel: Graded with not more than 5% passing the No. 8 sieve and with 100% passing the 3/8" sieve. f. Hydrated Line: ASTM C207, Type S. g. Water: Clean, from domestic supply. 40 h. Reinforcement: Shall conform to ASTM A615, Grade 60. i. Admixture: For use in grout and mortar - Red Label 40 Suconem, or Grout-Aid, one (1) pint per sack of cement. 2.02 Mortar and Grout Proportions: a. General: All parts by volume measurement. b. Mortar: 1 part Portland cement, 3 parts sand and 1/4 part minimum to 1/2 part maximum hydrated lime. C. Grout: 1 part Portland cement, 2 parts minimum to 3 parts maximum damp, loose sand, 2 parts pea gravel. 2 . 03 Mixing Mortar and Grout: a. General: Determine all parts of mortar and grout by accurate volume measurements and mix in mechanical mortar mixer in batches containing not less than one (1) full sack of cement, unless otherwise approved. b. Order of Mixing: In mixing each batch of mortar or grout, mix the water, sand and cement until a smooth plastic mass without lumps is obtained. Grout shall contain sufficient water to cause it to flow freely "� without segregation. Concrete Unit Masonry 04220-2 C. Retempering and Time Limit: Maintain mortar plastic and grout fluid continuously until used. Retemper on the mortar boards only by adding water within a basin formed with the mortar and work mortar into the water. Dashing or pouring water over the mortar will not be permitted. Do not retemper or use the mortar which has become harsh and non-plastic. When mortar has been maintained plastic, and grout fluid, they may be used up to, but not more than, one hour after original mixing. 2 . 04 All masonry shall be sealed with "Sinak P-105" manufactured by Sinak Corporation and distributed by Burke (213) 722-2751 or equal. Product characteristics shall include: Dissolved solids = 12 . 3%, Specific Gravity = 1. 1, Net Weight per gallon = 9.2 lbs, Flash Point = none, Non-toxic. ARTICLE III - EXECUTION 3.01 Masonry Installation: a. General Requirements: All work shall be plumb, level and true to within 1/8" in 10 ' -0" of line and dimensions shown on the Design Drawings. b. Laying Units: If necessary to move or shift a unit already laid, remove all setting mortar, clean and apply only fresh mortar for final placement. ' C. Unless specifically shown on the Drawings, no unit less than 1/2 length will be allowed in the work. d. Mortar in all bed joints shall be full-rounded. Furrowing of bed joints will not be permitted. e. All head or end joints shall have sufficient mortar to 1 form dams to retain grout. 3.02 Special Requirements: a. Protect all adjoining work from droppings of mortar or grout. b. Where fresh masonry joins masonry that is partially or completely set, the exposed surface of the set masonry shall be cleaned with a wire brush and lightly wetted so as to obtain the best possible bond with the new work. C. Wherever possible, grout from inside face of the masonry. Fill all wall cavities containing reinforcing bars by pouring full of grout. Puddle grout immediately with piece of wood sufficiently to cause it to fully encase the reinforcing steel. The use of a trowel for puddling Concrete Unit Masonry 04220-3 is prohibited. If the work is stopped for one (1) hour or longer, the grout shall be stopped 1-1/2" below the , top. d. Stopping: Where it is absolutely necessary for construction purposes to stop off a longitudinal run of masonry, rack back each course and stop the grout 4" back of the rack. Toothing will not be permitted unless special approval is given. e. Jointing: 1. General Requirements: Maintain uniform joints throughout. Solidly fill all joints between units and between units of other material. Fill all holes made by line pins in exposed work. 2 . Joints: Strike all joints flush and tool to a smooth concave surface. Concealed joints receiving membranes shall be struck flush. f. Reinforcing: Accurately set and place all reinforcing steel, except dowels, in concrete, in strict accordance with the Drawings and notes thereon. Secure vertical steel firmly in place by means of frames or other suitable devices. In any space containing reinforcement, clear distance between masonry and the reinforcement shall be at least 1/2" at all points. g. Curing: All work shall be cured for three (3) days by light sprinkling (do not use heavy watering) twice each day. 3 . 03 Protection and Cleaning: Protect corners subject to possible damage with substantial . board covers. Clean off any mortar or grout on masonry work immediately. Any masonry showing mortar or grout at comple- tion of work shall be replaced. All holes and/or openings 1/16" or larger shall be tuck-pointed with the same mortar mix as used in laying masonry. Concrete Unit Masonry 04220-4 SECTION 05120 STRUCTURAL STEEL ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. ' 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Structural Steel, " complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: ' 1. Steel girders, beams, purlins, columns, and all other fabricated and rolled shapes shown on Structural Drawings. 2 . Bolting and welding. ' 3 . Base and bearing plates, shims and wedges. 4 . Punching of holes for attachment of work of other trades. 1 5. Prime painting of steel. 6. Tests and Inspections. Refer to "Tests and In- spections, " Section 01400. b. Related Work Not Included in This Section: 1. Miscellaneous items of steel and iron. Refer to "Metal Fabrications, " Section 05500. 2 . Grouting of column base plates and installation of cast-in-place items furnished under this Section. Refer to "Concrete Work, " Section 03310. 3. Finish Painting. Refer to Painting, ,' Section 09900. ' Structural Steel 05120-1 1. 03 Requirements: a. Shop Drawings and Erection Diagrams: The Contractor shall prepare and submit to the Owner for review complete shop drawings and erection diagrams for all structural steel work and shall comply with the following requirements: 1. Submission: Submit all drawings for structural steel to Owner for his information in accordance with Section 01340. Drawings shall be based on the Design Drawings and these Specifications, and shall indicate in detail the structural elements forming a part of this division of the work. 2. Responsibility: The approval or correction of any drawings shall not relieve the Contractor of any responsibility of the correctness of the drawings or the strength of any details. •� 3 . Omission of Material: Any materials or items called for in the Design Drawings and/or these Specifications which are omitted from the .� Contractor's shop drawings shall not relieve the Contractor from furnishing such materials or items. 4 . Fabrication/Erection Without Owner's Approval: Fabrication and/or erection prior to receipt of Owner' s acceptance of the Design Drawings is at the Contractor' s sole risk. 5. Distribution of Shop Drawings: Approved shop drawings shall be distributed as follows: Owner 1 Sepia, 3 copies * b. Record Set of Shop and Erection Drawings: After the structural steel has been erected and the accepted shop and erection drawings have been corrected to correspond with the changes made in the field, the Contractor shall deliver a complete corrected set of these drawings (blueprints) to the Owner. C. Fabrication and Erection: 1. All work shall be performed in accordance with the applicable provisions of the AISC "Specifications for Design, Fabrication and Erection of Structural Steel for Buildings, " and AWS "Structural Welding Code, " latest edition. Structural Steel 05120-2 2 . All structural steel, both in the shop and in the field shall be transported and handled and erected in such a manner as will preclude any injury thereto, and in no case shall the material be subjected to any undue stresses in any part of connection. 3 . Holes in structural baseplates shall be 3/16" larger than the bolt diameter for bolts 1" and smaller, 5/16" larger for bolts 1-1/8" and larger. ' 4 . Holes for all other bolted connections shall be 1/16" larger than the bolt diameter, unless noted otherwise. d. Cooperation: The work described in the Structural Steel Section shall be coordinated with that of all other Sections. All punching and drilling indicated on the ' Drawings or required for the attachment of their work to the structural steel framing shall be provided. Attention is directed to the pipe and duct supports, ' anchors, doors and similar work, all of which shall be provided for with the necessary drilling and punching; accurately located and arranged to receive and engage the same. e. Field Measurements: Before starting work, the Contractor shall secure all field measurements pertaining to or affecting the work of this Section and verify the locations and exact position of all anchor bolts occurring therein. f. Tests and Inspections of Structural Steel: Refer to "Tests and Inspections, " Section 01400. ARTICLE II - PRODUCTS 2 . 01 Steel shall conform to ASTM specifications for structural steel as follows: Structural Shapes and Plates ASTM A36 Structural Pipe Columns ASTM A53 , Gr. E or S Structural Tubing Columns ASTM A500, Gr. B 2.02 Welding electrodes shall conform to requirements of the American Welding Society "Structural Welding Code" , AWS D1. 1- 75. 2. 03 Unfinished bolts and anchor bolts shall conform to ASTM A307. Structural Steel 05120-3 ARTICLE III - EXECUTION 3 . 01 Welding: a. Operators shall be thoroughly trained and experienced in arc welding of structures, capable of making uniformly reliable butt and fillet welds in flat, vertical and overhead positions and by producing neat and consistent work in actual operation. Each operator shall have "* passed all welding tests of the American Welding Society. b. Surfaces to be welded shall be cleaned of any paint, grease, loose scale and foreign matter. Welds shall be cleaned each time the electrode is changed and all burned or flame-cut edges shall be chipped clean before welds are deposited thereon. The same electrode may be used with various thicknesses of plate, but the current used and number of passes made shall be changed * proportionately. C. After being deposited, welds shall be brushed with wire brushes and shall exhibit uniform section, smoothness of welded metal, feathered edges without undercuts or over- lays, and freedom from porosity and clinkers. visual inspection at edges and ends of fillet and butt joint welds shall indicate a good fusion with adequate penetration into base metal. d. During assembly and welding, the component part of a built-up member shall be held with sufficient clamps or other adequate means to keep the parts straight and in close contact. In welding, precautions shall be taken to minimize "lockup" stresses and distortion due to heat. No field welding shall be done under windy conditions until adequate wind protection screening has been provided. Any welds or parts of welds which are found to be defective shall be cut out with a chisel and replaced. 3. 02 Erection: a. All structural steel shall be erected by professional riggers and shall be carefully planned and laid out so that a minimum of cutting shall be required. The work shall be erected to be plumb, square and true to line and level, and in precise position as indicated on the Design * Drawings. Temporary bracing and guys shall be introduced wherever necessary to accommodate for the loads and stresses to which the structure may be subjected, including those due to employment and operation erection equipment, and shall be left in place as long as required to safeguard all parts of the work. Structural Steel 05120-4 b. Each column base plate shall be set in exact position as to alignment, plumb and level. The center of each base shall be true to the column center within tolerance of 1/1611 , and its level shall be adjusted in exact position. All bases shall be maintained at the exact position and level during grouting. C. The erection of structural steel shall be carried out in proper sequence with the work of other trades, and shall be framed, bedded and anchored to the concrete and relat- ed work in strict accordance with the detail drawings and approved setting drawings. 3. 03 Anchor Bolts: Anchor bolts shall be installed as shown on the approved Design Drawings. The Contractor shall make all necessary field measurements and if necessary employ templates for ' setting anchor bolts to assure proper location of all structural steel to line and grade ' 3 . 04 Finish: a. All steel shall be cleaned of any grease, rust, mill scale or other foreign matter, and given one shop coat of metal primer as per Federal Specifications TT-P-86a, Type II, or approved equal. b. After welding is completed, any damage to the primer paint shall be repaired by the application of primer paint. Touch up shall be applied as per manufacturer's instructions to provide a coating equal to the original finish. ' Structural Steel 05120-5 SECTION 05500 METAL FABRICATIONS ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. ' 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation ' of "Metal Fabrications, " complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Stair railings, handrails and brackets and pipe sleeves. 2. Wall and skylight security grills. 3. Steel plate and steel backing welded to steel studs for attachment of handrails, brackets, fixtures, etc. 4. Structural shapes not included in structural steel work. 5. Sleeves through concrete. 6. Backing plates, sleeves, and other items in con- nection with plumbing, electrical and mechanical work. Refer to respective sections. 7. Sleeves, and other items in connection with plumb- ing, electrical and mechanical work. Refer to respective sections. 8. Galvanizing of steel. 9. Prime painting of metal. ' 10. Tests and inspections. Refer to Section 01340. Metal Fabrications 05500-1 b. Related Work Not Included in This Section: 1. Structural Steel. Refer to "Structural Steel, " Section 05120. 1.03 Requirements: a. Field Measurements: The Contractor shall secure all field measurements required for proper and adequate fabrication and installation of all work covered by this Section. Exact measurements are the Contractor's responsibility. .. b. Shop Drawings: Shop drawings shall be prepared and submitted in accordance with Section 01340. C. Clean-Up: During the progress of the work, the premises shall be kept free from debris and waste material result- ing from the work in this Section. Upon completion all - surplus materials and debris shall be removed from site. ARTICLE II - PRODUCTS 2 . 01 General: All materials shall conform with the following requirements, and shall be of new stock of the highest grade available, free from defects and imperfections, of recent manufacture and unused. Where two or more identical articles or pieces of equipment are required, they shall be of the same manufacture. 2.02 Materials and workmanship shall be of the best quality, proper and sufficient for the intended use. All materials shall conform to latest ASTM Standards, where applicable. 2 .03 All metals shall be free from any defects which would impair the strength, durability, appearance and shall be of the best commercial quality for the purposes intended and adequate to withstand the strains and stresses to which they will be subjected. Metals shall be protected from injury in transit and at the job site until erected in place, inspected and approved. 2 .04 All miscellaneous steel shall conform to ASTM A36. 2.05 Structural tubing shall conform to ASTM A500, Grade B. 2. 06 Sheet steel shall be high quality, low carbon, hot-rolled sheet with good welding and forming qualities. Metal Fabrications 05500-2 2. 07 Galvanized sheets, where required, shall be hot-dipped and tight coated steel sheet, as per ASTM A525. Coating weight shall be not less than 1. 25 ounces per square foot. 2 . 08 Cast steel shall conform with ASTM A27 . 2. 09 Iron castings shall conform with ASTM A48. 2. 10 Malleable iron castings shall conform with ASTM A307 . 2 . 11 Machine bolts shall conform with ASTM A307. 2. 12 Mechanical anchors for securing items of miscellaneous metal to concrete and masonry shall be cinch anchors, or approved equal, not less than 3/811 , and of the threaded type for ' anchoring with the bolt head out. Anchor bolts where set in concrete shall be hook type, but not less than 1/2" diameter. ' 2. 13 Holes in structural baseplates shall be 3/16" larger than the bolt diameter for bolts 1" and smaller, 5/16" larger for bolts 1-1/8" and larger. 2. 14 Holes for all other bolted connections shall be 1/16" larger than the bolt diameter, unless noted otherwise. ' 2.15 Welding electrodes shall conform to ASTM A233 , E70 Series. 2.16 Lapeyre stairs. (56 degrees carbon steel stair) . a. Treads. . . . . . . . . . . . 13 gauge 1010/15 HRPO. b. Stringers. . . . . . . . . 211 x 1-3/4" gauge 1010/15 HRPO. C. Handrails. . . . . . . . . 1-1/2" O.D. x . 083" 1010/15 CS. d. Construction. . . .Shielded metal arc welded. Treads to be spot welded to stringer. Handrails to be bolted. ' e. Finish. . . . . . . . . . .Hot dipped galvanized per ASTM A123 . ARTICLE III EXECUTION 3.01 Welding: a. Except for any modifications indicated on Drawings and/or specified herein, the AISC Code of Standard Practice for Steel Buildings, and the AWS Code for Fusion Welding and Gas Cutting in Building Construction, both as amended to date, shall govern all materials, and fabrication and erection of all work under this Section. ' Metal Fabrications 05500-3 b. All welds shall be made in accordance with the best stan- dard practice. Welding shall be done on the unexposed sides to prevent pitting, discoloring, weld-halo, and other surface imperfections. Surfaces to be welded shall be thoroughly cleaned, and welds shall show a uniform section and reasonable smoothness without any distortion. Exposed surfaces of welded joints shall be dressed and finished to produce invisible connections. Welding alloys shall be furnished in the same color and character *^ as the surfaces of the metals joined. C. All welders shall be certified by procedures accepted by the City of Huntington Beach. 3 . 02 Workmanship, Fabrication and Erection: a. Workmanship shall be in accordance with the best standard practices of the trade and shall be done by mechanics skilled in the type of work required. Insofar as •, possible, all work shall be fitted and shop assembled, ready for erection. Jointing and intersections shall be accurately made in true planes with adequate fastenings. Exposed joints shall be even and smooth and welded exposed joints shall be ground smooth and flush. b. Holes of the proper size and in the correct location as required for attachment of the work of other trades shall be provided. All cutting, tapping, and drilling shall be done as required. All finished items shall be free from kinks, twists, burrs and open joints. Damaged or distorted materials will not be acceptable. C. Work to be built in with concrete or masonry shall be of the proper form required for anchorage or be provided with concealed anchors. d. All work shall be formed true to detail with clean, straight, sharply defined profiles. Exposed joints shall be close fitting and made where least conspicuous. e. Install supporting members, fastenings, frames, hangers, bracing, brackets, bolts, angles and the like; all as re- quired to set and connect all items of miscellaneous metal to concrete and steel framing. f. Holes for exposed screwheads shall be countersunk. All . necessary lugs, brackets, and clips shall be provided so that the work can be assembled and installed in a neat and substantial manner. g. Fastenings shall be concealed, where possible. Unless otherwise indicated, bolts and screwheads shall be Metal Fabrications " 05500-4 flathead or countersunk oval as best suited for the purpose. h. Plates for mounting any items of finish hardware shall be welded in place. 3.03 Miscellaneous Items: a. With exceptions as specified, furnish, fabricate and install all miscellaneous angles, channels, tubes, bent plate, clips, anchors and other miscellaneous metal work required for the complete job as indicated on the Drawings. Such items shall be formed as detailed, or if not detailed, as required for the location and purposes ' served, and in accordance with the applicable provisions specified herein, or in other Sections, but which are customarily considered as part of the work, the same as if fully specified herein and detailed on the Drawings. ' b. Sleeves through masonry or concrete walls and footings shall be furnished and installed, as required, and shall ' be standard weight steel sections of a size sufficient to allow 1/4" clearance all around between the sleeve and item to be inserted. C. Anchors, brackets, and plates of suitable steel shall be furnished and installed where required in connection with steel, iron, masonry and concrete construction, and shall ' be complete in all respects. 3 . 04 Finish: a. Materials to be embedded in concrete shall not be primed. b. After welding is completed, any damage to the galvanizing or primer paint shall be repaired by the application of Dry Galv, Galvalloy or Galvicon to galvanized surfaces and primer to primed surfaces. Touch-up shall be applied as per manufacturer 's instructions to provide a coating equal to the original finish. ' Metal Fabrications 05500-5 SECTION 07191 ' BITUMINOUS VAPOR BARRIER ' ARTICLE I - GENERAL 1. 01 Conditions: All applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: All labor, materials, tools, equipment, services and super- vision necessary to construct all "Waterproof Membrane" , complete as shown on the Drawings and/or specified herein. Work includes but is not limited to the following: ' a. All below grade waterproof membrane applied to concrete masonry walls. ' b. Inspect installation of backfill. ARTICLE II - PRODUCTS ' 2.01 Materials: ' a. Codes: Materials and workmanship shall conform to the governing Building Code. In cases of conflict between these Specifications and the Building Codes, the more stringent shall govern. b. Cold-applied bituminous systems use asphalt emulsions or cut-back asphalt mastic reinforced with fabric. The ' following list summarizes the materials or products commonly used and the ASTM standard to which each must conform: ' Asphalt primer ASTM D41 Asphalt mastic ASTM D491 Asphalt emulsion ASTM D1187 Glass fabric ASTM D1668 Summary of Materials Per 100 Square Feet ' Asphalt primer 15 lbs. (1-1/2 gallons per coat) Asphalt mastic 30 lbs. (4 gallons per coat) Asphalt emulsion 30 lbs. (4 gallons per coat) ' Glass fabric 1 lb. (3 plies required) ' Bituminous Vapor Barrier 07191-1 1/4" protection board is to be included as part of materials required. •• ARTICLE III - EXECUTION 3 . 01 Workmanship: a. All work shall be performed under the constant supervision of a qualified foreman. b. The Contractor shall inspect all surfaces to receive waterproof membrane prior to the application of any materials. The Contractor shall report to the General Contractor any conditions that would prevent proper execution of his work. Starting work shall indicate acceptance of a suitable surface. C. Preparation of Surfaces: The Contractor shall remove all minor projections and accumulated dirt. Concrete sur- faces shall be primed uniformly and completely at the rate of 1/2 gallon to one gallon of primer per 100 square feet. The primer shall be allowed to dry prior to bitu- men application. All surfaces shall be smooth, clean and dry. d. Installation of Membrane: 1. Inside and outside corners or areas where unusual stresses are anticipated shall be reinforced with two layers of glass fabric set in mastic. 2 . Fabric shall be applied in a uniform coating of mastic carried to a convenient working height of 4 to 6 feet. The sides of each sheet of fabric shall be lapped 2 inches, and succeeding courses should lap lower courses approximately 10 to 12 inches. ,. The fabric shall be firmly pressed in place to ensure complete attachment, particularly at the laps. The completed membrane shall be nailed at the top of each course at approximately 8 inches on center horizontally across the membrane. 3. Where the membrane extends through a wall or around - a corner to join another membrane, a lap of approx- imately 10 inches shall be provided. The lap shall be protected so that a clean surface is available for the joint to be formed later. 4 . The completed system shall be completely covered with a coating of mastic to ensure that no fabric is exposed. Bituminous Vapor Barrier 07191-2 5. Provide a 7/16" "Flintkote" protection panels so ' that the joints are tightly butted to provide protection for the membrane. ' 6. Backfill: Deposition of backfill by others under the inspection of the Contractor shall be made to prevent injury of the finished work. ' 7. Clean-up: The work area shall be kept clean of excess materials during application and installa- tion. Upon completion, the work area shall be kept ' clean and neat. 3.02 Guarantee: ' The Contractor shall provide the Owner with a guarantee that all waterproof membrane will be watertight for a period of two (2) years from the date of acceptance of the building by the ' Owner. ' Bituminous Vapor Barrier 07191-3 SECTION 07200 INSULATION ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and material, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Insulation" , complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Ceiling sound insulation. ARTICLE II - PRODUCTS 2 . 01 All insulation shall be of a type or material approved by the Factory Mutual System. 2.02 Walls where shown on Plans shall be insulated with sound and/or thermal attenuation blankets with a minimum of R-11 rating. ARTICLE III - EXECUTION 3. 01 Installation: a. Insulation above ceilings where shown on Drawings shall be layed neatly in multiple layers to the required thickness. All joints shall be staggered 24 inches. b. Ceiling insulation shall be snugly fit between joists by mechanical fasteners. Contractor shall provide addi- tional insulation support if excessive sag is perceived. r Insulation 07200-1 SECTION 07510 MINERAL SURFACED BITUMINOUS BUILT-UP ROOFING ARTICLE I - GENERAL 1. 01 Conditions: All applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1.02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Metal Decking" , complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Built-up roofing. 2 . Base flashings and parapet wall flashings. 3 . Protective and reflective coating. 4. Cant strips. 5. Supervision of installation of sheet metal items in connection with roofing. 6. Guarantee. b. Related Work Not Included in This Section: 1. Furnishing and installing sheet metal work. Refer to Flashing and Sheet Metal" Section 07620. 2 . Flashings for conduit, etc. , penetrating roof. Refer to Electrical Section 16100. 1. 03 Pre-Roofing Conference: a. Prior to starting the application of the roofing system there will be a pre-roofing conference with the Owner's representative to assure a clear understanding of draw- ings and specifications. The conference shall be attended by the Contractor, roofing subcontractor, (approved by the manufacturer) flashing and sheet metal Mineral Surfaced Bituminous Built-Up Roofing 07510-1 subcontractor, mechanical subcontractor, and the electrical subcontractor. �» 1. 04 Requirements: a. Roof subsurfaces and other construction adjoining or affecting the work of this section shall be examined before any work is started, and the Owner shall be notified in writing of any defects which would be . detrimental to the roofing work. The application of roofing materials to the roof deck surfaces shall be considered as acceptance of the roof surfaces by the .� Contractor. b. The work in this section shall include the supervision of the installation of metal flashings in connection with roofing work and which are specified to be furnished and installed under "Sheet Metal" Section 07600. The Contractor shall include in the shall include in the .. guarantee connections between sheet metal work and roofing work. C. Drainage fittings, connections, metal aprons, metal edgings, flashing and counter flashing, collars and sleeves for pipes passing through the roof and metal overflows shall be properly set, or shall be on the job -* if they are to be build into the roofing assembly. d. Before starting the work, the roofing applicator, accompanied by the Owner's representative, shall inspect the decks and other surfaces to receive waterproofing. The roofing applicator shall report in writing any unsatisfactory conditions to the Owner. The absence of any such report shall constitute the roofing applicator's acceptance of the surfaces. e. During the progress of the work, the premises shall be kept free from debris and waste material resulting from the work in this section. Upon completion, all surplus material and debris shall be removed from the site. f. The Contractor shall submit a letter certifying that applicator is approved by manufacturer and that the work has been installed in accordance with the specifications and manufacturer 's instructions. g. Materials and work shall conform to the governing building code. In case of conflict between these specifications and the building code, the more stringent will govern. h. Fire classification shall be UL Class "A" rating. Mineral Surfaced Bituminous Built-Up Roofing 07510-2 1.05 Submittals: �i a. Certificates of Conformance or Compliance: Submit certi- ficates from the manufacturers certifying that materials to be provided comply with the physical and chemical pro- perties and values required by the referenced publica- tions. b. Descriptive Literature: Submit manufacturer's applica- tion instructions and technical data sheet or catalog cuts on materials specified herein. C. Bill of Lading for Roofing Asphalt: Submit two (2) copies of the bill of lading for the roofing asphalt when labels of asphalt containers do not bear the flash point, finish blowing temperature, and equiviscous temperature. 1.06 Delivery, Storage, and Handling: a. Delivery: Deliver materials in manufacturer's original unopened containers and rolls with manufacturer' s labels intact and legible. Where materials are covered by a referenced specification, the container shall bear the specification number, type, and class, as applicable. Labels or bill of lading for roofing asphalt shall indi- cate asphalt type, flash point (FP) , finish blowing temperature (FBT) , and equiviscous temperature (EVT) , i.e. , the temperature at which the viscosity if 125 centistokes when tested in accordance with the require- ments of ASTM D2170. Deliver materials in sufficient quantity to allow continuity of work. b. Storage: Protect roll materials against moisture absorp- tion. Store roll materials on end on clean raised plat- forms in dry locations with adequate ventilation. Do not store roll materials in building under construction until concrete, mortar, and plaster work is finished and dry. Immediately before application, store roll materials for 24 hours in an area maintained at temperatures above 50°F. Completely cover felt stored outdoors with water- proof protective coverings. Tie covering securely to the pallets in such a way as to be completely weathertight and yet provide sufficient ventilation to prevent conden- sation. Polyethylene coverings are not permitted. Do not store more materials on the roof than can be instal- led the same day. Locate materials temporarily stored on the roof in approved areas and distribute the load to stay within the live load limits of the roof construc- tion. C. Handling: Select and operate material handling equipment so as not to damage existing construction and applied Mineral Surfaced Bituminous Built-Up Roofing 07510-3 am roofing. Handle roll materials in a manner to prevent damage to edges and ends. am 1. 07 Environmental Conditions: Application willn of be permitted during inclement weather or when air temperature is below 40OF within 24 hours after application, or when there is ice, frost, surface moisture, or visible dampness on the roof deck. The restriction on the imp application of roofing materials below 40OF will be waived if the Contractor devises some artificial means, satisfactory to the Owner, of: (1) maintaining the surrounding temperature above 40°F; and (2) maintaining the application temperature of heated materials without exceeding the maximum specified kettle temperature. Maximum kettle temperature shall not be exceeded under any conditions. 1. 08 Tests a. Immediately after roofing felts are in place and BEFORE applying cap sheet surfacing, notify the Owner who will, at Owner' s option, order testing laboratory to make material analysis tests and membrane test cuts. No more than one(1) test cut per 2 , 000 square feet will be taken. 1. Sample cuts will be 14" x 14" samples of roof -� membrane for inspection and weighing. 2 . Patching in a Cut: The Contractor shall patch in with four (4) plies of felt and five (5) moppings applied over each patch. Felt to extend 411 , 6110, 8" and 10" beyond patch. b. The Owner will pay all costs of testing and patching unless test show roofing has not been installed in accordance with the specifications. In this event the .� Contractor shall pay these fees and add layers of roofing as required to conform to the specifications. 1. 09 Guarantee: The Contractor shall furnish a written guarantee using AIA Document, A331, which guarantees that during a period of two '^ (2) years from date of final acceptance of project, he will, without additional cost to the Owner, promptly make any repairs required that are a result of defective materials and/or workmanship. Roofing to be promptly repaired or replaced without additional cost to the Owner. This includes but is not limited to: failure to stay in place, splitting, pulling loose from foundation under it, alligatoring, buckling, tearing, bubbling, leaking, etc. Guarantee shall cover replacement of Owner' s equipment and/or other items, Mineral Surfaced Bituminous Built-Up Roofing 07510-4 including building construction which may be damaged by water under the guarantee period. 1. 10 Manufacturer's Guarantee: Roofing manufacturer shall furnish to the Owner a certificate stating that the completed installation is eligible for a 20- year bond. 1. 11 Protection of Property: a. Protective Coverings: Install protective coverings at paving and building walls adjacent to hoist and kettles prior to starting the work. Lap protective coverings not less than six inches. secure against wind, and vent to prevent collection of moisture on covered surfaces. Protective coverings shall remain in place for the duration of the roofing work. b. Flame-heated Equipment: Locate and use flame-heated equipment at locations that will not endanger the structure or other materials on the site or adjacent property. Do not place flame-heated equipment of the roof. Provide and maintain one fire-extinguisher of appropriate type and size adjacent to flame-heated equipment. ARTICLE II - PRODUCTS 2 . 01 Description of Roofing System Based on GS Spec. No. A-1-M-3 : Provide the following roofing System: a. Summary of Materials per 100 Square Feet: Asphalt Primer 1/2 gal. 4 lbs. Type III Asphalt Spot Mopping 15 lbs. ALLWEATHER/EMPIRE Base Sheet (1 ply) 40 lbs. No. 15 Asphalt Perforated Felt (2 plies) 30 lbs. FLINTGLAS Mineral Surface Cap Sheet (1 ply) 72 lbs. Type III Asphalt Moppings 3 @ 25 lbs ea 75. lbs. Approximate Total Finished Weight 236 lbs. b. Asphalt. Apply asphalt at a temperature between 4000 and 450°F. C. Cants. In angles of roof deck and vertical surfaces, the Roofing Contractor shall furnish and install a Fiber Cant Strip with a minimum 3" face. d. Fasteners. Provide fasteners of nonferrous metal or ` galvanized steel, except for fastening metal items of copper, aluminum, and stainless steel. Use hard copper Mineral Surfaced Bituminous Built-Up Roofing 07510-5 am fasteners for copper items, aluminum, and stainless steel. Use hard copper fasteners for copper items, aw aluminum or stainless steel fasteners for aluminum items, and stainless steel fasteners for stainless steel items. For felts, use fasteners flush-driven through metal disc, or one-piece composite fasteners with heads not less than one inch in diameter or one inch square with rounded or 45-degree tapered corners. e. Fasteners for Securing Felts and Metal Items to Concrete Block Walls and Vertical Surfaces: Hardened steel nails with flat heads, diamond shape points, and mechanically low deformed shanks not less than 1-1/2 inches long. Power- driven fasteners may be used only when approved in writing. f. Metal Discs (Tin-caps) : Flat discs or caps of zinc- coated sheet metal not lighter than 28-gage and not less than 1-3/8 inches in diameter. Discs shall be formed to ..� prevent dishing. Bell or cup-shaped caps are not acceptable. Omit disc when one-piece composite fasteners are used. ARTICLE III - EXECUTION 3 .01 Condition of Surfaces: *� Insure that the following conditions exist prior to application of the roofing materials: a. Drains, curbs, cants, control joints, expansion joints, perimeter walls, roof penetrating components, and equipment supports are in place. b. Surfaces are rigid, dry, smooth, and free from cracks, holes, and sharp changes in elevations. C. The plane of the substrate does not vary more than 1/4 inch within an area 10 feet by 10 feet. d. Substrate is sloped as indicated to provide drainage. e. Walls and vertical surfaces are constructed to receive counter flashing and will permit nailing of the base flashing. f. Treated wood nailers are securely fastened in place. g. Cants are securely fastened in place in the angles formed by walls and other vertical surfaces. The angle of the cant is 45 degrees and the height of the vertical leg is Mineral Surfaced Bituminous Built-Up Roofing 07510-6 not less than normal four inches. Cants are constructed of treated wood or insulation board. Refer to drawings. h. Venting is provided in accordance with the following: 1. Edge Venting: Perimeter nailers are kerfed across the width of the nailers to permit escape of gaseous pressure at roof edges. 3 . 02 Preparation: Coordinate the work with that of the other trades to assure that components which are to be secured to or stripped into the roofing system are available and that flashing and counter flashing are installed as the work progresses. a. Priming of Vertical Surfaces: Coat concrete which is to receive base flashing uniformly with asphalt primer. Allow the primer to dry thoroughly prior to application of the flashing materials. b. Priming of Metal Surfaces; Prime flanges of metal stops, edging strips, flashing collars, and accessories with asphalt roof cement prior to stripping into the roofing system. C. Heating of Asphalt: Break up solid asphalt on a surface free of dirt and debris. Heat asphalt in kettle or tanker designed to prevent contact of flame with surfaces in contact with the asphalt. Kettles and tankers shall have visible thermometer and thermostatic controls set to the temperature limits specified herein. Maintain controls in working order and calibrated. use immersion thermometer accurate to "±201 to check temperatures of the asphalt frequently. If temperatures exceed maximum specified, the asphalt, at the instant of application, is below the minimum specified, the affected roofing shall be removed and replaced with new material. Cutting back, adulterating, or fluxing of asphalt is not permitted. 3.03 Application: Apply roofing materials as specified herein unless specified �( or recommended otherwise by the manufacturer's printed application instructions. Keep roofing materials dry before, during, and after application. Apply only as much roofing in one day as can be protected the same day. Maintain the specified temperatures for the asphalt. Provide temporary roofing and flashing as specified herein prior to the application of the permanent roofing system. Mineral Surfaced Bituminous Built-Up Roofing 07510-7 No a. Outlets. Set base sheet at drains in flashing compound 9" wide around ring and flange. GRPC recommends the use .., of a minimum 30" square, 1-1/2 lb. to 4 lb. lead or 16 oz. soft copper flashing set in flashing compound over the completed membrane and requires its use on all Roof Membrane Warranty Roof Systems. Flashing shall be stripped in with two collars of Base Sheet extending 4" and 6" beyond outside edge of flashing set in asphalt, and while hot, install clamp ring and tighten. Drains �.�. without lead or copper flashing shall receive clamp ring while completed membrane is hot. b. Valleys. Reinforce valleys with an additional ply of base sheet 36" wide, extending 12" up inclines. Apply in direction of slope of valley, lapping 4" on ends. Solid mop to base ply. Valleys without positive drainage shall receive a flood coat of asphalt and gravel after installation of cap sheet. C. Vent Pipe and Flashing Pan. Where projections extend through the roof surface, install flashing with a 4" wide continuous flange. Set flange in flashing compound on base ply. For nailable surfaces, flange must also be nailed 3" o.c. 3/4" rom perimeter. Seal flange with a 6" wide strip of YELLOW JACKET Glass Fabric, set in asphalt. Follow with a collar of base ply to fit around vents and overlap flanges 6" on all sides, applied in asphalt. After membrane is applied, form a cant of flashing compound around the base. Flashing pan shall have a minimum 4" level height. Opening between projection and deck shall be closed to prevent drippage. Fill the inside of the collar with flashing compound. Cant the flashing compound around projection above the level of outside rim. (Flashing Pans are not suitable for hot pipe projections) . d. Roofing Membrane. Cut plies in lengths not to exceed 18 ' and allow to flatten. Longer lengths may be used when rolled or machined and broomed into place. Spot mop the deck and apply base ply lapping 2" on sides. Solid mob base ply with asphalt and embed two plies of felt, shingle method, lapping 19" on sides, mopping between plies. Solid mop ply sheets with asphalt, and while hot, embed one ply of FLINTGLAS Mineral Surface Cap Sheet with 2" side laps. All end laps shall be 4" and not less than 3 ' apart, diagonally staggered. Back mop all side and .ft end laps with asphalt. (All side and end laps of ply shall be staggered and offset from preceding plies) . Roofing System shall be installed in a continuous application. All exposed felts applied shall be glazed with asphalt at the close of each day. Mineral Surfaced Bituminous Built-Up Roofing 07510-8 e. Base Flashings. Over the completed membrane at vertical surfaces, install Base Flashings consisting of one ply of FLINTLASTIC Modified Bitumen Cap Sheet, set in asphalt or Flashing Compound. Nail top edge 9" o.c. through tin- discs. Apply a three-course Flashing System to concrete or masonry walls. f. Protection of Applied Roofing: 1. Protection Against moisture Absorption: When precipitation is imminent and at the end of each day' s work, protect applied felts as follows: 2 . Glaze Coat: Apply a 1 laze coat of hot asphalt of g P the type used with the plying felts. Apply the glaze coat at the rate of 10 pounds per 100 square feet. When glass felts are used the glaze coat may be left off for up to 90 days. 3 . Water Cut-offs: Apply water cut-offs consisting of two strips of plying felt applied to exposed edges of the insulation. Extend the first strip six inches on the roof deck, up the vertical edge of the insulation, and six inches on top of the applied felts. The second strip shall lab the first strip by three inches on each side. Hot-mop the strips to the roof deck, applied felts, and to each other. Withhold moppings of hot asphalt from the edges of the insulation. When the application for the insulation and roofing system is resumed, cut the strips of felt along the vertical edges of the insulation, exposing the edges of the insulation. 4. Temporary Flashing: Provide temporary flashing at drains, curbs, walls, and other penetrations and terminations of roofing felts until the roofing membrane is complete, and permanent flashings are applied. Temporary flashings shall consist of one ply of plying felt applied in a trowel coat of asphalt roof cement, applied to a primed surface, and finished with a surface coat of asphalt roof cement. Remove temporary flashing before applying permanent flashing. 5. Temporary Walkways, Runways, and Platforms: Storing, walking, wheeling,a nd trucking is not permitted directly on applied materials. Provide temporary walkways, runways, and platforms of smooth clean boards or planks as necessary to avoid damage to applied roofing materials, and to distribute weight to conform to indicated live load Mineral Surfaced Bituminous Built-Up Roofing 07510-9 limits of roof construction. Use rubber-tired equipment for roofing work. 6. Damaged Work: Restore work damaged during the application of the roofing system to original condition or replace with new materials. g. Sheet Metal Work: All sheet metal work required in connection with roofing work shall be provided under "Sheet Metal" Section 07600. Supervise, inspect and approve all sheet metal work to be installed in roofing. Prime all metal with cutback primer before installing asphalt. Do not prime exposed face of fascias and edge trim. h. Flashings: Install all flashing as indicated on the drawing. If not indicated, install as per specifications of roof manufacturer of roof being used and as modified herein. Hand apply base flashing to cant strip with plastic cement, assuring that there is no air space between cant and roofing. i. Outlets: Set drain outlets below roof deck surface to permit free flow of water and to prevent forming water dams at rim. Seal roofing around drains and fill metal base of ring-type drains with flashing compound. After roofing is applied install ring and tighten. j . Cant Strip: In angles of roof deck and vertical walls or . curbs, the Contractor shall furnish and install a three inch minimum cant strip, or as indicated. Prime the walls with asphalt primer and when dry embed the strip, or ad indicated. Prime the walls with asphalt primer and when dry embed the strips in hot asphalt. The cant strip shall fit flush at ends and to wall surface. Where scuppers occur, apply cant strip two inches back from flange and bevel cant eight inches from ends. k. Parapet Wall: Coat the inside and top of all concrete evenly with specified protective coating. Apply with spray or soft fibered brush, using three (3) gallons per 100 square feet. Priming of the walls prior to coating application is required. 1. Asphalt Primer: Prime the concrete deck and unprimed metal deck with asphalt primer, using one (1) gallon per 100 square feet and allow to dry. M. Vapor and Asphalt Barrier: Apply one (1) layer #40 asphalt felt in a hot asphalt mopping at concrete decks. Lap side laps two inches and end laps four inches. Mineral Surfaced Bituminous Built-Up Roofing 07510-10 n. Roof Edges: At all roof edges and openings in the roof, provide two (2) layers of felt set in high melt asphalt 6" back from the edge, fold back over the installed roofing at least 12" and mop in unless indicated otherwise on the drawing or as recommended by the manufacturer of the roofing system being used. 3 . 04 Field Tests: Field tests shall be performed in the presence of the Owner. Notify the Owner one day prior to the date of performing tests. a. Test for Fastener Resistance to Pullout: 1. Hand-held Scale: A scale capable of one end being attached to a metal strip as described below and the other pulled by hand. The scale shall be graduated in pounds between 0 and not less than 45. 2 . Metal Strip: A stripof sheet metal with a hole in the center large enough to receive the shank of the fastener and not allow the head of the fastener to pass through. Each end of the metal strip shall have a hold suitable for attachment to the hand- held scale. b. Drain Sump Test: After the roofing system is completed plug the drains and fill drain sumps with water for 24 hours to test watertightness. make careful measurement of the water level at the beginning and end of the 24- hour period. If precipitation occurs during the 24-hour test period, the test shall be repeated. In the event that the water level falls, remove the water and thoroughly dry and inspect the installation. Make repairs or replacement as directed, and repeat the test until requirements for passing this test are met. 3. 05 Clean-Up: At completion of the work, clean all exposed surfaces soiled by the work. Repair all damage caused by the work at no extra cost to the Owner and to his satisfaction. Remove all debris of the work from the job site and leave entire installation in condition ready for use. Mineral Surfaced Bituminous Built-Up Roofing 07510-11 SECTION 07610 METAL ROOF DECKING ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Metal Decking" , complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Metal roof decking. 2 . Flashings, closures, fastenings and accessories required for metal roof decking. 3 . Welding. 4 . Skylights. b. Related Work Not Included in This Section: 1. Miscellaneous metal items, except as specified herein. Refer to Section 05500, "Metal Fabrications" . 2 . Structural steel supports, refer to Section 05120, "Structural Steel" . 1. 03 Requirements: a. Shop drawings shall be prepared and submitted in accordance with Section 01340. ARTICLE II - PRODUCTS 2. 01 Roof Decking: Roof decking shall be provided as indicated on the Construc- tion Drawings and shall be the product of a manufacturer who is regularly engaged in the manufacturer of metal roof deck- ing. All accessories required for a finished installation shall be provided, including closures, flashings and cover plates. All fasteners shall be stainless steel with molded washers and installed per manufacturers recommendations. Metal Roof Decking 07610-1 2 . 02 Design Requirements: Metal decking having a cross-sectional area that differs from the units indicated may be used, provided that the properties of the proposed units are equal to, or great than, the proper- ties of the units indicated. Side edges of floor units shall be designed to interlock with adjoining floor units. 2 . 03 Metal roof decking shall be heavy duty galvanized steel (G- 90) . 2 . 04 Accessories shall be the manufacturer' s standard types and shall be provided as follows: a. End closures shall be provided to close the open ends of all cells. b. Closures shall be provided for closing voids between cells over partitions that are perpendicular to the direction of cells. C. Hanger clips or loops for utility systems and/or gym. suspended ceiling shall be provided as indicated. 2 . 05 Skylights and Roof Curb: a. Bristolite ventilation skylight (fiberglass) dome mounted on top of "ThyCurb" model TC-2 . b. Bristolite skylight (fiberglass) dome size as shown on drawings. ARTICLE III - EXECUTION 3 . 01 The metal roof decking shall be placed on supports, properly adjusted and aligned at right angels to supports before being a attached. Cells of abutting units shall be aligned throughout the length of the run. Damaged metal decking shall be discarded. ARTICLE IV - SHOP DRAWINGS 4 . 01 Shop drawings shall be submitted to the Engineer for approval. The drawings shall show a large scaled cross-sectional detail of the metal roof decking, various connections, bearing on structural supports, methods of welding, attachment of acces- sories, floor layout and other pertinent details. Refer to Section 01340. Metal Roof Decking 07610-2 SECTION 07620 FLASHING AND SHEET METAL ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Sheet Metal" , complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Flashings, sheet metal work and counterf lashings shown and/or required. 2 . All formed and bent plate lighter than 14 gauge. 3 . Shop drawings. Refer to Section 01340. b. Related Work Not Included in This Section: 1. Flashings for plumbing vents, ducts, and mechanical equipment and piping extending through roof. Refer to Division 15. 2 . Sheet metal work for duct grilles and similar items. Refer to "Air Conditioning" section. 3 . Painting. Refer to "Painting" Section 09900. 4. Flashings for conduit through roof. Refer to "Electrical" Division 16. 5. Miscellaneous metal items specified in "Metal Fabrications" Section 05500. 1. 03 Requirements: a. Inspections: Before completion of the work, the Contractor shall carefully examine and, if necessary, test all sheet metal work and installations specified herein. The Contractor shall make any repairs to the Flashing and Sheet Metal 07620-1 work, as necessary, for a completely watertight installation, and leave it in a satisfactory condition. b. Guarantee: All sheet metal work shall be guaranteed against any inherent or developed defects in material or installation. All work shall be guaranteed to remain watertight for a period of two (2) years. C. Clean-Up: During the progress of the work, the premises shall be kept free from debris and waste material result- ing from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. ARTICLE II - PRODUCTS 2 .01 All sheet metal shall be galvanized sheet steel with not less than 1. 25 ounce per square foot, commercial class, zinc coat- ing prime finish, conforming to ASTM A525. Steel shall be . hot-dipped and shall be tight coated so that any working of the metal will not affect the zinc coating. Sheet metal shall be gauge as shown but not less than 24 gauge where not noted. 2. 02 Corrugated iron to be standard 2-1/2" corrugated, 24 gauge thick. 2 . 03 Solder shall be a standard brand conforming to ASTM B32 , 50% lead and 50% tin. 2 . 04 Caulking compound, or mastic, in connection with sheet metal and for the setting and sealing of sheet metal joint, shall conform to requirements specified in "Caulking" section. 2 . 05 Reglet and flashing in concrete block parapet to be Fry Reglet Type MA (or Owner approved equal) . a. Reglet lap to be 111 . b. Flashing lap to be 311 . 2 . 06 Skylight curbs to be "ThyCurb" Model TC-2 (or Owner approved equal) with a pressure treated 1-1/2" x 1-1/2" minimum wood nailer to attach the sklylight. 2 .07 Equipment supports to be "ThyCurb" Model TEMS-2 , (or Owner approved equal) . 2. 08 Flue penetrations to be "ThyCurb" Model TP-S (or Owner approved equal) . 2 .09 All pre-fabricated curbs shall be constructed by one manufacturer. Flashing and Sheet Metal 07620-2 ARTICLE III - EXECUTION 3 . 01 All surfaces to which sheet metal is to be applied shall be free from defects of any kind and brush clean. Any projections, nails, fins, etc. , shall be set flush or removed as required for a complete and workmanlike installation. 3 . 02 All dimensions shall be verified in the field for work which is to be shop fabricated. All work shall be accurately formed with clean, straight, and sharply defined profiles. Sheet metal shall be formed, fabricated, and installed so as to provide for any necessary expansion and contraction in the completed work and, in addition, so that all joints will remain watertight and weathertight at all times. 3. 03 Soldering: All surfaces shall be thoroughly cleaned before soldering. Soldering shall be performed slowly with full flowing joints and with the joints as thin as possible. Flat locked seams shall be at least 1/2" wide, and shall be sweated full of solder. Lap seams where soldered shall be at least 3" wide. All flat and lap seam joints shall be made in the direction of the flow. 3. 04 All exposed raw edges of sheet metal shall be doubled back 1/2" minimum. 3 . 05 Where necessary to provide strength and stiffness, joints shall be additionally reinforced with rivets or screws. 3. 06 Sheet metal drips shall be provided at the heads of exterior door openings which are exposed to the weather. Flashing and Sheet Metal 07620-3 SECTION 07810 SKYLIGHTS ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Skylights" , complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Skylights. 2 . Shop drawings. Refer to Section 01340. b. Related Work Not Included in This Section: 1. Curbs. Refer to architectural drawings and specification Section 07700, "Flashing and Sheet Metal" . 1. 03 Requirements: a. Inspections: Before installing the skylight, the Con- tractor shall inspect the roof curbs to insure they are installed to accommodate the skylight. b. Clean-Up: During the progress of the work, the premises shall be kept free from debris and waste material result- ing from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. ARTICLE II-PRODUCTS 2.01 Curb mounted skylights (Bristolite Alumi-Lite 4848 AL-CM and 3737 AL-CM or Owner approved equal) shall be formed acrylic pyramid dome. Engaged between all points of con- tact between aluminum extrusions of 6063-TS alloy. A gasket shall be provided between all points of contact between acrylic surface and aluminum. All water dis- Skylights 07810-1 charge ports in outer cap shall be shielded from airborne debris. Skylight assembly shall be airtight. A large capacity evaporative condensate gutter shall be an inte- gral part of the unit. 2. 02 Frame to be bronze anodized. 2. 03 Acrylic pyramid to be clear. ARTICLE III - EXECUTION 3. 01 Curbs shall be undamaged to provide a connection of the . skylight. 3. 02 All dimensions shall be verified in the field for work which is to shop fabricated. All skylights shall be accurately formed with clean, straight, and sharply defined profiles. Skylights 07810=2 SECTION 07920 CAULKING AND SEALANTS ARTICLE I - GENERAL 1.01 Conditions: rAll the applicable requirements of Division 0 and Division 1 apply to the work in this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Caulking and Sealants" , complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Sealing of all joints as necessary to make the building watertight and to prevent the passage of dirt, dust or wind. 2. Sealants in connection with sheet metal and metal siding. 1. 03 Requirements: a. During the progress of the work, the premises shall be kept free from debris and waste material resulting from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. b. Samples and product data. Refer to Section 01340. ARTICLE II - PRODUCTS 2. 01 Caulking compound (sealant) for exterior shall be a two- component type (Thiokol) polysulfide base sealing compound conforming with list of "Tested and Approved Sealants" published by the Thiokol Chemical Corporation, or shall be one-part Silicone rubber sealant (such as G.E. Silicone Construction Sealant or Dow Corning 780 building Sealant) , or shall be a two-component type polyurethane base compound manufactured by Tremco, PRC or Parrpane & Sealants, Inc. Color of sealants shall closely match adjacent materials and be submitted for the Owner's approval. Caulking and Sealants 07920-1 2 . 02 Caulking compound (sealant) for exterior use shall be a plastic (butyl-base) caulking compound conforming to Federal Specifications TT-S-001657 . 2 . 03 Primer: Shall be a non-staining product specified by the manufacturer of a sealant and/or caulking compound used. ARTICLE III - EXECUTION 3 . 01 Before any finish waterproofing is done, joints to be caulked shall be raked out, brushed clean, and any dirty or greasy surfaces which would prevent adhesion to the caulking materials shall be cleaned, and all joints shall be filled solid with the caulking compound. Joints shall be packed to within 1/2" of the surface with backup material. Cement drypack shall be used to close any joints. All joints shall be filled, shall be airtight and watertight and shall have smooth and uniform surfaces. 3 .02 Surfaces of concrete, masonry, or metal to receive caulking compound shall be primed as directed by the manufacturer of the caulking compound and for the particular surface. Priming shall be done with a brush which will reach all parts of the joints. 3 .03 Particular care shall be taken not to damage any finish or adjoining surfaces. All exposed surfaces shall be left in a clean condition after completion of caulking operation. Adjacent surfaces which have become soiled by caulking work shall be cleaned immediately after becoming soiled. 3 . 04 The depth of caulking material in all joints shall be not less than one-half the width, excepting that all joints shall have a minimum depth of 1/4" caulking material. 3. 05 To prevent caulking from bonding to bottom of joint, place bond release material at bottom of joint prior to application of caulking material. Caulking and Sealants 07920-2 SECTION 08100 HOLLOW METAL DOORS AND FRAMES ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Hollow Metal Doors and Frames" , complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Pressed steel frames for doors, windows and framed openings, including Underwriters ' labels required for labeled openings. 2 . Hollow metal doors including butts: Provide Under- writers' labels as called for on Drawings. 3 . Preparation for hardware. 4. Shop drawings as required in Section 01340. 5. Delivery of doors and door frames for installation by others. b. Related Work Not Included in This Section: 1. Hardware. Refer to "Finish Hardware" section. 1 2. Wood Doors. Refer to "Wood Doors" section. 1. 03 Requirements: a. Steel doors and frames shall conform to Steel Door Insti- tute, S.D.I. 100 Series. b. Protect doors and frames from damage during transporta- tion and from dampness and rusting at all times. Store at site in dry location on wood blocking or on suitable floors, in vertical position. Do not store in any por- tion of building until after the plaster and concrete work has been completed and that portion of building has dried out. After installation, protect frames from dam- age during subsequent construction activities. Damaged work will be rejected and shall be replaced with new work without additional cost to the Owner. Hollow Metal Doors and Frames 08100-1 C. Clean-Up: During the progress of the work, the premises shall be kept free from debris and waste material result- ing from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. , ARTICLE II - PRODUCTS 2 . 01 Shop Painting: A primed finish shall be applied to all metal surfaces fur- nished under this Section. Metal surfaces shall be cleaned . and chemically treated to secure maximum paint adherence and shall receive a baked-on dip or spray coat of rust-inhibitive metallic oxide, zinc chromate, or synthetic resin primer on all exposed surfaces; inside surfaces of metal doors shall be thoroughly cleaned and coated with rust-inhibitive paint. Finished surfaces shall be smooth and free from irregularities and rough spots. 2. 02 Metal Frames: a. Metal for frames shall be 16 gauge cold-rolled or hot- rolled, pickled and oiled, steel sheets with clean, smooth surfaces. b. Concealed metal reinforcements shall be provided for hardware as required. The gauges of metal for reinforce- ment shall be in accordance with the manufacturer's recommendations, provided that the gauges used are not lighter than those required by S.D. I . 100 Series. C. The finished work shall be strong and rigid, neat in ap- pearance and free from defects. Moulded members shall be fabricated straight and true with corner joints well formed, in true alignment and fastenings concealed where practicable. d. Joints for welded-type frames shall be mitered and _. continuously arc-welded for full depth and width of frame and trim. All contact edges shall be closed tight and all welds on exposed surfaces dressed smooth and flush. e. Frames shall be prepared at the factory for the installa- tion of hardware. Welding of hinges to frames will not be permitted. Frames shall be mortised, reinforced, drilled and tapped to templates to receive all mortised hardware. f. Frames to receive surface applied hardware, including ,. closers, shall be provided with reinforcing plates only. Where concealed overhead door closers are required in Hollow Metal Doors and Frames 08100-2 frame members, the necessary additional space, cutouts, reinforcements and provisions for fastenings shall be made in heads of frames to receive the closers. Provide cover boxes in back of all hardware cutouts. Door frames shall be punched to receive rubber or vinyl door silen- cers; provide three silencers on lock side of single doors, and two silencers for each leaf in heads of double door frames. Lock strikes shall be set out and adjusted to provide clearance of silencers. Silencers shall be furnished with the frames. g. Provide metal anchors of shapes and sizes required for the adjoining type of wall construction. Fabricate jamb anchors of steel not lighter than the gauge used for frame. Locate anchors on jambs near the top and bottom of each frame and at intermediate points not over 24" apart. Weld or otherwise securely fasten anchors to back of frames at jambs; make provisions for securing anchors to studs. h. Provide floor clips of not less than 16 gauge steel and fasten to bottom of each jamb member for anchoring frame to floor construction. Clips shall be fixed and drilled for 3/8" diameter anchor bolts. 2 . 03 Location of Hardware: a. Locks and latches (Cylindrical, Mortise, Unit, Integral) : 38" from finish floor to center of knob. b. Top Hinge: Top edge 7" below door head. C. Bottom Hinge: Bottom edge ill' above floor. d. Intermediate Hinge: Equally spaced between top and bottom hinge. e. Rubber Silencers: Three equally spaced on each strike jamb for single doors. ARTICLE III EXECUTION 3.01 Frames shall be erected according to details on the Drawings and/or approved Shop Drawings. Frames to be installed by in- staller of partition in which frame is set. verify proper procedures to insure frame is installed correctly. Hollow Metal Doors and Frames 08100-3 SECTION 08331 OVERHEAD ROLLING DOORS ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Overhead Rolling Doors" , complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Rolling door curtains, guides, hoods, operators, and all miscellaneous hardware required. 2 . Shop drawings as required in Section 01340. 3 . Delivery and installation of rolling doors. b. Related Work Not Included in This Section: 1. Hardware. Refer to Section 08710. 2 . Finish painting. Refer to Section 09900. 1. 03 Requirements: a. The rolling doors shall be designed to withstand a windload of 20 pounds per square foot. To insure ease of operation, the load of barrel and curtain shall be supported by two (2) grease-sealed ball bearings. Doors shall be guaranteed for a period of one (1) year against defects in workmanship and materials. b. Protect doors and component parts from damage during transportation and from dampness and rusting at all times. Damaged work will be rejected and shall be replaced with new work without additional cost to the Owner. C. Clean-Up: During the progress of the work, the premises shall be kept free from debris and waste material result- Overhead Rolling Doors 08331-1 ing from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. ARTICLE II - PRODUCTS 2 . 01 General: Rolling doors shall be as manufactured by the Cookson Company, San Francisco, California 94107 , complete with guides, hoods, operating mechanism and special features as hereinafter specified. . 2 .02 Exterior Motor Operated Door: 12 ' -0" wide x 14 ' -0" high, shall be Cookson Type FC, or equal. a. Curtain: To be formed of interlocking slats fabricated from hot dipped galvanized strip steel. Galvanized coating to be 1. 25 oz. per square foot, in conformance with ASTM A525-73 . Material to be given a grey acrylic prime coat before fabricating. Alternate slats are to be fitted with endlocks. Provide windlocks on doors overw 1411" wide. The bottom slat is to be reinforced by two steel angles, not less than 1/8" thick. b. Guides: To be composed of three (3) steel angles bolted with 3/8" bolts to form a groove for the curtain. Wall angle is to be of the continuous type. The guide shall be attached to the wall with 1/2" machine bolts or lag screws on 36" centers. Top of each guide shall be well- flared to facilitate entry of curtain, and provided with cast iron stops. C. Brackets: Shall be fabricated from steel plate of not less than 1/4" thick. Brackets shall be bolted to wall angle with 1/2" bolts. d. Gears: All gears shall be cast iron with teeth cast from machine cut patterns. The pinion gears shall not be less «a, than 3" pitch diameter. Gear ratio shall be designed for a maximum manual effort of not more than 30 pounds. e. Barrel: To be not less than 4" diameter steel tubing and designed to limit maximum deflection to . 03" per foot. Oil tempered torsion springs shall be capable of correctly counterbalancing weight of curtain. Springs shall be adjusted by means of an exterior wheel. f. Hood: To be fabricated from galvanized steel. Hood shall be formed to fit the curvature of the brackets and attached securely thereto. Hood shall be designed to protect motor operator from the effects of weather. Overhead Rolling Doors 08331-2 g. Finish: Curtain and hood shall have a baked grey acrylic primer. All other exposed surfaces shall be given one (1) coat of rust inhibiting paint. h. Operation: The 20 '-0" wide x 16 ' -0" high rolling door at the exterior wall of the building shall be motor-operated with push button control, and shall be equipped with Cookson "Detectedge" safety device, or equal, mounted on the bottom edge bar of the curtain. ARTICLE III - EXECUTION 3 . 01 Overhead rolling doors shall be installed according to manu- facturer's recommendations. 3 . 02 Exterior overhead rolling door and guides shall be flashed to prevent the intrusion of moisture into the building and all door components, such as drum, motor operator, etc. , and shall be permanently protected from the effects of weather through the use of flashings and protective sheet metal covers. ' Overhead Rolling Doors 08331-3 SECTION 08385 iACOUSTICAL METAL DOOR, WINDOW AND FRAMES ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Acoustical Metal Door, window and Frames" , complete as shown on the Drawings and/or as specified herein. Work includes but is not limited to the following: 1. Steel acoustical door, frames, seals and neoprene door bottom. All components shall be the product of Krieger Steel Products Company (or Owner approved equal) . 2 . Preparation for hardware. 3. Steel acoustical window. 4. Shop drawings as required in Section 01340, shall include the following: a) Acoustical test reports from an independent acoustical testing laboratory accredited by the U. S. Department of Commerce in accordance with ASTM E90-85 and E-413-75 as specified. b) Shop drawings showing door, door frames, head and jamb seals, door bottom construction, astragals, embedded sill detail and hardware, etc. . . Also show frame and door sizes and types as scheduled and detailed. c) Manufacturer' s written door and frame installation instructions, including instructions for adjusting sound seals. 5. Delivery of door, door frame and window for instal- lation by General Contractor. Acoustical Metal Door, Window and Frames 08385-1 b. Related Work Not Included in This Section: 1. Hardware. Refer to "Finish Hardware" Section 08710. 2 . Finish Painting. Refer to "Painting" Section 09900A. 1. 03 Requirements: a. Steel doors and frames shall have a minimum rate of 50 STC. . b. Protect doors and frames from damage during transporta- tion and from dampness and rusting at all times. Store at site in dry location on wood blocking or on suitable floors, in vertical position. Do not store in any portion of building until after the concrete work has been completed and that portion of building has dried out. After installation, protect frames from damage during subsequent construction activities. Damaged work will be rejected and shall be replaced with new work without additional cost to the Owner. C. The door manufacturer shall provide door assemblies that when installed in accordance with suppliers printed `» instructions, with hardware as indicated, shall obtain a field Noise Isolation Classification, NIC, within five (5) points of the laboratory tested specimen. d. The door manufacturer shall provide limited supervision to the Contractor during installation of the frames and hanging doors, and will be present during final adjustment of sound seals to assure the required installed field results. e. Door and window shall be field tested for acoustical performance, per ASTM E336-84 . f. In the event an assembly does not pass the f ield test after adjustment, due to product deficiencies, the manufacturer shall take necessary steps to obtain the required rating at no cost to the Owner. Further, the manufacturer must maintain representation until final project acceptance. g. Clean-Up: During the progress of the work, the premises shall be kept free from debris and waste material result- ing from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. Acoustical Metal Door, Window and Frames 08385-2 ARTICLE II - PRODUCTS 2. 01 Door Assembly: Acoustical door assemblies shall be KRIEGERSONIC Model No. NC7-16-8649 with a STC-49 laboratory rating, as manufactured by Krieger Steel Products Co. , Pico Rivera, CA. Certification shall be issued that the STC rating is in accordance with ASTM E90-85 and E413-75 testing procedures, as conducted by an accredited acoustical testing laboratory. 2.02 Window assembly shall be field tested for verification of meeting a 50 STC rating. 2 . 03 Shop Priming (Door, Door Frame and Window Frame) : A primed finish shall be applied to all metal surfaces fur- nished under this Section. Metal surfaces shall be cleaned and chemically treated to secure maximum paint adherence and shall receive a baked-on dip or spray coat of rust-inhibitive metallic oxide, zinc chromate, or synthetic resin primer on all exposed surfaces. 2. 04 Door Construction: All acoustical doors shall be 1-3/4" thick, constructed of minimum 16 ga steel face sheets joined on the vertical edges and packed with a non-coupling acoustical core. Top and bottom of doors shall be reinforced and completely closed with 16ga steel channels. The hinge edge of the door shall have a chamfered edge to avoid pinching or other distortion of the seal when closing the door. 2. 05 Door Noise Control Seals: a. All head and jamb seals shall be model NC3, neoprene compression seal, in a fully adjustable retainer assembly. The hinge edge seal shall be constructed to avoid any pinching, or distortion of the seal when closing the door. b. The door bottom seal assembly shall consist of a fully mortised automatic door bottom with an extruded neoprene insert, and a secondary surface mounted automatic door bottom, both full width of the door. The door bottom assembly shall assure a continuous positive seal between the door and floor. 2.06 Metal Door Frame: a. Frame shall be fabricated from 14ga steel with corners mitered, continuously welded, and ground smooth. Hinge Acoustical Metal Door, Window and Frames 08385-3 reinforcing plates shall be not less than 3/16" thick steel welded in place, strike reinforcing shall be not less than 10 ga steel, and reinforcing for surface applied hardware shall be not less than 14 ga steel. Frames shall be furnished with one welded-in floor anchor on each jamb, and a temporary steel spreader to prevent distortion during shipment. 2 . 07 Metal Window Frame (50 STC) : a. Fabricate frames from 14 gauge cold rolled steel with the corners mitered, welded full depth and width of joint, and ground smooth. Frame anchor for metal stud wall construction shall be a 16 gauge channel full height and width of frame, inside dimension of channel to be same as metal stud size. Frames shall be prepared for double glass with the maximum air space possible between the glass. Provide a perforated metal stop with sound absorptive fiberglass lining between the glass and .. removable metal stops on the outer surface. b. Glass (not provided by Krieger) shall consist of one layer of 1/4" thick wire glass and one layer of 3/8" thick (3/16"-. 045-3/1611) laminated acoustical glass. Glazing gasket shall be soft to let glass float in the opening, caulk edge of glass perimeter with silicone sealant to assure no sound leaks. C. Steel window frames shall be thoroughly cleaned, - phosphatized and factory primed with one (1) coat quality primer. See Section 09900A. ARTICLE III - EXECUTION .. 3 . 01 Door & Frame: a. Frame shall be erected by General Contractor according to details on the drawings and/or approved shop drawings. Frames to be installed by installer of partition in which .. frame is set. Verify proper procedures, manufacturer to insure frame is installed correctly. b. Coordinate installation with work of other trades. C. Doors and frames shall be installed in strict accordance with the manufacturer' s written instructions. Frames must be set plumb and square, anchored securely to the floor and wall construction. d. After the assembly has been built into the walls and all finish hardware installed, all operating parts shall be adjusted for smooth operation and continuous contact Acoustical Metal Door, Window and Frames 08385-4 between perimeter seals and adjoining surfaces. Adjusting of acoustical seals shall be supervised by an authorized representative of the door manufacturer, all costs associated with this supervision shall be borne by the door manufacturer. 3. 02 Window frame shall be installed, plumb and square in accordance with manufacturer's instructions and approved shop drawings. Closed area in frame made by the continuous channel and masonry shall be grouted solid with "Gypso-Lite" grout by Gold Bond or "Structo-Lite" by U. S. Gypsum. Acoustical Metal Door, Window and Frames 08385-5 1 SECTION 08710 FINISH HARDWARE ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1.02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing and delivery of "Finish Hardware" , complete as shown on the Drawings and/or as specified herein. b. Related Work Not Included in This Section: 1. Installation of finish hardware. 2. Rough hardware. 1.03 Codes and Regulations: Exit doors and doors leading to exits shall be provided with hardware in full compliance with applicable local codes and regulations. Exit doors shall be openable from the inside without the use of key or any special knowledge or effort. 1.04 Qualifications: The finish hardware supplier shall be a duly authorized or ap- proved distributor or dealer of the manufacturer. 1.05 Samples: Submit samples of hardware in accordance with Section 01340. Tag items and indicate manufacturer's name, finish, catalog number and intended location in the buildings in accordance with Section "Shop Drawings, Product Data and Samples. " 1.06 Packaging and Marking: Hardware shall have the required screws, bolts and fastenings necessary for its installation packed in the same packages with the hardware, including instructions. Each package shall be legibly marked and adequately labeled, indicating the part of the work for which it is intended. Each marking shall Finish Hardware 08710-1 correspond to the number shown on the approved hardware schedule. 1. 07 Delivery: Deliver hardware, as an obligation under this Section, to the Contractor at the job site. Deliver hardware when and as re- quired for preparation of doors and frames to receive hardware or for installation, in such quantities and at such times as to maintain normal job progress and prevent delay of the work. 1. 08 Templates: -. Furnish templates to standards in accordance with approved hardware schedule as required to prepare doors and frames to receive finish hardware. Furnish templates in accordance with door and door frame manufacturer 's production schedule in order not to delay the progress of the job. 1. 09 Hardware Schedule: Submit to the Owner for acceptance six (6) copies of complete hardware schedule within ten (10) days after the selection. Acceptance of hardware schedules shall not be construed as certifying its completeness, but only that it has been checked for manufacture and finish. 1. 10 Material Standards: Hardware shall be of the best grade, entirely free from imper- fections in manufacturing and finish. Qualities, weights and sizes specified herein are the minimum that will be accepted. Where the exact type, functions, and sizes of hardware speci- fied are not adaptable to the finished shape or size of the members requiring hardware, furnish suitable types having as nearly as practicable the same operation and quality as the type specified, subject to Owner ' s acceptance. 1. 11 Scope of Requirements for Finish Hardware: The finish hardware listed herein shall not be construed as a complete hardware schedule, but shall only be considered as an indication of the hardware requirements. Examine the Contract Documents and provide all necessary or additional hardware as required not specifically scheduled therein. Such items of hardware shall be the same type, quantity and quality as that scheduled for similar doors or parts of the buildings for similar purposes. Finish Hardware 08710-2 ARTICLE II - PRODUCTS 2 . 01 Finish: All hardware shall have a satin chrome 626D finish unless otherwise specified. 2 . 02 Butts: Furnish 1-1/2 pair 4-1/2 x 4-1/2 hinges each leaf unless otherwise specified. Finish shall be as specified. 2 . 03 Closers: To be as listed. Size per manufacturer ' s listed chart. Place all closers as inconspicuously as possible in room, in building, etc. 2 . 04 Lock: Shall be Schlage Lock Company. Box strikes with curved lips of sufficient length to protect trim, maximum extension 1/8" beyond trim, . All locksets shall be six (6) pin, "C" keyway, unless indicated otherwise. i 2. 05 Keying: * Locks shall be master keyed as directed by the Owner, and a record kept of the key changes. Keying shall be determined after a conference with the Owner and the keying shall be designated in the hardware schedule by appropriate set numbers opposite the respective doors. 2. 06 Floor Stops: Furnish one (1) floor-mounted door stop per door as required. Quality Manufacturing Company, #433 ES. Finish to match adjacent hardware. Connection to floor as approved by the Owner. 2 .07 Door Silencers: Provide three (3) door silencers per jamb in all doors, Quality Hardware #1337-A at exterior doors. 2 . 08 Manufacturer: The following names are the only hardware manufacturers whose equipment will be considered for use on this job: Finish Hardware 08710-3 Abbreviation Manufacturers BBW Builders Brass Works C Corbin DC Door Controls, Inc. F Falcon HA Hager I Ives Law Lawrence M Monarch Mck McKinney N Norton . . P Pemko Q Quality Rdg Reading Re Reese RF Rixon-Firemark S Sargent Sch Schlage SG Sargent/Greenleaf St Stanley U Unican VD Von Duprin 2 . 09 Hardware List: HW A SINGLE EXTERIOR DOOR 3 each Butts TA2714 4-1/2 x 1-1/2 NRP 626 Mck 1 each Lock L9453P 2-3/4" Ply 626 Sch 1 each Closer 1604 --- Alum N 1 each Stop 8061 X --- 626 BBW 1 each Dr. Top 346C --- Alum P Protection HW B SINGLE EXTERIOR DOOR 3 each Butts TA2714 4-1/2 x 4-1/2 626 Mck - 1 each Lock L9453P 2-3/4" Ply 626 Sch 1 each Closer 1604 --- Alum N 1 each Threshold 142A --- Alum P 1 each Stop 8061 X --- 626 BBW 1 each Hook 66A --- Alum P 1 each Dr. Top 346C --- Alum P Protection 1 each Dr. Bottom 345A --- Alum P Finish Hardware 08710-4 HW C SINGLE EXTERIOR DOOR -- LOCK (Openable from inside only) 1 each Butts TA2714 4-1/2 x 4-1/2 NRP 626 Mck 1 each Lock L9453 Ply 626 Sch 1 each Drip Cap 345A --- Alum P at Door Bottom 1 each Drip Cap 346C --- Alum P at Top of ' Frame HW D SINGLE INTERIOR SOUND REDUCING DOOR 3 each Butts T4A- 4-1/2 x 4-1/2 NRP 626 Mck T4B3768 1 each Lockset D50PD 2-3/4" Ply 626 Sch 1 each Closer 1604 --- Alum P ' Finish Hardware 08710-5 SECTION 09900A ' PAINTING ARTICLE I - GENERAL i. ol Conditions: ' All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and services neces- sary for and incidental to performing all operations in connection with furnishing, delivery and installation of "Painting" , complete as shown on the Drawings and/or as specified herein. b. Surfaces Not To Be Painted: 1. Concrete flatwork. 2. Materials with complete factory finish. C. Surfaces listed under Specification 09900B to take precedence over Section 09900A. 1. 03 Requirements: a. Provide, install, remove and transfer fixed, movable and hanging scaffold, staging and planking as necessary for proper performance of the required work. Do not use fixtures for scaffolding. b. Number of coats mentioned are minimum that shall be applied. It is intended that paint finishes of even, uniform color, free from cloudy or mottled surfaces, be provided. Work shall be "spot" or undercoated as neces- sary. Each coat shall be of proper ground color to receive succeeding coat, and shall not appreciably differ in color tint. Each coat shall be approved by Owner before next coat is applied; otherwise, an extra coat will be required over entire surface involved at no ' additional cost to Owner. C. Submit a complete list of all materials proposed for use, in accordance with Section 01340, identified by manufact- urer's name and product label, to the Owner for approval prior to start of painting. ' Painting 09900A-1 d. All material must comply with local air pollution control requirements and Federal lead content requirements. e. Colors shall be as selected by Owner. f. Secure color sample from the Owner before undercoating. Samples of colors selected and finishes specified shall be furnished to the manufacturer for color matching. Approval of colors must be obtained from the Owner before Y proceeding with the work. Unless otherwise specified, all undercoats shall be tinted slightly to approximate the finished color. g. Prepare and submit 8-1/2" x 11" samples of each color and finish to the Owner for approval before work of this Contract begins. h. Prepare sample wall areas as may be directed by the Owner. These areas will be the standard of work for the project when approved. i. Inspect surfaces to be painted and arrange for a satisfactory correction of defects in workmanship or material that might affect work of this Section. Application on surface shall constitute an acceptance of each surface as being in fit condition to receive finish application. j . Take extreme precautions to protect exposed construction from paint spatter. This work will remain unpainted and shall be free from paint blemishes. k. During the progress of this work, the premises shall be - kept free from debris and waste material resulting from the work in this Section. Upon completion, all surplus material and debris shall be removed from the site. ARTICLE II - PRODUCTS 2. 01 All paints, enamels, varnishes, etc. , shall be of the brand and quality specified and shall be delivered at the site of work in clean, unopened original containers and stored where designated. 2 .02 Materials necessary to complete the painting and finishing schedule as herein specified and listed by material numbers - and names are standards for kind, quality and function, and are taken from the stock list of architectural finishes of the Sinclair Paint Company. 2 .03 Materials as manufactured by the following companies may be submitted to the Owner for approval for use on the project: Painting 09900A-2 Dunn-Edwards, Fuller-O 'Brien, National Lead and Olympic Stains. ARTICLE III - EXECUTION ' 3 . 01 Preparation of Surfaces: a. General: Surfaces to be painted or finished shall be in a suitable condition for a proper finish and shall be subject to the approval of the Owner. 1 b. Preparation of Metal Surfaces Not Galvanized: All grease, oil, dirt, etc. , shall be removed by mineral spirits. Rust, scale and defective protective paint shall, if necessary, be removed by scrapers, wire brushes or other approved means, and then cleaned with mineral spirits. Final cleaning with mineral spirits shall be done not less than 30 minutes nor more than 3 hours before application of paint. C. Preparation of Galvanized Surfaces: Galvanized surfaces specified to be painted shall be first washed with paint thinner to remove all dirt, oil or grease. Surfaces shall then be washed with a solution of chemical phos- phoric metal etch and allowed to dry. Cleaning of gal- vanized surfaces shall be done the same day they are to be painted with the specified prime coat. d. Finish Hardware: Shall have been fitted and contact plates removed before painting. e. Plates for Electric Switches and Plugs: Shall have been fitted and removed. 3 . 02 All work shall be executed by skilled craftsmen, experienced in their trade. All work shall be of the highest standards and methods. Paints shall be mixed and applied in strict accordance with the manufacturer' s printed directions for his product. All materials shall be applied smoothly with proper film thickness, without runs, sags, skips, or any other defects. Enamels and varnishes shall be lightly sanded between coats, dusted and wiped clean before recoating. 3 . 03 All work shall be done under favorable weather conditions or conditions suitable for the production of first-class work. ' No exterior or interior painting shall be done until surfaces are thoroughly dry and cured. All work shall be rolled or brushed on; spray application shall not be permitted except with the prior approval of the Owner. ' Painting 09900A-3 3. 04 Protection: The Contractor shall protect all surfaces and objects inside and outside of buildings, grounds, lawns, shrubbery, and adjacent properties against damage. He shall also hold himself responsible for the orderly storage of materials, removal of all combustible rags, empty containers, etc. , at the end of each day, taking every possible precaution to prevent fire. ' 3 . 05 Inspection: All work shall be approved by the Owner and any work not com- plying with these Specifications shall be properly and promptly corrected. 3. 06 Schedule of Finishes: a. Finish Schedule: Surfaces shall be finished in accordance with the following procedures for the surface and finish desired thereon. b. Exterior: 1. Concrete: (Flat finish, 100% acrylic emulsion type) . 1st coat: 18 EPOPRIME 2nd coat: 1300 STUC-O-LIFE 2 . Ferrous Metal: (Flat finish, 100% acrylic emulsion type) : 1st coat: 15 RED OXIDE PRIMER 2nd coat: 14 CORRO PRIME 3rd coat: 1300 STUC-O-LIFE 3 . Galvanized Metal: (Flat finish, 100% acrylic emulsion type) : Pretreatment: 7113 Vinyl Wash Primer 1st coat: 14 CORRO PRIME 2nd coat: 1300 STUC-O-LIFE 3rd coat: 1300 STUC-O-LIFE 4 . Concrete Masonry - Clear Sealer 1st coat: 445 WATERSHIELD 2nd coat: 945 WATERSHIELD Painting 09900A-4 5. Ferrous Metals (gloss finish, alkyd enamel type) : ' 1st coat: 15 RED OXIDE PRIMER 2nd coat: 14 CORRO PRIME ' 3rd coat: GE2 SASH & TRIM ENAMEL 6. Galvanized Metal: (Gloss finish, alkyd enamel type) : Pretreatment: 7113 VINYL WASH PRIMER 1st coat: 14 CORRO PRIME 2nd coat: GE2 SASH & TRIM ENAMEL 3rd coat: GE2 SASH & TRIM ENAMEL C. Interior:1. Ferrous Metals (Semi-gloss finish, alkyd enamel type) : 1st coat: 15 RED OXIDE PRIMER 2nd coat: 14 CORRO PRIME ' 3rd coat: GE2 SASH & TRIM ENAMEL 2. Galvanized Metal (Gloss finish, alkyd enamel type) : ' Pretreatment: 7113 VINYL WASH PRIMER 1st coat: 14 CORRO PRIME 2nd coat: GE2 SASH & TRIM ENAMEL 3rd coat: GE2 SASH & TRIM ENAMEL 3 . Concrete (Flat wall finish, latex emulsion type) : 1st coat: 895 X-TRA SEAL 2nd coat: 1700 SINWALL 4. Concrete (Semi-gloss enamel finish, latex type) : 1st coat: 895 X-TRA SEAL 2nd coat: 1790 AQUA COATER 3rd coat: 4000 AQUA SATIN ENAMEL d. Painting Mechanical and Electrical Work: ' 1. All exposed exterior and interior heating, venti- lating, plumbing, mechanical and electrical work, except items indicated not to be painted, shall be painted. Care must be taken to protect exposed insulation during the painting of electrical and mechanical work. 2. Items such as equipment, pipes, vents, roof venti- lators, ducts, fittings, miscellaneous supports and ' Painting 09900A-5 hangers, electrical conduit, fittings, pull boxes, outlet boxes, unfinished surfaces of plumbing fix- tures, and all other work not specifically men- tioned, shall be thoroughly cleaned of all rust, corrosion, oil and other foreign materials, and all blisters of loose paint shall be removed. 3 . The unprimed surfaces and the bare areas of shop primed items shall be primed. 4 . After priming, all such mechanical and electrical work shall be finished with the second and third coats of paint as specified. 5. Any of the above mentioned work occurring in finished rooms or spaces shall be prepared and primed as specified above, and then given the second and third coats of wall paint or enamel to match the adjoining wall or ceiling surfaces. 6. The inside surfaces of all ducts, dampers, diff- users and louvers, as far back as visible from the room in which they open, shall be finished within two coats of flat black paint. 7. Refer to "Plumbing Mechanical and Electrical Draw- ings" for pipe, and conduit markings. Painting 0990OA-6 SECTION 09900B PAINTING AND COATING ARTICLE I - GENERAL 1. 01 Description: This section includes materials and application of coating systems for: a. Buried and exposed metal surfaces 1. 02 Related Work Specified Elsewhere: a. Valves: 15100 b. Cement Mortar Lined and Coated Steel Pipe: 15076 ' 1. 03 Approved Manufacturers: ' Metal Surfaces: a. Organic Zinc Primer: Koppers ' Tnemec 90-93 Rust-Oleum Sinclair 15 b. Alkyd Enamel: Ellis Hy-Lux ' Dunn-Edwards Syn-Lustro Sinclair Sintec C. Bituminous Mastic: Minnesota Mining and Manufacturing EC 244 Koppers Bitumastic (Supertank) 505 ' 1. 04 Submittals: Submit shop drawings in accordance with the General Provi- sions. Submit manufacturer's data sheets showing the follow- ing information: a. Percent solids by volume. b. Minimum recommended dry-film thickness per coat for prime, intermediate, and finish coats. C. Recommended surface preparation. d. Recommended thinners. ' Painting and Coating 09900B-1 e. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. f. Application instructions including recommended equipment - and temperature limitations. g. Verification from the manufacturer that the product meets current California VOC requirements. h. Color chart indicating all colors for City' s selection. . . 1.05 Measurement and Payment: Payment for the work in this section shall be included as - part of the lump-sum bid amount. ARTICLE II - PRODUCTS Metal Surfaces: 2 . 01 Primer: a. All primer shall be synthetic-alkyd based. b. All primer shall contain not less than 73% solids by volume and not less than 54% pigment by weight. C. All primer shall contain not less than 43% zinc chromate pigment and 14% red iron oxide pigment by weight. 2 . 02 Alkyd Enamel: a. All enamels shall be synthetic-alkyd based. b. All enamels shall be lead-free. C. All enamels shall be high gloss industrial type intended .. for use on exterior metal surfaces. d. All enamels shall contain not less than 60% solids by volume and not less than 30% pigment by weight. 2 . 03 Bituminous Mastic: a. Bituminous mastic shall be coal-tar pitch based. b. Bituminous mastic shall have minimum of 68% solids by volume. Painting and Coating 09900B-2 ARTICLE III - EXECUTION 3 . 01 Surface Preparation: Metal Surfaces: a. Do not sandblast or prepare more surface area than can be coated in one day. Remove all sharp edges, burrs, and 1 weld spatter. Do not sandblast epoxy-coated pipe that has already been factory coated. ' b. Surface preparation shall conform with the SSPC specifications as follows: Solvent Cleaning SP-1 Hand Tool Cleaning SP-2 Power Tool Cleaning SP 3 White Metal Blast Cleaning SP-5 ' Commercial Blast Cleaning SP-6 Brush-Off Blast Cleaning SP-7 Pickling SP-8 ' Near-White Blast Cleaning SP10 C. Wherever the words "solvent cleaning, " "hand tool cleaning, " "wire brushing, " or "blast cleaning" or ' similar words are used in these specifications or in paint manufacturer' s specifications, they shall be understood to refer to the applicable SSPC (Steel ' Structure Painting Council, Surface Preparation Specifications, ANSI A159 . 1) specifications listed above. ' 3. 02 Surfaces Not To Be Coated: The following surfaces shall not be painted and shall be protected during the painting of adjacent areas: ' a. Mortar-coated pipe and fittings. b. Stainless steel. C. Metal letters. ' d. Nameplates. e. Grease fittings. ' f. Brass and copper. g. Buried pipe, unless specifically required in the piping specifications. ' Painting and Coating 09900B-3 3. 03 Protection of Surfaces Not To Be Painted: Remove, mask, or otherwise protect hardware, lighting fixtures, switchplate, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Mask openings in motors to prevent paint and other materials from entering the motors. 3. 04 Field Touch Up of Shop-Applied Prime Coats: Surfaces that are shop primed shall receive a field touchup of organic zinc primer to cover all scratches or abraded areas. 3. 05 Alkyd Enamel: a. The following items shall be painted using an alkyd enamel system: 1. All aboveground or exposed piping and all piping in vaults. 2 . Valve box lids. 3 . Mainline cleanout covers 4 . Air release valve covers 5. Meter box lids for all water services. 6. All exposed metal work as directed by the District Representative. b. Surface Preparation: 1. All rust, mill scale, or weld splatter shall be removed by sandblasting or power tool cleaning. 2 . All unpainted surfaces shall be solvent cleaned in - accordance with SP-1 3 . All abraded or scratched enamel coatings shall be sanded smooth or receive power tool cleaning per SP-3 4 . All failures in the existing coating shall be s sandblasted in accordance with SP-6. Painting and Coating 0990OB-4 5. All existing surfaces to be repainted shall be ' washed with TSP and a stiff bristle brush. C. All unpainted or damaged surfaces shall be coated with primer to a dry-film thickness of not less than 2 mils. d. The finish coats shall be two or more coats of alkyd enamel applied to a dry-film thickness of 3 mils, ' providing a total painted dry film thickness of not less than 5 mils. 3. 06 Bituminous Mastic: a. Buried metal (flanges, non-stainless steel nuts and bolts, flexible couplings, exposed reinforcing steel, ' etc. ) shall be coated with a minimum of 20 mils of bituminous mastic. b. All metal surfaces coated with bituminous mastic shall be covered with 8 mil polyethylene wrap per Section 15056. ' 3 .07 Dry-Film Thickness Testing: a. Measure coating thickness specified for metal surfaces with a majestic-type dry-film thickness gage. Test the finish coat (except zinc primer and galvanizing) for holidays and discontinuities with an electrical holiday detector, low-voltage, wet-sponge type. Measuring equipment shall be provided by the Contractor. Provide detector as manufactured by Tinker and Rasor or K-D Bird Dog. Provide dry-film thickness gage as manufactured by Mikrotest or Elcometer. Check each coat for the correct ' dry-film thickness. Do not measure within eight hours after application of the coating. b. If the item has an improper finish color or insufficient film thickness, the surface shall be cleaned and top- coated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power-sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the specifications. ' Work shall be free of runs, bridges, shiners, laps, or other imperfections. Painting and Coating 0990OB-5 SECTION 10910 ' MISCELLANEOUS SPECIALTIES ' ARTICLE I - GENERAL 1. 01 Description: ' This section covers miscellaneous specialties as specified and indicated. ' 1.02 A. I.S.C. Specifications: Fabrication and erection of the ladders and cages shall be in accordance with the Specification for the Design, Fabrication ' and Creation of Structural Steel for Buildings of the latest edition of the A. I .S. C. Manual, and Section 1910. 27 of the latest edition of the OSHA standards, except as specified herein. 1. 03 Shop Drawings: The Contractor shall submit complete shop drawings of the hatch, vents, ladders and cages for approval to the Engineer. ' 1.04 Vertical Fixed Access Ladder in Vaults: All ladder bolts, expansion bolts, nuts, washers and expansion ' sleeve inserts shall be galvanized steel. All ladders, cages and brackets shall be galvanized steel. Ladder rungs shall be manufactured from solid bar stock. 1. 05 Welds: All welds shall have full penetration. ARTICLE II - PRODUCTS ' 2. 01 The access ladders shall be fitted with Bilco Ladder Up Safety Post or approved equal. ARTICLE III - EXECUTION 3. 01 Install miscellaneous specialties as indicated and in accordance with the manufacturer' s written instructions. ' ARTICLE IV - PAYMENT ' 4.01 Payment for the work in this section will be included as part of the lump sum bid amount stated. ' Miscellaneous Specialties 10910-1 SECTION 11000 GENERAL EQUIPMENT REQUIREMENTS ARTICLE I - GENERAL 1. 01 Description a. Furnish and install where indicated on the Contract Draw- ings such equipment as specified hereinafter complete and ready for operation. Each item shall be specifically designed for the intended function. Provide necessary accessories, items of equipment, plumbing, mechanical, electrical, and structural items, whether specified or not in order to provide properly installed and functional equipment. b. Equipment shall be suitable for installation in the space allocated on drawings and operation on the available building utilities. Any modification or redesign to the building structure or utilities because of an alternate equipment selection by the Contractor shall be provided by the Contractor at no additional cost to the Owner and shall require the Engineer' s prior approval. C. In all cases where a device or part of the equipment is referred to in the singular number, it is intended that such reference shall apply to as many such devices as are ' required to complete the installation. 1. 02 Quality Assurance: a. General: 1. All articles, materials, fittings, equipment and machinery incorporated in the work shall be new and unused, of recent manufacture, free from defects and imperfections, and shall, as far as practic- able, be manufacture ' s standard make and shall be of first grade commercial quality, from reputable manufacturers, suitable for the purpose intended and subject to approval of the Engineer. ' 2. When two or more similar items of equipment are required, they shall be products of a single manufacturer. 3 . Installation work shall be performed in a neat and acceptable manner by workers skilled in their respective trades, and all materials and equipment shall be installed as recommended by the manufact General Equipment Requirements 11000-1 ures and in accordance with specified codes and standards. 4 . Touch-up or repaint to match original finishes, all factory finished or painted equipment and materials which are scratched or marred during shipment or - installation. b. Permits and Tests: Obtain all necessary permits from the State and other authorities having jurisdiction, make application and file all drawings required for such permits, and pay for all permits. Arrange for inspection and test required by governing authorities and by the Owner. The Owner will pay for all testing requested by agencies and the Owner. Obtain and file with the Owner written evidence that all the above requirements have �N been met. C. Applicable Codes: 1. Work shall conform to Federal, State and local governing rules and regulations and ordinances, including OSHA and NFPA requirements, and shall ` pass inspection by the authorities having jurisdiction. 2 . Furnish all materials and labor above and beyond those required by these specifications in order to meet these requirements and to obtain approvals of < inspections and tests. 3 . Design, brace and anchor equipment for seismic loading conditions (where applicable) as required by the Uniform Building Code. d. Certificates: 1. Furnish an affidavit certifying that all materials and workmanship comply with the applicable code requirements. 2 . Before final acceptance, furnish certificates of the authorities having jurisdiction. - e. Quality Control Program: 1. Within 15 days of the effective date of the Notice to Proceed, submit to the Engineer for approval a detailed narrative explaining the quality control procedures to be utilized for the fabrication and installation of equipment. The narrative shall include details f the methods and procedures to be General Equipment Requirements 11000-2 used to regulate the production of the equipment to 1 assure compliance with the specified standards of quality. The narrative shall also include full information on the Contractor' s methods of testing and inspection and shall identify the Contractor's authorized representatives and their duties. 2 . During the course of the work, the Engineer will monitor the Contractor' s approved quality control program to verify compliance. Any work undertaken, including the ordering and purchase of materials and supplies for the work by the Contractor prior to approval of the Quality Control Program shall be at the Contractors risk. f. Certificates of Compliance: Upon delivery of the equipment, submit certificates of compliance. Each certificate shall be signed by an authorized representative of the manufacturer stating that the equipment complies in all respects with the Contract requirements. 1. 03 Submittals: a. Submit the following as specified in the various Section of Equipment Specifications. 1. Shop drawings as required in Section 01340. 2. Product data. 3 . Installation Instructions. b. Sequence of Approval: 4 1. Tentative approval of Equipment: Before submittal of shop drawings, submit to the Engineer for appro- val, drawings, specifications and lists of equip- ment to be incorporated in the work. This list shall include catalog numbers, cuts and such other descriptive data as may be required to assure com- pliance with these specifications. No considera- tion will be given to partial lists submitted from time to time. Approval of equipment will be tenta- tive subject to submission of complete shop draw- ings indicating compliance with the Contract Documents. 2. Final Approval of Equipment: After receiving tentative approval of the equipment lists submit shop drawings, product data and installation instruction for final approval. General Equipment Requirements 11000-3 C. Shop Drawings: Shop drawings shall consist of the following as applicable: . 1. Layout drawings showing equipment layout, eleva- tions, conduit runs, utility layout and hook-ups, and all required dimensions. ` 2 . Fabrication drawings, including bill of materials. 3 . Detail drawings. 4 . Foundation structural support drawings including anchor bolt plan and elevation. 5. Utility connection plan. 6. Electrical control diagram. 7 . Electrical wiring diagram. _ 8. Electrical equipment layout, with all motors, limit switches, solenoid valves, disconnect switches, control panels, etc. located and labeled. 9. Piping systems including pipe routing, sizing, valving, lubricators, regulators, pumps, nozzles, etc. fully noted and scheduled. d. Product Data: Manufacturer ' s literature including cata- log cuts, pamphlets, descriptive literature, equipment specifications, performance and test data, and brochures which adequately describe the piece of equipment or product. e. Installation Instructions: Manufacture' s recommended installation instructions and manufacturer' s installation . drawings. 1. 04 Operations and Maintenance Date: a. Submit Operations and Maintenance Manuals for each equipment item as follows: 1. One copy of sample formats and outline of contents in draft form 30 days prior to the earliest sche- duled equipment delivery to be submitted to the Engineer for approval. 2. One copy of complete manual in final form on equipment delivery date. General Equipment Requirements 11000-4 3. Five copies of approved manual after the equipment is installed and ready to test. b. Prepare manuals from the following materials: 1. Loose Leaf, on 60-pound, punched paper, plastic laminated. 2. Holes reinforced with plastic cloth. 3 . Page size, 8-1/2 inches by 11 inches. 4 . Foldout diagrams and illustrations. 5. Reproducible bydry-copy xerography method. 6. Oil-, moisture-and-wear-resistant plastic covers. C. General Requirements for Manuals: 1. Manufacturer' s operating manuals giving complete instructions relative to assembly, installation operation, adjustment, lubrication, maintenance, and carrying complete parts list shall be furnished by the Contractor. 2 . Manuals furnished may be manufacturer' s standard publications in regard to size and binding provided they comply with specified requirements relative to quantity and quality of information and date. 3 . Manuals shall be bound in hard or flexible covers. Illustrations shall be clear, and printed matter, including dimensions and lettering on drawings, shall be easily legible. If reduced drawings are incorporated into manuals, original lines and letters shall be heavied-up as necessary to retain their legibility after reduction. larger drawings may be folded into manuals to page size. d. Manuals shall contain: 1. Table of Contents, in numerical order. 2. Index, in alphabetical order. 3. Manufacturer 's literature describing each piece of equipment and giving manufacturer' s model number and drawing number. 4 . Operation instructions including step-by-step r' preparation for starting, operation, shutdown and draining. 5. Control diagrams, as-installed by the Manufacturer. 6. Sequence of operation by the Manufacturer. General Equipment Requirements 11000-5 7 . wiring diagrams, as-installed an color codes, of electrical motor controllers, connections and . interlock connections. 8 . Diagrammatic location, function and tag numbers of each valve. 9. Maintenance instructions. 10. Possible breakdowns and repairs. 11. Manufacturer' s parts list of all functional compo- nents control diagrams and wiring diagrams, giving manufacturer' s model number and Manufacturer 's part number. 12 . Lubrication schedule indicating type and frequency of lubrication. 13 . Manufacturer ' s warranty and guarantee data. 1. 05 Spare Parts: a. Furnish list of recommended spare parts to the Owner sufficient to maintain the equipment. Indicate which of these parts have lead times exceeding 10 days from order placement to delivery. Provide list of nearest local suppliers of all spare parts. b. Provide the Owner with all components required to keep the equipment running 95% of the time during the first year. C. Provide the Owner with a written plan containing all services required for maintaining the equipment; also provide all specialized test equipment and tools neces- sary to maintain equipment components and sub-assemblies. Furnish five (5) complete sets of maintenance equipment and tools and five (5) copies of the maintenance service plan to the Owner prior to Final Acceptance. d. Guarantee spare parts availability for a period of ten years. Furnish guarantee prior to Final Acceptance. 1. 06 General Design and Fabrication Requirements: a. Equipment shall be designed, fabricated, installed and adjusted to secure the best commercially available results to smooth, quiet, convenient and efficient operation, durability, economy of maintenance and operation, and the highest standards of safety. General Equipment Requirements 11000-6 b. It is not the intent of these Specifications to detail the design and fabrication of the several parts of the equipment, but it is expected that the type, material, design, workmanship and fabrication of each and every part shall be fully adequate for the service required, durable, properly coordinated with all other parts, in accordance with the best commercial standards and of the highest commercial efficiency. The components of electric circuits shall be of ample and proper size, design and material to avoid injurious heating and arcing, and all other objectionable effects which may reduce the efficiency of operation and economy of maintenance and upkeep below the best commercially available results. Minimum requirements are given herein for the certain parts of equipment. Equivalent requirements approved by the Engineer shall apply to such parts as are of special design, construction or material and to which the specified requirements are no directly applicable. These minimum requirements as a whole shall also be considered as establishing proportionate general minimum standards for all parts of the equipment. 1. 07 Shop Painting: a. Equipment shall be given one shop prime coat of approved rust-inhibitive paint containing at least 50 percent rust-inhibitive pigments and manufacturer' s standard finish coat system. Shop drawings shall indicate brand and type of paint. Colors shall be approved by the Owner. 1. 08 Electrical Requirements: a. Power supply for equipment shall be as specified on Electrical Drawings. b. Provide transformers for equipment as required to step down the specified supply voltage to provide lower voltage for controls and accessories and to provide voltage compatible with equipment as required. C. Wiring and conduit shall be provided for completed installation of all equipment and accessories and shall be adequate for proper operation of equipment. Wire and cable for light, power and signal circuits shall conform to those specified in the National Electrical Code. In no case shall maximum current carried exceed that specified by National Electrical Code for type of conductor used. Provide IMX Type conduit where required; all wiring and conduit shall conform to the requirements of the National Electrical Code. General Equipment Requirements 11000-7 d. Motors: 1. Motors for periodic usage shall be standard efficiency, all other motors shall be high efficiency, each bearing the UL label and .. constructed to standard of NEMA, IEEE, ANSI, and AFBMA. 2 . Motors shall be suitable for operation on the electrical service indicated. 3 . Horsepower ratings and sizes shall be selected at _, 400C ambient temperature with a service factor of 1. 15. Provide epoxy encapsulated insulation for severe usage for motors in a corrosive atmosphere. 4 . Motors rated one horsepower or greater shall have a full-load power factor of 85 percent of higher. Motors rated 20 horsepower and over shall be designed for reduced voltage starting. 5. Motors shall be totally enclosed unless otherwise specified. e. Drives: :t. Guards shall be provided for each coupling and belt drive in conformance with applicable codes. 2 . Belt drives shall have adjustable motor drive pulleys, and pulleys shall be replaced by the Contractors if required to properly operate the equipment. 3 . Provide sliding motor bases where adjustable motor drive pulleys are provided. f. Electrical Devices: Provide motor starter, fused disconnects, non-fused disconnects, and start-stop control stations for all equipment, subject to the following conditions. 1. Above stated electrical devises shall be provided r consistent with both NEC and equipment designed requirements, as well as the electrical power circuit design for each piece of equipment. -� 2. The type of electrical device provided shall be based on the requirements of the preceding paragraph and the electrical characteristics of the project electrical design. General Equipment Requirements 11000-8 3 . Sizing of the above stated electrical devices is the responsibility of the Contractor based on the information supplied by equipment manufacturers and is subject to the Engineers approval. 4 . Where fuses are required provide current limiting type, of ampere size suited to equipment motor load. a) Non-Motor Loads: Use Limitron, fast-acting, single element type, UL Class RKI . b) Motor, Welder and Transformer Loads: Use Fusetron, dual-element, time-delay type, UL Class RKI. g. Provide control devices necessary for proper operation and locate to permit efficient operation of the equipment, and where possible group in a factory- fabricated NEMA approved control panel. h. Switches, lights and control functions shall be identified with legend plates. The plates shall be constructed of polyvinyl-chloride material of laminated multiple construction, and rout engraved with appropriate legends. The size of letters, colors and legend shall be submitted for approval. The legend plates shall be mounted on the equipment in an approved manner. No decals will be accepted. 1.09 Installation Requirements: a. Furnish common and skilled labor, tools, rigging equipment, scaffolding, shims, dowels, and other material necessary to make complete installation of equipment specified and indicated in the Contractor Documents. b. Conduct loading, transportation, unloading, and storage of all products such that they are kept clean and free from damage. All transportation costs shall be borne by the Contractor. All equipment should be marked and tagged with equipment item numbers. C. All materials and equipment marred or damaged in any way, shape or form shall be required to the satisfaction of the Engineer at no additional cost to the Owner. d. Be responsible for safety and protection from loss or damage of equipment received until work is complete. Provide secured areas for equipment that will not be installed as soon as it arrives on Site. General Equipment Requirements 11000-9 e. Reassemble equipment items which were dismantled for shipment or moving. Assemble items which are delivered knocked down, or disassembled. f. Coordinate the installation of equipment with otherz contractors on Site. g. Furnish and install grout, shim material and miscellaneous steel necessary for brackets, anchors, or supports required in installation of equipment. h. Accomplish field machining that might be required to fit w equipment together or to install equipment. i. Lubricate apparatus before start-up. j . Field check for clearance and interference before fabrication or installation and relocate material and equipment furnished as required to eliminate interferences. k. Details listed in these specifications are given for a better understanding of the Work required by the Contractor, and do not place a limitation on the amount of work to be done nor do they relieve the Contractor of additional work that may be required for a complete installation. 1. Perform mechanical and electrical work required to install the equipment in accordance with the requirements of the jurisdictional authorities and the current applicable codes and standards of practice employed by these trades. 1. 10 Setting and Aligning Equipment: a. Equipment shall be set and aligned in accordance with manufacturer's recommendations, approved shop drawings and applicable standards of trade practice. b. Equipment shall be set true and level. Demonstrate adequate leveling of installed equipment. C. Retighten bolted connections after installation. 1. 11 Equipment Foundations: . a. Provide anchor bolts where required to mount equipment. Coordinate with other trades to insure the proper installation of the anchor bolts. " General Equipment Requirements �- 11000-10 b. Provide concrete pads and grout pads as required to stabilize equipment bases to concrete slab and foundations. C. Grout under base plates after they have been set, aligned and leveled. 1. 12 Cleaning and protection: a. Clean fabricated assemblies and equipment items thoroughly before and after operating and testing. b. Protect equipment from damage, deterioration, paint or coating spills or spots, corrosion, or harm from any source. 1. 13 Motors and Drives: a. Motors and drives shall be checked carefully for correct rotation and alignment before placing equipment into operation. b. Couplings shall be disconnected and realigned before placing into service or testing. C. Belt drives shall be adjusted and worn belts replaced in sets. Speed adjustment shall be subject to approval of the Engineer. 1. 14 Field Painting: a. Field painting equipment, including touch-up painting, if any, is included under this Section of Specifications. Normally, equipment shall be factory-finished as previously specified. b. Where factory finishes are provided on equipment and no additional field painting is specified, all marred or damaged surfaces shall be touched up or refinished so as to leave a smooth, uniform finish at the time of final inspection. 1. 15 Training Program: a. At least 30 days prior to scheduled delivery of equipment, submit to the Engineer a detailed outline of the proposed training program for the Owner's personnel. Include such information as the duration of the program, material and literature to be utilized, topics to be covered and any material and equipment required to be provided by the Owner. The Owner will provide transit General Equipment Requirements '� 11000-11 vehicles and transit vehicle components required for the training program. b. The training program shall include familiarization with equipment operation and performance and detailed instruction in operation and maintenance of the equipment including "hands-on" training. C. The training program shall include each piece of equipment' s operation and maintenance manual as a basic text for instruction. The program shall be organized to permit the Owner to develop, within its own organization, the capability to continue the education of its personnel in the proper operation, maintenance, and repair of the equipment. Assume no prior knowledge, on the part of the Owner' s personnel, of the equipment. d. Conduct the training program prior to final equipment testing and acceptance. Notify the Engineer of the proposed training period at least 14 days prior to commencement of the training program. The Engineer will provide the exact number of Owner personnel who will attend 7 days prior to the start of the program. e. The training program shall be conducted on Site, on the pieces of equipment supplied as part of this Contract. 1. 16 Equipment Testing and Check-Out: a. Before Final Acceptance, test the equipment in the presence of the Engineer to his satisfaction and to demonstrate that it is correctly connected, installed and operated properly. Submit a testing schedule to the Engineer for approval at least 30 days prior to the start of the equipment testing and check-out. b. The Owner will provide transit vehicles and transit vehicle components required for the testing procedures. C. The equipment testing shall not only demonstrate that x each piece of equipment has been properly installed and connected and operates properly but shall also demonstrate that the equipment performs the work for which it is intended. Design the equipment test so that all assemblies, subassemblies, components, auxiliary functions, and safety devices are utilized in the testing procedures at least once. d. Tested equipment found to be defective or inoperable to any extent shall be reported to the Engineer immediately. General Equipment Requirements ` 11000-12 e. Repair or replace any operating difficulty or defective item and restore the equipment to proper operation before testing is continued, at no additional expense to the Owner. f. Protect equipment and surrounding areas from damage resulting from testing operation. Clean-up spills or leakage resulting from testing. g. Bear all expenses of all tests, including the furnishing of all necessary instruments, lubricants, hydraulic fluids, supplies, data recorders, and operating personnel. General Equipment Requirements 11000-13 SECTION 14630 BRIDGE CRANE ARTICLE I - GENERAL 1. 01 Conditions: All the applicable requirements of Division 0 and Division 1 apply to the work of this Section. 1. 02 Scope: a. Work Included: All labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to furnishing and installing one (1) Traveling Bridge Crane, complete as shown on the Drawings and/or as specified herein. The work includes but is not limited to the following: 1. Traveling underhung bridge crane and controls. 2 . Traveling hoists and controls. 3 . Bridge crane runways (rails) . 4 . Crane runway conductors, system wiring and controls. 5. Shop painting. 6. Plan check by local building officials. 7. Certification as required to comply with CAL OSHA regulations. b. Related Work not Included in this Section: 1. Structural steel. Refer to "Structural Steel", Section 05120. 2. Painting. Refer to "Painting" , Section 09900A. 1. 03 American Crane Division Inc. Series bridge crane (or Owner approved equal) shall meet the requirements as follows: a. Two (2) ton capacity minimum. b. Clearance: Floor to bottom of hook: 14 ' -611 . Bridge Crane 14630-1 c. Hoist to be electrically operated Wright 600 type trolley hoist. d. Hooks shall be of the safety type with hook nuts keyed to hook shanks by means of a setscrew installed in a plane parallel to the longitudinal axis of the hook shank, or other similar easily removable securing device. All hook components shall be magnetic-particle inspected over the entire area in accordance with ASTM A275. Acceptance standard particle inspection that is greater than 1/8 inch long whose length is equal to or greater than three times its width. e. Operation Manual and Drawings: 1. An operating manual shall be included with the bridge crane system. The manual shall include operating instructions, a repair parts list, lubrication information and other maintenance instructions, and any instructions for making necessary adjustments. 2 . The Contractor shall supply two (2) sets of general installation drawings to the Owner for approval, prior to performing any work on site. f. Building Permits: The Contractor shall be responsible for obtaining all building permits (including plan check fees) which may be required to complete the installation _. f the bridge crane described herein. g. Submittals: The Contractor shall submit shop drawings and product data n accordance with Section 01340 for the bridge crane supplied. Manufacturer ' s catalog cuts will suffice for items of standard manufacturer. Shop drawings shall be accomp- anied by design calculations verifying size of structural members, lifting beams, and bridge traveling drives. The calculations shall include stress and loading diagrams. 1. 04 Standards: Comply with provisions of the following specifications and standards of latest edition, except as otherwise shown or specified. a. American Society for Testing and Materials (ASTM) , Designations and Standard Specifications. b. American Welding Society (AWS) , D1. 1 "Structural Welding Code" . Bridge Crane 14630-2 C. Industrial Safety Commission of State of California. d. American Institute of Steel Construction (AISC) . e. Monorail Manufacturer's Association (MMA) . f. American National Standard Institute (ANSI) . g. Underwriters Laboratories, Inc. (UL) . ARTICLE II - PRODUCTS 2 . 01 The bridge crane shall be as supplied by: ACCO Industries, Inc. Hoist & Crane Division West 12140 Bellflower Blvd. Downey, CA 90241 (213) 862-8101 2 . 02 American Monorail of California Bridge Crane (or Owner approved equal) shall include but not be limited to the following: a. Bridge crane runways designed by bridge crane manufacturer (rails) hung from roof beams shall be as follows: 1. Runway to be 92 feet long in a 92 foot room. See structural plans for support spacing. 2 . Composite type, with A36 steel top and 3-1/4" special tee bottom member, rolled from high carbon- manganese steel, hardened to Brinell 255, minimum. 3 . Deflection of the rail shall not exceed 1/450th of the span under maximum working conditions. b. Hanger and Rod Assemblies: 1. Rigid suspension with provision for leveling during erection and locking feature to hold adjustments and prevent nuts from turning off rods. 2 . Side sway and longitudinal bracing to resist seismic loads and horizontal forces due to crane operations, without bending hangers. C. Bridges: 1. Single girder, similar to the craneway beams but with deflection not over 1/600th of the span; end Bridge Crane 14630-3 truck wheelbase shall be 1/7th (minimum) of the crane span. 2 . Two (2) ton capacity on a 16 ' -6" span. 3 . Travel speed approximately 28 fpm. d. Trolley Hoists: 1. C.M. Electric Chain Hoist, two-ton capacity with chain container. a) Lift (hook height) at crane. Refer to structural plans. b) Hoisting speed 16 and 5 fpm, approximately. c) Traveling speed, 30 fpm. 2 . Manufactured by Columbus McKinnon. e. Brakes: 1. Shoe or disk type rated for 30 minute duty cycle, per ANSI Standard B30. 2 . 0, as follows: �.r a) Hoists: Mechanical holding brake automatically applied when power is shutoff, and electrical or mechanical control braking to maintain safe lowering speed. Capacity - 150% of full load. 2. Carriers and Bridge: Automatic brakes or non- coasting drive mechanism. f. Stops and Safety Lugs: Provide stops at all ends of craneways and bridge rails to withstand the impact of the fully loaded crane or carrier moving at 20% of the rated speed. Provide lugs to prevent bridge or carrier from dropping more than on inch in case of failure of mechanical components. g. Controls: 1. EXO switch on bridge, main line disconnect, reduced voltage soft start and 4 button pendant station suspended from hoist. Station market as follows: On-Off, Up-Down, East-West, North-South Bridge Crane 14630-4 2. 03 Electrification: Track systems and bridges shall incorporate UL approved safety conductors with bronze safety sliding shoe collectors. System shall be Duct-O-Bar. 2. 04 Drive Mechanisms: a. Motors shall be totally enclosed of ample capacity for"plugging" in either direction, rated for 30 minute service and 750C temperature rise above 400C ambient, per NEMA standards, sized to operate at 80% of rated power under full load. b. Gear trains shall run in a bath of oil, and bearings shall be permanently lubricated and sealed. C. Shafting and gearing shall be heat treated alloy steel; wheels shall be drop forged and rim toughened to a minimum Brinell hardness of 425 . d. Wheel yokes shall be articulating type. e. Mechanical components and cables shall have a factor of safety of 5. 2. 05 Nameplates and Capacity Plates: a. Nameplates showing manufacturer 's name, model number, rate capacity, rating and serial number shall be attached in a visible place on each major item. b. Capacity plates on non-corrosive metal with clearly legible permanently lettering shall be permanently attached to each side of the bridge and to the hoist. Capacity shall be stated in tons and clearly legible from the floor. 2.06 Painting: a. Exposed ferrous metal not in rolling or sliding contact P g shall be thoroughly cleaned and shop painted. 1. Track - Forest Green 2. Bridge - Safety Yellow 3. Hoist - Manufacturer' s Standard b. Paint hangers, clips, etc. , and touch-up damaged shop coatings with matching paint in the field. Bridge Crane 14630-5 2. 07 Operation Manual and Drawings: An operating manual shall be included with the bridge crane system. The manual shall include operating instructions, a repair parts list, lubrication information and other maintenance instructions, and any instructions for making necessary adjustments. ARTICLE III - EXECUTION 3. 01 Verification of Dimensions: The Contractor shall be responsible for the coordination and w proper relation of all work to the building structure and to the work of all trades. The Contractor shall verify all dimensions of the building that relate to fabrication of the crane, and notify the Owner of any discrepancy before the order to the crane manufacturer is finalized. 3. 02 Installation: Bridge shall be installed under the direct supervision of the manufacturer' s authorized erection supervisor. a. Assemble crane components, complete all internal wiring and electrical connections and install cranes on runways. Provide all materials, scaffolding, erection and rigging equipment for this work. b. Adjust and lubricate all mechanisms and test all cranes in accordance with the procedures in ANSI Standard B30. 2 . 0, operating all parts at no load and at 125% rated load. Tests shall be witnessed by the Customer and by the Owner' s Representative, and shall be operated through the full extent of all motions. Test weight shall be furnished by this subcontractor. " 3. 03 Testing: After installation is completed, all aspects of equipment operation shall be functionally tested. The equipment shall be proof tested by the Contractor in accordance with CAL OSHA regulations. The Owner shall be notified when the test is to be conducted. The Contractor shall obtain CAL OSHA certification. 3. 04 Guarantee: The Contractor shall guarantee the bridge crane system to be free from defects in material and workmanship for a period of one (1) year from the date of acceptance by the Owner. The Contractor shall provide all service without additional charge Bridge Crane 14630-6 to the Owner during the guarantee period. Should the system fail during the guarantee period, the Contractor shall, within 72 hours, respond to the Owner' s request for repairs. J Bridge Crane 14630-7 SECTION 15010 GENERAL REQUIREMENTS ARTICLE I - GENERAL 1. 01 Scope of Work: The work to be done by the Contractor under these specifica- tions shall consist of performing all operations necessary for: a. Dismantling pipework, valves, controls, pumps and other existing equipment from the Old Reservoir Hill Booster Station. Contractor shall plug all utilities to remain in place and remove the abandoned equipment to a site approved by the Engineer. b. Installing: - Seven (7) vertical turbine pumps. - One (1) variable speed electric motor with variable frequency controllers. - Seven (7) discharge heads. - Six (6) right angle gear drives and all related appurtenances. - Six (6) natural gas engines and controls. - LPG fuel backup system including two storage tanks, vaporizer/air mixer unit and surge tank. Suction and discharge piping including valves, vaults, flowmeters and other related appurtenances. The owner will furnish the following equipment for installation by the Contractor: C. Engines with accessories: - One (1) used model 1197 Waukesha naturally aspirated engine for installation at the location of the Overmyer unit no. 1. Two (2) used model 817 Waukesha naturally aspirated engines for installation at the Reservoir Hill Pump Station. d. Controllers: All Murphy controllers, series 500. All other equipment shall be supplied by the Contractor per plans and these specifications. The following is a listing of major equipment that must be utilized in the General Requirements 15010-1 Overmyer/Reservoir Hill pump station without any exceptions and or equals: e. Engines with accessories: All engines will be manufactured by Waukesha as follows: _ One (1) model 1197 Two (2) model VRG 220 f. Denox three way catalyst converter: The catalyst converters shall be Johnston Matthey Dual 500A, hatch back. The catalyst converter is not required for the VRG 220 model engines. g. Air/Fuel ratio controllers: The air/fuel ratio controllers shall be Altronic EPC-100 with digital temperature gauges, ignition powered, and 2 point readout. The air/fuel ratio controller is not required for the VRG 220 model engine. h. Water flowmeters: The flowmeters shall be model 655 Tigermag as manufactured by Sparling. i. Vertical turbine pumps: The Overmyer (main system) pumps shall be Johnston pump model 18EC with two stages. The Reservoir Hill pump units will be made in America and be identically matched according to design requirements for like units to allow like horsepower units to be synchronized. k. j . Right angle gear drives: The right angle drives shall be of the type manufactured by the Amarillo Gear Company. 1. 02 It is crucial for the City of Huntington Beach to maintain Overmyer Reservoir Unit No. 3 pumping plant operational fully without any interruptions by this project after September 15, 1993 . All work including the installation of the flowmeter vault, tie-in to the existing 36-inch line for future turbine site and the equalizing valve between the reservoirs must be installed, tested, accepted be and operational prior to September 15, 1993 without any further requirements for the interruption of the existing pump station operation. The demolition work shall include demolition and removal of all materials, identified including foundations, pumps and other mechanical equipment and utility lines. This item includes removing all identified items protecting in place all items not subject to removal, all bench marks, monuments and other reference points, and obtaining and paying for all required permits, fees and licenses. This item also includes all preparation, labor and providing equipment necessary to complete all demolition as identified in the drawings. General Requirements 15010-2 Contractor shall coordinate the demolition work with other portions of the construction to maintain the existing pump station, reservoir and the distribution system operational during the construction of the facilities. The cost of backfilling and compacting the holes are included in this item. 1. 03 Reference Specifications: The complete contract includes all the contract documents set forth and specified herein, all of which are component parts of said contract and as fully as part thereof as if herein set out in full and if not attached, as if hereto attached, to wit: a. Change Orders b. Addenda C. Detailed Specifications d. Construction Drawings e. Special provisions to Standard Specifications for Public Works Construction, City of Huntington Beach for construction of water mains and appurtenances. f. American Waterworks Association (AWWA) Standards (latest edition) . g. Unfired Pressure Vessel Safety Orders, Title 8 . h. Uniform Building Code, National Electric Code, Uniform Mechanical Code and Uniform Mechanical Code (latest edition) . i. Latest edition of the Standard Specifications for Public Works Construction, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. In the event of any conflict or inconsistency between any of the foregoing documents, the conflict or inconsistency shall be resolved on the basis of alphabetical order, the document or documents assigned the lower letter being controlling over any document having a higher letter in the alphabetical order set forth above. General Requirements 15010-3 1. 04 Record Drawings: The Contractor shall provide and maintain a complete and accurate record of prints as provided below. Such prints shall be kept up to date as work progresses. Drawings will be furnished by the Engineer for this purpose. The Contractor shall indicate clearly and correctly in red pencil all work installed differently from that shown on the contract drawings; indicate invert elevations of all pipe below grade, plugged wyes, tees, caps, exact locations and sizes of piping, valves, manholes, vaults, pump station, and . all other pertinent data. Upon completion of the work, the Contractor shall furnish the Engineer one neat and legible copy of completed record drawings. Such drawings shall be acceptable to and approved by the Engineer before final acceptance will be made. 1. 05 Technical Manual: a. The Contractor shall furnish to the Engineer 5 identical sets of technical manuals. Each set shall consist of one or more volumes, each of which shall be bound in a standard size, 3-ring, looseleaf, vinyl plastic hard cover binder suitable for bookshelf storage. Binder ring size shall not exceed 2 . 5 inches. A table of contents shall be provided which indicates all equipment in the technical manuals. m. b. The Contractor shall include in the technical manuals for each item of mechanical, electrical, and instrumentation equipment the following: 1. Complete operating instructions, including location of controls, special tools or other equipment required, related instrumentation, and other equipment needed for operation. 2 . Lubrication schedules, including the lubricant SAE grade and type, temperature range of lubricants, and including frequency of required lubrication. 3 . Preventative maintenance procedures and schedules. 4 . Parts lists, by generic title and identification t number, complete with exploded views of each assembly. 5. Disassembly and reassembly instructions. General Requirements " 15010-4 6. Name and location of nearest supplier and spare parts warehouse. 7. Recommended troubleshooting and start-up procedures. prints of the record drawings, 8 . Reproducible p s,t g including diagrams and schematics, as required under the electrical and instrumentation portions of these specifications. 9 . Tabulation of proper settings for all pressure relief valves, (low/high) pressure switches and other related equipment protection devices. 10. Detailed test procedures to determine performance efficiency of equipment. 11. List of all electrical relay settings including alarm and contact settings. C. All technical manuals shall be submitted in final form to the Engineer and not later than the 75 percent of construction completion date. All discrepancies found by the Engineer in the technical manuals shall be corrected by the Contractor within 30 days from the date of written notification by the Engineer. 1. 06 Spare Parts Lists: The Contractor shall furnish to the Engineer 5 identical sets of spare parts information for all mechanical, electrical, and instrumentation equipment. The spare parts list shall include the current list price of each spare part. The spare parts list shall be limited to those spare parts which each manufacturer recommends be maintained by the Owner in inventory at the plant site. Each manufacturer or supplier shall indicate the name, address, and telephone number of its nearest outlet of spare parts to facilitate the Owner in ordering. The Contractor shall cross-reference all spare parts lists to the equipment numbers designated in the Contract Documents. The spare parts lists shall be bound in standard size, 3-ring, looseleaf, vinyl plastic hard cover binders suitable for bookshelf storage. Binder ring size shall not exceed 2 . 5 inches. 1. 07 Notification of Utility Services Interruption and Main Shutdowns: Water mains, fire lines, water services, sewer facilities and all other utilities shall be maintained in active uninterrupted service during the course of the construction General Requirements 15010-5 contract. In cases of necessary shutdown or interruption of the existing utility system for the purposes of connecting tot. and testing of the newly installed facilities, the Contractor shall request a schedule for shutdown from the owning utility company. . To request the scheduling, the Contractor shall request in writing, a minimum of two (2) working days prior to disconnection or shutdown of the utility including all affected residential, commercial, and industrial consumers, the locations, date, time and anticipated duration of each shutdown. The written request will be submitted to the _. Engineer. 1. 08 Startup Procedure: a. General The startup procedure outlined herein shall include both functional and performance testing on all major equipments as specified in the contract document. b. Definitions Functional Testing. Tests necessary to demonstrate that installed equipment and system function as specified and operate in the manner intended. Functional testing is a prerequisite to performance testing for equipment and systems specified to have a performance test. Performance Testing. Tests necessary to demonstrate, after successful functional testing, that equipment and systems meet specified performance requirements. Startup Period. Startup of any portion of the entire facility is considered substantially complete when, in the opinion of the engineer, the facility has operated for a continuous 7-day period as determined by the engineer without significant interruption. Significant interruption during startup shall include any of the following events: 1. Failure of the contractor to maintain on-site startup personnel during startup. 2. Failure of a system that is not corrected permanently soon after such failure occurs. "Permanently corrected" items shall consist of all of the following: General Requirements 15010-6 3 . Work repaired and replaced to conform with specified requirements. 4 . Parts and components replaced as recommended by original manufacturer and conforming with reviewed submittals. 5. Piping and valves properly installed and connected. 6. Wiring properly terminated and enclosed in raceways. 7 . Accessories, including spare parts and lubricants, furnished as specified. Occurrence of a significant interruption shall require startup then in progress to be stopped and restarted after permanent corrections are made. Operation Period. The operation period begins when the facility has been successfully started up. C. Contractor' s Responsibility The Contractor shall: 1. Furnish labor and materials, tools, instruments, and services for checking, testing, and startup specified for each equipment item, except as specified. This includes such services as manufacturers' representatives, subcontractors, electricians, instrumentation technicians, and pipefitters. 2 . Prepare testing schedule and incorporate testing and startup activities in the progress schedule for the work. 3 . Designate one person to be responsible for coordinating and expediting testing and startup responsibilities, and to be present during the pre- startup meeting and available to Owner's personnel during the testing and startup. 4. Obtain and furnish qualified manufacturer's representative to assist testing of specified equipment type and system. 5. Develop a standard testing log to be used as a record of testing of each equipment item and subsystem. This log shall: General Requirements 15010-7 a. Be subject to approval of Engineer, b. Include subsystem and equipment name, C. Have provisions for recording dates of completion for checking, inspection by manufacturer, verification of instrumentation and controls, and completion of subsystem tests, and d. Provide space for problems remaining with equipment and for signature of Engineer and , manufacturer' s representative indicating acceptance. 6. Notify Engineer and respective equipment manufact- urers at least 10 working days prior to the date when the pump station is scheduled to be initially started; also submit testing plan stating schedule and quantity and source of utilities, chemicals, and other materials needed. 7 . Furnish spare parts and special tools as specified for the respective equipment. 8. Furnish O & M information needed for O & M Manual. d. Testing Preparation Cleaning and Checking. Clean and check the equipment prior to initial startup including: 1. Inspect and clean equipment, devices, and connected piping so they are free of foreign material. 2 . Lubricate equipment in accordance with manufacturer ' s instructions. 3 . Turn rotating equipment by hand and check motor- driven equipment for correct rotation. 4 . Open and close valves by hand and operate other devices to check for binding, interference, or improper functioning. 5. Check power supply to electric-powered equipment for correct voltage and rotation. 6. Obtain manufacturer 's certification of proper installation, where specified. General Requirements 15010-8 j Ready-to-Test Determination. Equipment shall be determined ready to test by engineer based on the following: 1. Notification by Contractor of equipment and system readiness for testing. 2 . Submittal of testing plan stating detailed procedures including quantity and source of utilities, chemicals, and other materials needed for each test. 3 . Receipt of O & M Manuals incorporating review comments. 4 . Receipt of manufacturer' s certification of proper installation, where specified. 5. Cleanliness of equipment, devices, and connected work. 6. Adequate completion of work adjacent to, or interfacing with equipment to be tested. 7. Availability of manufacturer ' s representative to assist testing of respective equipment, and satisfactory fulfillment of other specified manufacturers ' responsibilities. Documentation. Prepare test reports for equipment tested. Summarize test method, include test logs and pertinent calculations and obtain manufacturer's signed statement recommending continuous operation. e. Field Tests The startup activities to be conducted for this project include but not limited to the following. General. Instruct Owner ' s operating personnel in the operation of the entire pump station including mechanical, electrical, control and instrumentation. Demonstrate the various adjustable and set point features which may require readjustment, resetting, checking and recalibration by them from time to time. Pumps and Motors. 1. Prior to plant startup, all equipment shall be inspected for proper alignment, quiet operation, proper connection, acceptable operation without General Requirements 15010-9 causing cavitation, overheating and satisfactory performance by means of a functional test. 2 . The installed pump consisting of the driving unit pump, connected and in normal operation, shall not , develop amplitudes of vibration exceeding limits recommended by the current edition of the Hydraulic Institute Standards. 3 . Field performance tests shall be performed on the installed pumps. The test shall demonstrate specified performance at the rated capacity. Data shall be recorded as follows: a. Flow, as measured by plant instrumentation and/or storage volumes. b. Average distance from suction head to pump discharge centerline for duration of test, discharge pressure as measured by calibrated gauges, converted to feet of the liquid pumped and corrected to pump datum as defined by the Hydraulic Institute Standards, calculated velocity head at the discharge flange, and total head, all tabulated in feet. C. Driving motor voltage and amperage measured for each phase. d. Motor nameplate data, power factor, and efficiency. e. Data shall be recorded for no less than five operating conditions, including shut-off head and at 25% above design capacity. f. Motor testing shall be in accordance with the American Standard Test Code for polyphase induction motors and generators, publications IEEE 112 . All motors shall be given routine tests to determine that they are free from electrical or mechanical defects. The routine test shall as a minimum, conform to NEMA Standard MG-12 . 51. 4 . Test data sheets shall be submitted for review. A satisfactory field performance test will be required prior to final inspection and acceptance of the work. General Requirements 15010-10 Engine and LPG Backup system. 1. The start-up of the engine and the LPG backup system shall be in strict conformance with the manufacturer' s instructions. 2 . Upon completion of the tests, final adjustments shall be made to the equipment, fuel and oil filters shall be replaced, belt drive tensions checked, and the proper operation of all equipment demonstrated to the Engineer. The Engineer shall be instructed in the maintenance and operation of the equipment. 1. 09 INDEMNIFICATION Contractor hereby releases and agrees to indemnify, defend and hold harmless Owner, ASL Consulting Engineers, their officers, agents, employees, consultants, and representatives for damage to property or for injury to or death of any persons and from all claims, demands, actions of any kind whatsoever, arising out of or encountered in connection with this agreement or the prosecution of work under it, whether such claims, demands, actions, or liability are caused by Contractor, Contractor' s agents, Contractor' s employees, Contractor's subcontractors, or products installed on the project the Contractor or subcontractor or caused by any other party. Such indemnification shall extend to all claims, demands, actions, or liability for injuries, death or damages occurring after completion of the project as well as during the work's progress. Contractor agrees that it shall at its own cost, expense, and risk, defend Owner, ASL Consulting Engineers, their officers, agents, employees and representa- tives in any and all claims, demands, actions, suits, or other legal proceedings which may be brought or instituted against Owner, ASL Consulting Engineers, their officers, agents, employees, or representatives. General Requirements 15010-11 SECTION 15017 REINFORCED CONCRETE PIPE ARTICLE I - GENERAL 1. 01 Description: a. The Contractor shall construct all storm drain conduits, complete, including connection to existing and new structures, all in accordance with the requirements of the Contract Documents. b. The Contractor shall perform all pipeline flushing and testing, complete, for storm drainage system piping as specified herein and in accordance with the requirements of the Contract Documents. C. The Contractor shall be responsible for conveying test water from the Owner-designated source to the point of usage and also for disposal, as required, of water used in the testing operations. 1. 02 Related Work Specified Elsewhere: a. Concrete Work: 03310 b. Excavation, Backfill and Compacting: 02223 1. 03 Reference Specifications, Codes and Standards: a. Without limiting the generality of other requirements of these Specifications, all work specified herein shall conform to or exceed the applicable requirements of the referenced standards; provided, that wherever the provisions of said publication are in conflict with the requirements specified herein, the more stringent requirement shall apply. b. Commercial Standards ASTM C76-84a Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. ASTM C596-82 Test Method for Drying Shrinkage of Mortar Containing Portland Cement. Reinforced Concrete Pipe 15017-1 1. 04 Contractor Submittals: a. The Contractor shall furnish certificates to the Engineer guaranteeing that the pipe furnished hereunder is in compliance with the requirements of these Specifications. b. The Contractor shall submit minimum 48-hour advance written notice of its proposed testing schedule for review and concurrence of the Engineer. The Contractor proposed plans for water conveyance, control, and disposal shall also be submitted in writing. ARTICLE II - PRODUCTS 2 . 01 Pipe Materials: a. Reinforced Concrete Pipe: Reinforced concrete pipe shall conform to the requirements of ASTM Designation C 76-82b for Class (II, ) Wall (B, ) and Type II cement; provided, x. that pipe shall have tongue and groove joint designed to be self-centering and to leave a recess on the inside of the pipe for pointing with mortar after jointing. Pipe shall be designed for an internal pressure of (5) feet of water, and an external load of (1500) -D. b. Cement Mortar: Cement mortar shall consist of a mixture of portland cement, sand, and water. Cement and sand shall first be combined in the proper proportions, and then thoroughly mixed with the required amount of water. C. Cement mortar shall be designated by class and proportioned by loose volume in the proportion of 1 part cement to 2 parts sand. d. The quantity of water to be used in the preparation of mortar shall be only that required to produce a mixture sufficiently workable for the purpose intended. e. Mortar shall be used as soon as possible after mixing and shall show no visible signs of setting prior to use. Retempering of mortar will not be permitted. f. Cement, sand, and water for cement mortar shall conform to the requirements of Section entitled, "Concrete Works" (03310) . g. Admixtures: No admixture shall be used in mortar unless otherwise specified or accepted by the Engineer. h. Quick Setting Grout: Quick setting grout shall be a high strength, non-staining grout approved by the Engineer prior to use. It shall reach an initial set within 90 Reinforced Concrete Pipe 15017-2 minutes at 70 degrees F (21 degrees C) and shall reach minimum compressive strength of 2 , 500 psi (17mPa) within 24 hours. Shrinkage shall be less than 0. 1 percent when tested, using the test procedures of ASTM C 596-82 . The grout shall be mixed, handled, and placed in accordance with the manufacturer ' s written instruction. 2. 02 Testing Materials Requirements: a. Temporary valves, bulkheads, or other water control equipment and materials shall be as determined by the Contractor subject to the Engineer;s review. No materials shall be used which would be injurious to pipeline structure and future function. ARTICLE III - EXECUTION 3 . 01 Pipe Installation: a. The pipe shall be placed with the minor axis of the reinforcement in a vertical position. Mortar for 1 jointing pipe shall be composed of 1 part of cement and 2 parts of clean, well-graded sand of such size that all will pass a No. 8 sieve. The consistence of laying mortar shall be such that it will adhere to the ends of the pipe while being laid and be easily squeezed out of the joint when the pipe sections are pressed together. Pointing and bonding mortar shall be plastic and of such consistency that it will readily adhere to the pipe. b. In advance of jointing sections of concrete pipe, the ends of each section shall be washed clean with a wet brush and, immediately prior to placing mortar and jointing the section, the ends shall be thoroughly wetted. After laying, the joints on the inside shall be swabbed smooth, and all excess mortar shall be removed from the pipe, after which backfilling shall be performed. 3 . 02 Testing of Piping: a. Unless otherwise provided herein, water for testing will be furnished by the Owner; however, the Contractor shall make all necessary provisions for conveying the water from the Owner-designated source to the points of use. b. Release of water from pipelines, after testing has been completed, shall be performed as reviewed by the Engineer. C. All testing operations shall be performed in the presence of the Engineer. Reinforced Concrete Pipe 15017-3 d. All storm drainage system piping shall be tested for exfiltration and/or infiltration and deflection as specified herein. All manholes shall be tested for leakage as required herein. Manholes shall be tested prior to backfill placement, whereas all pipe shall be backfilled prior to testing. Any pipe found to be defective shall be repaired or replaced to the satisfaction of the Engineer. e. All storm drain pipes shall be tested for leakage by one of the following three test methods as directed by the Engineer and following the specific procedures outlined in the referenced sections of the "Standard Specification for Public Works Construction" (SSPWC) latest edition: Water Exfiltration Test - Section 306-1. 4 . 2 Water Infiltration Test - Section 306-1. 4 . 3 Air Pressure Test - Section 306-1. 4 .4 f. All flexible and semi-rigid pipe shall be tested for deflection, joint displacement, or other obstruction by passing a rigid mandrel through the pipe by hand, not less than 30 days after completion of the trench backf ill, but prior to any resurfacing. The mandrel test shall comply with the specific procedures required in Section 306-1.4 . 6 of the SSPWC, except for the additional provision that the mandrel shall be a full circle, solid cylinder, or a rigid, non-adjustable, odd-numbered leg (9 leg minimum) steel cylinder, approved by the Engineer as to design and manufacture. Reinforced Concrete Pipe 15017-4 SECTION 15041 CHLORINATION OF WATER MAINS AND SERVICES FOR DISINFECTION ARTICLE I - GENERAL 1. 01 Description: This section describes requirements for disinfection of water mains, services, appurtenances and connections by chlorination. 1. 02 Related Work Specified Elsewhere: Hydrostatic Testing of Pressure Pipelines: 15042 . 1. 03 Referenced Standard: All water mains, water services, attached appurtenances, and connections, if any, shall be disinfected in accordance with AWWA C601 and as specified herein. 1. 04 Application: Before being placed in service all facilities shall be chlorinated. Chlorine may be applied by either chlorine gas feed or sodium hypochlorite tablets. 1. 05 Measurement and Payment: Payment for the work in this section shall be included as part of the lump sum bid amount. ARTICLE II - PRODUCTS 2 . 01 Sodium Hypochlorite Tablets: a. The tablets shall have an average weight of 0. 009 pounds each and shall contain not less than 70% of available chlorine. b. Adhesive shall be a type that will not impart taste, odor, or detrimental compounds to the water supply. C. Proper care shall be taken to store hypochlorite tablets in tightly closed containers where they will not be accessible to children or unauthorized persons. Chlorination of Water Mains and Services for Disinfection 15041-1 ARTICLE III - EXECUTION 3 . 01 Procedure: a. Only a certified chlorination and testing contractor shall perform the work specified herein. The contractor shall furnish all equipment in good operating condition, labor and material, and water necessary for chlorinating and flushing the pipeline. Bacteriological testing after the disinfection will be performed by the District. b. In the event groundwater is encountered and it is impossible to prevent its entrance into the mains, or the mains are not free from dirt, they shall be thoroughly flushed prior to disinfection. Only the direct chlorine gas feed method shall be used. After the required period of retention of the chlorine gas solution, a District Representative will test the water for residual chlorine and will make any additional test that may be necessary, free of charge to the contractor. C. The chlorinating agent shall be applied at the beginning of the section to be chlorinated and shall be injected through a corporation stop, a hydrant, or other approved connection to ensure treatment of the entire system being disinfected. All required corporation stops and other plumbing materials necessary for chlorination or flushing of the main shall be installed by and at the expense of the contractor. d. Every service connection served by a main being disinfected shall be tightly shutoff at the curb stop before water is turned into the main. Care shall be taken to expel all air from the main and services during the filling operation. e. Water shall be fed slowly into the pipeline with chlorine applied in amounts to produce a dosage of not less than 50 ppm nor more than 100 ppm in all sections of the pipeline and appurtenances. f. Methods of chlorine application are as follows: 1. Chlorine gas shall be fed directly from the chlorine cylinder equipped with a suitable device for regulating the rate of flow and the effective diffusion of gas within the pipe. Note: For all 12-inch size mains and larger, chlorination shall be done only by the chlorine Gras method applied only by a certified chlorination and testing company. Chlorination of Water Mains and Services for Disinfection 15041-2 2 . The use of sodium hypochlorite tablets will be permitted in pipe sizes 4 through 10 inches. The tablets shall be attached by means of an approved adhesive to the inside top of the lengths of pipe as they are being laid. The amount of adhesive shall be limited to the smallest practicable amount applied to one side of the tablet only. The following table shows the number of tablets to be used per length of pipe of various sizes to provide the required chlorine residual: ID of Pipe No. of Hypochlorite Tablets (inches) Per Length of Pipe 4 2 6 2 g 3 10 6 12 or larger Direct gas feed only by certified chlorinating and testing companies g. During the chlorination process, all valves and facilities shall be operated. h. Treated water shall be retained in the system for a minimum of 24 hours and shall contain a chlorine residual of not less than 35 ppm at the end of the retention period in all sections being disinfected. 3 . 02 Concurrent Testing: Disinfecting the mains and appurtenances, hydrostatic testing, and preliminary retention may run concurrently for the required 24-hour period, but in the event there is leakage and repairs are necessary, additional disinfection shall be made by injection of chlorine solution into the line as provided hereinafter. 3 . 03 Additional Disinfection: If the tests are not satisfactory the contractor shall provide additional disinfection as required. If the requirement for additional disinfection is due to' any omission, negligence, or nonconformance with these specifications on the part of the contractor, or because of premature wetting of the hypochlorite or repairs made to the pipeline after its initial filling with water for disinfection, the contractor shall provide such additional chlorination at his expense. Chlorination of Water Mains and Services for Disinfection 15041-3 3 . 04 Flushing: After chlorination, the water shall be flushed from the line at its extremities until the replacement water tests are equal chemically and bacteriologically to those of the permanent source of supply. The chlorinated water may be used later for testing other lines, or if not so used, shall be disposed of by the contractor. The District will not be responsible for loss or damage resulting from such disposal. Chlorination of Water Mains and Services for Disinfection 15041-4 SECTION 15042 HYDROSTATIC TESTING OF PRESSURE PIPELINES ARTICLE I - GENERAL 1.01 Description: This section describes the requirements and procedures for pressure and leakage testing of pressure distribution mains. 1.02 Related Work Specified Elsewhere: Chlorination of Water Mains and Services for Disinfection 15041. 1. 03 Connection to Existing Mains: The test shall be made before connecting the new line with the existing City pipes and mains (excepting hot taps) . 1. 04 Tester: All testing shall be performed by a City-approved testing company, who will be required to provide the City Representa- tive with certified testing results. Tester will have a gage and meter, calibrated annually. 1. 05 Requirements Prior to Testings: a. Before testing, the pipe trench shall be backfilled with a minimum of 2-1/2 feet of material, or center loaded to hold the pipe in place while testing. b. All concrete anchor blocks shall be allowed to cure a sufficient time to develop a minimum strength of 2 , 000 psi before testing unless otherwise directed by the District Representative. 1. 06 Measurement and Payment: Payment for the work in this section shall be included as part of the lump sum bid amount. ARTICLE II - PRODUCTS 2. 01 Water: a. The same water used for chlorination of the pipeline may be used to fill the line for testing. Hydrostatic Testing of Pressure Pipelines 15042-1 b. No make up water shall be allowed for testing. ARTICLE III - EXECUTION 3 . 01 General: . a. All labor, materials, tools, and equipment for testing shall be furnished by the contractor. b. The pipeline shall be subjected to a field hydrostatic pressure of 50 psi in excess of the maximum shut-off head. The pressure shall be maintained for four hours minimum. C. The test shall further be conducted with valves open, and the open ends of pipes, valves, and fittings suitably closed. All valves shall be operated during the test period. 3 . 02 Field Test Procedure: a. The pipeline should be filled at a rate such that the average velocity of flows is less than 1 fps. At no time shall the maximum velocity of flow exceed 2 fps. b. All air should be purged from the pipeline before checking for leaks or performing pressure or acceptance tests on the system. To accomplish this, if air valves or hydrants or other outlets are not available, taps shall be made at the high points to expel the air, and these taps shall be tightly plugged afterwards. C. After the pipeline has been filled and allowed to sit a minimum of 24 hours (48 hours for mortar-lines pipelines) , the pressure in the pipeline shall then be pumped up to the specified test pressure. No drop in specified test pressure shall be permitted during the field test. d. Any noticeable leak shall be stopped and all defective pipe, fittings, valves, and other accessories discovered in consequence of the test shall be removed and replaced by the contractor with sound material, and the test shall be repeated for a four hour period until it is satisfactorily completed. Hydrostatic Testing of Pressure Pipelines 15042.-2 SECTION 15051 INSTALLATION OF PIPE ARTICLE I - GENERAL 1. 01 Description: This section includes emplacement of pipelines fabricated of polyvinyl chloride pipe, ductile iron pipe, welded steel pipe, pipe bedding, pipelines closures, connections, and encasement. 1. 02 Related work Described Elsewhere: a. Excavation, Backfill and Compacting: 02223 . b. Concrete Work: 03310. C. Chlorination of Water Mains for Disinfection: 15041 d. Hydrostatic Testing of Pressure Pipelines: 15042 . 1. 03 Submittals: a. Installation schedule. b. Welder qualification certificates. 1. 04 Payment: a. Payment for the work in this section will be included as part of the lump sum bid amount. ARTICLE II - PRODUCTS 2 . 01 Pipe Material: Refer to the section on pipe by type. ARTICLE III EXECUTION 3. 01 Delivery and Temporary Storage of Pipe at Site: a. Limit onsite pipe storage to a maximum of one week. b. Avoid cracking of the cement coating and lining on steel pipe. If necessary, use plastic sheet caps to close pipe ends and keep lining moist. Installation of Pipe 15051-1 3 . 02 Handling of Pipe: a. Lift pipes with handling beams or wide belt slings as recommended by the pipe manufacturer. Do not use cable slings. ... b. Maintain internal braces placed in steel pipes until backfilling is completed. C. Do not remove the plastic caps placed over the ends of steel pipe until the pipe is ready to be placed in the trench. Plastic caps may be opened temporarily to spray water inside the pipe for moisture control. 3 . 03 Sanitation of Pipe Interior: ffi a. During laying operations, do not place tools, clothing, or other materials in the pipe. b. When pipelaying is not in progress, close the ends of the pipe by a vermin-proof plug constructed in a manner to deter entry by children. . 3 . 04 Placement of Pipe in Trench: a. Control water in trench per Section 01563 . b. Lay pipes uphill if the grade exceeds 10%. C. Where pipe bedding material is detailed below the subgrade, place and compact the bedding. d. Cut a depression to accommodate the pipe bell and exter- nal joint filler form and spaces to permit removal of the pipe handling slings. e. Lower the pipe onto the bedding and install it to line and grade along its full length on firm bearing except at the bell and at the sling depressions. The tolerance on grade is 1 inch. The tolerance on line is 2 inches. f. Proceed to complete the pipe embedment as specified in Section 02223 . g. The radius of curvature of the trench shall determine the maximum length of pipe section that can be used without exceeding the allowable deflection at a coupling. The deflection at any flexible joint shall not exceed that prescribed by the manufacturer of the pipe. The manu- facturer's printed installation guide outlining the radii of curvature that can be negotiated with pipe sections of various lengths shall be followed. Installation of Pipe 15051-2 h. Proper implements, tools, and facilities as recommended by the pipe manufacturer' s standard printed installation instructions shall be provided and used by the Contractor for safe and efficient execution of the work. All pipe, fittings, valves, and accessories shall be carefully lowered into the trench by means of derrick, ropes, or other suitable equipment in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. i. Cutting and machining of the pipe shall be accomplished in accordance with the pipe manufacturer's standard procedures for this operation. Pipe shall not be cut with a cold chisel, standard iron pipe cutter, nor any other method that may fracture the pipe or will produce ragged, uneven edges. The pipe and accessories shall be inspected for defects prior to lowering into the trench. Any defective, dam- aged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. 3. 05 Assembling Rubber Ring Joints: a. Clean the ends of the pipe to be joined of foreign material. b. Immediately prior to lowering each section or pipe into the trench, apply a nontoxic water soluble vegetable soap solution to the inside of the bell of the pipe in the trench and to the rubber gasket and spigot groove of the pipe to be installed. Stretch the rubber gasket into the groove of the spigot end of the pipe to be inserted and distribute it uniformly around the circumference. C. Without tilting the pipe to be installed, enter its spi- got into the bell of the pipe in the trench. Use come- a-longs or pipe jacks to drive spigot end home horizon- tally. Maintain joint recess recommended by pipe manu- facturer for made-up joint. Where deflections at joints are required for curved alignment, do not exceed the pipe manufacturer's recommended maximum joint opening on one side. 3. 06 Completion of Inside Mortar Joints for Pipes 24 Inches in Diameter and Smaller: a. Insert a tight-fitting swab or squeegee in the joint end of the installed pipe to be joined. Installation of Pipe 15051-3 b. When ready to insert the spigot, coat the face of the cement mortar lining at the bell with a sufficient amount - of stiff cement and water mortar to fill the space between adjacent mortar linings of the two pipes to be joined. C. Immediately after joining the pipes, draw the swab or squeegee through the pipe to remove all excess mortar and expel it from the open pipe end. " 3 . 07 Completion of Inside Mortar Joints for Pipes Greater Than 24 Inches in Diameter - Shop Lined: a. Backfill the trench before applying interior lining at field welded joints. b. Working inside the pipe, remove foreign substances which adhere to the steel joint rings, clean them, and pack cement mortar into each joint. Finish the surface with a steel trowel to match the adjoining pipes. C. Remove excess mortar and other construction debris from the pipe interior. 3 . 08 Operations Incidental to Joint Completion: a. Plan joint completion to accommodate temporary test bulkheads for hydrostatic testing. b. Install metallic jumper bond or bars on all metallic pipe, as shown on plans and as specified within Section 16640: Cathodic Protection and Joint Bonding. 3 . 09 Completion of Exterior Pipe Joint for Cement-Mortar Coated Pipe: a. Fill outside joint recess with cement-mortar grout using a fabric form placed around the joint and secured with steel straps. b. Pour and rod the grout from one side only until it is visible on the opposite side. C. In approximately one hour, top off the joint with additional grout and shade with backfill material. 3 . 10 Pipe Embedment: a. Provide sufficient space along each side of the pipe and the trench wall to observe that the embedment material fills all spaces below pipe spring line under the pipe haunches. Installation of Pipe 15051-4 b. Start the backfilling operations specified in Section 02223 immediately after coating the field joints. 3 . 11 Pipeline Closure Assemblies: a. Employ pipeline closure assemblies to unite sections of pipeline laid from opposite directions and to adjust the field length of the pipeline to meet structures, other pipelines, and points established by design stations. Select either follower ring design or butt strap design. Install follower ring closures as recommended by the pipe manufacturer. b. Center the shaped steel butt straps over the ends of the pipe sections they are to join. On pipes 39 inches in diameter and smaller, weld the butt straps to the outside of the pipes with complete circumferential fillet welds equal in size to the thinnest part being joined. Refer to the details shown on the drawings when joining larger pipes. .� C. Cement-mortar line closure assemblies to a mortar thick- ness at least equal to the adjoining standard pipe sec- tions. Clean the steel with wire brushes and apply a cement and water wash coat prior to applying the cement mortar. Where more than a 4-inch joint strip of mortar is required, place welded wire mesh reinforcement in 2- inch by 4-inch pattern of No. 13 gage over the exposed steel. Install the mesh so that the wires on the 2-inch spacing run circumferential around the pipe. Crimp the wires on the 4-inch spacing to support the mesh 3/8 inch from the metal surface. Steel-trowel finish the interior mortar to match adjoining mortar lined pipe sections. Coat the exterior of closure assemblies with mortar, or pour a concrete encasement, to cover all steel by at least 1-1/2 inches. Protect exterior mortar to retard drying while curing. 3 . 12 Welded Joints in a Rubber Gasket Pipeline: a. Provide welded joints where detailed on the plans. b. Welding shall be in accordance with AWWA C206. Welder's qualification shall be in accordance with Section IX of the ASME Boiler and Pressure Vessel Code. C. Do not weld interior joints before completing the backfilling operations. Installation of Pipe 15051-5 d. If joint rings are rusted or pitted where weld metal is to be deposited, clean them by brushing or sand blasting. e. Do not heat the concrete or other coating adjacent to the joint rings. f. Clean each layer of deposited weld metal prior to depos- iting the next layer of weld metal, including the final pass, by a power-driven wire brush. 3 . 13 Flanged Connections: a. Lubricate nuts and bolts with oil or graphite prior to installation. b. Wrap flanges which connect with buried valves or other equipment with the sheet polyethylene film specified for the valves and equipment. Extend the wrap over the flanges and bolts and secure it around the adjacent pipe circumference with tape. C. Coat flanges and nonstainless-steel bolts with two coats of coal-tar epoxy. 3 . 14 Installation of Bends, Tees, and Reducers: Cast iron fittings shall be installed utilizing standard installation procedures. Fittings shall be lowered into trench by means of rope, cable, chain, or other acceptable means without damage to the fittings. Cable, rope, or other devices used for lowering fitting into trench, shall be attached around exterior of fitting for handling. Under no circumstances shall the cable, rope or other device be attached through the fittings ' s interior for handling. Fittings shall be carefully connected to pipe or other facility, and joint shall be checked to insure a sound and proper joint. 3 . 15 Thrust and Anchor Blocks: a. Thrust and anchor blocks shall be installed as shown on the plans. Thrust blocks and/or anchor blocks shall be installed at all valves, tees, crosses, ends of lines, and at all changes of direction of the main of greater than 10 degrees deflection either vertically or horizontally when joints are not restrained. b. Anchor blocks shall be of not less than 2 , 000 psi con- crete (Class B) ; and shall provide a thrust bearing area to resist horizontal or downward thrust; and shall be of sufficient gross weight and area to give bearing against undisturbed vertical earth banks sufficient to absorb the Installation of Pipe 15051-6 thrust from line pressure, allowing an earth bearing of 1500 pounds per square foot minimum. The line pressure shall be the product of the nominal cross sectional area of the pipe and the thrust block sizing shall be sub- mitted for approval by the Engineer. C. The concrete shall be placed against wetted and undis- turbed soil, and the exterior of the fitting shall be cleaned and wetted to provide a good bond with the con- crete. The concrete interface with the fitting shall be an area of not less than the projected area of the fitting normal to the thrust resultant and centered on the resultant. d. Unless otherwise directed by the District Representative, thrust and anchor blocks shall be placed so that the pipe and fitting joints are accessible for repair. e. Metal harness of tie rods and pipe clamps shall be used to prevent movement if shown on the plans or directed by the District Representative. f. Exposed steel rods and clamps shall be coated with bitu- minous mastic per Section 09900. g. Reinforcing steel tiedown rods shall be used on all in- line valves. 1 h. The depth of thrust blocks below valves shall conform with the size of the valve and shall be cut into the side of the trench a minimum of 12 inches on each side. 3 . 16 Blowoff Assemblies: a. Either inline type of the end-of-line type blowoff assemblies shall be installed in accordance with this project's drawings at locations noted on the plans and at such additional locations as required by the District Representative for removing water or sediment from the pipeline. b. The assembly shall be installed in a level section of pipe. C. The tap for blowoff in the line shall be no closer than 18 inches to a valve, coupling, joint, or fitting unless it is at the end of the main. No tap will be permitted in any machined section of ACP. d. Blowoffs shall be installed in accordance with Miscella- neous Detail Drawings as shown on the plans and the applicable sections of these specifications. Installation of Pipe 15051-7 e. Blowoffs shall not be connected to any sewer, submerged in any stream, or installed in any manner that will permit back siphoning into the distribution system. 3 . 17 Combination Air and Vacuum Release Valves: 4. a. Air release valve assemblies and combination air and vacuum valves shall be installed at each point in the pipeline as shown on the drawings. b. The tap for the air valves shall be made in a level section of pipe no closer than 18 inches to a bell, coupling, joint, or fitting. No tap shall be permitted in any machined section of ACP. C. Valves shall be installed in accordance with Miscella- neous Detail Drawings as shown on the plans. Installation of Pipe 15051-8 SECTION 15056 DUCTILE-IRON AND GRAY-IRON PIPE AND FITTINGS ARTICLE I - GENERAL 1. 01 Description: This section includes materials, installation, and testing of gray-iron and ductile-iron pipe and fittings. 1. 02 Related Work Specified Elsewhere: a. Trenching, Backfilling, and Compacting: 02223 b. Concrete: 03300 C. Chlorination of Water Mains for Disinfection: 15041 d. Hydrostatic Testing of Pressure Pipelines: 15042 1. 03 Approved Manufacturers: a. Fittings: Tyler Trinity Valley Dayton � b. Pipe: Pacific States U.S. Pipe American Pipe C. Gaskets: ' Crane Company Cranite Johns Manville 60 Asbestos Garlock 7071 1. 04 Use of Gray-Iron Pipe and Fittings: Gray-iron pipe and fittings may be substituted for ductile- iron in all cases where the maximum pressure is less than 250 psi. Ductile-iron pipe and fittings shall be used when the maximum pressure is 250 psi or greater. ' ARTICLE II - PRODUCTS 2. 01 Ductile-Iron Pipe: a. Ductile-iron pipe shall be manufactured on accordance with AWWA C151. Ductile-Iron and Gray-Iron Pipe and Fittings 15056-1 b. All ductile-iron pipe shall be thickness Class 50 for plain end pipe and thickness Class 53 for flanged or grooved end pipe. C. All ductile-iron pipe shall be cement-mortar lined in m, accordance with AWWA C104 . d. Unless otherwise called out on the plans, a "push-on" type joint shall be used. The joint dimensions and gasket shall be as specified in AWWA C111. e. Flanges for ductile-iron pipe shall be the "screwed- on" type in accordance with AWWA C115. 2 . 02 Gray-Iron Pipe: a. Gray-iron pipe shall be manufactured in accordance with AWWA C106. b. All gray-iron pipe shall be thickness class 22 unless indicated otherwise. C. All gray-iron pipe shall be cement-mortar lined in accordance with AWWA C104 . d. Unless called out otherwise on the plans, all joints shall be the "push-on" type. The joint dimensions and gasket shall be as specified in AWWA C111. e. Flanges for gray-iron pipe shall be the "screwed-on" type in accordance with AWWA C115. 2 . 03 Ductile-Iron and Gray Iron Fittings: ` a. Ductile-iron and gray-iron fittings shall be manufactured in accordance with AWWA C110. Compact body fittings will x° not be permitted. b. All fittings shall be cement-mortar lined in accordance with AWWA C104 . C. All fittings shall be made with "push-on" joints designed for use with the type of pipe to be joined unless otherwise noted. d. The exterior surfaces shall be coated with a bituminous material in conformance with ANSI A21. 10 (AWWA C110) . The coating shall be free from blisters and holes; shall adhere to the metal surface at all temperatures encountered in the field; shall be smooth, not brittle when cold; and shall not become sticky when exposed to Ductile-Iron and Gray-Iron Pipe and Fittings 15056-2 the sun. The coating shall be checked by the manufacturer with a suitable electrical holiday detector. e. Each fitting shall be tested before lining to one and one-half times the working pressure for a duration of 10 seconds. Suitable controls and recording devices shall be provided so that the test pressure and duration may be adequately ascertained. Any fitting that does not with- stand the test pressure shall be rejected. The contrac- tor may be required to notify the District in advance of the date, time, and place of inspection and testing of the fittings in order that the District may be repre- sented at the tests. When specified in the special provisions, in some cases, the District may require a certification of compliance to these specifications. f. The bell ends shall be compatible with the pipe ends so as to provide confinement of the rubber rings and prevent damage to the pipe. g. The ring grooves and interior surfaces of the bell shall be smooth and free from ridges, notches, or uneven surfaces. h. Mechanical joint fittings will be allowed only in areas specifically approved by the District as a substitute for other types of fittings. All mechanical joint fittings for A.C.P. shall conform to the same dimensions and tolerances that the manufacturer of the pipe specifies for asbestos- cement couplings. i. Unless otherwise indicate on the drawings, all fittings with flanged ends shall comply with ANSI B16. 1, "Cast Iron Pipe Flanges and Flanged Fittings, Class 125. " The gasket surface shall have a serrated finish of approxi- mately 16 serrations per inch, approximately 1/32-inch deep, with serrations 'in either a concentric or spiral pattern. In addition, all flanges shall meet the following tolerances: Bolt circle drilling +1/16 inch Bolthole spacing +1/32 inch Eccentricity of both circle and facing with respect to bore +1/32 inch maximum 2 .04 Gaskets: a. Gaskets for flanged joints shall be made of asbestos-composition sheet packing, graphited on both sides, 1/16 inch thick. Ductile-Iron and Gray-Iron Pipe and Fittings 15056-3 i b. Fullface type gaskets with pre-punched holes shall be used where both flanges are flat face. Ring gaskets ° extending to the inner edge of the bolts may be used where a raised face flange is present. C. Rubber gaskets for push-on joints shall be manufactured ., in accordance with AWWA C111. 2. 05 Bolts, Nuts, and Washers: ° a. Bolts and nuts for buried flanges, flanges located out doors above ground, flanges located in open vaults and structures, and submerged flanges shall be Type 316 stainless steel conforming to ASTM A 193 , Grade B8M for bolts, and ASTM A 194 , Grade 8M for nuts. b. Provide one (1) washer for each nut. Washer shall be of the same material as the nuts. C. The length of each bolt or stud shall be such that between 1/4 inch and 3/8 inch will project through the nut when drawn tight. ARTICLE III - EXECUTION 3 . 01 General: Ductile-iron pipe and ductile iron fittings shall be installed in accordance with the applicable sections of AWWA C600 and as specified herein. 3 . 02 Trenching, Backfilling, and Compacting: a. Trenching, backfilling, and compacting shall be in accordance with Section 02223 and as specified herein. b. Backfill within the pipe zone, including the pipe base, shall be imported sand placed and compacted in accordance with Section 02223 . C. Backfill within the trench zone shall be native earth backfill placed and compacted in accordance with Section 02223 . 3 . 03 Transportation: a. Transportation shall be by competent haulers and shall be accomplished in a manner that will avoid damage to the pipe or fitting, its lining, or its coating. b. The Contractor shall unload by mechanical means such as a crane or backhoe, or by rope and skids, as recommended Ductile-Iron and Gray-Iron Pipe and Fittings 15056-4 by manufacturer. In using skids, pipes and fittings must be prevented from striking one another. C. Dropping pipe and fittings from the truck will not be permitted. 3 . 04 Placement of Pipe in Trench: a. Lay pipes uphill if the grade exceeds 10%. b. Proper implements, tools, and facilities as recommended by the pipe manufacturer' s standard printed installation instructions shall be provided and used by the Contractor for safe and efficient execution of the work. All pipe, fittings, valves, accessories shall be carefully lowered into the trench by means of derrick, ropes, or other suitable equipment in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. Cable, rope, or other devices used for lowering fitting into trench, shall be attached around exterior of fitting ' for handling. Under no circumstances shall the cable rope or other device be attached through the fitting's interior for handling. C. The radius of curvature of the trench shall determine the maximum length of pipe section that can be used without ' exceeding the allowable deflection at a joint. Combined deflections at rubber gasket or flexible coupl- ing joints shall not exceed 2 degrees or that recommended by the manufacturer, if smaller. The manufacturer's printed installation guide outlining the radius of curvature that can be negotiated with pipe sections of various lengths shall be followed if applicable. d. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipe, branch connections to main sewers, or main drains, the obstruction shall be permanently supported, relo- cated, removed, or reconstructed by the Contractor in cooperation with owners of such utility structures. e. Cutting and machining of the pipe shall be accomplished in accordance with the pipe manufacturer's standard procedures for this operation. Pipe shall not be cut with a cold chisel, standard iron pipe cutter, nor any other method that may fracture the pipe or will produce ragged, uneven edges. Ductile-Iron and Gray-Iron Pipe and Fittings 15056-5 i f. The pipe and accessories shall be inspected for defects ad prior to lowering into the trench. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. g. Clean the ends of the pipe to be jointed of foreign .a material. h. Immediately prior to lowering each section or pipe into . the trench, apply a nontoxic water soluble vegetable soap solution to the inside of the bell of the pipe in the trench and to the rubber gasket and spigot groove of the pipe to be installed. i. Without tilting the pipe to be installed, enter its spigot into the bell of the pipe in the trench. Use come-a-longs or pipe jacks to drive spigot end home horizontally. Maintain joint recess recommended by pipe manufacturer for made-up joint. Where deflections at ., joints are required for curved alignment, do not exceed the pipe manufacturer ' s recommended maximum joint opening on one side. j . The pipe shall be laid true to the line and grade shown on the plans within acceptable tolerances. The tolerance on grade is 1 inch. The tolerance on line is 2 inches. W„ K. Plastic Film Wrap: All ductile-iron and gray-iron pipe and fittings buried underground shall be protected with plastic film wrap in accordance with AWWA C105. Wrap shall be a loose 8-mil- thick polyethylene tube. All joints between plastic .f tubes shall be wrapped with 2-inch-wide polyethylene adhesive tape, Polyken 900, Scotch wrap 50, or equal. Installation of plastic film shall conform to the follow- ing procedure, and wrapping shall be applied to the pipe in the field in the following manner: Using a sling, pick up pipe with a crane at the side of the trench and raise about 3 feet off the ground. The polyethylene tube, cut approximately 2 feet longer than the length of pipe, shall be slipped over the spigot end n. of the pipe and bunched up, accordion fashion, between end of the pipe and the sling. Lower the pipe into the trench. Seat the spigot into the bell of the adjacent installed pipe, and lower the pipe into the trench bottom. Provide a shallow bell hole in Ductile-Iron and Gray-Iron Pipe and Fittings 15056-6 the trench bottom to facilitate the wrapping of the joint. The pipe joint shall then be made up in the normal fashion. Remove the sling from the center of the pipe and hook into the bell cavity. Raise the bell 3 to 4 inches and slip the tube of polyethylene film along the full length of the pipe barrel. Enough of the film should be left bunched up, accordion fashion, at each end of the pipe to Ioverlap the adjoining pipe about 1 foot. To make the overlapped joint wrap, the film shall be pulled over the bell of the pipe, folded around the adjacent spigot, and wrapped with about three circum- ferential turns of the plastic adhesive tape in order to seal the tube of film to the pipe. The tube on the adjacent pipe shall be then pulled over the first wrap on the pipe bell and sealed in place behind the bell, using about three circumferential turns of the polyethylene adhesive tape. The resulting loose wrap on the barrel of the pipe shall be pulled snugly around the barrel of pipe, the excess material folded over the top and the fold held in place by means of short strips of the adhesive tape at intervals 3 feet apart along the pipe barrel. ' 1. Fittings shall be supported independently of the pipe. M. Until thrust blocks and supports are poured, fittings shall be temporarily supported by placing wooden skids under the bells so that the pipe is not subjected to the weight of the fitting. n. All exposed flanges and other metal surfaces and all damaged coatings shall be coated after assembly with a mastic, Minnesota Mining and Manufacturing EC 244, Koppers Bitumastic (Super-Tank) 505, or an approved equal. Stainless steel bolts shall not be coated. 3. 05 Anchors and Thrust Blocks: Concrete anchors and thrust blocks shall be poured against wetted undisturbed soil in accordance with Section 03300 and standard drawings. Ductile-Iron and Gray-Iron Pipe and Fittings 1505E-7 3. 06 Flanged Connections: a. Bolt holes of flanges shall straddle the horizontal and vertical centerlines of the pipe run. b. Clean flanges by wire brushing before installing gasket. C. Clean flange bolts and nuts by wire brushing, lubricate threads with oil and graphite, and tighten nuts " uniformally and progressively. Between 1/4 inch and 3/8 inch shall project through the nut when drawn tight. d. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reseat or replace the gasket, reinstall or retighten the bolts and nuts, and retest the joints. Joints shall be watertight. 3. 07 Pipe Support: All exposed pipe shall be adequately supported with devices of appropriate design. Where details are shown, the supports shall conform thereto and shall be placed as indicated; provided, that the support for all piping shall be complete and adequate as herein specified, whether or not supporting devices are specifically called for. 3 . 08 Disinfection: All piping shall be disinfected by chlorination in accordance with Section 15041. 3. 09 Testing: All piping shall be hydrostatically pressure tested in accordance with Section 15042 . 3 . 10 Bonding: Bonding of joints to provide continuity for cathodic protection is required as shown on the plans or as directed by the District Representative. Ductile-Iron and Gray-Iron Pipe and Fittings 15056-8 SECTION 15057 COPPER, BRASS AND BRONZE PIPE, FITTINGS AND APPURTENANCES ARTICLE I - GENERAL 1. 01 Description: This section includes materials and installation of copper, brass, and bronze pipe, fittings and appurtenances. 1. 02 Approved Manufacturers: a. All materials shall be the appropriate model number of specified on the construction plans as manufactured by the companies listed herein. b. Copper Tubing: Anaconda Phelps-Dodge ' C. Service Saddle: Jones Mueller Ford Rockwell ' d. Corporation Stop: Jones Mueller Ford e. Angle Meter Stop: Jones 1 Mueller Ford f. Customer Valve: Jones Ford g. Insulating Pipe Bushings, Unions, or Couplings: Pipeline Coating and Engineering Co. Smith Blair Pipe Seal and Insulator Company h. Gauges: Marsh Instrument Co. U.S. Gauge Co. Copper, Brass, and Bronze Pipe, Fittings and Appurtenances 15057-1 1. 03 Service Saddles: a. Strap-type (single and double) bronze service saddles shall only be installed on asbestos-cement or ductile iron pipe. b. All service saddles installed on C900 PVC pipe shall be a 2 or 3 piece casting designed for use with the specific O.D. of the pipe. ARTICLE II - PRODUCTS 2.01 Copper: a. Copper tubing shall conform to the requirements of ASTM B 88 for seamless copper water tube. Copper tubing shall be true, smooth, and clean on both inside and outside and free from any cracks, seams or other defects. It shall be truly cylindrical, of the full specified outside and inside diameters, and of uniform thickness of metal. Piping located aboveground or suspended within vaults shall be Type L. Buried piping shall be Type K. .0 b. Fittings shall be copper conforming to ASTM B 75 and ANSI B16. 22 , with solder end joints. Fittings 3/8 inch and smaller may have flared end connections or compression joint connections. C. Solder shall be silver solder conforming to ASTM B32, Grade 95TA. Do not use cored solder. 2. 02 Brass Pipe, Nipples, and Fittings: Short threaded nipples, brass pipe and fittings shall conform to ASTM B 43 , regular wall thickness. Threads shall conform to ANSI B2 . 1. 2. 03 Bronze Appurtenances: a. All items specified herein shall be manufactured of bronze conforming to ASTM B 62 , "Composition Brass or Ounce Metal Castings. " b. All service saddle bodies shall be manufactured of bronze and shall be tapped for an iron pipe thread. The seal with the pipe shall be effected with either a rubber . gasket or an O-ring. 1. One-inch service saddles may be the single-strap or double strap (contractor' s option) type for all sizes of asbestos-cement or ductile iron pipe. All 2-inch size service saddles shall be of the Copper, Brass, and Bronze Pipe, Fittings and Appurtenances " 15057-2 double-strap type for any size of asbestos-cement or ductile iron pipe. The straps (or bails) shall be flat and shall be manufactured of Everdur or Silnic bronze. C. Corporation stops shall be manufactured of bronze. The inlet fitting shall be a male iron pipe thread when used with saddle and the outlet connection shall be a ' compression type or iron-pipe thread. d. Angle meter stops shall be manufactured of bronze. The inlet connection shall be a compression type or iron-pipe thread and the outlet fitting shall be a meter flange or meter coupling. The inlet and outlet shall form an angle of 90 degrees on a vertical plane through the centerline of the meter stop. A rectangular lug and lock wing shall be provided on the top of the fitting to operate the shutoff mechanism. Two-inch angle meter stops shall be with "slotted" holes for 1-1/2-inch or 2-inch meters. e. Customer Service valves shall be manufactured of bronze with lever-type turn handle. The inlet connection shall be a meter flange or a meter coupling and the outlet female iron pipe. f. Pressure gauge dials shall be 4-1/2" dials calibrated to 10 psi increments, Grade A phosphor bronze bourdon tube. All pressure gauges shall be supplied with a pulsation dampener valve (Murphy Model PD-8183 or approved equivalent) to prevent pressure surges from damaging the gauges and bleed lines to eliminate air from the line. Gauges shall be as manufactured by Marsh Instrument Company, U. S. Gauge Company, or approved equivalent. 2 . 04 Flanges, Gaskets, Bolts, and Nuts: a. Connect to flanged valves and fittings with bronze flanges conforming to ANSI B16. 24 , Class 125 or Class 150, to match the connecting flange. Use solder end companion flanges. b. Gaskets for flanged-end fittings shall be made of asbestos and synthetic rubber binder and shall be fullface, 1/8-inch-thick John-Manville 60, John Crane Co. "Cranite, " or equal. C. When both aboveground adjoining flanges are bronze, use bronze bolts and nuts. Bolts shall conform to ASTM F 468, Grade C65100 or C63000. Nuts shall conform to ASTM F 467, Grade C65100 or C63000. Copper, Brass, and Bronze Pipe, Fittings and Appurtenances 15057-3 d. When only one of the aboveground adjoining flanges is bronze, use Type 316 stainless-steel bolts and nuts conforming to ASTM A 193 , Grade B8M for bolts, and ASTM A 194 , Grade 8M for nuts. e. Connect to buried ferrous flanges with flange insulation kits. Bolts used in flange insulation kits shall conform to ASTM B 193 , Grade B7 . Nuts shall comply with ASTM A 194 , Grade 2H. If the adjoining buried flange is bronze, use bronze bolts and nuts as described above, without a flange insulation kit. f. Provide one (1) washer for each nut. Each washer shall be of the same material as the nut. ARTICLE III - EXECUTION 3. 01 Copper Tubing and Fittings: a. Cut tubing square and remove burrs. Clean both the inside and outside of fitting and pipe ends with steel wool and muratic acid before soldering. Prevent annealing of fittings and tubing when making connections. Do not miter joints for elbows or notch straight runs of pipe for tees. b. Bends in soft copper tubing shall be long sweep. Shape bends with shaping tools. Form bends without flattening, buckling, or thinning the tubing wall at any point. C. Brazing procedures shall be in accordance with Articles XII and XIII, Section IX, of the ASME Boiler and Pressure Vessel Code. Silver solder shall be used. Solder shall penetrate to the full depth of the cup in joints and fittings. Solderers shall comply with ANSI B31. 3, paragraph 328. d. Buried piping shall be installed with some slack to provide flexibility in the event of a load due to settlement, expansion or contraction. A MINIMUM COVER OF 36 INCHES BELOW THE FINISHED STREET GRADE SHALL BE ADHERED TO. The tubing is to be bedded and covered with sand or select material as determined by the District Representative. e. All 2-inch size services shall be installed with „ straight lengths of soft copper water tube Type K. Solder or compression fittings are acceptable on only the corporation stop and angle meter stop. All couplings and adapters shall be silver soldered. Copper, Brass, and Bronze Pipe, Fittings and Appurtenances 15057-4 3 . 02 Service Saddle: ' a. The service saddle shall be no closer than 18 inches to a valve, coupling, joint, or fitting unless it is at the end of the main. The installation of a service saddle on any machined section of ACP will NOT be permitted. b. The surface of the pipe shall be filed to remove all ' loose material and to provide a hard, clean surface before placing the service saddle. ' C. The service saddle shall be tightened firmly to ensure a tight seal; however, care shall be used to prevent damage or distortion of either the corporation stop or service saddle by overtightening. d. The tap into the pipe shall be made in accordance with the pipe manufacturer ' s recommendation. ' 3 . 03 Installing Flange Bolts and Nuts: ' a. Lubricate bolt threads with graphite and oil prior to installation. b. Set flange pipe with the flange boltholes straddling the pipe horizontal and vertical centerlines. 3 . 04 Insulating Bushings and Unions: Pipe or fittings made of nonferrous metals shall be isolated from ferrous metal by nylon insulating pipe bushings, union, or couplings. Copper, Brass, and Bronze Pipe, Fittings and Appurtenances 15057-5 SECTION 15076 ' CEMENT-MORTAR LINED AND COATED STEEL PIPE ARTICLE I - GENERAL •1. 01 Description: This section describes materials, fabrication, installation, and testing of cement-mortar lined and coated steel pipe. ' 1. 02 Related Work Specified Elsewhere: a. Excavation, Backfill and Compacting: 02223 . b. Painting and Coating: 09900. ■ C. Hydrostatic Testing of Pressure Pipelines: 15042 . d. Cathodic Protection and Joint Bonding: 16640. 1. 03 Submittals: Submit shop drawings in accordance with the General Provisions including the following: a. Piping layout drawings showing location and dimensions ' of all pipe and fittings. Include laying lengths of valves, meters, and other equipment which determine piping dimensions. Label or number each fitting or piece of pipe and provide the following information for each item: 1. Materials of construction, including references to industry standards being met (i.e. ASTM, ANSI, AWWA, etc. ) . 2 . Inside diameter, steel wall thickness, internal design pressure (cement-mortar lining and coating thicknesses) for each class of pipe to be furnished. ' 3 . Order of installation and closure locations for length adjustment and for construction convenience. ' 4 . Pipe invert station and elevation of each change of grade and alignment. ' 5. Elements of curves and bends, both in horizontal and vertical alignment, including elements of the Cement-Mortar Lined and Coated Steel Pipe 15076-1 resultant true angular deflections in cases of com- bined curvature. 6. Paint primer type and thickness where joints and other cement-mortar holdbacks occur. 7 . Call out types and sizes, and dimensions of grooved-end collars, flanges, reinforcing collars, wrapper plates, and crotch plates. 8 . Limits of each reach of field-welded joints and of concrete encasement. 9 . Locations of manholes and other points of access. 10. Location of valves and other mechanical equipment. 11. Locations of bulkheads for field hydrostatic testing of pipeline. b. Manufacturer ' s certificates of compliance with prescribed industry standards (i. e. AWWA C200, C205, and C208 , ASTM C150, etc. ) C. Detail drawings of: 1. Fittings 2 . Joints 3 . Butt Straps 4 . Bulkheads and means of attachment to pipe. d. Mill test reports on each sheet from which steel is rolled. e. Test reports on physical properties of rubber used in gaskets. 1. 04 Measurement and Payment: Payment for the work in this section shall be included as part of the lump sum bid amount. ARTICLE II - PRODUCTS 2. 01 Steel: ASTM A 36, ASTM A 283 Grade C or D, ASTM A 570 Grade 30 or 33 . Carbon Content: 0.25% maximum. Spigot Materials: ASTM A 476, Grade 1012 or 1020 Cement-Mortar Lined and Coated Steel Pipe 15076-2 2 . 02 Cement: Cement-Mortar Lining: ASTM C 150, Type II or V. Cement-Mortar Coating: ASTM C 150, Type V. 2 . 03 Fittings: ' a. A fitting is a piece of pipe other than a straight full length joint. Elbows, manhole sections, reducers, and sections of pipe with outlets are fittings. b. Fittings 4 through 10 inches diameter shall be designed for 250 psi and conform to ANSI B16. 9 . fittings 12 ' inches diameter and larger shall comply with AWWA C208, Table 1 (20 inches diameter and less) or Table 2 (24 inches diameter and greater) . C. Material for fittings 4 through 10 inches shall comply with ASTM A 234 , Grade WPB. Material for fittings larger than 10 inches but less than or equal to 30 inches in ' diameter shall be the same as the pipe or shall comply with ASTM A 283 (Grade D) , ASTM A 36, or ASTM A 570 (all grades) . Cement-mortar lining and I.D. dimensions shall be the same as the specified pipe. d. Allowable circumferential stress at the design internal pressure: 40% of minimum yield stress. Minimum wall thickness of steel fitting shall be the same as the pipe of same size per ANSI B36. 10. ' e. Fittings smaller than 24 inches diameter with grooved ends have square cut grooves, flexible type, with dimen- sions as shown in AWWA C606, Table 3 . Steel wall thick- ness shall be standard weight, ANSI B36. 10. Cement-mortar lining and I.D. dimensions shall be the same as the specified pipe. f. Welding fittings shall be standard weight, Tube Turn, or approved equal. ' 2 . 04 Flanges: a. AWWA C207, Class D or Class E, Flat face. ' 2 . 05 Bolts, Nuts, and Gaskets for Joints and Flanges: Furnish rubber gaskets for all joints, along with other part including flange gaskets, bolts, nuts, washers, jumper rods, ' Cement-Mortar Lined and Coated Steel Pipe 15076-3 and flange insulation kits. One bolt/gasket set shall be provided for each flange. Costs shall be included in the unit price paid for the pipe. a. Bolts and nuts for flanges shall be Type 316 stainless steel conforming to ASTM A 193 , Grade B8M for bolts, and ASTM A 194 , Grade 8M for nuts. b. Provide a washer for each nut. Washers shall be of the same material as the nuts. C. Gaskets shall be composed of asbestos with rubber binder and shall be full face, 1/16-inch-thick Johns-Manville No. 60, John Crane Co. "Cranite, " or equal. d. Bolts for flange insulation kits shall conform to ASTM A 193 , Grade B7 . Nuts shall conform to ASTM A 194 , Grade 2H. 2 . 06 Flange Insulation Kits (See 16640 Part III-F-5 for Buried Condition) : Provide flange insulation kits consisting of: a. Insulating Gaskets: fullfaces, 1/8-inch minimum thickness laminated phenolic with asbestos or neoprene gaskets on each side. Products: Johns-Manville No. 71 dielectric sheet packing, Raybestos-Manhattan No. 73 , or equal. b. Insulating Stud Sleeves for Each Bolt: High-density polyethylene or spiral wrapped mylar. C. Insulating Washers for Each Bolt: 1/8-inch thick phenolic. d. Steel Washers Over Each Insulating Washer: 1/8-inch thick cadmium plated. One piece molded acetal resin combination sleeve and washers are acceptable. Flange insulation kit products: PSI Industries, Central Plastics Company, or equal. Cement-Mortar Lined and Coated Steel Pipe 15076-4 2. 07 Grooved-End Couplings: Grooved-end couplings shall be malleable iron, ASTM A 47, or ductile iron, ASTM A 536. Bolts shall conform to ASTM A 183 , 110, 000 psi tensile strength. Gaskets shall be EPDM and shall conform to ASTM D 2000 . Couplings for pipe smaller than 24 inches shall be flexible type, square cut groove, per AWWA C606: Victaulic Style 77 , Gustin-Beacon Figure 100, or approved equal. 2 . 08 Outlets: Outlets shall be of the thredolet type, per AWWA Manual M-11 (latest edition) . Outlets shall be 3 , 000-pound WOG Forged steel per ASTM A 105 or ASTM A 216, Grade WCAB. Threads shall comply with ANSI B2 . 1. Outlets shall be Bonney Forge Co. "Thredolet" , Allied Piping Products Co. "Branchlet, " or equal. 2 . 09 Length of Pipe Sections: ' Pipe sections shall be limited to 40 feet or less. For pipe sections over 30 feet, use spreader beams, and lifting straps to lift pipe sections at the third points. ' 2 . 10 Joints: a. Joints above ground or in vaults and structures shall be ' flanged or grooved end. b. Buried joints shall be: 1. Bell-and-spigot lap welded. 2 . Butt-strap joints may also be used for closures. C. Grooved-end joints shall be flexible, square-cut grooved, per AWWA C606, Table 3 . ' 2 . 11 Product Marking: ' Plainly mark each length of straight pipe and each special at the bell end to identify the design pressure or head, the steel wall thickness, the date of manufacture, and the proper location of the pipe item by reference to the layout schedule. For beveled pipe, show the degree of bevel and the point on the circumference to be laid uppermost. Cement-Mortar Lined and Coated Steel Pipe 15076-5 2 . 12 Painting and Coating: a. Buried pipe shall be cement-mortar coated per AWWA C205 . b. Pipe located above ground or in vaults and structures shall be painted in accordance with Section 09900, System No. 15 . Primer shall be shop applied. C. Pipe that is to be encased in reinforced concrete may eliminate coating. d. Coat grooved-end couplings the same as the adjacent pipe. ARTICLE III - EXECUTION 3 . 01 Design Criteria: a. Obtain the following information from the drawings: 1. Nominal inside diameter (I .D. ) - 36 inches, 30 inches, 24 inches, 18 inches, 16 inches, 12 inches, 6 inches and 4 inches. 2 . Alignment of the pipeline as shown on plans. 3 . Invert elevations of the pipeline as shown on plans. 4 . Cement-mortar lining thickness, in inches: 1/2 inch. 5. Cement-mortar coating thickness, in inches: 1 1/4 inch. 6. Design internal pressure, in psi: 200 psi 7 . Field hydrostatic test pressure, in feet: 50 psi above design pressure. b. Steel cylinder thickness shall be minimum 1/411 . C. Fittings: 1. Dimensions per AWWA C208 . Cement-Mortar Lined and Coated Steel Pipe 15076-6 ' 2 . Allowable circumferential stress at the design internal pressure: 40% of minimum yield stress. ' Minimum thickness of steel: Diameter Range Minimum Thickness ' (inches) of Sheet or Plate 4 to 36" 3/8" 3 . Outlet reinforcement at branches and openings shall be determined by the procedure given in ANSI B31. 3 , paragraph 304 . 3 , and Appendix H. If reinforcement ' is required, it shall be accomplished as described below. ' i. Select the type of reinforcement for fittings with outlets from the following table: R Type of Reinforcement ' Max. 0. 5 Collar Max. 0.7 Wrapper Plate ' To 1. 0 Crotch Plate Calc. R = I .D. outlet I .D. main run x sinB Where B = angle between the longitudinal axis of the main run and the branch. ii. For collar reinforcement, select an effective shoulder width "W" of a collar from the inside surface of the steel outlet to the outside edge of the collar, measured on the surface of the cylinder of the main run, such that: W = (1/3 to 1/2) x I.D. outlet sinB The minimum thickness "T" of the collar is determined by: T = P x I .D. main run x I.D. outlet x (2 - sinB) 4 x F x W X sinB Where P = Design internal pressure F = Allowable design stress = ' Cement-Mortar Lined and Coated Steel Pipe 15076-7 40% of minimum yield stress B = As in part C. 1. Collars may be oval in shape or rectangular with rounded corners. iii. For a wrapper plate, use the above collar formula except that the wrapper is of thickness "T" , its total width is (2W + ID outlet/sinB) , and it wraps entirely around the main pipe. iv. Base crotch plate design on Swanson, H. S. et al. , DESIGN OF WYE BRANCHES FOR STEEL PIPES, summarized in AWWA Manual M 11. V. Long Radius Curves and Vertical Curves: For curved alignment, use straight or beveled pipe of normal or one-half normal lengths pulled partially open on one side of the joint or use pipes with a welded mitered bend of up to 10 degrees next to the joint ring. Design pipes with a bend in excess of 10 degrees as fittings. Do not .pull a joint more than one-half of the watertight extensibility provided by the bell and spigot design. 3 . 02 Fabrication: a. Fabrication shall comply with ANSI B31. 3 , Chapter V. Welding procedure and performance qualifications shall be in accordance with Section IX, Articles II and III, respectively, of the ASME Boiler and Pressure Vessel Code. b. Fabricate the pipe cylinder by butt welding, spiral seam, or straight seam. Limit girth welds to two per pipe section, butt welded. Limited longitudinal welds to one seam. Stagger longitudinal joints of adjacent shell courses. C. Use the shielded metal arc welding (SMAW) process for welding. Cement-Mortar Lined and Coated Steel Pipe 15076-8 d. Identify welds in accordance with ANSI B31. 3 , paragraph 327 . 4 . e. Welding preparation shall comply with ANSI .B31. 3 , paragraph 327 . 3 . Limitations on imperfections in welds shall conform to the requirements in ANSI B31. 3 , Tables 327 .4 . 1A and 327 . 4 . 1B, and paragraph 327 . 4 for visual examination. f. Welding electrodes shall comply with AWS A5. 1. g. Clean each layer of deposited weld metal using a power-driven wire brush prior to depositing the next layer of weld metal. Also clean the final pass by a power-driven wire brush. h. Use a minimum of three passes for welded joints. Welds shall be full circumferential. i. Beveled ends for butt welding shall conform to ANSI B16.25. Remove slag by chipping or grinding. Surfaces shall be clean of paint, oil, rust, scale, slag, and other material detrimental to welding. When welding the reverse side, chip out slag before welding. 3 . 03 Joint Ring Protective Coating: Paint the exposed portion of joint rings with a 3-mil. minimum thickness of an organic zinc pigmented coating meeting U.S. Federal Specification TT-P-641. 3 . 04 Shop Hydrostatic Test: Stress the steel cylinder with joint rings to 75% of the minimum yield stress of the steel. 3. 05 Testing of Fittings: a. Test the seams in fittings which have not been previously shop hydrostatically tested by the dye penetrant method as described in ASME Boiler and Pressure Vessel Code Section VIII, Appendix B. b. In addition to the dye penetrant method of testing, use the air-soap method with air at 5 psi on joints susceptible to be tested by such a method. Cement-Mortar Lined and Coated Steel Pipe 15076-9 C. In lieu of the dye penetrant method of testing, completed fittings may be hydrostatically tested. Use the field hydrostatic test pressure or 125% of the design pressure, whichever is higher. 3 . 06 Delivery and Storage: Deliver pipe in the order in which it is to be installed, as determined by the construction contractor. Provide stulls at ends of each pipe section. Protect the lining of stored pipe from the drying by covering pipe ends with polyethylene sheets. 3 . 07 Delivery of Small Parts: Small parts, consisting of gaskets, bolts, nuts, washers, jumper rods, and flange insulation kits, are to be delivered to the job site in suitable containers, each marked to identify the contents. 3. 08 Installing Exposed Piping: a. Set pipe with the flange boltholes, straddling the pipe horizontal and vertical centerline. Install pipe without springing, forcing, or stressing it or any adjacent connecting valves or equipment. b. Lubricate flange bolts with graphite and oil prior to installation. C. Straight runs of pipe upstream of flow-meters shall be smooth. The inside diameters of such pipes shall match the inside diameters of the flowmeters. 3 . 09 Installing Buried Piping: The installation of the steel pipe shall be in accordance with Section 15051. a. Field-welded joints shall be made in compliance with AWWA C206 and the section on fabrication above. b. Apply cement mortar to the inside and outside of buried joints per Appendix A of AWWA C205. Use cloth diapers to bridge the outside of the buried joint and maintain the specified mortar coating thickness. Pour and rod the mortar from one side only until it is visible on the opposite side. Cement-Mortar Lined and Coated Steel Pipe 15076-10 3 . 10 Field Hydrostatic Testing: Hydrostatically test pipe and fittings in the field and in accordance with Section 15042 . ' Cement-Mortar Lined and Coated Steel Pipe 15076-11 SECTION 15100 VALVES ARTICLE I - GENERAL 1. 01 Description: This section includes materials, testing and installation of manually operated valves. 1. 02 Related Work Specified Elsewhere: a. Excavation, Backfill, and Compacting: 02223 b. Painting and Coating: 09900 C. Hydrostatic Testing of Pressure Pipelines: 15042 . d. Cement Mortar Lined and Coated Steel Pipe: 15076 (Vol. 1) 1. 03 Approved Manufacturers and Models: a. Gate Valves - Aboveground smaller than 3 inch: Crane 438 Stockham 103 b. Gate Valves - Buried smaller than 3 inch: Stockham G-736, G-739 , or G-745 Kennedy 597X or 561X Mueller C. Butterfly Valves: Henry Pratt Co. d. Resilient - Seated Gate Valves: U.S. Pipe - Metroseal 250 American - Darling CRS 80 e. Double Door Check Valve APCO Series 9000 (Wafer Design) Mission Duo - Cheb II Model G12 HMP f. Valve Boxes: Brooks Products No. 3 RT for potable water Eisel Enterprises, Inc. H and C No. 1 for potable water 1 Valves 15100-1 i g. Air and Vacuum Valves Clay Val APCO h. Valve Cylinder Operator Henry Pratt Co. - Level-Trol Altitude Control Systems i. Pressure Relief Valve Cla-Val j . Vaults and Heavy Duty Covers Associated Concrete Products 1. 04 Reference Standards: Valves shall conform, as applicable, with the latest editions of the following codes and standards. AWWA C500 Gate Valves AWWA C504 Rubber-Seated Butterfly Valves AWWA C509 Resilient Seated Gate Vales ASTM B62 Composition Brass or Ounce Metal Castings ASTM A126 Class B Gray Iron Castings for Valves ANSI B16. 1 Cast Iron Pipe Flanges ASTM D 429 Tests for Rubber Property - Adhesion to Rigid Substrates 1. 05 Flanged End: ALL VALVES CONNECTING TO MAINS SHALL BE FLANGED ON THE MAIN SIDE. ARTICLE II - PRODUCTS 2 . 01 General: a. Valves shall be installed complete with operating handwheels or levers, extension stems, worm gear operators, operating nuts, and wrenches required for operation. b. Valves shall have the name of the manufacturer and the size of the valve cast or molded onto the valve body or bonnet or shown on a permanently attached plate. 2 . 02 Valve Operators: a. Provide lever or wrench operators having adjustable, "position indicator" for exposed valves smaller than 6 inches. Valves 15100-2 b. Provide 2-inch AWWA operating nuts for buried and submerged valves. C. Provide gear operators on butterfly and plug valves 6 inches and large. Gear operators for valves 8 inches through 20 inches shall be of the worm gear, or of the traveling nut type. d. Gear operators shall be enclosed, suitable for running in oil with seals provided on shafts to prevent entry of dirt and water into the operator. Gear operators for valves located above ground or in vaults and structures shall have handwheels. Minimum handwheel diameter shall be 12 inches. The operator shall contain a dial indicating the position of the valve disc or plug. Gear operators for buried or submerged valves shall have 2-inch-square AWWA operating nuts. e. For buried or submerged service, provide watertight shaft seals and watertight valve and actuator cover gaskets. Provide totally enclosed operators designed for buried or submerged service. f. Traveling nut and worm and gear operators shall be of the totally enclosed design so proportioned as to permit operation of the valve under full operating head with a maximum pull of 80 pounds on the handwheel or crank. Provide stop limiting devices in the operators in the open and closed positions. Operators shall be of the self-locking type to prevent the disc or plug from creeping. Design operator components between the input and the stop-limiting devices to withstand without damage a pull of 200 pounds for handwheel or chainwheel operators and an input torque of 300 foot-pounds for operating nuts when operating against the stops. g. Operators on buried valves shall produce the required torque on the operating nut with a maximum input of 150 foot-pounds. h. Valve operators, handwheels, or levers shall open by turning counterclockwise. i2.03 Painting and Coating: a. Coat metal valves (except bronze and stainless-steel valves) located above ground or in vaults and structures in accordance with Section 09900. Apply the specified prime coat at the place of manufacture. Apply finish coat in field. Finish coat shall match the color of the adjacent piping. Coat handwheels the same as the valves. Valves 15100-3 b. Coat buried metal valves at the place of manufacture per Section 09900. c. Valves 4-inches and larger shall be coated on their interior metal surfaces excluding seating areas and bronze and stainless-steel pieces. Sandblast surfaces in accordance with SSPC SP-5. Remove all protuberances which may produce pinholes in the lining. Round all sharp edges to be coated. Remove any contaminants which may prevent ponding of the lining. Coat the interior ferrous surfaces using one of the following methods: 1. Apply powdered thermosetting epoxy (Scotchkote 134 or equal) per the manufacturer ' s application recommendations to a thickness of 10 to 12 mils. 2 . Apply two coats of catalytically setting epoxy (Keysite 740, Gilpon, or equal) to a dry-film thickness of 10 to 12 mils total. Follow the paint manufacturer ' s application recommendations including minimum and maximum drying time between the required coats. d. All epoxy lining shall be applied by the manufacturer. 2 . 04 Butterfly Valves: a. Butterfly valves shall be short body, conforming to AWWA C504 , Class 150B. Minimum working differential pressure across the valve disc shall be 150 psi unless specified otherwise on the drawing. b. Butterfly valves shall be furnished and installed with the type of ends as shown on the plans and as herein specified. Wafer style valves will not be permitted. C. Each valve body shall be tested under a test pressure equal to twice its design water working pressure. d. Valves shall be bubble tight at rated pressures and shall be satisfactory for throttling service and frequent operation after long periods of inactivity. Valve discs shall rotate 90 degrees from the full-open position to the tight-shut position. e. Flanged ends shall be Class 125, ANSI B16. 1. f. Valve shafts shall be Type 304 or 316 stainless steel or carbon steel with Type 304 or 316 stainless-steel journals and static seals. Valve shafts shall be dual stub shafts or a one-piece shaft extending completely through the valve disc. Valves 15100-4 g. Materials of construction shall be as follows: Component Material Specification Body Cast iron or ASTM A 48 ductile iron Class 40; ASTM A 126, Class B; or ASTM A 536, Grade 65-45-12 Exposed body Stainless ASTM A 276, capscrews, and steel Type 304 or 316 bolts and nuts Discs Cast iron, ASTM A 48 , ductile iron, Class 40; ASTM or Ni-Resist A536; Grade 65- 45-12 ; or ASTM A 436, Type I h. The rubber seat shall be an integral part of the valve body. Rubber seats fastened to the disc by any means shall not be permitted. The butterfly valves shall be as manufactured by Henry Pratt Company or approved equal. 2. 05 Buried Gate Valves 3" and Larger: a. Buried gate valves 3" and larger shall be resilient- seated gate valves. b. All valves shall be bubble tight at 200-psi working pressure. C. Flange drilling shall be in accordance with ANSI B16. 1 for cast-iron flanges. d. Valves shall have non-rising low zinc stems, opening by turning left and provided with 2-inch square operating nut. e. Each valve shall have a smooth unobstructed waterway free from any sediment pockets. f. Stuffing boxes shall be O-ring seal type with two rings located in stem. g. Low friction torque reduction thrust bearings shall be located both above and below the stem collar. Valves 15100-5 h. Materials of Construction shall be as follows: Component Material Specification Body, operating Cast iron ASTM A 126 nut Bonnet, Seal Class B Gate Cast iron ASTM A 126 Ductile Iron Class B; ASTM A 536; Grade 65-45-12 Bonnet & Seal Stainless ASTM A 276 Nuts and Bolts Type 316 O rings Synthetic ASTM D2000 Rubber i. All internal working parts (excluding gate) shall be all bronze containing not more than 2 percent aluminum or more than 7 percent zinc. Valve stems shall be cast or forged from bronze having a tensile strength of not less than 60, 000 psi, a yield point of not less than 30, 000 psi, and an elongation of not less than 10 percent in 2 inches. j . All gates shall be encapsulated in Buna-S rubber or nitrile elastomer. k. The gate valves shall be as manufactured by U. S. Pipe, Model Metroseal 250 or approved equal. 2 . 06 Bolts and Nuts for Flanged Valves: Bolts and nuts for flanged valves shall be stainless steel in accordance with Section 15056. 2. 07 Gaskets: Gaskets for flanged end valves shall be as described in Section 15056. 2 . 08 Valves Boxes for Buried Valves: a. Valve extension pipe material shall be 8-inch Class 100 A. C.P. or PVC pipe. b. Design cast-iron cap to rest within a frame on a cast-in-place concrete ring surrounding the valve extension pipe; size the tapered skirt of the cap for a close fit inside the upper sleeve portion of the valve box. Caps for the domestic water system shall be Valves 15100-6 circular with the word "WATER" cast on the cap. Coat the cap and frame with asphalt or coal-tar paint. 2 . 09 Extension Stems for Buried Valve Operators: a. Where the depth of the valve is such that its centerline is more than 4 feet below grade, provide operating extension stems to bring the operating nut to a point 24 to 36 inches below the surface of the ground and/or box cover. b. Extension stems shall be steel and shall be complete with 2-inch-square operating nut. C. Valve stem extensions shall be of a solid design (no pinned couplings permitted) with guides. 2 . 10 Air and Vacuum Valve Assemblies: Combination air and vacuum valves shall be as manufactured by Cla Val Model 33 or APCO Series 7000. Materials for construction of combination air and vacuum relief valves shall be as follows: Component Material Specification Body and Cover Cast iron ASTM A 48 Float, lever, Stainless Class 30 poppet steel ANSI Type 316 Seat (ASTM A240 or A276) After installation, the valve shall be painted in accordance with the specification for painting. 2 . 11 Valve Cylinder Operator: Valve cylinder operators shall be clean, cool water cylinder operated with manual override. The actuators shall utilize scotch yoke mechanism to transform linear movement of the piston into a 900 rotating movement for optimum break and run torque. The electrically operated valve operator shall be provided with a control system housed in a NEMA IV enclosure. The system will respond to the existing level signals from reservoir no. 3 and maintain the equalizing butterfly valve open in between high and low water level in the reservoir. The system will use two position four-way solenoid valves to operate the cylinder for the valve. Valves 15100-7 "Hand-Auto" and "Open-Close" selector switches shall be provided for local manual control of the valve. The position of the valve shall be displayed by a local indicator on the valve and by "Open" and "Close" lights on the control panel. Both lights shall remain lit during intermediate travel of the valve. The controls shall be neatly wired and mounted in a NEMA IV control enclosure with a terminal strip for field connections. The unit shall be factory tested with the altitude valve in the manufacturer' s shop. Valve operators shall conform to AWWA C504 and be Pratt MDT. Cylinder operators shall move the valve to any position from fully open to fully closed when a maximum of 70 psi or a minimum of 50 psi is applied to the cylinder. The closing times shall be at 10 seconds in an emergency situation, otherwise standard closing only. The cylinder operator shall be as manufactured by Henry Pratt Company. 2 . 12 Double Door Check Valve: a. General The check valve shall be double door type check valve of Compact Wafer Design, to fit between ANSI flanges. b. Valve The check valve doors shall be spring loaded, normally closed, by means of one or more heavy duty stainless steel torsion springs. Flow from the reservoir shall cause the doors to open and upon flow into the reservoir, the torsion spring will shut the doors before reverse flow starts and at a point of zero velocity, for non-slam closure. Seating shall be resilient and water tight. The sealing element shall be BUNA-N molded to the body or to the doors. Valves shall be fitted with a lifting hook for installation purposes. Double door check valve to be APCO Series 9000, as manufactured by Valve & Primer Corporation, Schaumburg, Illinois, U. S.A. , or approved equivalent. Valves 15100-8 r C. Materials of Construction The valve shall be made of the following materials: Item Material Body Cast Iron ASTM A48- Class 30 Doors Ductile Iron Sealing Element BUNA-N ASTM SB800 Torsion Spring T-316 Stainless Steel Hinge Shaft T-316 Stainless Steel Stop Shaft T-316 Stainless Steel Exterior Paint Epoxy Primer 2 Mils Interior Paint Keysite 740 15 Mils d. Coating Coat valves located above ground or in vaults and ' structures in accordance with Section 09900. Apply prime coat at the place of manufacture. Color of finish coat shall match the color of the adjacent piping. e. Lining Coat interior surfaces of cast-iron valves at the place of manufacture. Sandblast surfaces in accordance with SSPC SP-5. Apply two coats of epoxy resin (Keysite 740, Gilpon, or equal. ) 2 . 13 Pressure Relief Valve: a. The pressure relief valve shall prevent a high upstream pressure by by-passing or relieving excess pressure, and shall maintain close pressure limits without causing surges. The main valve shall be a hydraulically operated, diaphragm-actuated, globe pattern valve. It shall contain a resilient, synthetic rubber disc, having a rectangular cross-section, contained on 3-1/2 sides by a disc retainer and forming a tight seal against a single removable seat insert. The diaphragm assembly containing a valve stem shall be fully guided at both ends by a bearing in the valve cover and an integral bearing in the valve seat. This diaphragm assembly shall be the only moving part and shall form a sealed chamber in the upper portion of the valve, separating operating pressure from line pressure. The diaphragm shall consist of nylon fabric bonded with synthetic rubber and shall not be used as a seating surface. Packing glands and/or stuffing boxes are not permitted and there shall be no pistons operating the valve or pilot controls. All necessary repairs shall be possible without removing valve from the line. The pilot control shall be a direct-acting, r Valves 15100-9 r adjustable, spring-loaded, diaphragm valve, designed to permit flow when controlling pressure exceeds spring setting. The pilot control system shall operate such that the excess line pressure is dissipated the main valve shall gradually close to a positive, drip-tight seating. b. The pressure relief valve shall be rated for 175 psi working water pressure, with ANSI Class 125 cast iron flanges, furnished with 303 stainless steel trim, epoxy lined, valve position indicator and delrin sleezes. The valve shall be Clayton 50G-01BKC as manufactured by Cla- Val Co. , Newport Beach, California. ARTICLE III - EXECUTION 3 . 01 Joints: a. Boltholes of flanged valves shall straddle the horizontal and vertical centerlines of the pipe run to which the valves are attached. Clean flanges by wire brushing before installing flanged valves. Clean flange bolts and nuts by wire brushing, lubricate threads with oil and graphite, and tighten nuts uniformly and progressively. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reseat or replace the gasket, reinstall or retighten the bolts and nuts, and retest the joints. Joints shall be watertight. b. Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing threaded valves. Joints shall be watertight. C. Rubber ring grooves of valves shall be inspected before installation by the contractor for ridges or holes that would interfere with the rubber ring. Interferences with the rubber ring shall be corrected to a satisfactory connection or the valves replaces, as required by the District. (All valves shall have the same rubber-ring groove profile as the groove of the pipe couplings fur- nished with the pipe. ) 3 . 02 Butterfly Valve Operators: Butterfly valves shall be installed with the operators on the street centerline side of the pipeline. Valves 15100-10 1 3 . 03 Exterior Protection: a. All exposed flanges and other metal surfaces and all damaged coatings shall be coated after assembly with bituminous mastic per Section 09900. b. Wrap buried valves with 8-mil polyethylene wrap per AWWA C105. 3 . 04 Concrete Supports: a. Valves shall be anchored in concrete as shown on con- struction drawings. b. Concrete supports will not be required under valves bolted to flanged fittings. C. Until supports are poured, valves shall be temporarily supported by placing wooden skids underneath the valve so that the pipe is not subjected to the weight of the valve. d. Supports shall be of Class B concrete with steel reinforcement per Section 03300. Exposed reinforcing bars shall be coated. e. The depth of concrete support below valves shall conform with the size of the valve and shall be cut into the side of the trench a minimum of 12 inches on each side. The following table lists required depths of valve sup- ports: Valve size Minimum Depth Below Valve (Inches) (Inches) 6 and smaller 12 8 14 10 16 12 18 16 24 24 36 f. All concrete anchors and thrust blocks specified or required by the District Representative are considered as part of the pipeline installation. 3 . 05 Valve Boxes: a. Valves boxes shall be firmly supported and shall be kept centered and plumb over the operating nut of the valve. r Valves 15100-11 b. Beveled sections of pipe will not be allowed at the top of the valve extension pipe. The top cut shall be square and machine made. C. The box cover shall be flush with the surface of the finished pavement or at any other level designated by the District Representative. d. A Class "B" concrete collar shall be poured around each valve box. e. Paint valve box covers per Section 09900. 3 . 06 Backfill: a. All backfill within 24 inches of a valve shall be clean washed sand. b. Backfill is to be placed and compacted in accordance with Section 02223 . 3 . 07 Valve Leakage Testing: a. Test valves for leakage at the same time that the connecting pipelines are tested. See Section 15042 for pressure testing requirements. b. Protect or isolate any valve whose pressure rating is less than the test pressure. Valves 15100-12 SECTION 15150 FLOW METERS ARTICLE I - GENERAL 1. 01 Description: This section describes the purchase, materials, installation and testing of meter assemblies. 1. 02 Related Work Specified Elsewhere: a. Painting and Coating: 09900 b. Copper, Brass, and Bronze Pipe, Fittings, and Appurtenances: 15057 1. 03 Approved Manufacturers: 1 a. Sparling Instruments Co. , E1 Monte, CA Magnetic Meter Series 600 Model No. 655-16-511-3 b. Chart recorders - Bristol Babcock, Model 4392 . ARTICLE II - PRODUCTS 2 . 01 General: a. Meters shall be new and of current manufacture design. b. All parts of the same size and model meter shall be interchangeable. 2 . 02 Stainless Steel Hardware: All bolts, nuts, capscrews, studs, and washers shall be Type 316 stainless steel. 2 . 03 Copper, Brass, and Bronze Pipe, Fittings, and Appurtenances: All service connection and by-pass piping shall conform with Section 15057 . 2. 04 Chart Recorders: Chart recorder shall be 7 day, 4 pen (gpm) with totalization register, 24 volt D.C. powered, with servo system which can accept 4-20 mA do or 1 - 5 V.dc signals. Flow Meters 15150-1 Chart Recorder to be Bristol Babcock 4392 Series or approved equal. 2 . 05 Magnetic Meter: a. The magnetic flowmeter shall be microprocessor-based, and flanged. It shall indicate, totalize, and transmit flow in full pipes. b. The magnetic flowmeter shall utilize DC bi-polar pulsed coil excitation, automatically re-zeroing after every cycle. C. The accuracy shall be ± 1% of rate over a 33 : 1 turndown at all flow rates above 1 fps. Accuracy shall be verified by calibration in a flow laboratory traceable to the NIST. d. The flow sensor liner shall be Polyurethane. e. The sensor shall be accidental submergence-proof (30 ft. /48 hours) and NEMA-4X and NEMA-7 , FM approved for Class I, Division 1, Groups B, C and D and Class II, Division 1, Groups E F and G environments without the use of air purge. CSA approved for Class 1, Division 2 . f. The electronics shall be integrally mounted. g. The flowmeter electrodes shall be 316SS. h. The flowmeter shall be furnished with built-in grounding electrodes of the same material as the sensing elec- trodes. No external grounding rings or straps shall be required. i. The meter shall incorporate HI-Z circuitry. The pre- amplifier input impedance shall not be less than 1012 ohms. External ultrasonic electrode cleaners shall not be acceptable. j . Isolated outputs shall be 4-20 mA do into 800 ohms. k. Low flow cutoff shall be adjustable from 0-9% FS. 1. A 16-character alphanumeric display shall indicate user- defined flow units and total flow. All menu advice and commands shall be viewed on this display. M. The flowmeter shall incorporate the MAG-COMMAND feature allowing menu selection and changes to be made form outside the housing via hall-effect sensors. It shall Flow Meters 15150-2 not be necessary to remove covers, panels or fasteners to accomplish calibration or program changes. n. The meter software shall incorporate a password feature preventing inadvertent program changes. o. The flowmeter shall incorporate an empty pipe detection feature. p. The flowmeter shall have a switching power supply having an operating range from (77 - 264 Vac 50/60 Hz) (12-60 Vdc) . Power consumption shall not exceed 11 VA. q. All printed circuit boards shall be contained in a plug- in module and be interchangeable for any size without requiring test equipment. r. The flowmeter shall be inherently bi-directional for the ' 24-inch online flowmeter. The flowmeters on the pump discharge will be single-directional meters. S. The flowmeter manufacturer shall have meters of the DC pulse type in similar flowing mediums for a minimum of five years. t. The manufacturer shall provide an application performance guarantee with submittals. ' U. The flowmeter shall be warranted against defective workmanship or materials for a period of two years from shipment date. V. Totalized flow and programmed configuration shall be maintained in memory for up to 10 years. W. The flowmeter shall be MODEL 655-16-511-3 TIGERMAG as manufactured by Sparling Instruments Co. 2 . 06 Stainless Steel Hardware: All bolts, nuts, capscrews, studs, and washers shall be Type 316 stainless steel. ARTICLE III - EXECUTION 3 . 01 Meter Installation: Meter installation shall conform with manufacturer's recommendations. Flow Meters 15150-3 3 . 02 Structure Earthwork: Structure Earthwork for the meter vault installation shall be in accordance with Section 02223 . 3 . 03 Meter Vault: All precast concrete meter vaults shall be installed in accordance with Section 03462 and the Standard Drawings. 3 . 04 Concrete Work: All thrust blocks, foundations, and supports shall be of the sizes shown in the applicable standard drawings and conform with Section 03310. 3 . 05 Painting and Coating: All exposed and buried piping shall be painted or coated in accordance with Section 09900. 3 . 06 Testing: a. All meter installations shall be hydrostatically pressure tested during the testing of pipeline in accordance with Section 15042 . b. All meters will be tested by the District to verify its accuracy prior to being put into service. C. The meters shall be calibrated and started up by the manufacturer of the meter. Conformance of the meter installation to the plans and specifications will be issued by the manufacturer. Flow Meters 15150-4 SECTION 15200 VERTICAL TURBINE PUMPS, ELECTRICAL DRIVES AND RIGHT ANGLE GEAR DRIVES ARTICLE I - GENERAL 1. 01 Description: This section includes the materials and installation of seven (7) vertical turbine barrel pumps, one electrical motor driver with variable frequency drive units (and six natural gas engines with LPG back up fuel system) . Pumps No. 0-3 and 0-4 shall be vertical turbine barrel pumps as manufactured by Johnston Pump Company. All RH pumps will be made in America and be identically matched according to design requirements for like units. 1. 02 Related Work Specified Elsewhere: a. Painting and Coating: 09900 b. Electrical: Division 16 C. Concrete Work: 03310 d. Cement-Mortar Lined and Coated Steel Pipe: 15076 ' e. Natural Gas Engines: 18000 1. 03 Submittals: Submit shop drawings in accordance with the General Provisions and the following. Submit manufacturer' s catalog data. Show dimensions, materials of construction by ASTM reference and grade, pump performance curves, and coatings. 1. 04 Guarantee: ' The pumps shall be new and of current manufacture. No pump shall be released to production for use in the work prior to return of acceptable shop drawings submitted by the Contractor in accordance with the City' s requirements. The Contractor shall be responsible for the satisfactory operation of the pumping units under the specified operating conditions, and all necessary baffles, and appurtenances, in addition to those shown, shall be furnished with the pumping units. Any unit which develops excessive noise, vibration, or operating malfunctions within one year of final acceptance of the contract shall be repaired or modified as necessary at no additional cost to the City and all such repairs and/or modifications shall be approved by the City. The City Vertical Turbine Pumps, Electrical Motors and Right Angle Gear Drives 15200-1 reserves the right to operate unsatisfactory equipment until it may be conveniently taken out of service. The pump manufacturer shall be responsible for all components and for the satisfactory installation and operation for a completely assembled unit, including the motor, right angle gear drives and the pumps. Operating Requirements For Pump Number: RH-1 Type of Drive Electric Motor variable speed Flow (GPM) 400 T.D.H. (ft. ) 46 Min. Bowl Efficiency (%) 75 Minimum Pump Efficiency (%) 71. 8 No. of Stages One Motor Size (hp) 10, 3 phase, 60 hertz , 460 volts Max. Speed (rpm) 1800 Min. Column Dia. (in. ) 6 Min. Net Shaft Dia. (in. ) 1 1/2 - 416SS Max. Bowl Dia. (in. ) 9 3/4 Diameter of Discharge Pipe at Pump 6" Suction Pipe Dia. (in. ) 16 Min. Line Shaft Dia. (in. ) 1-1/2" Engine: No engine. (Base for engine only) Operating Requirements For Pump Number: RH-2 and RH-3 Type of Drive Natural gas with LPG back-up (conduits for future motor installation) Flow (GPM) 1080 T.D.H. (ft. ) 46 Min. Bowl Efficiency (%) 81 . 3 Minimum Pump Efficiency (%) 79 . 0 No. of Stages One Motor Size (hp) 25 Max. Speed (rpm) 1770 Min. Column Dia. (in. ) 10 Min. Net Shaft Dia. (in. ) 1 11/16 - 416SS Max. Bowl Dia. (in. ) 11 3/8 Diameter of Discharge 12" Pipe at Pump Suction Pipe Dia. (in. ) 16 Min. Line Shaft Dia. (in. ) 1-1/3" Engine: VRG220 Waukesha. Vertical Turbine Pumps, Electrical Motors and Right Angle Gear Drives 15200-2 Operating Requirements For Pump Number: RH-4 and RH-5 ' Type of Drive Natural Gas with LPG back-up Flow (GPM) 3500 T.D.H. (ft. ) 46 Min. Bowl Efficiency (%) 79 . 8 Minimum Pump Efficiency (%) 74 . 7 No. of Stages One Motor Size (hp) 75 Max. Speed (rpm) 1175 Min. Column Dia. (in. ) 16 Min. Net Shaft Dia. (in. ) 2 13/16 - 416SS Max. Bowl Dia. (in. ) 17 5/16 Diameter of Discharge 16" Pipe at Pump Suction Pipe Dia. (in. ) 16 Min. Line Shaft Dia. (in. ) 1-1/2" Engine: F817G (owner will furnish two used engines) Operating Requirements For Pump Number: 0-3 and 0-4 Type of Drive Natural Gas with LPG back-up Flow (GPM) 3500 T.D.H. (ft. ) 116 Min. Bowl Efficiency (%) 82 Minimum Pump Efficiency (%) 79 No. of Stages Two ' Motor Size (hp) 150 Max. Speed (rpm) 1175-1250 (1210) Min. Column Dia. (in. ) 16 Min. Net Shaft Dia. (in. ) 2 13/16 - 416SS Max. Bowl Dia. (in. ) 17 5/16 Diameter of Discharge 16" Pipe at Pump Suction Pipe Dia. (in. ) 16 Min. Line Shaft Dia. (in. ) 1-11/16 Engine: F1197G Waukesha 1. 05 Pump Description: a. Discharge Heads: The discharge heads shall be fabricated steel construction with 150# ANSI discharge flange 6" (RH-1) , 12" (RH-2 & RH-3) , and 16" (RG-3 & RH-4 , 0-1 & 02) Class E flat faced rated. The base of the discharge head shall be for mounting on a 30" can. The stuffing box discharge head area shall have ample space for threaded coupling connecting the motor shaft to the pump shaft. Hand holes in the discharge head shall be fitted with galvanized expanded metal coupling guards. Vertical Turbine Pumps, Electrical Motors and Right Angle Gear Drives 15200-3 b. Column Assembly: The column pipe shall be standard wall welded steel pipe with flanged machined registers for proper pump alignment. The column pipe bolting shall be 18-8 stainless steel. Column pipe sections shall be as shown in the plans. The shaft bearing spacing shall not exceed 5 ' -0" flanged column sections shall have machined rabbets for the proper centering of the bearing retainers. The bearing retainers shall be machined on the perimeter for a close tolerance fit in the column pipe flange rabbet lineshaft bearings shall be fluted neoprene rubber secured in the bearing retainer for easy field replacement. Lineshafts shall be threaded to tighten during pump operating rotation and machined from 416 stainless steel precision. Pump shall be sized to handle flow for the pump horse- power, torque and thrust at all operating conditions including shut- off head. Lineshaft couplings shall be 416SS construction machined from solid bar stock. Lineshafts shall not be over 10 '-0" in length. C. Pump Bowl Assembly: The pump bowls shall be of class 30 cast iron, or better. The cast-iron shall be free of blow holes, sand holes, or other detrimental defects. The bowls shall have machine registers for proper fit and alignment. The interior of the bowls shall be coated with vitreo enamel in the water passages. Bowls shall be fitted with high leaded bronze bushings. There shall be a side seal between the impeller and bowl and a bronze ring in the bowl that will seal between the bottom of the impeller skirt and the bowl below the impellers shall be the enclosed design made from ASTM B584 C83600 Bronze. The impeller shall be static balanced and secured to the 416 stainless steel impeller shaft with steel collets. The suction manifold shall be of the bell mouthed design in Class 30 or better cast-iron construction. The bell suction manifold shall be fitted with a water proof grease paced high leaded bronze bushing. The bowl assembly bolting shall be 316 stainless steel. The pump manufacture shall supply written certification to verify this. Both the bowls and impellers shall be machined and fitted with wear rings. d. Suction Barrels: Pump suction barrels shall be fabricated from 3/8" wall welded steel pipe 30" dia CMLC as shown on the plans. Vertical Turbine Pumps, Electrical Motors and Right Angle Gear Drives 15200-4 e. Coating: The pump manufacturer shall supply the following items with Scotchcote No. 306 epoxy to a minimum dry film thickness of 8 mils: 1. Water passages of the fabricated steel discharge head. 2 . The O.D. of the seal container subject to the pumpage. 3 . The O.D. and I .D. of the flanged column pipe. 4 . The O.D. of the pump bowls. 5. The O.D. and I .D. of the pump bell suction manifold. 1. 06 Motor: ' a. General: The motor shall be weather protected type I vertical hollow shaft, of standard design and construction, 460-volts, 3-phase, 60 hertz, high efficiency motor, rated at 10 hp with variable speed drive at 1770 rpm. The motors shall be of the proper size to drive the pump continuously over the complete head-capacity range without the load exceeding the rated horsepower. Motors shall be especially suitable both electrically and mechanically to drive the pumps as specified. The speed, horsepower, torque, base, thrust bearing, shaft and motor tolerances shall be coordinated closely with pump' s requirements so as to provide a satisfactory, efficient drive without overloading, overheating or abnormal vibration. b. Motor Standards: Motors in all cases shall meet, as ' minimum requirements, the published standards, rules and regulations of NEMA, ANSI and the IEEE as to application, manufacture and tests. ' C. Operating Characteristics: 1. Torque Motors shall meet, or exceed, the locked rotor(starting) and breakdown (maximum) torques specified in NEMA Standards for NEMA Design B and ' rating specified. 2 . Current Locked rotor (starting) currents shall not exceed NEMA maximum values for NEMA design and rating. r Vertical Turbine Pumps, Electrical Motors and Right Angle Gear Drives 15200-5 3 . Protection Current density and heating characteristics shall be such that the motors will not burn out if subjected to a maximum of twenty (20) seconds stall at six (6) times full-load current. d. Service Factors: In accordance with NEMA Standards, service factor for open drip-proof motors 200 hp and below shall be 1. 15. e. Insulation: Motor insulation shall be Class F with the maximum permissible temperature rise for the insulation not to exceed 800C when the motor operates at service factor load in a 400C ambient. f. Mechanical Requirement: 1. Frame Sizes Frame/Hp relationships shall conform to latest NEMA Standard MG1-11. 31 for "T" frames, and all dimensions shall meet NEMA Standards insofar as they apply. 2 . Enclosures Enclosures shall comply to NEMA Standards MG1-1. 25 or 1-1. 26 Mounting shall be ceiling assembly. 3 . Bearing and Lubrication All motors shall have anti-friction ball bearings, sized for average life of at least 100, 000 hours under normal loading conditions (See NEMA Standard MG1-14 . 45) . Bearings shall be AFBA standard sizes. Motors shall be equipped with end-shield mounted ball bearings made to AFBMA standards and be of ample capacity for the motor rating. The bearing housing shall be large enough to hold sufficient lubricant to minimize the need for frequent relubrication, but facilities shall be provided for adding new grease and draining out old grease without major motor disassembly. 4 . Balance and Vibration The vibration in any direction, as measured at the bearing housings, when tested in accordance with NEMA established by NEMA Standard MG1-12 . 05. If balance weights are added to the rotor, they shall be permanently secured welding, peening, or other approved methods. 5. Material Vertical Turbine Pumps, Electrical Motors and Right Angle Gear Drives 15200-6 a) Stator Frames and End Shields. Stator Frames and end shields may be cast aluminum or cast-iron, whichever is manufacturer' s standard. b) Other External Parts. Fan covers and conduit boxes may be cast-iron, aluminum, fiber glass, or steel, depending on manufacturer' s standard. 6. Conduit Boxes ' Conduit box shall be one size larger than standard and fully covered. Conduit holes size shall conform to minimum "AA" dimension, NEMA Standard MG1- 11. 31, depending on the motor rating. 7 . Lifting Lugs ' All motors 213 frame and larger shall be drilled and tapped for a lifting eyebolt or have lifting lugs as an integral part of the frames. Manufac- turer shall supply eyebolts. g. Motor Leads: Motor leads into conduit box shall have same insulation class as the winding. Leads shall be marked throughout the entire length to provide identification after terminals are taped or clipped. ' Leads insulated with glass braid shall be furnished with a metal marker on the lead. h. Nameplates: Stainless steel standard nameplates shall be provided on each motor, securely affixed in a conspicuous place, showing the manufacturer's name and address. In addition, the nameplates shall show the following data: The type, frame, insulation class or temperature rise, HP, full load current, RPM, model and serial number, phase, voltage, locked rotor KVA code, and bearing ' numbers. ARTICLE II PRODUCTS ' 2 . 01 Gear Drives: The right angle gear drive unit shall be a hollow shaft type, 1: 1 ratio. The unit shall include a built-in non-reversing device to prevent backspin in the event of failure of the check valve. The unit shall include forced feed oil ' lubrication to all moving parts. The unit to be furnished shall be a spiral bevel, hollow vertical output shaft design and shall include the necessary thrust bearing capacity for Vertical Turbine Pumps, Electrical Motors and ' Right Angle Gear Drives 15200-7 the total pump hydraulic and static load. It shall be manufactured in accordance with standard practices of the American Gear Manufacturers Association (AGMA) for speed reducers and increasers employing spiral bevel gearing. The spiral bevel gears shall be mounted on anti-friction bearings with a thrust bearing of a tapered roller type designed for a minimum of fifty thousand hours of life (B-10 expectancy) , with the thrust load not less than the minimum total thrust, plus the static load imposed by the pump. If the required, opposed thrust bearings shall be provided to offset up-thrust in the gear drive units. A service factor of 1. 4 shall be used when determining the proper size of the right angle gear drive. The overall efficiency of the gear drive shall be at least 97 percent. The right angle gear shall be manufactured by Amarillo. The gear shall be supplied by the pump manufacturer to insure proper thrust bearing rating. ARTICLE III - EXECUTION 3. 01 Spare Parts: The following spare parts shall be delivered to the Owner' s Representative prior to final acceptance: a. Pumps 1 - Impeller of each size supplied 3. 02 Pump Testing: a. General: Tests shall be performed in accordance with the guidelines of the Standards of the Hydraulic Institute for Centrifugal Pumps. Tests shall be performed on the actual assembled unit from shut-off head condition to 25 percent above the required design capacity. Prototype model test will not be acceptable. b. Factory Tests: All pumps shall be factory-tested in accordance with the above specifications. Equipment shall not be shipped until the test data has been witnessed by the Owner ' s Representative. For any pump or motor tested more than 250 miles from the site the manufacturer shall pay all expenses for the Owner's Representative to witness test. C. Field Tests: All pumps shall be field-tested after installation to demonstrate satisfactory operation without causing excessive noise, cavitation, vibration, and overheating of the bearings. Vertical Turbine Pumps, Electrical Motors and Right Angle Gear Drives 15200-8 i d. In the event of failure of any pump to meet any of the ' above requirements or efficiencies, the Contractor shall make all necessary modifications, repairs, or replacements to conform with these specifications at no additional compensation. 3 . 03 Motor Testing: Motor testing procedure shall be in accordance with the American Standard Test Code for polyphase induction motors and generators, publications IEEE 112 . All motors shall be given ' routine tests to determine that they are free from electrical or mechanical defects. The routine test shall, as a minimum, conform to NEMA Standard MG-12 . 51. Vertical Turbine Pumps, Electrical Motors and ' Right Angle Gear Drives 15200-9 SECTION 16010 ELECTRICAL GENERAL REQUIREMENTS ARTICLE I - GENERAL 1. 01 Description: All the applicable requirements of Division 0 and Division I apply to the work of this section. 1. 02 Scope of Work: The work under this Division of specifications include all labor, material and appliances required to furnish and install the electrical work shown on the drawings and specified herein and shall be complete for use. 1. 03 Work Included: The work shall include, but not limit to, the followings: a. Complete service and main switchboard, including miscel- laneous requirements for power company facilities to ' replace existing service. b. Complete and operable 277/480 volt and 120/208 volt, ' three phase, four wire light and power systems. C. Complete and operable emergency standby power system. ' d. Complete conduit, outlet and terminal backboard for telephone system. e. Complete and operable intercom and paging system. 1. 04 Work Not Included: The following work shall be done under the Mechanical Division of the specifications: a. Furnishing of all electrical or partially electrical devices related uniquely to the mechanical equipment and only as specifically indicated in the Mechanical Division of the specifications. b. Furnishing and installation of all motors. Electrical General Requirements 16010-1 1. 05 Regulations and Codes: a. All work and materials shall be in full accordance with the latest rules of National Fire Protection Association, any local or State ordinances, National Electrical code, the State of California Administrative code, Electrical Regulations of the State Fire Marshal and with any prevailing rules and regulations pertaining to adequate protection and/or guarding of any moving parts of otherwise hazardous locations. b. Nothing in these specifications and plans is to be construed to permit work not conforming with these codes. 1. 06 Permits and Inspections: The contractor shall apply and pay for all permits required by any of the legally constituted public authorities for the installation of construction of the work included under this Division. The Contractor shall arrange and pay for any inspection or examination so required and deliver certifica- tions of all such inspections to the Architect. 1. 07 Site Inspections: The Contractor shall carefully examine the site and existing building, shall compare the drawings with the existing electrical installations, and shall thoroughly familiarize himself with all existing condition within the scope of this work. By the act submitting a bid, the Contractor will be deemed to have made such examination and to have accepted such conditions, and to have made allowance thereof in preparing his figures. 1. 08 Verification of Dimensions: All scaled and figured dimensions are approximate and are given for estimate purposes only. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions, sizes, etc. , and shall assume full responsibility for fitting in of all equipment and materials to other parts of the equipment and to the structure. 1. 09 Examination of the Drawings: a. The Contractor shall carefully study all drawings, specifications, etc. pertaining to work; if any work as laid out or indicated is contrary to, or conflicts with local, City, State or National ordinances, the same shall be reported at once to the Architect before submitting his bid. The Architect will then instruct the Contractor how to proceed. Electrical General Requirements 16010-2 b. By the act of submitting a proposal for the work included in the contract, the Contractor shall be deemed to have made such study and that he is familiar with and accepts all condition at the site. ' 1. 10 Substitutions: ' a. Whenever an article is mentioned by trade name or manufacturer's name either in specifications or on the drawings, such designations is intended to establish a standard of quality and functional performance required. ' b. Contractor shall base his bids on the materials or equipment thus specified. Should the Contractor desire to propose an alternate, he shall submit a complete list of items with detailed specifications which differ from those specified within 35 days of award of general contract for approval. C. If no such list is submitted for approval, or if alter- nate materials or equipment thus submitted are not approved, it shall be understood that all specified material and equipment shall be used throughout the electrical work. 1. 11 Selective Terms: Whenever the words, "OR EQUAL" or other words of similar intent and meaning are used implying that judgment, dis- cretion, or decision is to be exercised, it is understood that it is the judgment, discretion or decision of the Architect or Engineer to which reference is made. 1. 12 Shop Drawings: ' a. Within thirty-five (35) days after award of the general contract the Contractor shall submit to the Architect, at his own expense, a complete list of all materials he intends to use on the job and six (6) copies of all required shop drawings and brochures for all switch- boards, panelboards, transformers, terminal cabinets, all ' signal systems and lighting fixtures. b. This Contractor shall review all shop drawings, make any necessary corrections, stamp and sign them approved before submitting same to the Architect. C. The Contractor shall agree that shop drawing submittals processed by the Engineer are not change orders; that the purpose of shop drawing submittals by the Contractor is to demonstrate to the Engineer that the contractor understands the design concept, that he demonstrates his ' Electrical General Requirements 16010-3 understanding by indicating which equipment and material he intends to furnish and install and by detailing the fabrication and installation methods he intends to use. The Contractor shall further agree that if deviations, discrepancies of documents in the form of design drawings and specifications are discovered either prior to or after shop drawing submittals are processed by the Engineer, the design drawings and specifications shall control and shall be followed. 1. 13 Location: a. The location of apparatus and equipment indicated on the drawings are approximately only and shall be changed to meet the Architectural and Structural conditions as required. b. Any change in work which has not been installed shall be made by the contractor without additional compensation, except changes which are caused by Architectural changes which increase or decrease the size of apparatus or materials specified or indicated on the drawings. The Contractor shall submit a detailed breakdown cost estimate of, or credit for, such changes and shall proceed only upon the written authority of the Architect. C. All apparatus and equipment shall be furnished and installed in a manner and in locations avoiding all obstructions, preserving head room, and keeping openings and passageway clear. Changes shall be made in locations of equipment and materials which may be necessary in order to accomplish this. d. The drawings are essentially diagrammatic to the extent that many offsets, bends, special fittings, and exact locations are not indicated. The Contractor shall carefully study the drawings and premises in order to determine the best methods, exact location, routes, and building obstructions, etc. and shall install all apparatus and equipment in the available location. 1. 14 Cutting and Patching: a. The Contractor shall do all drilling, cutting and patching of the general construction work existing or new, rough finish and trim, which may be required for the installation of his equipment. All patching shall be of the same materials, workmanship and finish as the original work, and shall accurately match all surrounding work. Electrical General Requirements 16010-4 b. All cutting and patching shall be approved by the ' Architect. 1. 15 Excavations: ' a. Do all excavating necessary for the proper installation of the electrical work whether or not indicated on the drawings or specified. When on Owner ' s property, under- ground primary and secondary services and high high voltage feeders shall be buried not less than 24" below finished grade; and other circuit runs containing circuit ' of 600 volt or less shall be not less than 18" below finished grade. Where conduit runs traverse public property, the depth below finished grade shall be required by the legal constituted public authorities having jurisdiction. b. After the installation of work requiring excavation has been inspected and approved, all excavations shall be filled with clean earth and tamped to a consistency so that no settlement will occur, and the ground left firm at natural grade. All excavated earth which is not to backfill shall be removed from the premises or otherwise disposed of as directed. ' C. All plants, shrubs, turf and surfacing that occur in the area of the excavation shall be carefully removed and placed where they will not be damaged. After the excava- tions are filled, 'the plants, turf, shrubs, and surfacing shall be replaced as directed. All sidewalks, driveways or other cement or asphalt surfaces which are damaged ' during excavation shall be replaced to match the adjacent work in material and finish. 1. 16 Protection of Work: ' a. The Contractor shall protect all work, material and equipment from damage from any cause whatsoever, and shall provide adequate and proper storage facilities during the progress of the work. He shall provide for the safety and good condition of all work until final acceptance of the work by the Owner, and replace all ' damaged or defective work, materials and equipment before requesting final acceptance. b. The Contractor shall be held responsible for the protec- tion and correction of the work of all trades from smears, splashes, stain or damages that might occur in ' the progress of the work. ' Electrical General Requirements 16010-5 1. 17 Coordination with Other Trade: a. The Contractor shall so order his work that progress will harmonize with that of other trades so that all work may proceed as expeditiously as possible. b. So far as possible, the work has been indicated on the drawings in such positions as to suit and accommodate the work of the other trades, but the work as indicated is largely diagrammatic, and the correct finish position of all equipment and materials cannot always be indicated. Therefore, the Contractor is hereby made directly responsible for the correct placing of his work and the proper location and connection of his work in relation to the work of the other trades. 1. 18 Cleaning Premises: The Contractor shall keep all parts of building and site free from any accumulations of rubbish or waste materials caused by his workmen and shall remove such accumulations from the building, site and property. 1. 19 Cleaning Equipment and Materials: All parts of apparatus and equipment which are to be painted shall be thoroughly cleaned of dirt, cement, plaster, grease, oil spots, and other foreign materials and left smooth, clean and in proper condition to receive paint finish. 1.20 Test: a. The Contractor shall make any and all tests necessary to satisfy the Owner and the Architect or his representative he has carried out the true intent and meaning of the specifications. Should the Contractor refuse or neglect to make the required tests, the Owner may make such tests and charge the expense thereof to the Contractor to be retained out of full final payment as provided in the "General Conditions" of the contract. b. Any work showing fault under test, and any work not in accordance with the specifications and the accompanying drawings, shall be corrected by the Contractor at his own expense. 1.21 Guarantee: In addition to the guarantees required in the "General Conditions" , all materials and equipment provided and in- stalled under this Division of the Specifications shall be guaranteed by the Contractor for a period of one year from the Electrical General Requirements 16010-6 date acceptance of the work by the Owner. Should any trouble develop during this period due to defective materials or faulty workmanship, the Contractor shall furnish all necessary labor and materials to correct the trouble without any cost to ' the Owner. 1. 22 Operating Instructions: a. This Contractor shall thoroughly instruct the Owner's operators in every detail of operation of all equipment. He shall also provide the Owner with a list of equipment ' containing manufacturer' s name, model, serial number, etc. All directions of operation furnished by the manufacturer shall be carefully saved and turned over to the Owner. b. This Contractor shall furnish to the Owner three copies of instruction and maintenance manual of all major equipment and all signal systems. 1.23 Record Drawings: ' The Contractor shall provide and keep up-to-date a complete "AS-BUILT" record set of prints which shall be corrected daily and show every change from the original drawings and specifi- cations and the exact "AS-BUILT" locations, sizes and kind of equipment. Prints for this purpose may be obtained from the Architect at cost. This set of drawings shall be kept on the ' job site and shall be used only as record set. On completion of the work, a set of ozalid transparencies shall be obtained from the Architect at cost, and all changes as noted on the record set shall be drawn in black pencil. This set of ozalid transparencies and record set shall be delivered to the Architect. 1.24 Electrical Service: a. Power and lighting services and metering facilities shall conform to the requirements of the serving utility. Contractor shall verify service location and require- ments, and shall pay all cost levied by the serving utility for rendering electrical service to the job without addition cost to the Owner. Service information will be furnished by the serving utility. b. Upon receipt of notice that the contract award has been made, the Contractor shall notify the serving utility that he has the job and will furnish information as to the total lighting and power loads for the job. He shall furnish at the same time information as to the estimated completion date of the job or the date when electric service will be desired. ' Electrical General Requirements 16010-7 C. At all transformer vaults and service pull boxes where conductors are not furnished and installed by the serving utility, the Contractor shall furnish slack conductors of length required by the serving utility. d. All underground conduits with service voltage of 11 KV or greater, where crossing public property, or as required by the serving utility, shall be encased with 6" red concrete envelop. e. Ground in the transformer vault or pad shall be executed in accordance with the requirements of the serving utility. 1. 25 Operating Utilities: a. The General Contractor shall arrange and pay for the provision of the electrical service required for the installation of the work during construction and during testing of the system as per General Conditions. 1. 26 Shut-Down and Cutover Time: On addition to and/or rehabilitation of existing construction all phases of work shall be scheduled to keep shut-down and cut-over time to a minimum. All such shut-down of the electri- cal and signal systems which will interrupt service to existing facilities shall be pre- arranged with the Owner in advance. In the event shut-down times interfere with the regular schedule this work shall be performed during the "OFF" hours, at no additional costor inconvenience to the Owner. 1.27 Safety: a. The Contractor shall be solely and completely responsible for condition of the premises on which the work is performed and for the safety of all persons and property on the site during performance of the contract. These requirements shall not limited to normal working hours, but shall apply continuously. b. Contractor shall conform with all governing safety regulations. ARTICLE II - PRODUCTS NOT USED. ARTICLE III - EXECUTION NOT USED. Electrical General Requirements 16010-8 SECTION 16100 BASIC MATERIALS ' ARTICLE I - GENERAL 1. 01 Description: All the applicable requirements of Division 0 and Division I apply to the work of this section. 1.02 The material herein shall be new and furnished in accordance with specifications of Institute of Electrical and Electronics Engineer, National Electrical Manufacturer' s Association, National Fire Protection Association, and the National Electrical Code. ' ARTICLE II - PRODUCTS 2 .01 Conduit and Fittings: a. Conduit shall comply with the requirements of the Under- writer' s Laboratories and shall be delivered to the site in standard lengths with each length bearing the manufac- turer' s trademark and the U.L. label of approval. Where conduit mentioned in this specifications, It shall be interpreted as rigid, standard weight, galvanized steel ' conduit. Intermediate conduit, electrical metallic tubing, polyvinyl- chloride, or flexible metallic conduit may be used only where specified herein or noted on the drawings. b. Rigid steel conduit shall be heavy-wall, hot dipped galvanized with thread ends and couplings. rC. Intermediate metallic tubing shall be hot dipped galva- nized steel conduit and manufactured in accordance with U.L. Standard #1242 . d. Electrical metallic tubing shall be thin wall galvanized with compression type galvanized couplings and connectors equal to Appleton 95T and 85T series. e. Flexible metallic conduit shall be steel, hot dipped galvanized with squeeze type or screw (Jake) type couplings and fittings. When used in wet or damp loca- tion, it shall be the sealtite type with liquidtight connectors and couplings. f. Polyvinyl-chloride conduit shall be schedule 40 and shall be encased in 3" concrete envelope. Underground branch ' Basic Materials 16100-1 circuit runs of PVC conduit may be installed without con- crete encasement below floor slab on grade or 18" minimum below grade. All elbows and risers shall be rigid steel and shall be encased in concrete completely or double wrapped with Scotch #50 corrosionproof tape. 2. 01 Outlet Boxes: a. Outlet boxes shall be hot dipped galvanized, one piece pressed steel knock-out type or cast iron with drilled and plugged holes. All boxes shall be proper size for the number of wires or conduit passing through or terminated herein, but in no case shall any box be less than 4" square, unless specifically noted on the drawings. Cover shall be of the type most suitable for the outlets and shall finish flush with finished surface. Boxes in concrete shall be a type which will allow the placing of conduit without displacement the reinforce bars. b. Unless otherwise specified or noted on the drawings, boxes for the various outlets shall be as follows: 1. For light outlet boxes use minimum of 4" square, equipped with plaster ring and fixture supporting devices as required by the unit installed. 2 . For wall switch outlet boxes use 4" square boxes with single or two gang plaster ring for one or two switches and solid gang boxes with plaster ring for more than two switches, unless noted otherwise on the drawings. 3 . For convenience outlets, use 4" square boxes with single gang plaster ring. 4 . For telephone outlets, use single gang ring without boxes in stud wall and use appropriate boxes in masonry or concrete wall. 5. For electrical thermostats, use 4" square boxes with single gang ring. 6. For outlets not specified, use boxes and mounting height as directed. 2.03 Conductors (600 Volt or Less) : a. All conductors shall comply with the specifications of Underwriter ' s Laboratories, Inc. , for 600 volt insulated copper conductors. No wires shall be smaller than #12 gauge unless noted otherwise on the drawings. Basic Materials 16100-2 b All conductors shall be delivered to the job site in ' their original unbroken packages. Each package shall bear Underwriter' s and manufacturer ' s label, date of manufac- ture, size, kind and insulation of wire. tC. All conductors shall be type "THW" 75 degree C. or type "THHN" 90 degree C. , 600 volt insulation copper wires. Conductor size #10 and smaller shall be solid and #8 and ' larger shall be stranded. d. All circuit conductors installed within fluorescent light raceways shall be 600 volt, type "AVA" , "RHH" or "THHN" . e. Control circuit conductors for mechanical equipment in location subject to abnormal temperatures shall be type "RHH", 600 volt insulation copper wires. All control conductors shall be stranded copper wires. 2 . 04 Grounding: a. The grounding system shall consist of connection to cold water pipe, ground rods and Ufer ground. Ground clamps shall be approved type. The maximum resistance to ground shall not exceed 5 ohms. The interior metallic cold water and gas piping system shall be bonded to the service ' equipment ground. b. If non-metallic conduit is used, a green ground insulat- ed, copper ground wire sized in accordance with code shall be installed. Conduit size shall be increased to conform to code. ' 2 . 05 Test Mandrel: A segmented steel test mandrel of proper size shall be pulled ' through each non-metallic conduit 2" and larger. This test shall be made within 2 hours after concrete envelope has been poured. A steel cable shall be fastened to both end of the mandrel and mandrel shall be repulled through the conduit in the opposite direction. 2 . 06 Pitch Pocket: Galvanized iron pitch pocket of 6" minimum height shall be provided for each conduit that stubs through roof. Pitch ' pocket shall be filled with tar full to the top. 2. 07 Concrete Work: ' a. The concrete work for the conduit envelope shall be non-structural slab type with a mix of 1: 2-1/2 : 3-1/2 by volume, 7-1/2 gallon of water per sack of cement, and ' Basic Materials 16100-3 shall be furnished and installed under this Division of the specifications b. All other concrete work in conjunction with the electri- cal work shall be furnished and installed under other Division of the specifications unless specifically indicated otherwise on the drawings. 2 . 08 Miscellaneous Iron Work: All miscellaneous iron work required to completely and properly install the electrical work shall be furnished and installed under this Division of the specifications. This shall include all supports, pull-in irons, etc. 2 . 09 Plates: a. Plates shall be supplied for all local switches, recepta- cles, telephone outlets, wall speaker outlets, etc. All plates shall be furnished with engraved or etched designation under any one of the following conditions: 1. Three gang or larger gang switches. 2 . Lock switches. 3 . Pilot switches. 4 . Switches in locations from which the equipment or circuits controlled cannot be readily seen. 5. Manual motor starting switches. 6. Where so indicated on the drawings. 7 . As required on all control circuit switches, such as heater controls, etc. 8 . Where receptacles are other than standard duplex receptacles, to include voltage, phase and ampere. b. All plates shall be stainless steel as manufactured by Sierra. 2. 10 Nameplates: Provide black-on-white nameplates for switchboards, panel- boards, terminal cabinets, motor control centers. pull boxes, disconnect switches and magnetic motor starters to correspond with designation on the drawings. Nameplates shall be secured with screws, bolts or rivets. Other means of attachment will not be accepted. "DYMO" type labels will not be accepted. Basic Materials 16100-4 Description of nameplates shall include name, voltage, phase, wire, such as Panel "A" , 120/208 volt, 3 phase, 4 wire. 2 . 11 Pull Boxes: ia. Pull boxes shall meet all code requirements as to size for the conduit terminating therein and to thickness of metal used in fabrication or casting. b. Fabricated sheet steel pull boxes shall be installed only in dry protected locations and shall be furnished with required knockouts and removable screw cover. Boxes shall be finished with one coat of zinc chromate and one coat of primer sealer where exposed to public view and shall be painted to match surroundings. C. Weatherproof sheet steel pull boxes shall be fabricated of code gage galvanized sheet steel with two coats of rust resistant finish and shall be furnished with gasket and made completely watertight. ' 2. 12 Disconnect Switches: a. Disconnect switches shall be 250 volt or 600 volt A.C. NEMA Type ND, quick make, quick break, H.P. rated, non-fusible or fusible switches in NEMA I enclosure with number of poles and amperage as indicated on the draw- ings. Where switches are indicated with W.P. (weather- ' proof) switches shall be in a raintight NEMA 3R enclo- sure. 2 . 13 Manual Motor Starters: ' a. Manual motor starters shall be for flush or surface mounting with number of poles and size of thermal ' overload heaters as required for the motor being con- trolled. All flush mounted units shall have proper back boxes. Where pilot light is shown, the pilot light shall ' be installed in a separate outlet box adjacent to the starter. b. The following starters are approved: MANUFACTURER 1 HP OR BELOW OTHERS Arrow-Hart Type RL Type LL Allen-Bradley Bul. 600 Bul. 609 Federal Pacific Class 4003 Class 4004 ' Cutler-Hammer Bul. 9101 Bul. 9115 General Electric CR101 CR1062 ITE Class C10-C20 Class C20 ' Basic Materials 16100-5 Square D Class 2510,Type A Class 2510, Type B & C Westinghouse Type MS type A100 2 . 14 Magnetic Motor Starters: a. Magnetic motor starters shall be A.C. line voltage, across-the-line unit in NEMA I enclosure. All starters located outside of a building or indicated to be weather- proof (W.P. ) shall be furnished in NEMA 3R enclosure. Starters shall be horsepower rated for the motor con- trolled and shall be equipped with properly sized overload elements. Every pole shall be with overload element. b. Each starter shall be equipped with integral control transformer, pilot light, Hand-Off-Auto or Start-Stop switch, minimum one auxiliary contact. Additional auxiliary contacts shall be provided as required by the control wiring diagram. C. Each starter shall have and engraved nameplate. d. The following type are approved. MANUFACTURER TYPE Arrow-Hart RA Allen-Bradley Bul. 709 Federal Pacific Class 4204 Cutler-Hammer Bul. 9586 General Electric Class CR106 Square D Class 8536 Westinghouse Class 11-200 2 . 15 Combination Magnetic Starters: a. Combination magnetic starters shall be fusible or non-fusible safety switch and an across the line magnetic motor starter, both as specified in preceding paragraphs, installed in NEMA I enclosure or NEMA 3R enclosure for outdoor installation. b. The following combination magnetic starters are approved: MANUFACTURER TYPE Arrow-Hart RAC Allen-Bradley Bul. 712 Federal Pacific Class 4214 or 4215 Cutler-Hammer Bul. 9589 or 9591 General Electric Class CR107 or CR108 Basic Materials 16100-6 Square D Class 8538 or 8539 Westinghouse Class 11-203 2 . 16 Lugs: Furnish and install proper lugs in all panelboards, switch- boards, gutters, etc. , required to properly terminate every cable. Where paralleled conductors or conductors of size larger than the capacity of breaker are to terminate on a breaker a short length of copper cable (of capacity of the breaker) shall be connected to the breaker, and the proper bolt or compression type lug installed to connect this cable to the feeder cable. The cutting of cable strands to fit the breaker will not be permitted. 2.17 Painting: a. When not already covered under the painting section of ' the specifications all electrical work exposed to view shall be painted in accordance with the painting section of the specifications to match surroundings. Work to be painted shall include conduit, hangers, outlet boxes, pull boxes, surface raceway and similar items. 2. 18 Receptacles: a. All receptacles except those equipped with U.L. approved self- grounding device shall be installed with a bonding jumper for ground between the grounded outlet box and the receptacle ground terminal. Grounding through the mounting straps is not acceptable unless receptacles are equipped with U.L. approved self-grounding straps. Furnish one cap for each receptacle other than standard duplex receptacles. b. Duplex convenience receptacles shall be grounding type, 125 volt, 15 ampere and shall conform to NEMA 5-15R configuration. Outlets shall be side wired only. MANUFACTURER TYPE Arrow-Hart or Leviton #5252-SI Bryant or Hubbell #5252-I General Electric #GE4060-2 Pass & Seymore #5262-I Slater #5262-AG-IV C. Pilot lamp receptacles shall be long life type, complete with integral series resistor, 6 watt, 120 volt, or 10 watt, 250 volt candelabra base lamp as required and rectangular red acrylic jewel. Basic Materials 16100-7 d. Weatherproof convenience outlet shall consist of a duplex grounding type receptacle as specified hereinbefore mounted in a 4" box with single gang ring of type as required and gasketed spring door type cover. Cover shall be one of the followings: MANUFACTURER COVER COVER FOR EXPOSED BOX Arrow-Hart, Bryant #4500 #4500-FS or #4510 or Pass & Seymore General Electric #GE9226-5 --- Hubbell #5210 #5211 Leviton #4943 #4942 Slater #3780 #M-3780-FS 2 . 19 Circuit Switches: a. Circuit switches shall be ivory, totally enclosed, bakelite, or composition base, toggle type rated 20 ampere, 277 volts, A. C. for full capacity of contactor for incandescent or fluorescent lamp loads. Provide single pole, 2-pole, 3-way, 4-way, momentary contact, weatherproof, lock or other type switches indicated. All lock switches shall be common keyed, or where new work consists of rehabilitation or addition to existing work shall match existing switches. b. Weatherproof switches shall be complete with gasketed weatherproof cover. C. The following switches are approved: MOMENTARY CONTACT TOGGLE TYPE LOCK TYPE 3-POSITION MANUFACTURER CATALOG CATALOG REGULAR LOCK TYPE Arrow-Hart 1990-I 1990-L 1995-I 1995-L Bryant 4900-I 4900-L 4921-I 4921-L G.E. GE5950-2 5950-2L --- --- Hubbell 1220-I 1220-L 1557-I 1557-L Leviton 1220-I 1220-L --- --- Slater 720-I 720-L 727-I 727-L 2 .20 Time Switches: a. For lighting circuits: Time switches shall be digital control, two channel, 365 day advance scheduling, automatic leap year compensation, 16 individual and 5 holiday blocks of unlimited duration, astronomical feature complete with 72 hour battery backup, rated 10 amperes. Provide 20 ampere multiple pole relay for controlling of lighting circuits as required. Time switch Basic Materials 16100-8 I shall be installed in top of panelboard barriered from breaker section with separate hinged lockable door keyed same as panelboard. Clear door opening shall be at least 12"x12" . Units shall be for 120 volt or 277 volt, 60 hertz operation. Time switches shall be Tork #DZS 200 or DZS 200-3 . 2 .21 Panelboards: a. Panelboards shall be flush or surface mounted as indicat- ed with sub- breakers as shown on panel schedule, hinged lockable doors, index card holders, engraved nameplate and proper bussing. Where indicated on the drawings, panelboard shall be furnished with sub-feed breakers and/or lugs, split bussing, contactors, time switches, relays, etc. , as required. b. All panelboards shall be finished with one coat of zinc chromate and one coat or primer sealer after a thorough cleaning where exposed to public view (e.g. corridor, office, etc. ) and gray in switchboard, janitor, storage rooms. Prime coated panelboards shall be painted to match surroundings after installation. Panelboards shall be fabricated of sheet steel of 12 gage for door and trim and code gage for enclosures. C. All panelboards shall be keyed alike. Where work consists of rehabilitation or additions to existing installation, it shall be keyed the same as existing wherever possible. All panelboards shall be furnished with Yale #LL803 flush locks and keys except where indicated otherwise. d. Panelboards shall be 20" wide by 5-3/4" deep. Circuit breakers in panelboards shall have minimum short circuit interrupting capacity of 10, 000 amperes symmetrical for 120/208 volt panels and 14 , 000 amperes symmetrical for 277/480 volt panels, unless indicated otherwise on the drawings. e. All circuit breakers shall be ambient compensated, thermal magnetic type, with common trip mechanism for multi-pole type, bolted connections and with the number of poles, voltage and type indicated. Where main breaker is shown as non-automatic, it shall be equipped with high magnetic trip with same interrupting capacity as all branch circuit breakers. f. Circuit breakers shall be arranged in panels correspond- ing to the numbering in the panel schedules on the N drawings. Circuit number of breakers shall be black-on- white micarta or approved method. Circuit number tabs which can readily be changed from front of the panel will Basic Materials 16100-9 not be accepted. Circuit number tabs shall not be attached to or be part of the breaker. g. All breakers shall be pad-lockable in the "OFF" position. Locking facilities shall be riveted or welded to the dead front plate. Other means of attachment will not be accepted without prior written approval of the Architect. h. Where branch circuit breakers supply power to motors, signal system, alarm system, etc. , the breakers shall be equipped with lockout clips, mounted in the "ON" position in addition to padlock devices. The breakers shall be able to trip automatically with lockout clip in place. i. In addition to engraved nameplates hereinbefore speci- fied, panelboard manufacturer shall stencil the panel number or letter on inside of panel door to correspond with panel designation on the drawings. j . Provide a red-on-white bakelite nameplate with 1/2" high letter in each 277/480 volt panel fastened to the face of dead front plate to read: "WARNING 480 VOLT" . k. Wiring for branch circuits shall be color coded and shall be so noted on the directory in panels. The 277/480 volt wiring shall be color coded differently from the 120/208 volt wiring. The same color coding system shall be used throughout the entire job. Color coding shall be as follows: 120/208 volt Phase A Hot Leg, Black Neutral White Phase B Hot Leg, Red Switch leg Purple or other Phase C Hot Leg, Blue appropriate color 277/480 volt Phase A Hot Leg, Brown Neutral Gray Phase B Hot Leg, Orange Switch leg Other available Phase C Hot Leg, Yellow appropriate color 1. Each panelboard shall be equipped with a ground bus secured to the interior of the enclosure. The bus shall be equal to the panelboard neutral bus and shall have a separate lug for each ground conductor. No more than one conductor shall be installed per lug. Basic Materials 16100-10 M. Bussing shall be rectangular cross section copper, or silver or tin plated aluminum of full length and shall be braced for 50, 000 amperes symmetrical. n. Where contactors, relays, or time switches are installed in the panelboards, they shall be installed in separate barriered section located at top of the panelboards under separate lockable door keyed same as circuit breaker section. o. Panelboards shall be as manufactured by Cutler-Hammer, General Electric, ITE, Square D, Challenger or Westing- house. 2 . 22 Service and Distribution Switchboards: a. Switchboards shall be NEMA I , dead front, dead rear, floor standing section with facilities as herein speci- fied and breakers of rating as shown on the drawings. b. All sections shall be 90 inches high by 15" to 20" deep finished baked gray enamel as manufactured by Cutler- Hammer, General Electric, ITE, Square D, challenger or Westinghouse. C. Where circuit breakers are shown, they shall be bolt-on, mold case, ambient compensated, thermal magnetic type with short circuit interrupting capacity not less than the available short circuit current or as shown on the drawings. d. Where switch and fuse units are shown, they shall be 600 volt, A.C. heavy duty, U.L. approved and listed, quick- make, quick-break, bolt- on, inter-locked hinged cover type units of rating and with fuses, either dual element or current limiting type, and of size as indicated on the drawings. e. All breakers and switches shall be equipped with black- on-white bakelite nameplates engraved as to the con- trolled equipment or as shown on the drawings, f. Metering section and sequence of meter to main shall be as required and approved by the serving utility. g. Each distribution section shall be equipped with ground bus secured directly to the interior of the enclosure. The bus shall be equal to the neutral bus and shall have a separate lug for each ground conductor. No more than one conductor shall be connected to a lug. Basic Materials 16100-11 h. All bussing shall be rectangular cross section copper or electrically silver or tin plated aluminum and shall be braced for 50, 000 amperes symmetrical. Bussing shall be extended into underground pull section with lugs for power company cable terminations as required. Full bus shall be provided for entire switchboard spaces. i. Weatherproof switchboard shall be enclosed in a NEMA 3 enclosure which shall be extended 12" beyond the front face of the switchboard. Each service and distribution section shall be complete with a separate hinged door. Doors shall be complete with three point latch and hasp for padlocking. j . Neutral disconnecting link shall be provided according to code. 2 .23 Transformers: a. The dry type transformers shall be for floor or wall mounting with KVA ratings and primary and secondary voltages as indicated on the drawings. Transformers shall be type "H" , distribution type with integral vibration mounts. Transformers shall be the "SUPER QUIET" type with core isolated from the case. b. Transformer dimensions shall be such that unit fit in the allocated space with proper working clearances. C. Transformers shall be built in accordance with the latest ANSI and NEMA standards, and shall have U.L. approval. d. All units shall have BIL of 10 KV. The following tests must be given at the factory. 1. Applied voltage test (to each winding and from each winding to ground) . 2 . Induce voltage test - 2 times normal voltage. 3 . Ratio, polarity and sound level. 4 . Sound level tests must be performed in test rooms with an ambient sound level not exceeding 24 d.b. sound levels shall not exceed the followings: 0 to 9 KVA - 40 D.B. 10 to 50 KVA - 45 D.B. 51 to 150 KVA - 50 D.B. 151 to 300 KVA - 55 D.B. 301 KVA and up - 60 D.B. Basic Materials 16100-12 e. Minimum impedance of transformers shall be as follows: Up to 50 KVA 2 . 0 % 75 to 112 . 5 KVA 3 . 0 150 to 225 KVA 4 . 5 250 to 500 KVA 5 . 0 Over 500 KVA 5 . 75 % f. Transformers shall have a minimum overload capacity as specified in ANSI standard. Certified temperature test of identical duplicate units shall be supplied upon request. g. Transformer shall have insulation with temperature rise not exceeding 150 degree C. under full load in a maximum ambient of 40 degree C. h. Taps shall be four 2-1/2 % full capacity below and two 2-1/2 % full voltage above normal voltage. i. Terminal compartment shall be located in the bottom of the transformer to ensure termination of cable leads in ambient temperature levels and to provide for side or bottom entrance of conduit. j . Transformers may be any one of the following, providing they meet all requirements listed above: Allis Chalmers Federal Pacific General Electric Porter-Delta Star Standard Transformer Sierra Sorgel Wagner Electric Westinghouse Challenger 2. 24 Pre-Cast Concrete Pull Boxes: a. Pre-cast concrete pull boxes shall be of the size as called for on the drawings. b. Concrete shall have 28 day compressive strength at least 3000 p. s. i. c. Pull boxes shall be complete with steel cover reinforced for traffic loading where required. d. Pull boxes shall be ordered complete with opening for conduit as required for the proper pulling of all conductors. e. Units shall be set level on 6" compacted crushed rock base extending beyond each side of the boxes. Basic Materials 16100-13 f. All joints shall be sealed as directed by the manufactur- er with sealing compound, Quikset "quickseal" , or equal. g. Cable rack shall be installed as hereinafter specified to maintain all conductors at a relatively dry location in pull boxes or manholes. h. No splices shall be allowed in the pull boxes. i. The pre-cast concrete pull boxes shall be one of the followings: Size Quikset Brooks 2 ' -0"x3 ' -0"x3 ' -0" #TPB-1001-T #PB-101-T 4 ' -0"x4 ' -0"x4 ' -0" #TPB-3150-T #PB-303-T 2. 25 Slab-Box for Pad Mount Transformer: a. The pre-cast concrete slab-box for pad mount transformer shall consist of a 6 ' -0" by 8 ' -0" by 6" reinforced slab and a built in vault of size as required by the serving utility. b. The complete pad unit shall be reinforced as required by the serving utility. C. Concrete shall be 3000 p. s. i. (minimum) . d. Unit shall be complete with covers, inserts, blockouts and pulling irons as required by serving utility and as required by proper pulling of all conductors. e. Unit shall be set level on 6" deep compacted crushed rock base extending beyond each side of vault and pad. f. All joints shall be sealed as directed by the manufactur- er with sealing compound, Quikset "Quickseal" or equal. g. Grounding shall be installed as required by the serving utility. h. The Contractor shall verify all requirements with serving utility prior to ordering the slab-box. i. The complete pad and vault unit shall be Brooks Products, Inc. #TP1550 series or Quikset Utility Vault, Inc. #SB-66 series with openings as required by the serving utility. Basic Materials 16100-14 2 . 26 Motor Control Center: a. Motor control centers shall be NEMA Type I, 208 or 480 volt, three phase, three pole, floor standing, dead 1 front, dead rear unit with facilities specified herein and breakers of ratings as shown on the drawings. b. All sections shall be 90 inches high by 20 inches deep finished baked gray enamel. C. The motor control centers shall contain circuit breakers, magnetic motor starters, variable speed drive, control relays, and other control devices and pilot lights for the circuits supplied as shown on the mechanical and/or electrical wiring diagrams and/or schedules. d. All circuit breakers shall be 600 volt, A.C. with minimum interrupting capacity of 22 , 000 amperes symmetrical or as indicated on the drawings. All circuit breakers shall be padlockable in the "OFF" position. e. Magnetic motor starters, unless noted otherwise shall be full voltage, across-the-line starters complete with integral control transformer, overload protection, pilot lights, hand-off-auto switch, proper number of auxiliary contacts, etc. f. Variable Speed Drives: 1. Furnish and install variable speed drives to con- trol 480 volt, three phase motors as shown on the drawings. 2 . The variable speed drives shall be complete solid state type converting fixed frequency AC power into an adjustable voltage and frequency output to control the speed of AC motor. Variable speed drives shall be in ventilated NEMA I floor standing enclosure. 3 . The units shall have an overload capacity of 150% for one minute. Control power shall be 115 volt with power on pilot light on enclosure door. 4 . The units shall be provided with the following protective function: a) AC line input circuit breaker. b) Over and under voltage. c) Surge voltage. Basic Materials 16100-15 d) Phase sequence. e) Loss of phase. f) Inverse time overcurrent. g) Over frequency. h) Fault trip. 5. The units shall be complete with 15 volt power supply for speed reference. Speed adjustable range shall be 10 to 1 . The units shall be set for the controlled motor speed adjustable from 1490 to 1750 rpm by remote signal . 6. The units shall be complete with diagnostic test card with multi- position selector switch, meter and scope jack. A loll x 15"label laminated with protective plastic cover shall be provided inside the enclosure door to indicate testing points and their expected reading. 7 . The units shall be equipped with hand-off-auto switch for automatic remote start-stop or local control. Speed adjustment signal shall be from 0 - 15 psi pneumatic signal. Provide transducers to convert to 4 - 20 ma current to control the vari- able speed drive. Provide a local speed adjust pot with selector switch to select remote or local control signal . A warning light shall be provided to indicate that the speed adjustment signal is not remote. 8 . Auxiliary contacts shall be provided for interlock- ing with other equipment as shown on the control diagram. 9. The units shall be able to operate within the following conditions: a) Ambient temperature - 40 C. b) Altitude - 0 to 3 , 000 feet above seal level. c) Line frequency - + 2 hertz. d) Line voltage - +10% , -5% . 10. The units shall be complete with cooling fans with filters. Thermoswitches shall be provided to detect fan failure for unit shut down and remote alarm. Basic Materials 16100-16 11. Input isolation transformer shall be provided to prevent interference fed back to the system. 12 . Three copies of maintenance and operation instruc- tions shall be furnished per Section 16010. The manufacturer shall provide at least 4 hours on-site instruction for the operation and maintenance to Owner' s personnel after installation. 13 . The variable speed drive units shall be General Electric Model AF-400 meeting all above require- ments or equal by Westinghouse or Reliance Elec- tric. g. All connecting wiring within the switchboard shall be installed by the switchboard manufacturer. Control wiring shall conform to the approved wiring diagram prepared by the equipment or control supplier for the actual equip- ment to be installed. This Contractor shall be responsi- ble to determine that the shop drawings submitted meet these requirements and shall sign the drawings indicating that he has coordinated and approved the drawings before submitting to the Architect. Control circuits to be extended beyond the switchboards shall be brought to the terminal block readily accessible at the side of the switchboard (NEMA Class 2 , type B wiring) . h. Provide engraved black-on-white bakelite nameplates for each device on the switchboard. Shop drawings shall show the markings of each nameplate. i. Each section shall be equipped with ground bus secured directly to the interior of the enclosure. The bus shall be equal to the neutral bus and shall have a separate lug for each ground conductor. No more than one conductor shall be connect to a lug. j . Acceptable motor control switchboards are: General Electric PMCU ITE VB Square D CS-1 Westinghouse Five Star ARTICLE III - EXECUTION 3 . 01 Conduit: a. Rigid steel conduit may be used in all locations. Rigid conduit shall not be installed below grade in direct contact with earth, it shall be encased in 3" concrete Basic Materials 16100-17 envelope or double wrapped with Scotch #50 or Plymouth #100 tape. b. Intermediate metal conduit may be used in lieu of rigid steel conduit where permitted by code. C. Electrical metallic tubing may be installed in indoor dry locations only, it shall not be installed lower than 4 ' above the finished floor when exposed. Electrical metallic tubing may be installed inside masonry walls which are filled with grout or concrete and in floor slab of multi-story construction other than slab on grade as permitted by Structural Engineer. No electrical metallic tubing shall be installed below grade. d. Flexible metallic conduit shall be used only for final connection to motors, lighting fixtures, transformers and other vibration type equipment, or with the approval of the Architect, where absolutely necessary due to struc- tural conditions. e. Conduit shall be supported at intervals not exceeding 10 feet and in all cases with a support not more than 3 feet from any outlet and any point where it changes direction. f. All conduits where are installed at this time and left empty for future use shall have a #12 TW insulated, copper pull wire or 1/8" polyethylene rope left in place for future use. g. Minimum clearance of 6" shall be maintained between conduits and hot water, steam pipes, heaters, etc. , and 18" from the covering on the flues and breechings. h. Each end of conduit shall be reamed and conduit thorough- ly cleaned of burrs, scales, dirt, etc. , both inside and outside. End of conduits shall be kept closed with approved conduit seals during construction. i. All underground stubouts shall be furnished with concrete monument 611x61'x15" deep buried flush with grade over capped ends. The face of the monument shall be furnished with 3" square brass plate securely mounted and engraved with number and size and depth of conduits. j . Joints in all conduit installed in concrete, or exposed to weather, shall be liquid and gas tight. k. Conduit shall be concealed, unless otherwise noted. All conduit runs exposed to view, except those in attic spaces, shall be installed parallel, or at right angles to structural members, wall or lines of the buildings. Basic Materials 16100-18 I. One inch and smaller conduit above ceilings shall be attached to ceiling framing. One and one-quarter inch and larger conduits above metal lath ceilings shall be suspended with pipe hangers or pipe rack or shall be secured to the superstructure with factory made pipe straps with swag braces at every other supporting rod. Conduit in metal lath ceiling or steel stud partitions shall be tied to the furring channel of the studs. In ceiling and in partition, the wires shall be 16 gauge galvanized double annealed tie wire. Conduit above demountable ceiling shall be supported independently of the ceiling system including the "TEE" suspension wires, etc. and shall be positioned to allow the removable the ceiling tiles, etc. M. Where conduit passes from one type of construction to another, or where there is a possibility of dissimilar movements, a suitable flexible or expansion device shall be installed. Expansion fittings shall be equal to O. Z. type DX or a proper length of sealtight flexible conduit. n. Where storm drains, sewer lines and other gravity line are to be crossed by conduits, grade sticks shall be set for the gravity line, elevations of conduit shall be put at proper depth so that there will no conflict with storm drains, sewer lines and other gravity lines. It shall be the responsibility of this Contractor to coordinate elevation of all conduits to miss all gravity lines. Where conduits are installed and not properly coordinat- ed, it shall be removed and reconstructed as required by this Contractor. o. All telephone conduit runs shall be installed with long radius sweeps, and no factory "ELLS" shall be permitted. Conduit shall be installed in a manner satisfactory to the Telephone Company Engineers. p. Use approved conduit unions where union joints are necessary. Running threads will not be permitted. q. Install one 3/4" spare conduit from flush mounted panel into ceiling space for every three (3) single pole spare circuit breakers or spaces provided in the panel. 3 . 02 Outlet Boxes: Outlet boxes shall be accurately placed, independently and securely fastened to the structure, and set so that plaster rings will finish flush with the finished surface of wall or ceiling. Secure conduit to outlet boxes with double lock nuts or terminating connectors and insulated bushings. Basic Materials 16100-19 3 . 03 Conductors: a. Splices in conductors #8 and smaller shall be made with "Scotchlok" insulated connectors or equal of proper size. b. Splices in conductors #6 and larger shall be made with pressure type solderless connectors taped with 3-M "Scotch" #33 electric tape. C. Conductors and terminal lugs shall be used for terminat- ing stranded conductors #6 and larger and shall be T & B, Ilsco, or equal, solderless connectors. d. Wire in panels, cabinets, pull boxes and wiring gutters shall be neatly grouped, strapped together with T & B Model Tyrap cable strap or laced with #12 stranded lacing twine and fanned out to the terminals. e. Neutral conductor shall be continuous in outlet boxes and shall not be broken by addition or removal of devices. 3 . 04 Grounding: a. Grounding shall be executed in accordance with all applicable codes and regulations. b. Ground conductors for branch wiring shall be attached at each outlet to the back of the outlet boxes using drilled and tapped holes and washer head screw, 6-32 or larger. C. In location intended for occupancy by patients at any time, all noncurrent-carrying conductive surfaces of electrical equipment that are subject to personal contact shall be grounded by an insulated copper conductor sized according to code, installed with the circuit conductors supplying these receptacles and equipment. d. Each panelboard, switchboard, pull box or any other enclosure in which several ground wires are terminated shall be equipped with a ground bus secured to the interior of the enclosure. The ground bus shall be equal to the neutral bus and shall have a separate lug for each ground conductor. e. Continuity of equipment ground shall be maintained throughout the system. This Contractor shall exercise every precaution to obtain good contact at all conduit connections, panel boxes, pull boxes, etc. Where it is not possible to obtain good contact bonding shall be provided. Basic Materials 16100-20 f. Where the measured resistance to ground is more than 5 ohm, additional ground rods or larger ground rods driven to a greater depth, shall be used. 3 . 05 Switchboards and Motor Control Switchboards: a. Switchboards shall be set plumb and true and shall be at same height. b. All switchboard shall be anchored to the floor with 5/8" expansion anchor bolts. At least four anchor bolts per section of the switchboards shall be provided. 3. 06 Transformers: a. Final connections to each transformers shall be with sealtight flexible conduit. b. Each transformer shall be mounted on sound absorbing mounts for either floor or wall mounting type, which shall be securely bolted to the floor or wall with 5/8" expansion anchor bolts. Basic Materials 16100-21 SECTION 16500 LIGHTING ARTICLE I - GENERAL 1. 01 Description: All the applicable requirements of Division 0 and Division I apply to the work of this section. The material herein specified shall be new and furnished in accordance with specifications of the Institute of Electrical and Electronics Engineer, National Electric Manufacturer's Association, National Fire Protection Association, and the National Electric Code. ARTICLE II - PRODUCTS 2 . 01 Lighting Fixtures: a. Lighting fixtures shall have all parts and fittings necessary to completely and properly install the fix- tures. All fixtures shall be wired from outlet to socket with #14 AWG Underwriters ' Type "AF" or "CF" fixture wires. All fixtures shall be equipped with lamps of sizes and types specified. All 300 watt incandescent fixtures shall be mogul socket unless specified otherwise. b. All fluorescent fixtures shall be furnished with elec- tronic type ballasts. Electronic ballasts shall operate at input voltage of 108-132 volt or 249-305 volt as required and shall operate lamps at frequency of 20 to 35 KHz with no detectable flicker. Ballasts shall be rapid start type with high power factor of 90% or higher and sound rating shall be rated "A" or better. Ballasts shall contain no PCB and shall be U.L. listed. Ballasts shall comply with FCC and NEMA limits of EMI or RFI and shall not interfere with the operation of any electrical equipment. Ballasts shall have independent lab test reports and meet applicable ANSI standards. Ballasts shall be protected for surge and transit of 6000 volts. The ballasts shall be potted and in steel case and the operating temperature shall not exceed 60 degree C. at any point on the case during operation. No more than two lamps shall be operated on one ballasts. Electronic ballasts shall be as manufactured by Advance, Magnetek, Motorola, or approved equal. C. Surface mounted fluorescent fixtures to be mounted on cellulose acoustic tile or other non-fireproof materials, Lighting 16500-1 fixture shall be U.L. approved for mounting directly to non-fireproof (low density) material. d. For recessed fixtures the catalog number is usually for plaster installation. The Contractor shall verify the ceiling condition for each recessed fixture. Recessed fixtures shall be complete with proper mounting accesso- ries required for the ceiling condition in which the fixture is mounted. All fixtures mounted in plaster ceiling shall be equipped with plaster frame. e. Recessed incandescent or high intensity discharge fixtures must have U.L. approval for recessed installa- tion with attached pull box. Incandescent fixtures shall have U.L. approved thermal protector for recessed installation in non-suspended ceiling. Lamp enclosure, reflectors and finish wiring shall not be installed until plastering is completed. Finish trim shall not be installed until finish painting of the adjacent surface is completed. f. All fixtures shall be complete with accessories, end caps, plaster frames, yokes, hangers, etc. , which are required for the complete installation. g. Fixture catalog numbers called out in the fixture schedule are for individual units. Where two or more units are combined for continuous row installation, the Contractor shall furnish and install the necessary accessories for the indicated requirements. h. Whenever this specification calls for acrylic, acrylic plastic or Plexiglas for the diffusers or lenses of the fixtures, these diffusers or lenses shall be as manufac- tured by Rohm & Hass Company or approved equal. Diffusers or lenses shall have a minimum thickness of 0 . 125" and, in any event, shall be of sufficient thickness and proper construction to prevent sagging. i. The catalog number included in the description shall be basically considered to establish the type or class of the fixture with a particular manufacturer only. The fixture length, number of lamps, component materials, accessories and all other features required to fulfill the total description of the fixture based on all drawings and specification information shall be complied with regardless of whether or not the catalog number specifically includes these features. If any conflict exists between the catalog and the specification, the Contractor shall either resolve the conflict with the Architect prior to submittal of his bid or furnish the Lighting 16500-2 fixtures to meet the intent as later interpreted by the Architect without change in contract price. 2. 02 Lamps: a. Lamps shall be new, for 120 volt operation unless indicated otherwise and shall be as manufactured by General Electric, Westinghouse, or Sylvania. Each fixture or lighting outlet shall be supplied with proper lamp. b. General purpose incandescent lamps shall be inside frosted medium base for 200 watts and smaller and mogul base for 300 watts and larger. C. Reflector lamps shall be PAR-38 or R-40 as required unless otherwise specified. d. Fluorescent lamps shall be bi-pin, rapid start, T-12 , 4811 , 34 watt, energy saving type General Electric watt miser, Sylvania super saver or equal unless otherwise indicated. e. Slimline fluorescent lamps shall be single pin, instant start, T-12 , 4811 , or 96" energy saving type. f. Fluorescent U-shaped lamps shall be bi-pin, rapid start, 22-1/211 , energy saving type. g. High intensity discharge lamps shall be phosphor coated or clear with proper base and configuration as recommend- ed by the fixture manufacturer for the fixture being furnished. 2. 03 Fixture Types: Fixture types shall be as indicated in the fixture schedule on the drawings. 2. 04 Low Voltage Remote Control Switching: a. Furnish and install a complete system of low voltage remote control switching to provide the general switching indicated on the drawings. System shall be operated at 24 volts half-wave rectified D.C. b. Relays shall be specification grade rated 20 amperes, 277 volt A.C. electrically operated, mechanically held with coils suitable for 24 volt a. c. or d.c. operation. Relays shall be General Electric #RR7 or Pass Seymore #1070-C, and shall be General Electric #RR8 if pilot light operation is required. Lighting 16500-3 c. Switches shall be momentary contact, single pole, double throw as specified under toggle switches, Section 16050, for three position momentary contact switches. d. Transformers shall be 35 VA, 120/24 volt or 277/24 volt a.c. high reactance (current limiting) type or fused secondary and installed in properly barriered compart- ment. Transformers shall be General Electrical #RT1 or Pass Seymore #1035 (General Electric #RT2 or Pass Seymore #1036 for 277 volt primary) . e. Rectifier shall be solid state, half wave, silicon type rated 20 amperes intermittent, and 7 . 5 amperes continuous duty, at 30 volt a. c. , General Electric #RA16. f. Terminal strips shall be furnished to terminate all line and low voltage conductors and shall be Marathon #1000 series. 120 volt terminals shall be furnished with cover. g. Low voltage relay cabinet, when indicated on the draw- ings, shall be flush or surface mounted with hinged lockable doors keyed to match the terminal cabinets. Cabinet width shall be 20" minimum. The line and low voltage wiring shall be barriered and the barrier plate shall serve as the mounting plate for the relays. The barrier shall be isolated from the remainder of the cabinet to reduce noise but shall be flexibly bonded to the cabinet for ground continuity. Knockouts shall be provided in all usable barrier space for additional relays. Transformer and rectifier shall be properly mounted in the cabinet. All conductor terminations and connections shall be made up on terminal strips. h. Relays installed in panelboards shall be mounted, along with all accessory equipment, in a compartment of the panelboard constructed as specified preceding for a separate low voltage relay cabinet, behind a separate door. ARTICLE III - EXECUTION 3 . 01 All fixtures shall be installed at location shown on the drawings and on the Architectural reflected ceiling plans. 3 . 02 All pendant stem mounting fixture shall be equipped with swivel hanger assemblies providing 45 degree swiveling at top in any direction from plum. Hangers with proper degree of swivel and labeled by the Los Angeles City Testing Laboratory are acceptable. 3 . 03 Fluorescent fixtures shall be furnished with swivel and canopy assemblies and shall also have approved hinged connection at Lighting 16500-4 bottom permitting 45 degree longitudinal movement from plumb. In the event fixture will not have 45 degree swing due to obstructions, rigid connection or bracing shall be provided at bottom which shall be able to withstand at least 100% seismic longitudinal load without any permanent distortion or damage of metal. 3 . 04 All swivel and canopy assemblies shall be suitable to the type or conduit mounting (surface or concealed) or the type of ceiling construction employed. 3 . 05 Fixtures shall have special stem length to give the mounting height (the height from finished floor to the bottom of the fixture) indicated on the drawings or as specified. Stem shall be one piece without coupling and shall be finished the same color as the canopy unless noted otherwise. The Contractor shall check all locknuts and set screws to rigidly secured the fixture to the stem and the stem to the outlet box. 3 . 06 All pendant mounted fluorescent light fixtures shall be securely fastened to the building structure by means approved by the structural engineer. This approval must be obtained before any fixtures are hung. The installed hanger shall be capable of supporting at least 4 times the fixture weight and shall be so tested. The owner or his representatives shall verify this test. 3 . 07 All fixtures of one type shall be of one manufacturer and of identical finish and appearance. Lighting 16500-5 SECTION 16600 EMERGENCY POWER SYSTEM ARTICLE I - GENERAL 1. 01 Description: All the applicable requirements of Division 0 and Division I apply to the work of this section. �! The material herein specified shall be new and furnished in accordance with specifications of the Institute of Electrical and Electronics Engineer, National Electric Manufacturer' s Association, National Fire Protection Association, and the National Electric Code. ARTICLE II - PRODUCTS 2 . 01 Emergency Motor Generator Sets: a. General: 1. The engine generator sets shall consist essentially of a natural gas/LPG vapor engine direct connected to an electrical generator and shall be the new and unused product of an established United States engine and generator manufacturer. The set shall be a model that has been successfully operated in similar service for a period of ten years to thor- oughly establish its reliability. 2 . The engine generator sets shall be fully automatic and shall be complete with starting and control equipment, extra quiet muffler- converter, batter- ies and other equipment necessary to provide a complete, fully automatic system. 3 . The generator equipment supplier shall include the services of an engineer for checking installation, making specified and all other necessary tests, making initial start, instructing operating person- nel and operating unit through all of its functions to insure that the unit is performing in accordance with the intentions of the following specifica- tions. 4 . The Contractor shall furnish and install generator sets of rating as shown on the drawings. The unit shall be Waukesha model #F1197G/150KW meeting the Emergency Power System 16600-1 following specifications. The engine shall have not more than 80 BMEP at full load. 5. Twenty-four hour parts and service must be avail- able within 25 miles of the project site and shall be so certified. 6. Engine generator manufacturer shall supply all accessories for a complete installation. b. Test: 1. Certified copies of factory test giving guaranteed performance characteristic to meet the specifica- tions shall be furnished by the Supplier/Contrac- tor. The unit shall be tested at manufacturer 's plant for performance of all functions, including a 2-hour full load test until all temperatures have been stabilized for at least 30 minutes. Contact Owner 48 hours in advance when ready to begin test. 2 . The complete engine generator sets with all of its appurtenances shall be tested after installation for all functions, including two hour full load test with resistive load bank by qualified factory technician. All equipment necessary for the tests shall be supplied by the Contractor, including certified laboratory recording instruments. The performance shall be satisfactory and in accordance with the specifications, and shall meet the approv- al of the Architect before acceptance. Submit test report for approval, including technical analysis. C. Functions: 1. The emergency generator shall function to automati- cally start upon power failure of the normal power supply, assume full load within eight (8) seconds and automatically switch into emergency power system. The unit shall be automatically removed from the line upon resumption of normal power and stopped after a pre-determined time for engine cool down cycle. 2 . Units shall have carburetor and electronic magneto for natural gas and LPG operation and shall be normally operating on natural gas and automatically switching over to LPG upon natural gas failure and manually switching back to natural gas when natural gas restores. Emergency Power System 16600-2 d. Equipment: 1. The emergency unit shall be furnished complete with all parts, equipment and material to provide the function described above. 2 . Engine: a) The engine shall be of 4 cycle design, natu- rally aspirated having no inherent unbalanced reciprocating forces within torsionally ap- proved standards. The engine shall be equipped with electronic governor capable of maintain- ing frequency within 1/2 cycle from no load to full load. Full pressure lubricating system shall be provided. Factory prelube and lubri- cating oil filters shall be furnished with replaceable type elements. Air cleaner shall be dry type. Cooling system shall be of the remote radiator type with auxiliary engine driven water pump. Operating speed shall be 1800 rpm maximum. b) Remote radiator shall be of ample capacity to permit full load operation at 100 degree F. ambient temperature with 7-1/2HP, 480 volt, three phase fan. Cooling system shall be capable of maintaining proper engine tempera- ture at continuous full load operation. The cooling system shall incorporate automatic water temperature control. Remote radiator shall be complete with expansion tank and flanged connections. Remote radiator shall be IEA Model #HCOl0A63 , O & M Model H-12 . 5 or Young Radiator Model HC22D5-2P. In addition to the remote radiator there shall be a plate type heat exchanger mounted between the engine jacket water and the remote radia- tor giving a closed loop cooling circuits. The engine jacket water circulating pump and remote radiator water circulating pump shall be engine driven with no exception. The plate type exchanger shall be APV model HE-1-SR25. All cooling system shall have as a minimum 30% Glycol solution. c) Engine protective devices shall be provided and shall include pre alarm and shut down in case of low oil pressure, high water tempera- ture, overcrank and overspeed. The overspeed Emergency Power System 16600-3 device shall be mechanically driven and oper- ate at approximately 1100-. of unit operating RPM. The overspeed device shall be manually reset. d) Individual signal lights with manual reset shall be provided for low oil pressure, high water temperature, low water temperature (below 70 degree F. ) , overspeed and overcrank and shall be provided and mounted on the unit. An alarm horn shall be provided in case of any of the above failure. e) An electrical heater of ample capacity shall be installed in the water bypass line, com- plete with adjustable thermostat to maintain water temperature of the engine at 120 degree F. with ambient temperature of 60 degree F. Heater voltage shall be 115 volt, 10, 2500 watt. f) The engine furnished shall incorporate a 24 volt, D. C. positive gear engaged type electri- cal starting system with 24 volt starting motor and battery charging alternator mounted on the engine. 3 . Generator: The generator shall be free of injurious torsional vibrations at speed of 10% above or below synchronous speed. Excitation shall be provided by a rotating AC exciter and silicon rectifier assem- bly. No brushes, slip ring or commutator shall be used. 4 . Base and Mounting: The unit shall be mounted on a substantially heavy duty welded sub-base suitable for installation on any level surface or concrete foundation and shall be anchored to the concrete foundation with expansion anchor bolts to meet State seismic requirement. Submit structural calcu- lation. Unit shall be provided with vibration damping mounts of spring suction isolator type for maximum isolation efficiency for the weight of the unit and as recommended by the manufacturer and shall meet the State requirement of seismic instal- lation. 5. Battery, Battery Rack and Charger: a) The generator unit shall be furnished complete with dual 12 volt starting batteries with capacity not less than 200 ampere hours each Emergency Power System 16600-4 and of the sealed jar type, clear plastic con- tainers. Battery shall be installed within the weatherproof housing. Rack shall be earthquake-proof type. b) The batteries shall also be of sufficient capacity at the one- minute rate to terminal voltage of not less than 1. 5 volts per cell to provide adequate cranking current to start the engine. c) The batteries shall be furnished complete with 120 volt A. C. 60 hertz full wave two rate charger of sufficient size to properly charge the batteries. The charger shall utilize a modified constant voltage load carrying output curve which varies from 2 . 0 V.P.C. at full load to 2 . 33 V.P.C. on unload fully charged lead acid cells. This charger shall have no moving parts or switches and shall be complete with D. C. ammeter, dual fusing for A.C. input and D.C. output, automatic D. C. voltage regu- lation, automatic load regulation, semi- automatic overload protection(current limit- ing) , sealed silicon diode full wave rectifi- ers and automatic surge suppressor. Charger shall be installed adjacent to the battery rack. Charger shall be manufactured by Lester meeting above specifications. 6. Generator Control Panel : a) A micro-processor based EA500 control panel shall be mounted on wall as shown on the drawings furnished with instruments mounted thereon consisting of emergency stop button, master-manual shut down button, manual starter button, man-off-auto-test selector switch, man load/man unload, voltage adjustment, speed adjustment, ampere, frequency and volt meters with phase selector switches, auto/manual (LPG/hand) switch with LED' s (Green-Natural Gas, Red-LPG) , and readings of the engine control and alarm conditions, but not limited to, as follows: Real time clock Day of week Engine speed Engine RPM Overspeed shutdown RPM setpoint Crank disconnect RPM setpoint Emergency Power System 16600-5 "Idle Back" safety shutdown setpoint Warm-up speed setpoint Delay on start time delay period Delay on stop time delay period Warm-up time delay period Cool-down time delay period Prelube time delay Minimum running time delay Crank" time delay period "Reset" time delay period Re-crank time delay period Safety disconnect time delay period Number of cranking attempts Engine running hours Battery voltage Battery voltage during last cranking attempt AM/PM hour and minute of last Auto/Test start Day of last Auto/Test start Running time of last Auto/Test start Shutdown annunciation on LCD of last safety shutdown "LOAD/UNLOAD" engine RPM setpoint Furnish all necessary control and instrumenta- tion wiring between engine/generator and control panel on wall and terminate per manu- facturer recommendation. b) Control panel shall be Murphy Safety Switch Co. Model Murphymatic EA500. 7 . Provide a generator output circuit breaker, size and interrupting capacity rating as indicated on the drawings complete with auxiliary contacts for remote indication. 8. Engine gage panel: Engine gage panel shall be provided to include all indication devices. It shall have, but not limited to, the following: a) Vacuum gage, Model #20V3 . b) Water temperature gage, Model 20T. c) oil pressure gage, Model 20P. d) Liquid level gage, Model L-150. e) Oil level gage, Model L-129. f) Oil level make up, Model LR-900. 9. Governor: Provide electric governor, Woodward electric governor #1701, complete with magnetic pickup, actuator, etc. , for engine speed control. Emergency Power System 16600-6 10. Vibration and shock switch, Model #VS-2 , shall be provided with field adjustable sensitivity to shut down the unit in the event of unusual vibration and shock. 11. Dual fuel assembly complete with solenoid valve, pressure regulator, filter, gage, etc. , shall be provided for dual fuel operation and automatic adjustment for either fuel. This Contractor shall make final connection from engine to natural gas and LPG fuel line with approved flexible pipes per code. Solenoid valve shall be stamped WOG400. 12 . Exhaust System and Muffler: The exhaust system shall consist of black standard weight iron pipes from the engine with 18" minimum stainless steel flexible connections between engine and exhaust pipe. The exhaust system shall consist of a muffler with 3 chamber construction, hospital zone silenc- ing mounted on roof complete and a catalytic con- verter, Johnson Matthey Dual 500A mounted inline of exhaust pipe inside of pump as shown on the draw- ings with suitable steel support structure. Muffler shall have side inlet and end discharge. Exhaust pipe between muffler and the exterior shall be black iron pipe of size as recommended by the engine manufacturer and such that back pressure on the system will not exceed the back pressure per- mitting the engine to produce the maximum power required. Exhaust pipes and catalytic converter shall be insulated with materials to limit surface temperature to not more than 150 degree F. The insulation shall be installed so that it does not interfere with the functioning of the flexible exhaust fittings and shall not be susceptible to mechanical damage. A removable blanket type insu- lation shall be used on the catalytic converter. 13 . Two stage resistive load banks, 100 KW each, one 480 volt three phase and one 208 three phase unit, complete with control panels shall be furnished with each generator set. Load banks shall be mount- ed on top of remote radiator with proper support. Load bank shall be wired through control and shall be automatically removed from generator when normal power fails and generator will take over the load. Load banks shall be Loadtec Model #ODL3-0100. 1 -480 (208)V33-0600-2 . 14 . Painting: All exterior non-working surfaces or metal parts of the assembly shall be coated, after Emergency Power System 16600-7 thorough cleaning and priming, with at least 2 coats of suitable exterior machinery paint. 15. Provide three (3) copies maintenance and operation manual to Owner, including all part numbers, wiring diagrams, maintenance procedure, etc. 2 . 02 Automatic Transfer Switches: a. Transfer switches shall be 4 pole with full capacity neutral transfer contacts of capacity as indicated on the drawings, rated 480 volt A. C. and transfer the load from normal to emergency when any phase of normal power drops below 90% and automatically restore the load to normal when all phase of normal source are 95% or more. The transfer switches shall have minimum inherent withstand rating not less than the available short circuit current as indicated on the drawings. b. The transfer switches shall have controls to auto-start the engine generator upon power failure and to automati- cally shut down engine generator upon normal power return. A test switch shall be provided so that the operation of the transfer switch together with the operation of the engine generator can be accomplished when the normal source is properly energized. C. Transfer switches shall be furnished with vibrating mount in a NEMA I enclosure for wall mounting. d. Transfer switches shall be complete with microprocess based control panel for, but not limited to, the following features: 1. Voltage of each phase of normal source shall be monitored with pickup adjustable from 85 to 100% and dropout adjustable from 75 to 98%. 2. Time delay to override momentary normal source outages to delay all transfer switch and engine starting signal, adjustable from 0 to 6 seconds. 3 . transfer to emergency delay, adjustable from 0 to 5 minutes. 4 . Retransfer to normal time delay, adjustable from 0 to 30 minutes. Time delay shall be automatically bypassed if emergency source fail and normal source is acceptable. 5. Unloaded running time delay for emergency generator cool down, adjustable from 0 to 60 minutes. Emergency Power System 16600-8 e. Transfer switches shall be complete with the following auxiliary devices. 1. DPDT contact for engine starting signal. 2 . Momentary type test switch to simulate normal source failure. 3 . Terminals for remote contacts to signal the ATS to transfer to emergency source and to inhibit trans- fer or retransfer. 4 . Output terminals to signal the actual availability of the normal and emergency source. 5. One set auxiliary contacts closes when ATS is connected to normal source or emergency source. Also one set of signal light to indicate above condition. 6. In phase monitor to insure that automatic transfer, to a live normal source from a live emergency source, can occur only when the relative phase angle between two sources is within 10 degrees for all frequency deviation up to and including 1 hertz . f. Transfer switches shall be as manufactured by Automatic Switch Co. or R.G. Russel meeting all hereinbefore specified requirements. ARTICLE III - EXECUTION NOT USED. Emergency Power System 16600-9 SECTION 16640 CATHODIC PROTECTION AND JOINT BONDING ARTICLE I - GENERAL 1. 01 Description: This section includes materials and installation of corrosion control and testing equipment including wiring, joint bond cables, test stations, reference cells, and thermite welds. 1. 02 Related Specifications Sections: a. Excavation, Backfill and Compacting: 02223 . b. Installation of Pipe: 15051. 1. 03 Submittals: a. Submit shop drawings in accordance with the General Provisions signed by registered corrosion engineer. b. Submit manufacturer ' s catalog data on wire and cables, test stations, reference cells, thermic welds, insulation kits, and dielectric coatings. 1. 04 General Cathodic Protection Requirements: a. All cathodic protection work shall be in accordance with the requirements of the National Association of Corrosion Engineers as follows: 1. NACE Standard RP0169-92 , Control of External Corrosion on Underground or Submerged Metallic Piping Systems. 2 . NACE Standard RP0286-86, The Electrical Isolation of Cathodically Protected Pipelines. b. Provide all CMLC pipes with dielectric high solid epoxy over coat system such as Ameron 1972B. C. Weld or bond all non-insulating pipe joints to establish low resistance continuity. Two bond clips per joint are required for 24-inch and smaller diameter pipes while three clips per joint are required for pipe diameters over 30 inches. d. Bond all in-line, non-insulating mechanical joints (i.e. flanges, valves, adapters or couplings) with two No. 2 Cathodic Protection and Joint Bonding 16640-1 AWG copper bond wires. Bond wires should be as short as possible and attached by the alumino-thermic weld method. (See plans. ) e. Design and install a packaged sacrificial magnesium anode cathode protection system with a minimum design life of 60 years. Coordinate pipe trenching and anode auguring to minimize conflicts with existing utilities. f. Install dielectric insulating flanges at all tie-ins to all other metallic pipe systems. Install all insulators in vaults, above grade, and pump station building. g. All appurtenances such as blowoffs or air vacs should be non-metallic or steel pipe with the same coating system as the main line. Appurtenant piping should be included in the cathodic protection system. h. Locate and install corrosion test stations appropriately placed and spaced to accommodate; effective annual monitoring; continuity testing (for non-welded joints) ; known highly corrosive areas; and possible interference testing at sites where stray current discharge is anticipated. Test stations may also be necessary at some paralleling or crossing utilities. i. All buried fittings (i .e. , valves, flanges, adapters, or couplings) , should be coated with two coats of bitumen over shop coating. Coatings are to be field applied to cover all bolts, studs and exposed surfaces. Reach 3 (Low Corrosivity) Ductile Iron Pipe a. Install DIP with 8 mil polyethylene encasement in accordance with AWWA C-105 . b. Do not install continuity bonds at each pipe joint. C. Do not install corrosion test stations. d. Isolate DIP from all dissimilar metallic piping or appurtenances with dielectric insulators. e. Provide for full time inspection of all polyethylene encasement prior to backfilling pipe. Include detailed inspection requirements and provisions for polyethylene repairs in the project specifications. f. No regular corrosion monitoring is required. Cathodic Protection and Joint Bonding 16640-2 Steel Pipe a. use concrete mortar line and coated (CML&C) steel pipe as per AWWA C-205 or concrete cylinder pipe (CCP) as per AWWA C-300. 1. 05 Measurement and Payment: Payment for the work in this section shall be included as part of the lump-sum bid amount. ARTICLE II - PRODUCTS 2 . 01 Thermic Weld Materials: Cartridges and sleeves for welding the test lead wires, jumper bonding wires and anode lead wires to the pipe, shall be "Cadweld, " "Thermoweld, " or equal. Cartridge type and weight shall be as recommended by the manufacturer for the type and weight shall be as recommended by the manufacturer based on size of wire and welder mold being used. 2. 02 Cathodic Protection Test Station: a. At Grade Test Boxes: Shall be round or square concrete valve box type at least 8 inches in diameter and 12 inches deep. Test station box shall be Brooks Products 3RT, Christy G5, or equal traffic valve box with cast- iron cover marked "CP Test" and shall be designed to withstand H-20 traffic loads. b. Test station wiring (except reference electrode) shall be single conductor, stranded copper, with 600-volt TW or TWH and insulation wire shall conform to ASTM U.L. 83 . Insulation color and wire size shall be as shown on the plans. 2 . 03 Thermic Weld Caps: Thermic weld caps shall be high-density polyethylene plastic, 20 mils (minimum) thick, as manufactured by Royston Labor- atories, Phillips Petroleum, or equal. Design shall incorpo- rate an elastomeric or a mastic-filled dome and a tunnel portion to contain the lead wire from the thermic weld connection. The mastic coating shall be Koppers Bitumastic 50, Tnemec 46-450, Gilsonite, or equal. Apply manufacturer's recommended primer to exposed metal. 2. 04 Joint Bonding Wires: Pipe joint bonding wires shall conform to ASTM D-1248 and U.L. 83 . Dielectric coating shall be in accordance with Part 2-C. Cathodic Protection and Joint Bonding 16640-3 2 . 05 Flange Insulation Kits: Flange insulation kits shall consist of: a. Insulating Gaskets: Fullfaced, 1/8-inch-minimum thick- ness laminated phenolic with asbestos or neoprene gaskets on each side. Products: Johns-Manville No. 71 dielectric sheet packing, Raybestos-Manhattan No. 73 , Linebacker Type E, or equal . b. Insulating Stud Sleeves for Each Bolts: High-density polyethylene or spiral wrapped mylar. C. Insulating Washers for Each Bolts: 1/8-inch-thick phenolic. d. Steel Washers Over Each Insulating Washer: 1/8-inch-thick cadmium plated. One-piece molded acetal resin combination sleeve and washers are acceptable. Flange Insulation Kit Products: PSI Industries, Central Plastics Company, or equal . ARTICLE III - EXECUTION 3 . 01 Preparation of Surfaces for Alumino-Thermic Welding: Remove any existing coating on the pipe by making a 3- inch-square window in the coating. Clean the exposed metal surface to produce a bright metal finish, equivalent to SSPC SP-10. 3 . 02 Attachment of Wire to pipe: a. The attachment of copper wire shall be made using an alumino-thermic weld as shown in the plans. The wire is to be held at a 400-451 angle to the surface when welding. One wire only is to be attached to each weld. b. As soon as weld is cool, the weld shall be tested by striking a sharp blow with a two-pound hammer while pulling firmly on the wire. All unsound welds shall be rewelded and retested. C. Wires shall be attached to the top (horizontal) surface of the pipe. Where two or more wires are required welds shall be at least six inches apart. Cathodic Protection and Joint Bonding 16640-4 3 . 03 Dielectric Coating Over Thermic Weld Connection: a. After completing the thermic weld connection between the wire and the pipe, coat the connection as shown in the 1 following table: Pipe Material Connection Coating Cement-mortar coated Koppers Bitumastic 50 steel or equal and cement mortar Carbon steel Thermic weld cap b. Cement mortar shall be of the material and thickness as specified for the pipe. 3 . 04 Cathodic Protection Test Stations: a. The type of test station and test station location shall be as shown on the plans. b. Test station wires shall be located as specified herein and according to the plans and shall be attached to the pipe according to the PART 3 - EXECUTION A, B & C. Test wire trenches shall be at least 30-inches deep in order to avoid damage. Care shall be taken to avoid damage to the wires during backfilling. Sand or clean rock-free native dirt shall be used for the bottom 3-inches of the trench. C. Test wires shall terminate in the test box as shown on the plans. Eighteen (18) inches of slack or excess wire shall be coiled in the box. d. Test wire identification shall be as shown on the plans. Two-wire test stations do not require wire identifica- tion. For test stations at buried insulating flanges the wires shall be identified by die stamped letters on 1-inch diameter x 1/16 inch thick brass tags attached to the wire by non-metallic bands. 3 . 05 Joint Bonding: a. All gasketed joints in the pipe fittings, valves and couplings shall be bonded according to the type of bond and size, so that, complete metallic continuity is achieved over the length of the pipeline. Bond wires shall be according to PART 2 - MATERIALS D. Joint Bonding Wires, and attached to the pipe according to PART 3 EXECUTION A, B & C. Cathodic Protection and Joint Bonding 16640-5 b. Bonding of insulated joints shall be done in four wire Bonding Test Stations. Bond wires shall be done according to PART 2 - MATERIALS D, and PART 3 - EXECUTION A, B, C and D. 3 . 06 Flange Insulation: Flange Insulation Kits shall be installed as follows: a. Insulating Kits shall be verified to be of proper size and type. b. Faces of flange pairs shall be cleaned of all dirt, rust or fouling materials which would interfere with a watertight joint and insulating properties of the flange kit. C. Full-length insulating sleeves and insulating washers and insulating gaskets shall be as required by PART 2-E. d. Alignment pins shall be used to properly align the flange and gasket. The manufacturer ' s recommended bolt tightening sequence shall be followed. Bolt insulation sleeves shall be centered within the insulation washers so that the insulating sleeve is not compressed and cracked. e. For buried insulators the entire flange assembly and all bolts shall be covered with a heat-shrinkable wrap-around sleeve or a coating mold as shown on the plans. f. A cathodic protection bonding test station shall be installed at each buried flange insulation. Two test wires shall be installed on each side of the buried insulator according to PART 2 & PART 3 of this specification and details of the plans. 3 . 07 Testing: a. All test station to pipe wires and pipeline bond wires shall be checked for electrical continuity. b. All insulators shall be tested for both electrical insulating properties and water tightness. Cathodic Protection and Joint Bonding 16640-6 SECTION 16700 INTERCOM AND PAGING SYSTEM ARTICLE I - GENERAL 1. 01 Description: All the applicable requirements of Division 0 and Division 1 apply to the work of this section. ' 1. 02 General: a. This specification is for the providing of a complete and operable inter-communication and paging system and ready to use. b. Contractor shall provide all equipment, labor, and material for the system per plans and specifications for a satisfactory, and functional system. 1C. Contractor shall have been in business for at least five years and be an authorized representative of the manufac- ture of the above mentioned systems for a minimum of five years. d. Submit shop drawings for approval prior to installation. Shop drawings shall include major equipment cuts and wiring diagram indicating required cables between each equipment. 1. 03 System Functions and Operations: a. Two-way telephone communication between any phones in the system on a party line basis. b. Broadcast announcement through intercom master phone to all speakers as shown on the drawings. ARTICLE II PRODUCTS 2 . 01 Intercom master station shall be Telex Model IC-2M/A complete with built-in power supply. Audio line impedance shall be 600 ohm and bridging impedance shall be 10K ohm. 2 . 02 Intercom stations shall be flush mounted headset station, Telex Model #IC-1F, complete with headset jack, volume control and on-off switch. 2. 03 Head sets shall be Dual Muff unit with circumaural foam ear cushions, dynamic monaural earphones and dynamic microphone Intercom and Paging System 16700-1 on ball joint boom. Unit shall be complete with coiled cord and XLR-4 female plug. Furnish four (4) headsets with the system. 2 . 04 Paging amplifier shall be solid state, 100 watt output amplifier with 25v and 70v output. Provide matching network for input signal from intercom system. 2 . 05 Paging speakers shall be horn type complete with driver and 70 volt transformer with capacity of 15 watt. Speakers shall be Atlas #AP-15T. 2 .06 Furnish one (1) 15 feet headset extension cord complete with male and female connectors, Telex #HE-15. 2 . 07 Cables for intercom system shall be 2/c, #22 shielded and jacketed cable, West Penn #291 or equal . 2 . 08 Cables for paging speaker system shall twisted pair, #18 , West Penn #224 or approved equal . ARTICLE III - EXECUTION 3 . 01 The conduit, outlets, terminal cabinets, etc. , which for a part of the rough-in work shall be furnished and installed complete by the Electrical Contractor. 3 . 02 The balance of the systems, including installation of the electronics equipment, making all connections, etc. , shall be performed by the manufacturer ' s authorized representative, and the entire responsibility of the system, its operation, func- tion, testing and complete maintenance for one (1) year after final acceptance by the Owner, shall be the responsibility of the manufacturer ' s authorized representatives. 3 . 03 Test and Demonstration: System shall be tested and demonstrated for its operation to satisfy the Owner. 3 . 04 Wiring and Cable Make Up: a. All wiring shall be as shown on the drawings and the manufacturer ' s wiring diagram. b. All connections throughout the system shall be crimped by means of AMP lugs at all terminations. Intercom and Paging System 16700-2 3. 05 Operating and Service Manuals: a. Contractor shall provide three (3) copies of the Operat- ing Service Manuals for each system. Each manual shall include the following: 1. Instructions for proper operation and servicing of the system. 2 . Interconnection diagrams for major components of the system. 1 3 . 06 Guarantee: a. The systems shall be presented to the owner in a complete and operable manner. All equipment shall be free from defects in material and workmanship and shall be guaran- teed for a period of one (1) year, from the date of final acceptance by the Owner. In the event any trouble deve- loped during the one year guarantee period, the Contrac- tor shall provide necessary labor and material to correct the trouble without any cost to the Owner. Intercom and Paging System 16700-3 SECTION 17000 LIQUEFIED PETROLEUM GAS BACKUP FUEL SYSTEM AND NATURAL GAS PIPING ARTICLE I - GENERAL 1. 01 Description: The installation of the L. P.G. backup fuel system and natural gas piping shall comply with the Uniform Plumbing Code, ' Uniform Fire Code, National Fire Protection Association, Factory Mutual, California Division of Safety Pressure Vessel Section, and any other State, local or National codes which may apply. The Contractor shall arrange for, pay for, and obtain any and all fees and permits required for this installation. The Contractor shall pay all costs required to provide LPG at the pump station. The Contractor shall furnish and install two tanks, vapor- izers, piping, valves, fittings and appurtenances as shown on the plans or otherwise required to complete a fully opera- tional LPG backup fuel system and natural gas supply fuel system. The LPG backup fuel system shall be guaranteed to deliver up to 200 gph vaporized, HD5 propane at a pressure not exceeding 15 psi. The Contractor shall provide the initial fill of the LPG tanks prior to completion of the project. All LPG and natural gas permits, inspection, testing and certifications etc. , shall conform with Title 8 Safety Orders and requirements of California Division of Safety Pressure Vessels. The Contractor shall include the costs of any permits, inspections, certifications and consultation with the California Division of Safety Pressure Vessels in his bid price. ARTICLE II - PRODUCTS 2 . 01 Tank: The steel LPG storage tank shall be two domestic storage tanks with a water capacity of 4000 gallons each. The tanks shall be bottom outlet fitted and in compliance with American Society of Mechanical Engineers (ASME) , Boiler and Pressure Vessel Code, Section VIII , for a 250 psig Working Pressure Tank. The tanks shall be fitted with standard LPG service fittings, including: Model F171 liquid withdrawal valve, C600H service valve, J400 liquid level vent valve, D200 filler valve, E102 vapor equalizing valve, and H275C safety relief valve as manufactured by Fisher Controls Company, or approved equals. The tanks shall also be equipped with Taylor Junior Liquefied Petroleum Gas Backup Fuel System ' and Natural Gas Piping 17000-1 Tank Gauges with dial heads as manufactured by Squibb-Taylor or approved equal . The gauge shall be mounted on top of the tank and shall be suitable for LPG tank service in all respects. The LPG tank shall be manufactured to comply with the State of California Administrative Code, Title 8 (Industrial Relations) , Chapter 4 . A lockable cover shall be installed to protect all controls, valves and gauges. The locking cover shall be equipped with a City furnished Masterlock Padlock with Key No. as provided by the City. The LPG tank shall be constructed, inspected and stamped in compliance with the ASME Code Section referenced herein. The stamped nameplate shall include the following: a. Shell and head thickness . b. Gross volumetric capacity in U. S. gallons. C. "This container shall not contain a product having a vapor pressure in excess of 188 psia at 1000 F. " d. The outside surface area in square feet. The maximum allowable working pressure of the LPG tank shall be 250 psig. Welding to the shell, head, or any other part of the container subject to internal pressure, shall be done in compliance with the code under which the tank was fabricated. Other welding is permitted only on saddle plates, lugs, or brackets attached to the container by the tank manufacturer. Not more than two plugged openings shall be permitted on the LPG tank. A permit to operate the LPG storage tank shall be obtained from the Division of Industrial Safety. The tank shall not be operated prior to obtaining the permit. The tank vent shall be led to a safe point of discharge. The tank shall only be refilled in the open air. Air pressure shall not be used to displace LPG during the transfer operation. Smoking, welding, or open flame shall be at least 25 feet away from the filling operation. All filling connections shall be kept effectively capped when not in use. These caps or plugs shall be so designed that they will vent to the atmosphere while at least 3 full threads are engaged. Liquefied Petroleum Gas Backup Fuel System and Natural Gas Piping 17000-2 During the transfer of LPG, at least one qualified attendant, trained in accordance with the requirements of the "Division of Industrial Safety" , shall remain at the controls necessary to stop the transfer operation from the time the connection(s) are made until the transfer is completed, shut-off valve(s) are closed and hose (s) are disconnected. When LPG is being transferred from a motor vehicle, the engine shall be stopped unless the motor is used to operate a pump or compressor required to transfer LPG. During such transfer, the hand or emergency brake of the vehicle shall be set. All devices which are used in LPG installations shall be of an approved type and construction suitable for the use intended. The system shall consist of a container assembly and one or more regulators, and may include other parts. The system as a unit or the container assembly as a unit, and the regulator or regulators, shall be individually listed in the submittal. The tank shall be equipped with one or more spring loaded safety valves set to open at minimum 100% and maximum 110% of the working pressure. The LPG tank shall be installed on a concrete foundation with no more than two points of support longitudinally. A corrosion pad shall be provided at the points of contact with the foundation. These corrosion pads shall be at least 3/16 inch thick, and shall have a width at least equal to the width of the foundation at the point of contact with the tank, but in no case shall they be less than eight times the shell thickness in width. When corrosion pads or pad-type steel supports are used, the pad shall have rounded or semi-elliptically shaped ends, and shall be attached to the shell with a continuous seal weld. These pads shall be not less than 1/4 the circumference of the shall in length. Contractor shall submit manufacturer ' s catalog cuts and detail construction sheets showing all valves and parts, describing material of construction and specification (such as AISI, ASTM, SAE, etc. ) , valve dimensions, laying lengths, lining and coatings. 2 . 02 Vaporizer/Mixer Assembly: The vaporizer/mixer unit shall consist of a Ransome Model PAMW180-10 gas fired, hot water heated (waterbath) vaporizer/ mixer or approved equal. It shall have a capacity of 10, 000 CFH (14 , 800, 000) of 1480 BTU/cu/ft mixed gas at 5 psig output pressure. The unit shall be manufactured to meet ASME speci- fications for (direct) fired vaporizer/mixer and shall be stamped with an U stamp. The vaporizer shall be UL or FM approved. Liquefied Petroleum Gas Backup Fuel System and Natural Gas Piping 17000-3 The mixer shall be an integral part of the vaporizer and be completely piped and wired by the supplier, prior to shipment. It shall be of the multi-venturi type, permitting complete removal of one venturi, without the necessity of shutting the system down. The vaporizer shall be provided with a liquid level safety control to prevent liquid propane entering the mixing section or discharge line. The vaporizer/mixer shall be supplied as a package tested unit and set for the correct BTU by the manufacturer at the factory and a proof test sheet supplied showing nozzle pressure of venturi, the made gas pressure and resultant BTU of obtained and shall be dated and signed by the supplier. The unit shall be supplied with a battery backup to maintain AC power in the event of power failure. The installation of the whole assembly shall comply with the manufacturer' s specifications and installation requirements. All vaporizers shall be stamped with the information required by the applicable code and shall also be labeled "FOR LPG ONLY" . This stamping shall be located in a readily visible place on the vaporizer or nameplate attached thereto, and shall not be permanently covered by insulating material. The vaporizer and any part thereof, that may be subjected to tank pressure shall be designed and constructed for an allowable working pressure of at least 250 psi. Vaporizer shall be provided with suitable automatic means to prevent liquid form passing into the vapor distribution system. The heating medium lines into and leaving the vaporizer shall be provided with suitable means for preventing the flow of gas into the heat system in the event of tube rupture in the vaporizer. The vaporizer shall be provided with one or more safety relief valves suitable for use with LPG. The relief valves shall be so located as not to be subjected to temperatures in excess of 1400 F. Pressure regulating and control equipment shall be located or protected so that the temperatures surrounding this equipment shall not exceed 1400 F. except that equipment components may be used at higher temperatures if designed to withstand such temperatures. The vaporizer shall be located as shown on the plans, outside of the pump station building, enclosed in a well ventilated NEMA3 enclosure as shown on plans. Contractor shall submit manufacturer' s catalog cuts and detail construction sheets showing all valve parts, describing material of construction Liquefied Petroleum Gas Backup Fuel System and Natural Gas Piping 17000-4 and specification (such as AISI , ASTM, SAE, etc. ) , valve dimensions, laying lengths, lining and coatings. 2 . 03 Piping, Valves, and Fittings: All valves and fittings shall be stamped 11400 WOG" . a. Natural gas and LPG vapor supply piping: All natural gas supply piping shall be Schedule 40 black steel pipe coated with 25 mil . min. "X-Trull Coating with screwed, threaded joints. b. LPG (liquid) Piping: The LPG piping shall be rated to 2000 psi, Schedule 80 steel (ASTM A-53 Grade B) below the ground coated with 25 mil min. "X-Trull Coating with screwed, threaded joints and buried a minimum of 24" below grade. C. Pressure Regulators: Pressure regulators and balance lines will be supplied on each engine by the engine manufacturer. These regulators shall be vented to the atmosphere. d. Hydrostatic Relief Valves: Hydrostatic relief valves shall be located as shown on the plans and shall be Fisher Model H-124 or approved equal. e. Excess Flow Valve: Shall be located as shown on the plans and shall be Fisher Model F-102 or approved equal. f. Ball Valves: All ball valves used shall have a visible means for determining open or closed condition. They shall be stamped 11400 WOG Steel" , teflon seated, suitable for gas service. They shall be Apollo 70 series ball valves or approved equal, as manufactured by Meeder Equipment Company of Alhambra. g. Solenoid Valves: All solenoid valves shall be explosion proof. All valve bodies shall be stamped 11400 WOG" . All valves shall be of a type specially designed to be used for propane gas applications. Solenoid valves shall be manufactured by Gould or approved equivalent. h. A regulator (not to exceed 20 psig) shall be mounted at the back of the vaporizer. The regulator shall be Fisher 627-7710 or approved equal. tLiquefied Petroleum Gas Backup Fuel System and Natural Gas Piping 17000-5 i. The vapor line shall include a Fisher propane relief valve 1805 - 1/13 (1" pipe size) adjustable in the 10 psig to 60 psig range. This relief line pressure shall be adjusted to 25 psig. 2 . 04 Propane Leak Detector: The interior of the pump building shall be equipped with a propane sniffer device to detect a leak in the vaporized propane or natural gas. The sniffer shall provide a contact closure to the Murphy panel and shall activate an exterior beacon light. Liquefied Petroleum Gas Backup Fuel System and Natural Gas Piping 17000-6 SECTION 18000 NATURAL GAS ENGINES ' ARTICLE I - GENERAL 1. 01 Description: The natural gas engines shall be naturally aspirated engine of the latest type, latest design and necessary accessories to comprise a power unit for continuous duty rating. The speci- fied horsepower shall be at 100 feet above sea level in an ambient temperature of 100 degrees F maximum and 0 degrees F minimum. The engines shall be as manufactured by Waukesha as supplied by their local distributor PAMCO. Specified horsepower rating shall be the available brake horsepower when the engine is equipped with all necessary operating accessories such as air, cleaners, lubricating oil pump, carburetor, jacket water pump, governor, radiator fan and blower. All materials and parts comprising the units herein specified shall be new and unused, of current manufacture, and of the highest grade, free from all defects or imperfections affect- ing performance. Workmanship shall be of the highest grade, in accordance with modern practice. PARTS SERVICE: To best serve the purchaser ' s needs and interests, only bids on current engines which can be properly maintained and services without the necessity of the purchaser carrying expensive parts stock or being subjected to long periods of interrupted service due to lack of available parts will be secured. The engine supplier shall have twenty-four hour parts and service and must be within 25 miles of the project site and shall be so certified. ARTICLE II - PRODUCTS 2 . 01 Engine: ' Engines shall be spark-ignition, naturally aspirated engine with not less than four cylinders. The engine manufacturer shall recommend and supply an engine with proper compression ratio for the fuel to be used. The engine furnished shall bear the manufacturer ' s nameplate which shall show: Name of manufacturer. ' Natural Gas Engines 18000-1 - Engine model number. Engine serial number. Engine rotation. - Net horsepower rating at specified speed. The nameplates shall be securely mounted on the engine where they will be plainly visible. a. Engine Rotation: The pump station has been laid out so that pump rotation when looking from the engine side towards the pump, is in counter clockwise direction. The engine must rotate in the same direction if coupled at the flywheel end of the engine may be turned 180 degrees F and coupled at the front if normal rotation is in the opposite direction. A gear reverser which changes the direction of rotation will not be allowed. b. Ignition System: The ignition system shall be Actronic III with variable timing and shall consist of magneto or magnetos, individual ignition transformer coils, variable timing and spark plugs for each cylinder. All components to be installed and connected ready for operation. Each magneto shall be low tension type and shall be gear drive from the engine for proper timing. Individual ignition transformer coils, properly matched to the magneto, shall be installed at each cylinder. Short high tension lead shall be provided from coils to spark plugs. Spark plugs shall be a heavy-duty industrial gas engine type. C. Cylinder Liners, Pistons and Valves: The engine shall be provided with removable wet-type cylinder liners of close grained alloy iron, heat treated for proper hardness to obtain maximum life. Pistons shall be aluminum alloy with cast iron top ring bands and chrome-faced rings. Valve train shall employ replaceable valve seat inserts, alloy steel valves, cast iron guides and valve rotators. d. Electric Starting System: Natural Gas Engines 18000-2 The engine shall be equipped with an electric starting system of sufficient capacity to crank at a speed which will start the engine under operating conditions. The starting pinion shall disengage automatically when engine starts. Batteries for the engine shall be 24 volt (2-12 volt in series) , 8D 200 ampere hour batteries with marine lugs, heavy duty type, Excide, or approved equivalent. The battery will be housed in a fiberglass battery box supplied by the Contractor and located as shown on the electrical plans. The engines shall be furnished with wall-mounted battery chargers. The chargers shall be 110-volt, single-phase automatic floating type charger having a charge rate from 2 to 10 amperes. A voltmeter and ammeter shall be integrally mounted on the trickle charge panel. The battery charger with cable shall be as manufactured a NIFE 2000 Equipment Mfg. Co. , Bylan Corporation Type 24T10RC or approved equivalent UL and City of L.A. approved. The battery charger shall be solid state SCR control and featuring 1/2% regulated output and alarm option. e. Fuel System: The engines shall be equipped with an automatic switch- ing mechanism to allow the engines to run on either natural gas or L.P.G. vapor. The mechanism shall switch all adjustments from natural gas to L.P.G. vapor when a drop in natural gas pressure is sensed by a pressure sensing switch in the natural gas piping. The Contractor shall inform the engine manufacturer of the B.T.U. rat- ings of both the natural gas and L.P.G. vapor when sub- mitting shop drawings for the engine. The fuel switchover mechanism from natural gas to L.P.G. shall be accomplished by electric solenoid valve and pressure sensing switch powered by the engine batteries or as recommended by the engine supplier. The switchover from natural gas to L.P.G. fuel shall be a fully automatic continuous operation. Each fuel supply line at the engine shall be equipped with an adjustable gas regulator. Flexible stainless steel fuel connections between the engine and the fuel supply lies shall be installed. Flexible connectors shall meet all permit requirements and shall be stamped WOG (Water, Oil, and Gas) . Natural Gas Engines 18000-3 f. Engine Jacket Water Heaters: Engine jacket thermostatically controlled water heaters shall be provided for the engine adequate to maintain the coolant at a temperature high enough to adequately vapor- ize the propane supply. The Contractor shall verify the coolant temperature necessary to vaporize the propane from a cold start and supply jacketwater heaters of suit- able size. Shut-off valves shall be supplied on both sides of the engine jacket water heaters. Jacket water heaters shall be City of Los Angeles approved KIM HOTSTART MODEL ESP220 with adjustable thermostat (752°F to 2500 ) . Model No. 7525 . g. Controls: All engine controls shall be manufactured by Murphy Safety Switch of Palmdale, California. This contract shall include all of the control and computer programming time necessary to provide a system which operates as outlined in the Engine Control Sequence description part of the Special Provisions . The Murphy gages/switches shall be (L-150, OPL #05050085, VS-2 , LR-900 , AT-67207) . h. Torsional Analysis: To insure that no harmful critical torsionals exist in the operating range, a mathematical torsional analysis shall be performed by the engine manufacturer on the complete rotating system including the pump, drive shafting, and engine. Three (3) copies of the torsional analysis showing no harmful criticals in the specified ranges shall be submitted to the Engineer for approval prior to fabrication. The report shall be formatted to include: 1. Discussion and Results 2 . Mass Elastic System Diagram 3 . Calculations with sample calculations 4 . Conclusions and Recommendations. i. Emission Controls: The engine shall be supplied with the following emission control equipment as may be necessary to meet current South Coast Air Quality Management District (AQMD) emissions standards. Natural Gas Engines 18000-4 1. Catalytic converter with high temperature shut down instrumentation. 2 . Automatic air to fuel ratio controller. j . Catalytic Converter Specifications: The design, fabrication of the catalytic converter to be ' provided will be such to simultaneously reduce emissions of NOx, CO and HC from the specified "rich burn" (as defined by EPA) natural gas fired internal combustion ' engine. 1. Catalyst element will be a metal monolith utilizing crimped and flat roll construction; ceramic ' element(s) are not acceptable. 2 . Catalyst housing will be corrosion resistant. 3 . Catalyst element shall be accessible without dismantling and/or disconnecting the primary housing from the engine exhaust piping. 4 . Catalyst shall be composed of a combination of platinum group of metals (PGM) , that includes, but not exclusive to platinum, rhodium and palladium. 5. Monolith shall be round and constructed from a ' continuous roll of stainless steel alloy to form "honeycomb" like, cells of uniform size. 6. Each row of "cells" shall be separated by a continuous band of metal. 7 . Catalyst housing of "shell" shall be constructed of ' 12 gauge type 304 stainless steel. 8. Catalyst housing shall be round with internal and external design to give direct access to the catalyst elements; via a removable hatch, without requiring disassembly of the housing or housing removal from the exhaust train. 9 . Catalytic converter will reduce raw emissions to levels that meet or exceed emission standards set by the AQMD. 10. The catalytic converter shall be model Denox Hatchback as manufactured by Johnson Matthey, suitable for the engines specified. Natural Gas Engines 18000-5 k. Air Fuel Ratio Controller Specifications: The air fuel ratio controller suitable for applicable in conjunction with the specified catalytic converter will be Model EPC100 as manufactured by ALTRONIC. The air-fuel ratio controller will be suitable for natural gas fired carbureted engines. The specific features of the air/fuel ratio controller shall include: 1. Two channel control suitable for both inline and V type engines. 2 . Direct control of fuel flow to each carburetor via precision control 1700 position linear stepper motor actuated valves. 3 . Temperature compensated oxygen sensing. 4 . Alpha-numeric LCD display of: a) Chosen set points b) Actual operating points as % oxygen or lamba c) Actual operating temperatures d) Diagnostic information 5. Sealed membrane operator interface keypad. 6. Designed for variable engine loading. 7 . Suitable for telemetry. 8 . NEMA 4 enclosure: CSA Certified Class 1, Group D, Div. 2 . 9 . Fail safe mode protection for continued operation. 10. No pneumatic control or input required. 11. Power: 18-30 vdc, 1 amp. 12 . Operating range -40OF to 150°F. 1. Auxiliary Equipment Applicable to Waukesha Engines: The Contractor shall furnish and supply four self- contained stationary open type natural gas-propane engines with automatic changeover. The engines shall be naturally aspirated and automatic in operation with an automatic controlled throttling device, normally operating on natural gas fuel with automatic changeover Natural Gas Engines 18000-6 to propane vapor fuel should a natural gas interruption occur, heat exchanger cooling system, fuel system, lubrication system, governor, exhaust system with emission control equipment, starting system, flexible ' drive shaft, and all other necessary appurtenances to provide a complete power unit controlled to operate to the intent of these specifications for the proposed application. The engines shall consist of single "open type" 8 : 1 pistons for F220, and 9 : 1 pistons compression unit of not ' less than 4 and 6 cylinders, four cycle, and shall operate at speeds of not more than tabulated below: Max Operating Speed ' Engine H. P. (RPM) VRG220 25 1800 ' F1197G 150 1250 F817G 75 1200 ' The engine shall be capable of the brake horsepowers at a maximum brake mean effective pressure of 80 psi at noted R.P.M. The engines shall have not less than 220, 817 and 1197 cubic inch displacement each. An engine of ' lesser cubic inch displacement will not be acceptable to the engineer. The engine shall be the product of a manufacturer regularly engaged in the manufacturing of natural gas engines and shall be a model which has been in regular production by the manufacturer for at least ten years. ' The engine described shall be heavy duty, industrial type natural gas with overhead valves, exhaust valve inserts, ' diskeguard faced valves, five main bearings for VRG220, and seven main bearings for F1197G, and F817G, replaceable precision type main and connecting rod bearings, crankshaft vibration damper, full pressure lubrication, automotive type oil pan. There shall be no critical vibrations in the operating speed range from 500 to 1300 R.P.M. The limits of the vibration, measured in pounds per square inch shall not exceed as a minimum 5000 psi, and shall be subject to approval by the engineer. The natural gas engine and the auxiliary equipment shall be guaranteed, as specified. ' 1. Detailed Requirements for Engine and Auxiliary Equipment: Natural Gas Engines 18000-7 The following list of engine auxiliary equipment shall be furnished and supplied by the engine manufacturer ' s factory authorized dealer. It shall be understood by the engine supplier that it shall be his responsibility to furnish and supply items specifically listed and to provide equipment for the proposed application. 2 . Lubrication: The engine shall have a positive gear type lubrication oil pump, 120 V pre-lube pump and filter system which will filter all the oil before it enters the main bearing galleries and other areas to be lubricated. The engine shall be equipped with an oil level regulator Murphy LR900 and a high/low oil level Safety Switch gauge Murphy L129 . The oil level regulator shall be installed with a bypass valve around the regulator for refilling the engine during oil changes. Each engine shall be supplied with 5 to 30 gallon oil gravotu feed reservoir and oil level regulators with stand and required oil line piping as manufactured by REN or approved equal. 3 . Cooling System: The cooling system shall be in-line heat exchanger sized to allow the unit to continuously and safely operate under rated full load condition at 104 degrees F maximum ambient temperature. The heat exchanger shall be vented double wall construction to prevent the possibility of a cross leak. All steel heads, channels, baffles, nozzles, fittings and tubes to be copper alloy. Overall length of 36-inch and the nominal diameters of 12-inch, 18- inch and 20-inch as shown on the plans will be utilized per plans. The engine water connections will be 2-inch NPT type for the 12-inch and 18-inch heat exchangers. 3-inch 150 lb. flanged connection is required for the 20-inch heat exchanger. The system shall be approved by the City of Huntington Beach before being accepted for use. 4 . Engine Throttle Control: A 24 volt D.C. engine mounted automatic throttle controller shall be furnished and installed. Natural Gas Engines 18000-8 5. Engine Governor: A gear driven and adjustable speed, mechanical governor shall be mounted on the engine for maximum top speed control only. The governor shall be fully enclosed, self-lubricating, and capable of providing speed control within 10 percent of rated speed from no load to full load conditions. A friction type hand throttle shall also be provided not to interfere with automatic operation. ' 6. Exhaust System: The engine supplier shall supply an exhaust flex connector, minimum of 18" in length x 4" for F220 engine and 4" flange one end and 6" flange other end for F1197 engine. Emission control equipment to meet the local AIR QUALITY BOARD requirements, and furnish or assist the owner in obtaining the proper permits to construct plus furnish any required data to obtain permit to operate. This ' would include with the bid price an independent emission testing company. An exhaust silencer of critical grade shall be ' furnished with a condensate drain port and mounting brackets. ' All heat protective exhaust material shall be provided by and furnished by the installing Contractor. 7 . Ignition and Starting System: The ignition system shall be capacity discharge ' type with one coil per cylinder and have automatic variable timing for use with automatic change over when LPG fuel is called for. A 24 VDC starting motor shall be furnished with 2-8D batteries and a battery box, battery charger and cables. The battery voltage shall be used for automatic/manual controls and its operation. 8. Engine Electrical Junction Box: ' The engine shall be equipped with a junction box with terminal strip. All engine accessories shall be shop wired to it. All wiring shall be stranded and clearly identified. All wiring to engine from remote locations shall be connected to engine through the junction box. ' Natural Gas Engines 18000-9 9. Automatic/Manual Engine Controller: Automatic engine controls for the natural gas/propane engine shall be of the self-testing, recording and self contained type, and shall operate on 24 VDC with no dependence on any A.C. power for their functions. All inputs and outputs must function in the event of electric power failure. All switching and timing devices that have to do with automatic starting, running and stopping of the engine shall be pre-programmed micro-processor based controller designed for the control of the natural gas/propane engine. 10. Recommended Spare Parts: The Contractor shall furnish a list of recommended spare parts, with itemized prices, for start-up and one-year operation for all equipment. 11. Operations and Maintenance Manuals: Three complete sets of operating and maintenance, parts list, bulletins and instructions manuals shall be furnished. In addition the engine manufacturer or his authorized representative shall, upon completion of installation, instruct the operating personnel in care and operation of the engines furnished and shall demonstrate the operation to the City personnel. Eight hours shall be included in the bid price for this procedure. 12 . Torsional Analysis: To insure that no harmful critical torsional vibrations exist in the operating range from 500 to 1300 R.P.M. a torsional analysis shall be made on each complete rotating system of the rotating driven equipment. Three copies of the torsional analysis performed by the engine manufacture shall be provided to the Engineer for approval. M. Propane Leak Detector: The pump Room shall be equipped with a propane sniffer device to detect a leak in the vaporized propane or natural gas. The sniffer shall provide a contact closure to the Murphy panel and shall activate an exterior beacon light. The sensor shall be located at the lowest level to enable early detection of leakage. Natural Gas Engines 18000-10 Exhaust flexible engine connections, shall be fabricated of stainless steel (Type 316) . Exhaust piping shall be Type 316 SS or standard weight ASTM-53 steel as shown on the construction plans. Exhaust piping within the ' building shall be insulated by the installing contractor to limit the surface temperature to not more than 150 degrees F. The insulation shall be installed so that it does not interfere with the functioning of the flexible exhaust fittings and shall not be susceptible to mechanical damage. A removable blanket type insulation shall be used on the catalytic converter. Exhaust pipe size shall be sufficient to ensure that measured exhaust back pressure does not exceed the maximum limitations specified by the engine manufacturer. Certified back pressure calculations shall be provided. A metal thimble shall be installed between the exhaust pipe and masonry wall to dissipate heat and hold the exhaust pipe in place. The exhaust piping shall be sloped to allow moisture to drain away from the engine. ' A drain tap shall be provided at the low point of the piping outside the building. 1 ' Natural Gas Engines 18000-11 i I j PRO Contracting Corp. .. j 12701 B. Magnolia FRECEIVED Riverside; CA-92503' i- P H 33 I I I { 1{ , I THE CITY C MKI AT THE. CIVIC CENTER c SECOND FLOOR ADMINISTRATION BUILDING 2000 MAIN STREET HUNTINGTON BEACH, CA C� , r r c i 1 I i i BID PROPOSAL FOR: 4 CONSTRUCTION OF THE RESERVOIR HILL i PUMP STATION: NEW PUMP STATION, FLUORIDE TANK RELOCATION, METER TEST & CEV1ENT STORAGE SHEDS-& ASSOCIATED / UTILITY & SITE WORK. CC-534 JUNE 08, 1993 2:00 PM SEALED BID: Pascal & Ludwig Engineers BID FOR: Reservoir Hill Pump Station BID DATE: June 8; 1993 at 2:00,PM WEIVED CITY CLERK CITY OF 14UNT114C i.U3Y -."rf .i_ALIF. JUN 8 54 i . I r 7 "l 1f - c 9 I CITY OF HUNTI:NGTON BEACH CIVIC.CENTER, SECOND FLOOR,' ADMINISTRATION BUILDING',, 2Q001 MAIN STREET CH;CA HUNTINGTON iI " ATTN-.' CITY CLERK f i' 1 i