Loading...
HomeMy WebLinkAboutPacific Mechanical Corporation; 1991-09-27; 32991 * Pacific Mechanical Cq, Concord, Catif. AW 731 7J -SD->Ms HS -HM,-LK~'- RO -CB--&I; vc -PB->!v - ADDENDUM NO. 1 COPY To-TC-,MO August 1, 1991 M!i?-ji*j-,LO BID/PROJECT NO. 3299 - CONSTRUCTION OF HOME PLANT PUMP STATION & FOR MAIN Please include the attached addendum in the Notice to Bidders/Request for Bids ) have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal form/^ when your bid is submitted. 0 2f3&34Ma1 RUT FLETCHER Purchasing Officer RF:af Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 IL- -.. Bidder's SiQhature e 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 a ADDENDUM NO. 1 HOME PLANT PUMP STATION & FORCE MAIN PROJECT NO. 3299 AUGUST 1, 1991 NOTICE INVITING BIDS Page 1 , modify as follows: Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlst Village Drive (formerly Elm Avenue), Carlsbad, California, until 3:OO P.M. on the 8th day of Augi 1991, at which time they will be opened and read, for performing the work as follows: SPEC I F I CAT1 0 NS To Section 21 6-1 , General, add the following: The channel into which the comminutor is mounted shall be equipped with four stop gates 1 can be used to divert sewage flow into either channel. The stop gates shall be 3/8' thick, extend to the full height of the channel, and be equipped L a handle or slot grip for manual operation. The guides shall be welded aluminum or stainless steel and shall be embedded into the char concrete. All gates shall be constructed of aluminum or fiberglass. The Contractor shall submit shop drawings for approval that show the exact location of the g( and details of the embedment. Products shall be as manufactured by the following: a. Waterman Industries, Inc. b. Plasti-Fab Inc. c. Approved equal To Section 220-5.3, Check Valves for Sewage Pumps, modify as follows: Substitute the second sentence with: flanges shall be ANSI 125 pound and shall have a wof pressure rating no less than 150 psig. 0 e 2075 Las Palmas Drive - Carlsbad, California 92009-1 51 9 - (61 9) 438-1 / ADDENDUM NO. 1 HOME PLANT PUMP STATION & FORCE MAIN PAGE 2 e To Section 223-4, Surge Relief Valve, modify as follows: The surge valve shall be set at the factory for a protection pressure of 75 pounds per square i (Psi). To Section 226, Non-Potable Water Warning Signs, modify as follows: Change the second sentence to read: they shall be 1/16' thick, engraved red over white \ bold helvetica, all capital lettering a minimum 1" in height. Signs shall be a minimum of 8' x in size. PLANS PLUMBING PLANS: 1. All plumbing drains including all fittings (pipes, bends, wyes, tees, etc.) shown Schedule 40 PVC shall be changed to PVC DWV. All plumbing interior water lines including all fittings (pipes, bends, wyes, tees, etc.) shc as Schedule 80 PVC shall be changed to Type K copper pipe. These copper lines s be installed as directed by the Uniform Plumbing Code. 2. ELECTRICAL PLANS: 1. 0 Sheet 15 - replace the Electrical Lighting and Power Plan for the Generator Building the plan depicted on Exhibit A-1 of this Addendum. Sheet 15 - replace the Electrical Plan for the Comminutor Room and Motor Room witt- plan depicted on Exhibit A-2 of this Addendum. Sheet 16 - replace the Single Line Diagram with the Single Line Diagram depictec Exhibit A-3 of this Addendum. Sheet 17 - replace the table located in the lower right-hand corner of the sheet with table depicted on Exhibit A-4 of this Addendum. The following notes are hereby added to the Electrical Plans: a) b) 2. 3. 4. 5. The generator and standby system shall be installed per NEC Article 701. Signage shall be provided in accordance with NEC 701-9. e 07 0 34 I Iz 0 F a I- cn a H 3 Q I- z a J a u z 0 I v (3 z J => - n m a a 0 Q I- (r: W z W (3 . z 0 F .. I e HOME PLANT PUN ADDENDUM - r A-4 1 1 1 \ 1 I -A W'tl277V 3+SW CDMMEalAL Me= mT mpfj-MAlu *I& p19couLJ6cr CITY OF CARLSBAD San Diego County California e CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR HOME PLANT PUMP STATION AND FORCE MAIN e CONTRACT NO. 3299 10/3/90 0 TABLE OF CONTENTS @If-- 1 NOTICE INVITING BIDS .......................................... CONTRACTOR’SPROPOSAL ....................................... BIDDER’S BOND TO ACCOMPANY PROPOSAL .......................... DESIGNATION OF SUBCONTRACTORS ............................... BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .................. BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .............................. CONTRACT-PUBLICWO ......................................... LABOR AND MATERIALS BOND .................................... PERFORMANCEBOND ........................................... @ ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION RELEASEFORM ............................................... ................................. SPECIAL PROVISIONS I. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WC CONSTRUCTION FOR GENERAL PROVISIONS ....................... 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WC CONSTRUCTION FOR CONSTRUCTION MATERIALS ................... 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC W( CONSTRUCTION FOR CONSTRUCTION METHODS ................... IV. SUPPLEMENTAL PROVISIONS FOR FORCE MAIN, SCHEDULE 2 ......... i 10/3/90 e I\ CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on 6th day of August, 1991, at which time they will be opened and read, for performing work as follows: HOME PLANT PUMP STATION AND FORCE MAIN CONTRACT NO. 3299 The work shall be performed in strict conformity with the specifications as approved by City Council of the City of Carlsbad on file with the Municipal Projects Department. specifications for the work shall consist of the latest edition of the Standard Specificat of Public Works Construction, hereinafter designated as SSPWC, as issued by the Soutl Chapters of the American Public Works Association. Reference is hereby made to specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-ou businesses. No bid will be received unless it is made on a proposal form furnished by the Purcha Department. Each bid must be accompanied by security in a form and amount requ by law. The biddeJs security of the second and third next lowest responsive bidders be withheld until the Contract has been fully executed. The security submitted by all o unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days i the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sec 22300), appropriate securities may be substituted for any obligation required by this nc or for any monies withheld by the City to ensure performance under this Contract. Sec 22300 of the Public Contract Code requires monies or securities to be deposited with City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 1. Contractor's Proposal 2. BiddeJs Bond 3. Non-Collusion Affidavit 0 10/3/90 All bids will be compared on the basis of the Engineer's Estimate. The estimated quant are approximate and serve solely as a basis for the comparison of bids. The Enginc @ Estimate is $1,200,000. No bid shall be accepted from a contractor who is not licensed in accordance with provisions of California state law. The contractor shall state their license nun- expiration date and classification in the proposal, under penalty of perjury, pursuar Business and Professions Code Section 7028.15. The following classifications acceptable for this contract: Class "A'; in accordance with the provisions of state la7 If the Contractor intends to utilize the escrow agreement included in the con documents in lieu of the usual 10°/o retention from each payment, these documents I be completed and submitted with the signed contract. The escrow agreement may nc substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Aver Carlsbad, California, for a non-refundable fee of $25.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any IT irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to executi Contract shall be those as determined by the Director of Industrial Relations pursua: the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773 the Labor Code, a current copy of applicable wage rates is on file in the Office o Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not paj than the said specified prevailing rates of wages to all workers employed by him or h the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisio1 Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts C "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of wor indicated in this proposal, times the unit price as submitted by the bidder. In case discrepancy between words and figures, the words shall prevail. In case of an error i extension of a unit price, the corrected extension shall be calculated and the bids w computed as indicated above and compared on the basis of the corrected totals. @ 10/3/90 e All prices must be in ink or typewritten. Changes or corrections may be crossed out typed or written in with ink and must be initialed in ink by a person authorized to sigr @ the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day F to bidding. Submission of bids without acknowledgment of addenda may be caus rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and mate: suppliers, in an amount equal to one hundred percent (100%) and fifty percent (5C respectively, of the Contract price will be required for work on this project. These br shall be kept in full force and effect during the course of this project, and shall exten full force and effect and be retained by the City for a period of one (1) year from the ( of formal acceptance of the project by the City. The Contractor shall be required to maintain insurance as specified in the Contract. additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 11-203, adopted on the 18th day of June, 1991. &4/, G,, -244 a Date &ha L. d&& City Clerk e 10/3/90 * 4 ..* CITY OF CAIUSBAD CONTRACT NO. 3299 HOME PLANT PUMP STATION AND FORCE MAIN CONTRACTOR’S PROPOSAL 0 City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3299 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: SCHEDULE 1 e BASE BID: All labor, material, services and equipment necessary for completion of all the work indicated in the construction drawings is in conformance with the specifications. Total amount of Schedule 1 bid in words: Total amount of Schedule 1 bid in numbers $ SCHEDULE 2 s/ 680 6_, Approximate Item Quantity unit No. Item Description and Unit Price Total 1 Mobilization/Demobization at Lump Sum jsSS - Dollars per Lump Sum * 10/3/90 Rev. \ 5 I' SCHEDULE 2 (Cont'd.) Approximate e Item Quantity Unit 2 Trench Shoring at Lump sum - No. Item DescriDtion and Unit Price Total 2R.Yo - Dollars per Lump Sum 3 Supply, Install and Test 10" PVC 1,898 LF /32% 5T"/ Force Main, Complete & In Place at ___t -73 - Dollars per Linear Foot ara - 30 prz- 4 Pipe Jacking, Complete & En Place at 146 LF Dollars per Linear Foot Connecting to 10" DIP Force Main at Lump Sum Sta. 1+07.32 at a5 %yo- gso-- Dollars per Lump Sum 6 Connection to Existing Manhole at Lump Sum Sta. 21+51.04 at 2 ?OQ - Dollars per Lump Sum Total amount of Schedule 2 bid in words: Total amount of Schedule 2 bid in numbers: $ /7&Jsb- I e 10/3/90 Rev. 6 -I Total amount of Schedule 1 bid1 and Schedule 2 bid in words: a Total amount of Schedule 1 bid and Schedule 2 bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 1 proposal. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any emor or omissions of the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the proceeds of the check or bond accompanying this bid shall belcome the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that they are licensed to do 0 business or act in the capacity of a contractor within the State of California and that they are validly licensed under license number 1389713 , classification A which expires on 8/31/92 . This statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professioi~s Code shall be considered nonresponsive and shall be rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: gb 0 j 156 has/have been received and is/are included in this ,fQ&h+.. 3 cw &IGI 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or eimployees has inducted hidher to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the sarne work, and is in all respects fair and without collusion or *%” PO& \6 ,.)/p G~‘ 1 L(( ,,*.% 10/3/90 Rev. c B”i2I e fraud. -k di4 a 7 <, Accompanying this proposal is - for.ten percent (10%) of the arnount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the perfomance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of thie provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: EXM (Cash, Certified Check, Bond or CashieJs Check) e (1) (2) (3) Place of Business Name under whic:h business is conducted Signature (given and surname) of proprietor (Street and Number) City and State- 0 (4) Zip Code - Telephone No. IF A PARTNERSHIP. SIGN HEIZ: (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State - Zip Code Telephone No. e 10/3/90 Rev. STATE OF CALIFORETIA (Jfljra ;$ ,I ss* county of %&- h60dd , in the year 174.9 , before me, - o2,yi; $&(?/% a4f!7 I day Of -- 8 c. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted PACIFIC MECHANICAL CORPORATI 0 <,---, 1 >- ; ;K (2) Signature ($ S EC R ET ARY / T FI E AS U R E R Title Impress Corporate Seal here CALIFORNIA (3) Incorporated untder the laws of the State of (4) Place of Business 2501 ANNALISA DRIVE 1 ** 7 (Street and Number) . City and State - CONCORD, CALIFORNIA (415) 827-4940 (5) Zip Code 945 24 Telephone No. 0 c.r/o 1 NOTARIAL ACKNOWLEDGEIMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATI'ACHF.D List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: M. McDONALD, PRESIDENT TOM JORGENSON, VICE PRESIDENT HONARD SEYMOUR, SECRETARY/TREASURER 8 10/3/90 Rev .> 1’ . 2. - BIDDER’S BOND TO ACCOMPANY PROPOSAL. KNOW ALL PERSONS BY’ THESE PRESENTS: I I 3 I 1 tl That we, Pacific Mechanical Corporation , as Principal, and Reliance Insuranc as Surety are held and finmly bound unto the City of Carlsbad, California, in an amoui follows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ouiselves, our heirs, executors administrators, successorrs or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal o above-bounden Principal for: Texl Percent of the total amount bid---------------------------------- CONTRACT NO. 3299 HOME PLANT PUMP STATLON AND FORCE MAIN in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly t into and execute a Contract including required bonds and insurance policies withir (10) days from the date of award of Contract by the City Council of the City of Carl: being duly notified of said award, then this obligation shall become null and 3 otherwise, it shall be and remain in full force and effect, and the amount specified hi shall be forfeited to the said City. 1: .... B a .... d 1 .... I g .... f ..e. .... .... .... .... .... .... * 10/3/9C State of California, ) ) ss. City and County of San Francisco 1 Reliance Insurance Company he (she) subscribed the name of Reliance Insurance Company thereto as Surety, and his (her) own name as Attorney In Fact. c )y7m& dotary Publi -. LC 1 /' 1 1 fi 1 Ii 1 1 m L LihA%i4 5iyflOYF 1 /- &{ A< ~;f[&iMi<2 y i i # 5w4-h// (fgwKl-- , , ll P 1. 1 *! j 1 ii* 1 In the event Principal executed this bond as an individual, it is agreed that the death Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL, this 6 th day of Executed by !;URETY this 6th day c I? August ,19 91. August , 19 91. 1. PEUNCIPAL: SURETY: * Pacific Mechanical Corporation Reliance Insurance Company (Name of Principal) (Name of Surety) L z By: By: ure of Attorney-in-Fact Davis, At torney-in-Facl w9iq printed name! of Attorney-in-Fact %m \brn (print name here)d (" (h@ h3 d6d ht/hc hhdh fl'L0; (attach coqorate resolution show (title and organization of signatory) b,~?. current power of attorney) 4 By: i \X& h7 t (sign here)" (print name here) vj L J" i. od- fim&/;vL (title and orghization of signat&y) Proper notarial acknowiedge of execution by PRINCIPAL, and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary UI corporate seal empowering that officer to bind the corporation.) T 9 1 APPROVED AS TO FORM,: VINCENT F. BIONDO, JR. 3. /&4 Deputy City Attorney 10/3/90 E ~~~~& AlWPvZbti/llU& -2AVAr-l X HIEAD OFFICE, ?HIUDEL?HIA. PENNSYLVANIA - .- POWER OF ATTORNEY KNOW ALL MEN BY THESE PRRLSENn, Tht tb RELIANCE INSURANCE COMPANY. a eorpa8t;m duly WQnltd wrdr th km of t Rnnrylwnm, does hemby mka. rnntitutr and rg(loim JOHN W. DAVIS of SAN FRANCISCO, CALIFORNIA e, *r tr~ md bdul AttormiWFlct, 10 mb. @=tt*, d and ddiwr for md on ita behalf. ud 8s its ut and 6.d ANY AND ALL BONDS AND UNDERTAKINGS OF SURET and to bind the RELIANCE INSURANCE COMPANY theby as fully and to the nme extant os if wch bod and und.rtekingl and otb digltow in the nature theroof ware dm by an Eloartiw Qfiar of the RELIANCE INSURANCE COMPANY .nd m1.d and attasted bl d uch offiors. and hMby tatif- nd confirm all tbt its nid Anornry(slin-F.ct my do in guwncr h.nof. This Pow of Attornoy b Wntd under wd by authority of Anid. VI1 of tho By-bvn of RELIANCE INSURANCE COMPANY wh .Ifmi- Slptrmbr 7,1978. whidr provisions ara now in full fora and rffm. mading rn fdkm: ARTICLE VI1 - EXECUTION OF BONDS AND UNDERTAICINGS 1. fh. Borrd of Diratorr. the Resident, the Chirmn of the Borrd, any Snior Via Raid.trt, any Via Pmid.nt or Assistant Vic Q Othr Offiwr daJgnrtod by the hrd of Dirm:ort abll haw power end authority to (a1 appoint Atl.ormyr-in-Fact and to authorize thom m bblf of the Compny. bonda nd und.rukin()a, ruogniunem. mntka of indemnity and othw mitings ObI~or~ in the nature then to ramow any wd? Attorneyin-Fact ot any tim rd rrvoke the powr and authority piun to him. I 2. Attorneys-in-F.cl dull haw power and authority. wbi.a to the tarm and limiutionr of lib -7 Of OttorMy iWUd to thrm, rdblw on behalf of thr Compny. bonda and uirideruking. rrcogniunor, contmcts of indrmnity and othor mitin@ &liptory in the Ntl - CorDOrota url h not nrop.ry for the wlidity of my bonds and wrd.rtrkingl. rrogniuncn, mn1Lr.CIs of indrmnity md other mitingl in the mtum theof. 3. Attornyl-in-Fact shall haw pow aid euthority to exma affidrvits required to be attached to bo&. remgniuncac, mntrm nity or othor conditional or obl'mtory undWtJkhW and thy shall rlao bve pomr and authority to mtify the finncial StJtWmnt of tho Co to mpia of the By-bw of tho Compoy or any wtidr or wetion thereof. This porn of mornoy h signd and rrkd by lksimik undm and by authority of tb following 19.rolution .doptd b~ the Borrd of I RELIANCE INSURANCE COMPANY at a mrtin~ hdd on thr 5th dry of June, 1979.8t hid, a quortrm ws puent. and wid Romlution h amdad or mpukd: "Raolwd, tbt the rigneturn of such dirmors and officrr and the ral of the Compny nry be rffixd to any RU& ponar of attormy Q my atifiate rohing tlhereto by fadrnik. and any UKII po- of attorney IW mrtificata bring wc), facsimile -Iura or f.crimilr SUI shall be did and binding upon the CMpny and any such cmv0r Y) executed ad artifid by bcsimila siputura and f&mile sal dull be miid and bindiw upon the Company in the future with rmct to any bond 01 undertaking to vrhich it is attd~d." 0 IN WITNESS WHEREOF. the RELIANCE INSUFIANCE COMPANY hs atnod them prants to b rim by its Via Residmt. and trcocp b hareto affird. this 24th** A 11 g u s t lo 87 -- RELIANCE INSURANCE COMPANY A). /e @ Ld Vi Rndmt puY)nally ppnred Lawrence W. Carl str 1 a. STATE OF Was h i n gto n ~UNTY- King 24th sv of August "'87' 'on chir w mu kmwn to br tho Vb-Presidont of tho RELIANCE INSURANCE COMPANY. and WknowlmJPd that he mxuutad and attested 11 'hrewnnt ad offixed the rut of mid corporation thoreto, vd that Ankh Vll, Sutbn 1,2. and 3 of thr By-L.m of dd Company ad th. mt forth thein. m *Ut in full fa-. E*: wcommauon a+? ,.y.:.&...:e. &~m*R,e I! &-,E f Y$. !!..g Notmy~icinantitor of Wash' gt Tacoma 0 Rosiiing at .. May 15 .re90 . Arbtant Samtarv of the RELIANCE INSURANCE COMPANY, do he& ortify the 1. rd f-iq k a truI anti -rut aopy of a Povrr of Attorny aucutd by nid RELIANCE INSURANCE COMPANY, hid, is dill in fu John E. Vance IN WITNESS WHEREOF, I haw horwnto w y lhnd ad affixd the rrl of nid bmpny tt~h .Dm1431 Ed em @ wim~aur &&fa 6 t h W d A;ugus t e- John E. Vance L.+* *, 1 e DESIGNATION OF SUBCONTRACXORS The Contractor certifies he/she has used the sub-bids of the following listed Contractoi in making up his/her bid and that the sub-contractors listed will be used for the work fc which they bid, subject to the approval of the City Engineer, and in accordance wit applicable provisions of the specifications and Section 4100 et seq. of the Public Contraci Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made i these subcontractors except upon the prior approval of the City Engineer of the City ( Carlsbad. The following information is required for each sub-contractor. Additional pag can be attached if required: Items of Complete Address Phone No. - Work Full ComDanv Name with ZiD Code with Area Code oe, yvl/Q ki"rcx YkA-Ll/r L Afb4 S,Dt L&JS SA.+ .8Wflk cckT"IRd\ -* fl4 0 )f&% PMd, x%- ui, C/d J I42 l&L Udm e 10/3/90 R + PESfGNATION OF SUBCONTRA CTORS (continued) The bidder is to provide the following information 0x1 the subbids of all th subtontractors as part of the sealed bid submission. Additional pages can be ma required. a Type of State - Lice=&N!L Carlsbad Business Ammt of 1 e No. M * COntraCting f2,UC UM, KIRCHNAVY CONST, A 308045 L SANTA FE LANDSCAPE C;-27 317096 .119123 /a, 06 DAVID MILSHIRE, INC. C-29 522619 "E ROOF ENGIHFFU c-3_9?[3 NONE JALCO C-33 423731 LS CADRX COMPANY. 49 NONE 6 2.0s VISTA STEEL C 257955 "F- 26.0. _. 7, 00 4"P. ATLAS FENCE CH13 176374 187300 ---zi$ I IL .. 0 * Licenses are renewable annually. If no Vatid license, indicate "NONE." Valid 1 must be obtained prior to submission of signed Contracts. 10, @'+' h 0 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY Bidder submits herewith a statement of financial responsibility. PLEASE SEE ATTACHED 0 I) 10/3/S 1 1 .B 4 1 1 1 PACIFlC l4EmAtam azmRATIH 1 1 1 1 I 1. i I 1 * 1 4 BALANxsmE3s !%@~YzK 30, 1990 d September 30, 1989 -___ - a - , _- .. .d .. 1-' .1 11 1 1 1 1 - -_-- -- __ __ - S.].Ca//ina&Co. ( (>it itit,r! I'u tdic A( count;ln!\ TbtheBcaxdofDinxtors PAcIFI% l4IxmNIcAL aRKmlTm Comrd, California Independen t Auditors' Report We have audited the accanpwrYing balm sheet of PACIFIC MMJHANIG (x16IFoRATIW as of Septarker 30, 1990. Tplis financial statement is tl responsibility of the capmy's mmgmmt. OX responsibility is i express an opinion on this financial statmt based on our audit. We conducted our audit in accordance with generally accepted auditk standards. Those standards rgIuire that we plan and perfom the ad. to obtain reasonable assurance abaut whether the balance sheet is fn of material misstatmmt. An audit includes examining, on a m basis, wi- supporting the aImunts and disclosures in the balm sheet. AII audit also includes assessing the accounting principle used and significant estimates ma& by rrranagement, as well i evaluating the overall balance sheet psentation. ~e believe thi our audit of the balm sheet prwides a reasorable basis for o\ opinion. In our opinion, the balance sheet referred to above presents faixlj in all material respects, the financial position of PA~IF~ MECHANICF-L CORKRA'I'ICN as of September 30, 1990, in mnfomity wit generally accepted accounting principles. The 1989 balance sheet was reviewed by us and OUT report thereor dated Naverrs3er 28, 1989, stated we wens not aware of any materia modifications that should be made to tb balm sheet for it to be i confonni~ with generally accepted accounting principles. review is substantially less in scope than an audit and does nc pmvide a basis for the expxession of an opinion on the finan=ia statements taken as a whole. J 1 1 I I 1 ST&- $& 1 * 1 m, odklard, California 1 Ncmmber 29, 1990 PAQPIC Bfim-mmrn (xRwRATI[(H lBAuKz91EeT ASSETS !3? 30 (& current assets: Cash 186,693 K s Receimbles : 2 SePt- (Audited) 30, 1990 Current+xnt.ra 5,371 , 664 Retention-carp?leted contracts 174 I 090 Retention-contracts in progress (Note 2) 1,237,802 Note - current maturity (Note 3) 53,808 other 39 , 463 - 6,876,827 I 3 Totdl receivables Costs and estirnated gross profit in excess of bill- on contracts in progress (Wte 4) 936 , 526 Prepaid expenses and deposits 140,399 - 4 %tal current assets 8,140,445 , property and equimt: 2,r construction equipnent 2,351 f 226 Office furniture and equipnent 315,009 EiUildingS 242,977 1 - 'Ibb_l Property ami @¶uimt 2 l 909 , 212 2ft I Less accumlated -iation 1,900,268 1,; Net prpperty and equ-ipmlt 1,008,944 - insurance, net of loans of $ 123,926 43,070 - 5 Cash surrender value of officers' life bq-term maturities of note receivable, 5 Tbtal assets $ 9,693,962 $ 515 - net of deferred qain (Note 3) 501,503 - See acccmpanying notes anrl accxxmtants' report. 0 PAClFIC )oBw5NIoIL cxxaawnm BXAKXSHEBT I I q -AN)-'- 4 I I II d 4 li 1 1 SPW 30, 19t 30, 1990 (Audited) (Revia made acccunts payable 1,445,566 1,028, mn=+=P== 482,566 528 , Bill- in excess of costs and estimated gross profit on Current mturity of long-term Incane taxes payable 17,419 SWt- Current liabilities : Note payable - bank (Nte 5) $ 1,250,000 $ Shmntractors and retentions payable 2,418,417 1,091, contracts in progress (Note 4) 976,051 759, debt (Note 6) 71,725 85 I II Totdl current liabilities 6,661,744 3,493, J IDW-~ debt (Note 6) 155,673 226 , Total liabilities 6,817,417 3,719, Srnkholders' €yuiq: Ccmnon stock, m par value, Retainedearnings 2,805,751 1,745, Total stockholders' equity 2,876,545 1, SI& 'htal liabilities and stcckblders' 2,500 shares authorized, 900 shares issued and outstanding 70,794 70 , $ 9,693,962 $ 5,536, ----- --- equity See accapnying notes ard accountants' report. 9 __ - - _- m PAQPIC IQxIBNIm (xRp(lRATI(rJ =mTfa3I?x?wa&- - 30, 1990 and Sz@ar&r 30, 1989 fl Notel: !3mmary of Siqnificant Accounting policies: The following items caprise the significant accounting policic of the canpany. The policies reflect idustry practices a conform to generally accepted accounting principles: Canpany‘s Activities: The - is a general engineering contractor performing lwq sumandt2m+ard -materials contracts. The carpany’s contraci in=lude construction of wastewater and water traatrnent plane and pmaing facilities. The - also mnstructs a maintains plant facilities in a variety of industries. Method of Accounting for Long-term conStruction contracts: The carpwly records incane on construction contracts using th pmentags-uf+mTpletion mthd based on the proportion of cost incurred on tk contract to total estimted mntract costs except that nraterial estimated losses which are apparent prio to cqletion are provided for in thir entirety. Changes i job performame, job conditions and estimated profitability in=luiing thse arising from contract mty prwisions an final contract settlements, may result in revisions to revenu and costs; these rwisions are recogpzized in the pied in whic theybecanekrown. chanoe in Ar=caunting Principle: Effective &t&er 1, 1989, managmat elected to allocat mdxect contract costs to its individual contracts. Allocate uxhrect costs, repRsenting shop expenses, depreciation, an fX3ui-t repairs, are included in the cost to date and tom estimated cost of each contract. % effect of this accauntin change on the accanpanying 1990 finarrcial statenents is m material. Finamidl 5ta-t Classification: In accordan=e with mmal practice in the construction intiustxy, the canpany includes in current assets and liabilities amunts realizable and payable over a period in excess of one year. Consistent with this practice, asset ad liability accounts relating to construrrtion contracts, including related deferred incane taxes, are classified as current. BE lives of contractx en- into by t2~ canpany generally range fran six to eighteer mnths. See accountants’ mport. -I n .. .. I n PACIplC WBMANIQLC aRsuwTm NuIEsm=--,- sq-br 30, 1990 ami September 30, I389 Note 1: Sumnary of Significant Account- policies, continued: Incane Taxes: Effective March 1, 1989, the ccnpany elected to be taxed unde. the pruvisions of subchapter S of the htemal Revenue code under these prwisions, the canparcy does not pay federa corporate bane taxes. Instead, the stockholders are liabb for individual federal incm taxes on the taxable irmrne earm bY~ccmpany* The ca-pmy has elected S-Corporation status for state irrcan tax puposes as well, and is subject to a state 2 1/2% surtax 01 S Corpration net profits. The canpany uses the percentage of capletion method for incan m-8 Depreciation: The canparry depreciates property and eguiPnent using thc straight-line method over the following estimated useful lives: Buildings 31.5 years q 1 U fl a 8 1 4 Lives Construction and office quiprent 5-loyears Depreciation expense for the year ended Sep- 30, 1990 wm $ 221,141. Note 2: Accounts Receivable: The canparry grants credit to its custaners, which include local and regional gwenmnent entities, the federal govenmnent, and local carmrcial entities. Retentions receivable on contracts in progress includes restricted cash depits in the amount of $ 418,375 and $ 416,519 at Sepmber 30, 1990 and Septtimter 30, 1989, respectively. These funds were deposited by the ccmpany in restricted accounts in order to obtain the current release of retentions receivable on municipal contracts. The deposits bear interest at current rates and will be released upon successful caipletion of the contracts. see accauntants' regort. d - -__ I. PACIPIC lJlKmNIm aRKRATIQa NcrLFslQ'Mg--,- sq-ker 30, 1990 ami - 30, 1989 .- Note 3: Related Party Transactions: 0 In a prior year, the carpiny sold its office and yard facilit to a partnership canprised of the ccmpany's stockholders. T? gain on sale was $ 125,227. Tk gain is being =cognized OVE the fifteen year period of the lease and its renewdl +or (see belm), as required by genxally acceptgd amtir principles. Recognized gain of $ 5,327 is kluded i miscell- in=arre for the year ended Septdxr 30, 1990. five year lease which requires monthly payments of $ 10,75C The lease kludes two five year renewdl options, with mtz ircreases based upn ixnxses in the fair market value of tF property as of the renewal option dates. I The canpany leases the property fm the partnership, under Future llhimlm lef3se paymnts are as follcws: Fisc& 1991, 1992 and 1993 - $ 129,000 Per year Fiscal 1994 - $ 53,750 property lease expnse was $129,000 for the year & Septab 30, 1990. The ca~lpany rezeived a $ 750,000 prunissoxy note mivable fro the partnership. The note is sd by a deed of trust on th property arid requires monthly payments of $ 9,908 through Marc 1, 1999. Payments include interest at 10% per annum Maturities of the note receivable are as follows: Septmker 30 1991 $ 53,808 1992 59 , 442 1993 65,667 1994 72 I 543 1995 80,139 ThEzeafter 343,442 !tbtal $ 675,041 Iess current maturity (53,808) IEss deferred gain (119,730) Long-term portion $ 501,503 see ciccountants' xqxxt. -_ ._ ___ - - - __ PACIFIC IBurANIm aRFawrIm mm'PHBm-8- - 30, 1990 ard - 308 1989 1 .. .I 1 .( i 1 t -' f 1 I 1 I 1 1 b Note 4: Costs and Estimated Grass Profit on conuacts in Progre ss: 1990 1989 costs incurred on contracts 2,545,641 1,694,13( Estimated gross profit to date Contract revenue earned to date 24 , 219,36I less billings to date 36,301,333 24,573,01! Excess of billings under (mer) revenue earned $ (39,525) $ (353,65: The excess of billings under (over) revenue earned is kluded in the accapnying balance sheet under the follming captions: Costs & estimted gross profit Billings in excess of costs $ 33,716,167 $ 22,525,23( in Progress 36 , 261,808 in ns of billings $ 936,526 $ 405,846 and estinrated gross profit (976,051) (759 , 497 $ (39,525) $ (353,651 NO- 5: Note Payable - Bank: At Septmkr 30, 1990, the canpany had available a short-term revolving line of credit with a carmercial bank in the mt of $ 2,250,000. It expires on January 31, 1992, and nquhxs interest at the bank's refme lending rate plus 1/2%. It is secured by accounts receivable, equiprent, a security interest in the mte receivable frun stockholders, and the personal guarantees of .the Stmkblders. The line of credit requires the c~npany to maintain ratios of current assets/current liabilities d total debt/stockholders' equity of 110% or higher and 250% or lower, respectively. The ron~>any must also maintain tangible net worth of at least $ 2,1008000. 3 see accountants' report. q I. --__ . -- - __ I. PAcxF.rcneQANIcAc~m ,- ='R)=--,- .. - 30, 1990 ard !%ptmbr 30, 1989 Note 5: Note Payable - Bank, Continued: At septend=er 30, 1990, the carpany had drawn $ 1,250,000 in ca! advames under the line of credit. The line of credit am also allows letters of credit in an aggregate amcIunt such thi the total cash advances and letters of credit do not ex[3et $ 3,500,000. Letters of credit at Sqxmter 30, 1990 totallc $ 1,075,000; tky were prcnrided to public entities in order 1 abtain the current release of retentions receivable. At Sep- 30, 1989, the line of credit had similar tem~ -canparryhad- ' letters of credit totalling $ 865,001 There were m cash advances at that date. .s 1 I II 1 Note 6: Long-term Debt: 'LO%-- debt a~ Of September 30, 1990, and September 30, 1989 consists of ths following: Interest Septe 30, SepW Rate 1990 198' construction @pent. 11.00% $ 109,442 $ 173 Note payable secured by building. 12.50% 117,956 138 ~ 227,398 311, 71,725 85, &ligations secured by 6.5 - Total I fi I a 1 Ii2cs current mturity Ung-tmn debt $ 155,673 $ 226, Aggregate maturities of long-tem debt, by year, are as follows: -- 30, 1991 $ 71,725 1992 62,183 1993 37,087 1994 20,518 1995 20 , 518 Thereafter 15,367 II $ 227,398 see acrountants' report. 9 Date Name and Phone Contract Name and Address No. of Person Type of Completed of the Employer to Contract Work PLEASE SEE ATTACHE) 0 AmOUn of Contra( ---.-.--. ----~--------------~'o 223p 0 33~~~~~H~EE~EE~~~~~~~~ WI-4 :E?$: ~~~~~~~T3?~~-4~~z~~y~; 5 sw rnzg'z z8=qZg+7-? mcw?2rqv) rn ?,%hhrn' 5; +v- .mzv) S xw< -4- rzzl-gy r 7: I *" %~zzG%pg 2g65PF: gd ?-I ZFl z - P ? 5:: 4 D I wr ~~rnn~t!~~~~~5~~~z~~zyrnl Dl D rn~ r W -4v) nrn-4~g ZZO Dl-= <. 0 0 01 D IgyA A . IO rnv)%gz :z - s 8 . -4-0- n D I- n r Dgzz n rnr <rnw ~rn IL 1-4 D W mr or zc3 ?, x- E w <o F'D I= 1" v) I v)v) -4 W 0 -4 v) -4 n -4 I 8 rn D 0 ?, rn Z n < z D - W v) -4 W n -I - 2v)v)n;II VJrnv) v)woo-onmm~ E g m g g;E -4~~g-4 ~~~z~~z~~~~~~~~~-4~rnxl0 rntn-4~ rn l-4 X D Z D*Z -4 =-I 0D8;;MLZv)gzD~0--4Dr'D IW 0 zl UIO 1L C-ID-IC E=' w<r 0 W %" +DzD VI 23 D r r D -I zzzgg L fzrL rn w rnzzg Z-4D c 0 t! v) 8 2 L 8 rn < t nLSqgVNn-WZPJVV :V 3 g F N 3 2 ;1 i= s s 5 g;g ezP3" s mw rn2 = 8 E; rn z 2 3 2 p =;, rnr-rnwzLz - 2 2: P P % 2 5 % z g g 5 p; oZE<n rn XPZ25ZZnvrn Eggn+ V vv 5:z ,- 2 z 5 B B g l-;g 8ERv)P fnwws-4 rn~ ~g~8Vm-5~ -4 I- cz% v)-o-4v)L.c) 4Z w4 D v) 2 g 5 .g$ 5 g 5 5 r; 7 ; - rn 8 8 5 g 2 7 v v rn w w~c ern rn nQ?g-4v) ;4 or0 ?? '1 Y 0 oe-4 NZZVT~~ Z%I?l%- I *w V?ZX vmoE8rn zrn A ZsLsD- -4 wrrnowzsz z- L> rnw rn -4 D rn c + w w z rw +mZ -IrnZ~rn 0 ow g ; ; 8 -1- -4 <%$ 32;nS2gr+zzv~z zss-4+* -4 rnrn 2r r v) r x x w <I % DZZ< W 8 ? .! -.- .- .- .! -w - -n 5:SE -g,?p2 0 4 wv)z -mrn 3mrn . rn-4 w+rn rn wv3 <w. -rn nwv rnwr D L v) -4 -4 -Is?-+ -4 rn ==: -4 D ": L vD A nr z v)z2zZ55p -rn~v)v : ; t- $2" Dl X 0 42 w0 x v) n-- GI nBr-4 ?P LZ 0. v W cw 0 rn e - rn Ern 5 - r- --4 -4< v) I 2 8: B rn: rn W rn I P .- .!! .w ..- : p E ul c4 -I 2 * w g N;ZZ Et? 0 0 0 0 0;-4 2 2 4 2 -mw P .N .! .! ? 00000 00000000000~~0 ow - 0.0 2 3 y ; F .: F F 3 9 > F F p -03 I I= e-. OgEEZ -. F?$F-*- 00000 00000 00000000000 000000000000,~~sssas; I t ) p-'>?p "Lf""'"~yTP"PcP"P'":8 IL W-4X v) rg'gyg 4 g:SE%gp'51 n E: fzzff 4z22~f44~14f~~f2f~ff:S VIcIpI~ul (rClN J y y c q 2 f p < 2 9 Y! e! Y! 2 ,",":5! w ~grn VI-ulv1vI gygg;z$8wo $ g 2 g s 3 3 g g 2 2;z 00v)oo ~xn,ow~nv),~+WwW~~~~~;g 0 010 DD-IOD 0 5zg;;TW zgggz ospw%az;"cri 0WrXN-4 * E v) v) rn s r w -4 x 8:' na r-4 x x: -I= Em z "E 0 % E \\.\\ E y$q$$ 3~2gqF$1~s1s1w8xs y, TtyyTyty?ytTKe wul-ul- 0 ! WII ?+Y, $gzg$ ~~~~~~~~~~NNO~OOOOOO~W 0 -&-&-----~-------------&-,o f~~~~~S~~~~~~~88EEE88~~~~~z 'OiD I 4 -c?~po'"r~~~~r~non"L---!-4-41 % pn??sFzE??-4-44p4?4v w-4 -!8 w 3 'm + z s ai v) E 5 + f qq e, r Wa?;ara;~~La,~a,,, I- 2 a z: ggr$. cz- .:?5 w w 8: zo-xEE!z rn w: v44g P ?$: >\ n Wa -4 -4 v)I rn rn WP gpzggL;la rnrn wW-5zEg -4 rn>P-D "Z 5- % m%G =n -4 3-4 0 ccv) wo-4 ZW-4 f f n*n rnrn rn rn g:L r I- wern rn rn -18z 0 Z; wr W - ?L r r v-rnaE D4I- c rn ?!zg 2 3- zz 0- % w w WI-4 C* CII -49 v) 0-4 v)P -4z n 2 rn 0 -4 v) I, z n z $2: v) -4 n -4 -4 3 wmxv)n~xxx00~~~g~r3~~~~~~~~~ rnrn~p~szggg~~ www xx-4 <-4v)zz2!2=3--4 -4 -4 -4*P ~~~r~~~~~~~~~Z~~~rn~~~~---l-4 -4 I -4 3p azo a a z E z:z r rn rn N N N;L P W P rnrnrnn-4 N-CN. 5 rnrn I- ow c) W rn -rn rn N SF rn % x L rrn % W N 3 0 > v v) v) w w - 0 az S'V gzsg*w nO--4v) 2g~g~~~~g~$g~~~~$ . ,w ,dhL7-4r 2gzz-cv orrrn w pig zEZ2 gsgzP2Zrn6gZrn y~~g;zE2E z 3: D rn -1-4 80 cnc-4mwm-4m n 'O g 5 B g EiZ cc ~z2vow8ggggx-4P~2-a,r asg;5z~g$~;g~e~ -4ZZ rn ern z::z- 6 g p -42 ss=zz!7~z rn -4 v) DL .I to CY wlnn 4w-4 v1 r8Elwv)ow rn>rnvcnrnrn%v)n-c zv OD -4 r W v v) w -4 ';E E :: t- *TI a-4 m Ez-40-rL~-4v), ww m ~Ltim~~~rnwrn~~-rnrn~gqrnw~ -4r-P -4mnrnw xv) W =52 wrn w-c vn<3S<32Zx 8s rnrnr-rn 5w ww\ ZE - v), V b& P: zzw L r -4 rn rn -.r rnrB-4 - -z v)gzN rn zv) - 22" VI -! rn 3: Z a r -4 P -4 -4 gA I x - i? - A, N -- - * --:> cn g g 8 g $ &- -. '0 v1- -1% * 0. 0 0 s;? -N .- * -.A -- -.A -- W VI e % .- 2 .N x .a G .a s? .q !5 .g * 8 N -0 f: e !2 - 3 .- 2 - ii -E -- ., -0 -0 -0 *w .* -0 -0 -0 . I r ZgEZZgPgs p?? ;; E Z g g $2 z i% Z -4 n n OOONOOOOOOOOOOOO sss%s8s8ssssssss3~3~~~~~~~-4 p~~~~~??~~?~P~PpcP??~~??~~g rv)v)n~Lmw-4-l~wc)v)~~~r-l-4 PIP xIn %zgzz;gJE =%gEgr EY"Z=p$gg$?$? z n I x m1-4 ; -I- FSWO EEW SLgE t-%% ! ln a r %; $2 z P z > ffffff~f3ff63~fff~fE**~f~;~ , 9' 9' Y Y ?;E wv1wwmwNwcnww ,,,,,,,,au~~u~~~8~8uuu~~ w N * VI wi g E qs 8 $ -ax N,m N N w w ~lm ?., =~~~~a,~-.vlvl,N,,,,fs~~~'O'Oo~w 0 g~~~~~$~ow EO2 E * ~lrn 8$&-0"""" y$ "y g$ VIW -* N' \\ -I *E$~$LNY;~y~&y, www- 0 w a ---~---~-4----4~--4-4----,u '0'0'0'0 ww 844~nnn44~~s8~~aa~~~~~~ '0'0'0 '0'0'0 '0 '0 '0 '0 '0 '0 '01D $;~;~~~P%~Ea~;p~,,~Yx:~~~~ 8 8-2 e c 5: 5 x 5; E3 v)'Cn.-I" v%z=@;EE xy?'r -4 m-4 W5B0 2D@ ;aog2PE n D < WNEE I ~rn~sn io w v IZ rn w n p 2:; 2 .K z g .C E z; z 8fr' rn W 8. <<-44-4<-rooz 4' 2 g z z s -8 2 n ngo,sSY, . Y: FZ!'"" 3:n-t- "'H, B E- %5:g% 4 B- PZ P ?: v)Z * I 0 IC) lr L -4 ~rn rn IZ W 0 9-4 W I- z z -4 4 - z* 5% 2F 0 5% 0 2- ow LW - 0 z5. rn4 mrn W 0 I- g % g F: g 2 # %:5 E z r: 5 E:g w z p E D z;g z p5~~~~~gioWIZw grn~rn ggu v)ov)-I-ZOzIE ~z~22e-~~"=~a~r~~"s:~ sggzt- Z-IWDZ0-4X P5 ozgx-4 rn x DID %ZED rn mrn 2gz:2= 27 0 - 25 Ern v) I- W 3rg w- -4 D D xrn 0 0 0 x 0 In m WIW cnzn5z;;n-c wwz5.Z$~~~$%srn wrw P%Ln~,%ZS9Z0v) rnw F"EW mzczc Df "%5%2!z! K E!! --lu-4 omrnrn v) rn -4 x -4 rn s -4 rnrn -4 v fi c s E g g Zkc- moo trn c v) rn w L $ E 2 2'0 rnm ,%ztFS~=~SS~ztRp~2E~3:~ n -4 -I $2 Z Is -4 I In D 2:: l3 8:: g -8- ?Z 2: E o< W 01: E% 0 5 ,--.I I- srnz-iow 2-4 ns+D nm-4 z:zs%532-4OC) w v) -41 ,wZz- mvz D -4-4w-42hz3~ rwc--4 -4-43w lW 0 =e- ww XWC -rnw ,gaErnm Y"ZZ 3% +g%: wcv)v)rn v) nt0 LD v) rnw wrnvrno ~-2srn~- 2: rn+> nz -v I-r 4-4 -.tZ 0, LW c5 I, -u I- ow -4 3LXrr r+rnrn rn<zz L -4-i -4 r -4 2: -4z LI- -4 rv -4D D vzzg r " I-I- V g+ I;z v)' e D vl - z -4-4 z -4 I- z %Z rn v I a- .I- WID N a- W .N .! f' VIW gg'0~f'wa-*mf'-Jmm-wwwVIm s1 2: g:$ -4 -z -0 -0 -2 -0 *g ,f: -F -2 -G *s -s -2 -G -2 -2 -8 *Y -4 -g -3 p *f' -w ; z oo~~~~~~~~~~oo8~~~~~~~~~~' 00 000- *: gg2z;g v)2~~~s~~~~~~~~~~~~s;~ r rn x 4 x rn rn rnrn mi 'of"o-4 b E s f s s 3 $ y 8 2 2;: 00ul0000VIW 0000 0 w 0 N 0 0 w w -1-4 L 0 0 L ? F > F .x f p p p p p F > *v) F 5 p > 5 r L'O * :s w~~Lwv)~w++"wv)I" wr ar we4 .... ~v)~-rnrn-rn rn-trnw-4-41 z-4zn-4-4l I g - -1 z prnrnwZI- v)-i--l-lzw D xw-l f;m- :go ? 0 P fs~saffa~Yra~$~$~~2~2~~22:~ VI'0-4w :yT&yyyy?yy, I ,IC g2YF2%Gq~ E g 5 2 2 y K 2 *I= a21c !+ O: g E (r 0 0 W 4 w s 2 -,w v) " I rn , \ \ \ \ \ \ \ \ Y 21 <:z 2:% VI \e??Y21YY21?Y<< ,?Y?Y?Y, I !$%E2028=00-4- wulow OCh-VIGbJsp*ON *OWN W a 1 NON-COLLUSION AEFIDAVIT TO BE EXECUTED a BY BIDDER AND SUBMITIXD WITH BID State of California 1 ) ss. ComWof CONTRA COSTA ) HOWARD SEYMOUR , being first duly sworn, deposes SECRETARY/TREASURER (Title) (Name of Bidder) and says that he or she is of PACIFIC MECHANICAL CORPORATION (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on bel of, any undisclosed person, partnership, company, association, organization, or corporati1 that the bid is genuine and not collusive or sham; that the bidder has not directly indirectly induced or solicited any other bidder to put in a false or sham bid, and has directly or indirectly colluded, conspired, connived, or agreed with any bidder or any( @ shall refrain from bidding that the bidder has not in any manner, directly or indirec sought by agreement communication, or conference with anyone to fix the bid price, o that of any other bidder, or to fix any overhead, profit, or cost element of advant against the public body awarding the contract of anyone interested in the propc contract; that all statements contained in the bid are true; and further, that the bidder not, directly or indirectly submitted his or her bid price or any breakdown thereof, or contents thereof, or divulged information or data relative thereto, or paid, and will not 1 any fee to any corporation, partnership, company association, organization, bid deposit1 or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that affidavit was executed on the 8th day of AUGUST , 1991. I h!L+ +5y/-b----------- Signature of bidder Subscribed and sworn to before me on the &h day of AUGUST , 19%. (NOTARY SEAL) NOW Public-California SAN DlEGO COgpIT/ ;II) 10/3/90 a CONTRACT - PUBLIC WORKS This agreement is made this 2 7 day o of Carlsbad, California, a municipal corp 991, by and between the er called "City"), and whose principal place of business Pacific Mechanical Corpora tion 2501 Annalisa Drive, Concord CA 94524 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Con documents for: CONTRACX NO. 3299 HOME PLANT PUMP STATION AND FORCE MAIN (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, mate tools, equipment, and personnel to perform the work specified by the Cor Documents. Contract Documents. The Contract Documents consist of this Contract, I\ Inviting Bids, Contractor's Proposal, Bidder's Bond, Designatio1 Subcontractors, Bidder's Statements of Financial Responsibility and Tecf Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plan Specifications, the Special Provisions, and all proper amendments and ch made thereto in accordance with this Contract or the Plans and Specifica and all bonds for the project; all of which are incorporated herein bj reference. Contractor, her/his subcontractors, and materials suppliers shall provid install the work as indicated, specified, and implied by the Contract Docur Any items of work not indicated or specified, but which are essential 1 completion of the work, shall be provided at the Contractor's expense to the intent of said documents. In all instances through the life of the COI the City will be the interpreter of the intent of the Contract Documents, ai City's decision relative to said intent will be final and binding. Failure Contractor to apprise subcontractors and materials suppliers of this condit the Contract will not relieve responsibility of compliance. 2. 3. a 0 1013 /9( Payment. For all compensation for Contractor's performance of work under Contract, City shall make payment to the Contractor per Section 9-3 of Standard Specifications for Public Works Construction. The closure date for ( monthly invoice will be the 30th of each month. Invoices from the Contrz shall be submitted according to the required City format to the City's ass+ project manager no later than the 5th day of each month. Payments wi delayed if invoices are received after the 5th of each month. The final reter amount shall not be released until the expiration of thirty-five (35) following the recording of the Notice of Completion pursuant to California Code Section 3184. Independent Investi!zation. Contractor has made an independent investigatic the jobsite, the soil conditions at the jobsite, and all other conditions that IT affect the progress of the work, and is aware of those conditions. The Cor price includes payment for all work that may be done by Contractor, wh anticipated or not, in order to overcome underground conditions. information that may have been furnished to Contractor by City i underground conditions or other job conditions is for Contractor's conven only, and City does not warrant that the conditions are as thus indic Contractor is satisfied with all job conditions, including underground condi and has not relied on information furnished by City. Contractor Responsible for Unforeseen Conditions. Contractor shal responsible for all loss or damage arising out of the nature of the work or the action of the elements or from any unforeseen difficulties which may an be encountered in the prosecution of the work until its acceptance by the Contractor shall also be responsible for expenses incurred in the suspensic discontinuance of the work. However, Contractor shall not be responsibl reasonable delays in the completion of the work caused by acts of God, st weather, extra work, or matters which the specifications expressly stipulatc be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves di trenches or other excavations that extend deeper than four feet below the si Contractor shall promptly, and before the following conditions are disti notify City, in writing, of any: 0 4. 5. 6. 7. 0 10/3/9( A. Material that Contractor believes may be material that is hazardous w as defined in Section 251 17 of the Health and Safety Code, that is reqi to be removed to a Class I, Class 11, or Class 111 disposal site in accord with provisions of existing law. Subsurface or latent physical conditions at the site differing from t indicated. Unknown physical conditions at the site of any unusual nature, difi materially from those ordinarily encountered and generally recognizc inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the condi do materially so differ, or do involve hazardous waste, and cause a decre; increase in contractor's costs of, or the time required for, performance of an: of the work shall issue a change order under the procedures described i~ contract. In the event that a dispute arises between City and Contractor whethe conditions materially differ, or involve hazardous waste, or cause a decre: increase in the contractor's cost of, or time required for, performance of an: of the work, contractor shall not be excused from any scheduled completior provided for by the contract, but shall proceed with all work to be perfc under the contract. Contractor shall retain any and all rights provided eitl- contract or by law which pertain to the resolution of disputes and pri between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, changes, modifications and extra work by issuance of written change o Contractor shall make no change in the work without the issuance of a w change order, and Contractor shall not be entitled to compensation for any work performed unless the City has issued a written change order designat advance the amount of additional compensation to be paid for the work change order deletes any work, the Contract price shall be reduced by a fa reasonable amount. If the parties are unable to agree on the amoi reduction, the work shall nevertheless proceed and the amount sh determined by litigation. The only person authorized to order changes 01 work is the Project Manager. The written change order must be executed City Manager or the City Council pursuant to Carlsbad Municipal Code S 3.28.1 72. e B. C. e 8. a 10/3/91 Immkration Reform and Control Act. Contractor certifies he is aware oj requirements of the Immigration Reform and Control Act of 1986 (8 Sections 1101-1525) and has complied and will comply with these requiremc including, but not limited to, verifying the eligibility for employment o agents, employees, subcontractors, and consultants that are included in Contract. Prevailinn Wage. Pursuant to the California Labor Code, the director 0: Department of Industrial Relations has determined the general prevailing ra per diem wages in accordance with California Labor Code, Section 1773 a copy of a schedule of said general prevailing wage rates is on file in the offi the Carlsbad City Clerk, and is incorporated by reference herein. Pursua California Labor Code, Section 1775, Contractor shall pay prevailing Wi Contractor shall post copies of all applicable prevailing wages on the job 5 Indemnification. Contractor shall assume the defense of, pay all expens defense, and indemnify and hold harmless the City, and its officers employees, from all claims, loss, damage, injury and liability of every kind, n and description, directly or indirectly arising from or in connection wit1 performance of the Contractor or work; or from any failure or alleged faih Contractor to comply with any applicable law, rules or regulations inch those relating to safety and health; except for loss or damage which was ct solely by the active negligence of the City; and from any and all claims, damages, injury and liability, howsoever the same may be caused, res1 directly or indirectly from the nature of the work covered by the Contract, c the loss or damage was caused solely by the active negligence of the City. expenses of defense include all costs and expenses including attorneys fec litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the COI insurance against claims for injuries to persons or damage to property whicl arise from or in connection with the performance of the work hereunder l- Contractor, his agents, representatives, employees or subcontractors. (A) COVERAGES AND LIMITS - Contractor shall maintain the typ 9. 10. 11. a 12. coverages and minimum limits indicted herein: 0 10/3/9( 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily i and property damage. If the policy has an aggregate lin separate aggregate in the amounts specified shall be establish6 the risks for which the City or its agents, officers or employee additional insureds. 0 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injur property damage. Workers’ ComDensation and Emdoyers’ Liability Insurance: Workers’ compensation limits as required by the Labor Code ( State of California and Employers’ Liability limits of $l,OOO,OC incident. 3. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the polic: insurance required under this agreement contain, or are endorsc contain, the following provisions. General Liability and Autorr Liability Coverages: 1. The City, its officials, employees and volunteers are to be co as additional insureds as respects: liability arising out of acti performed by or on behalf of the Contractor; products completed operations of the contractor; premises owned, le hired or borrowed by the contractor. The coverage shall cc no special limitations on the scope of protection afforded t City, its officials, employees or volunteers. The Contractor‘s insurance coverage shall be primary insurar respects the City, its officials, employees and volunteers. insurance or self-insurance maintained by the City, its off employees or volunteers shall be in excess of the contra insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies not affect coverage provided to the City, its officials, employc volunteers. Coverage shall state that the contractor‘s insurance shall separately to each insured against whom claim is made or : brought, except with respect to the limits of the insurer‘s lia e 2. 3. 4. a 10/3/9c (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims n basis, coverage shall be maintained for a period of three years followin date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by agreement shall be endorsed to state that coverage shall not be susper voided, canceled, or reduced in coverage or limits except after thirty days' prior written notice has been given to the City by certified re turn receipt requested. a (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - deductibles or self-insured retention levels must be declared to approved by the City. At the option of the City, either: the insurer reduce or eliminate such deductibles or self-insured retention lev€ respects the City, its officials and employees; or the contractor shall prc a bond guaranteeing payment of losses and related investigation, administration and defense expenses. WAlVER OF SUBROGATION - All policies of insurance required unde agreement shall contain a waiver of all rights of subrogation the in may have or may acquire against the City or any of its officia employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as ins under its policies or shall furnish separate certificates and endorsemen each subcontractor. Coverages for subcontractors shall be subject to the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with in: that have a rating in Best's Key Rating Guide of at least A:V, as specifi City Council Resolution No. 90-96. VERIFICATION OF COVERAGE - Contractor shall furnish the City certificates of insurance and original endorsements affecting cov required by this clause. The certificates and endorsements for insurance policy are to be signed by a person authorized by that insu bind coverage on its behalf. The certificates and endorsements are to forms approved by the City and are to be received and approved by th before work commences. COST OF INSURANCE - The Cost of all insurance required unde agreement shall be included in the Contracto?s bid. (F) a (I) (J) 0 10/3/9( Claims and Lawsuits. Contractor shall comply with the Government Tort C1 Act (Section 900 et seq of the California Government Code) for any clai cause of action for money or damages prior to filing any lawsuit for breac this agreement. Maintenance of Records. Contractor shall maintain and make available at nc to the City, upon request, records in accordance with Sections 1776 and 18 Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor doe: maintain the records at ContractoJs principal place of business as spec above, Contractor shall so inform the City by certified letter accompanyin, return of this Contract. Contractor shall notify the City by certified mail o change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier's check, or certified check be substituted for any monies withheld by the City to secure performance o contract for any obligation established by this contract. Any other securitj is mutually agreed to by the Contractor and the City may be substitute monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purl order awarded by the City of Carlsbad, he will comply with the County o Diego Affirmative Action Program adopted by the Board of Supervisors, incli all current amendments. Provisions Required by Law Deemed Inserted. Each and every provision c and clause required by law to be inserted in this Contract shall be deemed inserted herein and included herein, and if, through mistake or otherwise such provision is not inserted, or is not correctly inserted, then upon applic of either party, the Contract shall forthwith be physically amended to make insertion or correction. 13. 14. 15. 16. 17. 18. .... .... ...a .... a 10/3/9( STATE OF CALIFORNIA COUNTY OF ... co*t.ra..c.o.Sta,., Onthis..l3t.b .......... dayof ... Se..P.t~mb.e ss . ... Ni.n,etee,n,. Hundred, .Nine.t.y.. One.. ............... , a Notary Public, State o K 9.e.n : ............................................................... personally known to me (or proved to me on the basis of satis to be the person who executed the within instrument as . .vi C.e. .E or on behalf of the corporation therein named and acknowledgec such corporation executed the within instrument pursuant to its resolution of its board of directors. IN WITNESS WHEREOF I have hereunto set my hand my official seal in the st a.!.e. .of.. c?! 1.1.f. . , County of .c.?.Q t This document is only a general form which may be proper lor use in simple . CI?s.fa.. .. transactions and in no way acts. of IS intended to act as a substitute lor the advice of an attorney The printer does not make any warranty elther express or implied asto the legal validky of any provision or the suitability 01 these Iorms In any specific transaction. Cowdery’s Form No. 28 - Acknowledgement to Notary Public - Corporation (C. C. Secs. 1190-1190.1) - (Rev. 1/83) My commission expires J u 1 y 2 7 / 1 C 2 Additional Provisions. Any additional provisions of this agreement are set fort in the "General Provisions" or "Special Provisions" attached hereto and made part hereof. 0 19. PACIFIC MECHANICAL CORPORATION 34 3 NOTAREAL ACmOWLEffiEMENT 0%: Contractor -;i MUST BE AITACHED 4 TOM JORGENSON EXECUTION BY ALL SIGNATORIES (CORPORATE SEAL) Print Name of Signatory -7-! 1 P Signature Si atory I 4 c VICE PRESIDENT APPROVED TO AS TO FORM: Title 9. 1 VINCENT F. BIONDO, JR. City Attorney 1 By: 9 ATTEST: %+? *(LA L?Ax&d?A City Clerk 10/3/90 Rev. 0 Bond #B1923063 Premium Included i Performance Bond LABOR AND=MATERIALS BOND WHEREAS, the City C'ouncil*of the City of Carlsbad, State of California, by Resolution h (hereinafter designated as the "Principal"), a Contract for: 0 91-300 , adopted 9/10/91 has awarded toPacif ic Mechanical Corp CONTMCX NO. 3299 HOME PLANT PUMP STATION AND FORCE hUJ3.I - in the City of Carlsbad, in strict conformity with the drawings and specifications, and otl Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad ai all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the ten thereof require the furnishing of a bond, providing that if Principal or any of th subcontractors shall fail to pay for any materials, provisions, provender or other suppl or team used in, upon or about the performance of the work agreed to be done, or for a work or labor done thereon of any kind, the Surety on this bond will pay the same to t extent hereinafter set forth. NOW, THEREFORE, WE, Pacific Mechanical Corporation (hereinafter designated as the "Contractor"), and Reliance Insurance Company , as PrinciF as Surety, are held firmly bound unto the City of Carlsbad in the sum ooour H 1, said sum being fi percent (50%) of the estimated amount payable by the City of Carlsbad under the ten of the Contract, for which payment well and truly to be made we bind ourselves, our hei executors and administrators, successors, or assigns, jointly and severally, firmly by tht presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/l subcontractors fail to pay for any materials, provisions, provender, supplies, or teams u2 in, upon, for, or about the performance of the work contracted to be done, or for any otl work or labor thereon of any kind, or for amounts due under the Unemployment Insurar Code with respect to such work or labor, or for any amounts required to be deduct withheld, and paid over to the Employment Development Department from the wages employees of the contractor and subcontractors pursuant to Section 13020 of Unemployment Insurance Code with respect to such work and labor that the Surety 1 pay for the same, not to exceed the sum specified in the bond, and, also, in case sui brought upon the bond, costs and reasonable expenses and fees, including reasonal attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporatic entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (comment. 0 Thougand, Seventy Eight aA N~/l~~-Udlli~~ ($ 430,078.00 with Section 3082). t 0 - 10/3/90 R STATE OF CALIFORNIA September COUNTY OF .......................... Contra Costa ''. ................ ............................... to be the person who executed the within instrument as. ?! or on behalf of the corporation therein named and ackno such corporation executed the within instrument pursuant to its 1 resolution of its board of directors. my oficial seal in th IN WITNESS WHEREOF I have hereunto set my hand This document is only a general form which may be proper lor use in simple o.sta.. ........... transactions and in no way acts. or IS intended lo ad. as a subsbtute for the advice01 an morney.Theprinterdoesnot rnakeanywarrantyeltherexpressorirnpl~edastothe legal validity of any provision or the suilabillty of these forms In any spenfic transactlon Cowdery's Form No. 28 - Acknowledgement to Notary Public - Corporation (C. C. Secs. 1190-1190.1) - (Rev. 1/83) My commission expires State of California, ) ) ss. City and County of San Francisco 1 On this z(jJk day of S&!f%b< in the year/v/ , before a Notary Public personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney-In-Fact of Reliance Insurance Company and acknowledge to me that he (she) subscribed the name of Johh w. Davis Ii II Reliance Insurance Company y, and his (her) own name as Attorney In Fact. I- In the event that Contractor is an indiyidual, it is agreed that the death of any s Contractor shall not exonerate the Surety from its obligations under this bond. OR this x&h Executed by, SURETY this day ( I) k 19 E. /&,x& I CONTRACTOR: SURETY: Pacific Mechanical Corporation Reliance Insurance Company (Name of Contractor) By: , t7 (print name here) printed name of Attorney-in-Fact (attach corporate resolution shoi current power of attorney) (title and organization of signatory) By: (sign here) e* . (print name here) \ (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SUREn must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If on11 officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary t corporate seal empowering that offker to bind the corporation.) APPROVED AS TO FORM: VINCENT F. BIONDO, JR. B 9 i @2L!L KAREN J. HI~TA Deputy City Attorney 1 rn * 10/3/90 MAIL THE AlTAC'iED TO: Qi7k vY2[/&d ATTENTION c dhfW rF qdb+/%&&&u LiLk5J ' fU/S B.y?kB/. / Ge Q$rn&fldL FROM @.&'e./" es /?+ f.d"c +3374J 4-3 4h,kHmy, CORROON & BLACK 50 California Street San Francisco, CA 941 11 Insurance Services (+-) ------- -*vvurur-wvu --*.-a*-w .L HEAD OFFICC;. ?+dI DEi~WIA.?ENNSYLVANIA p, L POWER OF ATTORNEY KNW ALL MEN BY THESE MESEN=, Th.1 tho RELIANCE ~N$URA~E COMPANY, sorpornior, dufy aOInizd undr tho I.m of hnnrvluoir, &OS how mu. amakutr ud rqgoim JOHN W. DAVIS of SAN FRANCISCO, CALIFORNIA 0 iU tf~ ud brvlul Attormi*FKt, u1 mkr. .=t*. WJ and #iwr for .nd on itn bholf. and as ita Kt and 6.d ANY AND ALL BONDS AND UNDERTAKINGS OF SURE- rd to bind tho RELIANCE INSURANCE COMPANY thorby as fully and to tho urn rlnrnt m if w& bonds end undortakingr and 0' oblwtorv in tho naturr *.of noro rignod by an Examtin Off+ of thm RELIANCE INSURANCE CWIPANY .nd rrlod wd ntonod I d wh officrrs. rnd hnby mifk and confirm a11 thot its aid Anornyldin-FKt my do in puwna hoof. Thir Po- of Attorny b granted undor md by ruthaity of Anicrr VI1 of tho By-law of RELIANCE INSURANCE COMPANY w .(f.c1iw Soptrmb.r 7,1978, d~ich provisions rrr now in full fora and rffoct. ding oa follorur: ARTICLE VI1 - EXECUTION OF BONDS AND UNDERTAKINGS s. fha aerd of DZ~W. $!?,I %pA&rrt. th aairmn ci :k 3~d, t~y ini~ Y~CZ emidcot, EF~Y v:=a ma^ ~t ~ari~~~t v' Q 'ethr offiar dosipruted by tho Borrd of Directors rholl how powrr rnd authority to (a) rp~oint Attorneyn-in-Fan rnd to authorizr thor Qn bhalf of tho Compny, bod ond unjortakinpr. r.cogniunor, Eontrocln of indemnity rnd 0th.r writings oblig8tw in tho NtUfO thor to r0m0~ any UKh Attornoyin-Fact n any tim md rrvokr thr powor and authority pinn to him. 2. Attormysin-Foct chrll haw powm and authority. wbjn to tho trrm and limitations of tho pwr of anorrwy id to thom rdd.lk on bohalf of rho hmpny. bod and undorutin*. rmiunor, COntrUXS of indomnity and ottwr mitine obligatory in tho Nt Th. carporn0 sal h not n-ry for tho wlidity of any bonds ad underUkingl. rocogniuoas. antrmi, of indomity ad 0th writing h tho rnturo thoroof. 3. Attor--in-FKt shall haw powor md ruthorky to ox~r rffidrvits rrquirod to bo rttached !o bonds. r.cDgniunc4.r. Eontry nitV Or 0th.r mnditionrl or oblii#tory wdrtrking, rod thy $lull rlro how powor and authority to Wtify tho finncial n8trmaot of the cc lo COW of the By-bws of tho Comp.ny or any mido OT mion thrrmf. fhb po*rr of anor- a rignod and ukd by foaimik undr and by authority of the following Resolution .doOtd w tho Boord of I ELIANCE INSURANCE COMPANY rt a mooting hold on tho 5th &y of JUM, 1979, at which a qwrum wmn parnt. and soid Rwlution t nun& or ropookd: "Raolud. ttut tho sign8tuf.l of such dirmorr and offiarr and tho rrl of the Comny my bb rffixd to any arch powr of an0rrp.y Q my artifiatr raking theroto by fdmik. and my luch pow of attornoy or csitifiwtr bring wch f.climilr wtur.r w foaimilr mol rh.11 bo valid and binding upon the kpny and any such WwOr 10 OxKvtd 8d artifid by fKIimik Eiprutura and f.crimilo YI rh.ll bo nlid and binding upon tho Comp.ny in tho futuro with r-ct to any bond 01 undrtaking to rrhich it h atuchd." Q ._ IN WITNESS WHEREOF. tho RELIANCE INSURANCE COMPANY hor -rad them pnants to b rigned by its Vi Reribnt. and itraw b hrrto atfimd. thm 24th-O' August l9 87 -_ RELIANCE INSURANCE COMPANY @ \#+e &h Mlz Rxidmt r!. %::.'$@ ,.$&..5" i. -*- W3,q . 1Q8 7. p.r=nrll~ opouod Lawrence W. Carlstr 1 m. -ATEOF Washington CWU-Y~~ King 24th SV of August on lhk to tly It- to b. thr VioPrnidrnt of tho RELIANCE INSURANCE COMPANY, and akn0urI.dg.d thot ho rxocutd and attostd tt hctrwcrt ud affixad tho ul of nid cwporrtion th.rno. ud that Ankk VII. Sutbn 1.2. rd 3 of tho By-Lawa of aa Comprny and tion, ~t forth thrroin. m uUI in full fora. Em: wcommawm Ezk+T Tacoma Wash' gt 0 Rosiiing at .. May 15 .is90 . krhtant m of tho RELIANCE INSURANCE CIMPANY. do ho& ortifv tho 1. md fmirp h a trw and axrut opy of a Pow of Attorny ruartd by nid RELIANCE 1NSURANC:E COMPANY. hi& b still in ful ~WITNESSWHEREOF.I(uwh.rruntotrcmytuunda~~ixdthorrIofnldbmpythh 20thbd September John E. Vance w-. ArbomS#.ury, .Dm-1431 Ed @m 1 I . Bond #E 1923063 Premium $8,881.00 s 0 b PERFORMANCE BOND * WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution I designated as the "Principal"), a Contract for: 91-300 , adopted 9/10/91 has awarded toPacif ic Mechanical COfKm&&Q CONTRACT NO. 3299 HOME PLANT PUMP STATION AND FORCE IWN in the City of Carlsbad, in strict conformity with the contract, the drawings i specifications, and other Contract Documents now on file in the Clffice of the City Clerk the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the ter thereof require the furnishing of a bond for the faithful performance of said Contract; Pacific Mechanical Co orati n NOW, THEREFORE, WE, , as fihncipa[ (hereinafter designated as 1 "Contractor"), and Reliance Insurance Company , as Surety, are held and firmly bot unto the City of Carlsbad, in the sum ofmQ!u$$rE$ g$5tX2'> One Dollars 860,156.00), said sum being equal to one hundred percent (100%) of the estima amount of the Contract, to be paid to City or its certain attorney, its successors i assigns; for which payment, well and truly to be made, we bind ourselves, our hei executors and administrators, successors or assigns, jointly and severally, firmly by thc presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contract their heirs, executors, administrators, successors or assigns, shall in all things stand to i abide by, and well and truly keep and perform the covenants, conditions, and agreeme in the Contract and any alteration thereof made as therein provided on their part, to kept and performed at the time and in the manner therein specified, and in all respe according to their true intent and meaning, and shall indemnify arid save harmless the C of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligati shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specif therefor, there shall be included costs and reasonable expenses and fees, includi reasonable attorney's fees, incurred by the City in successfully enforcing such obligatic all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to I terms of the Contract, or to the work to be performed thereunder or the specificatic accompanying the same shall affect its obligations on this bond, and it does hereby wa notice of any change, extension of time, alterations or addithn to the terms of t Contract, or to the work or to the specifications. @ 0 10/3/90 RI State of California, ) ) ss. City and County of San Francisco 1 i On this :04t day ofz -X’ !~~fiUzL3’~ ? in the year’ /??( ? before </ a Notary Public personally appeared personally known to he (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the A,:torney-In-Fact of Reliance Insurance Company and acknowledge to me that he (she) subscribed the name of thereto as Surety, and his (her) own name as Attorney In John w. Davis Reliance Insurance co .................. .. STATE OF CALIFORNIA On this. 20th day of. Hundred .............. ............... ss. . . , . . , ..L.awr:a. I). ,Ki.l.co.r.s.e.. , .. , . ,aNotaryPublic,Stateo COUNTY OF.. .Co*t.??. duly licensed and sworn, personally appeared .. .T. .. s. ... J Qr.g .E ...... ......... .......... ....... personally known to me (or proved to me on the basis of satisfacto to be the person who executed the within instrument as. .v.i Ce. .I or on behalf of the corporation therein named and acknowledgec such corporation executed the within instrument pursuant to its 1 resolution of its board of directors. my official seal in the . . s tat.?. .a f. . c IN WITNESS WHEREOF I haw: hereunto set my hand This document is only a general form which may be proper for use In simple bansadions and in no way am. or IS intended to act. as a substiule for the advice of an anomey. The printer does not make any warranty either express or implied as to the legal validity of any provision or the suitability of these forms in any speclflc transaction. July 27, 15 Cowdery’s Form No. 28 - Acknowledgement to Notary Public - Corporation (C. C. Secs. 1190-1190.1) - (Rev. 1/83) My commission expires -i I - In the event that Contractor is an individual, it is agreed thit the death of any Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 20ah Executed by SFREV this (ML day e ' day of 5&?-ht,flbo-- J 19 9/. d?,?WDLy , 19E / - CONTRACTOR SURETY: Pacific Mechanical Corporation (Name of Contractor) Reliance Insurance Company (Name of Surely) '4 6 t Attorney-in-Fact avis, Attorney-in-Fac VICE-PRESIDENT (print name here) printed name of Attorney-in-Fact (attach corporate resolution shc current power of attorney) (title and organization of signatory) By: (sign here) 0 (print name here) (title and organization of signatory) dl. ;i (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) - (President or vice-president and secretary or assistant secretary must sign for corporations. If on officer signs, the corporation must attach a resolution certified by the secrei ary or assistant secretary corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: VINCENT F. BIONDO, JR. ?/- cd-2d KAREN J. HIRATX Deputy City Attorney t 10/3/90 a P AUTHQ IZED REPRESENTATIVE -____-.--_ ACOW 25 '3 - 32) --_~___~~_ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ON1 NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE D EXTEND OR ALTER TI-IE COVERAGE AFFORDED EY THE POLICIES i TTWZliZ & Black a Franc$sca,> CA S!:41: Cal.iforn.:a Street COMPANY A Afgorla!,.: LEVER COMDANY B LETTER COMPANY LETTER c 2aci f$ c rje&z.nicn: Cty-po-a-, 1 Q$-( P.0. 8% 4134'1 Co:lsr,cosd, CA 94520 I I ABOVE FOR THE POLICY ?El RESPECT TO WHICH THIS C CT TO ALL THE TERMS, E> LIMITS POLICY EFFECTIVE POLICY EXPIRA?ION DATE ('~IM~OONY) DATE (WiiOD@Y, TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY GENERAL AGGREGATE ' X COMMERCIAL GENERAL LIABILITY kc 76 5; ; S'j j2.i!: 7/28/36 9430/9'1 PRODUCTS-COWP,OPS AGGREGAT CLAIMS MADE 'i OCCUR PERSONAL & ADVEPTISING INJUR'I EACHOCCURANCE FIRE 3AKAGE (Any ole Ve) MEDICAL EXPENSE fAry ore person OWNER'S & CONTRACTORS PROT CSL T ,#0'3,09e s ALL OWNED AUTOS SCHEDULED AUTOS (381 person) s 9/3Qrts'i BODILY INJURY CA 76 57" 2:5325 %628/9C '' HIRED AUTOS BODILY INJU9Y (Per accioent) s PROPERTY DAMAGE x NON-OWNED AUTOS GARAGE LIABILITY s EACH OCCURANCE R THAN UMBRELLA FORM MER'S COMPENSATION ;jc 75 50&-:3032a, !x C-SF SEE :3f-'a&,W DESCRIPTION OF OQERATlONS/LOCATlONSNEldlCLES/SPECIAL ITEMS I e,. I.*'. 1200 CzJr:Sbj2c &;'*dl-- &.f.t*? 5" --~_ 11--1- -1- ___l_l~~ I ACORD 25-5 (7/,03, - P %,.IIIIUY. ," .I .rpensa$,,i -;ip poi i c;i : 7. 1"nr:ec .;j 03 yJ$ i i OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION a This Escrow Agreement is made and entered into by and between the City of Carlsl whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereina called "City'' and wh address is hereinafter called "Contractor" and whose address is hereinafter called "Es(:row Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent ai as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the op to deposit securities with Escrow Agent as a substitute for retention earn required to be withheld by City pursuant to the public works contract enti into between the City and Contractor for ir amount of (hereinafter referred to as the "Contract"). A copy of said contract is attache Exhibit "A". When Contractor deposits the securities as a substitute for Coni earnings, the Escrow Agent shall notify the City within ten (10) days of deposit. The market value of the securities at the time of the substitution : be at least equal to the cash amount then required to be withheld as reter under the terms of the Contract between the City and Contractor. Securities be held in the name of City of Carlsbad and shall designate the Contractor a beneficial owner. Prior to any disbursements, Escrow .4gent shall verify tha present cumulative market value of all securities subs iituted is at least equ the cash amount of all cumulative retention under the terms of the Contra The City shall make progress payments to the Contractor for such funds v otherwise would be withheld from progress payments pursuant to the Cor provisions, provided that the Escrow Agent holds securities in the forrr amount specified above. Alternatively, the City may make payments directly to Escrow Agent i: amount of retention for the benefit of the City until such time as the e? created hereunder is terminated. dated - a 2. 3. 10/3/9( a 4. Contractor shall be responsible for paying all fees for the expenses incurrec Escrow Agent in administering the escrow account. These expenses any pap terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts hell escrow and all interest earned on that interest shall be for the sole accour Contractor and shall be subject to withdrawal by Contractor at any time and f time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal ir Escrow Account only by written notice to Escrow Agent accompanied by Wrj authorization from City to the Escrow Agent that City consents to the withdr: of the amount sought to be withdrawn by Contractor The City shall have a right to draw upon the securities in the event of defau the Contractor. Upon seven (7) days written notice lo the Escrow Agent the City of the default of the Contractor, the Escrow Agent shall immedi convert the securities to cash and shall distribute the cash as instructed b! City. Upon receipt of written notification from the City certifying that the Contri has complied with all requirements and procedures applicable to the Con1 Escrow Agent shall release to Contractor all securities and interest on deposi escrow fees and charges of the Escrow Account. The escrow shall be cl immediately upon disbursement of all monies and securities on deposit payments of fees and charges. Escrow Agent shall rely on the written notificatioris from the City anc Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreemen the City and Contractor shall hold Escrow Agent hannless from Escrow Ag release and disbursement of the securities and interest as set forth in Sectic thru 8 and 10. e 5. 6. 7. 8. e 9. .... .... .... .... .... .... 10/3/9C a 10. The names of the persons who are authorized to give written notices c receive written notice on behalf of the City and on behalf of Contractc connection with the foregoing, and exemplars of their respective signature! as follows: For City: Title a Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address e 10/3/9c a At the time the Escrow Account is opened, the City and Cont::actor shall deliver tc Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper ofl on the date first set forth above. a For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address a 10/3/9C a RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: HOME PLANT PUMP STATION ANI) FORCE MAIN PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensz of whatever nature due the Contractor for all labor and materials furnished and fc work performed on the above-referenced project for the period specified above wit1 exception of contract retention amounts and disputed claims specifically shown belo RETENTION AMOUNT FOR THIS PERIOD: $ 0 DISPUTED CLAIMS AMOUNT CLAIMED DESCRIPTION OF CLAIM - The Contractor further expressly waives and releases any claim the Contractor may l- of whatever type or nature, for the period specified which is not shown as a reter amount of a disputed claim on this form. This release and waiver has been r voluntarily by Contractor without any fraud, duress or undue influence by any persc entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, work due Subcontractors for the specified period have been paid in full and that the pa signing below on behalf of Contractor have express authority to execute this release DATED: 0 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: Title: By: e Title: 10/3/90 TABLE OF CONTENTS Itern a PART I . SPEW PROVISIONS . GENERAL 1-1 TERMS .......................................... 1-2 DEFINITIONS ..................................... 24 C0N"BONDS ................................. 2-5 PLANS & SPECIFICATIONS ............................. 2-5.1 General ................................ 2-5.3 Shop Drawings ........................... 2-5.4 Record Drawings ......................... , 2-6 WORK TO BE DONE .................................. 2-9 SURVEYING ........................................ 2-9.3 Survey Service .......................... 4-1 MATERIALS AND WORKMANSHIP ........................ 4-1.3.1 Inspection Requirements .................... 4-1.4 Test of Materials .......................... 4-1.9 Nonconforming Work ...................... 5-1 LOCATION ........................................ 54 RELOCATION ....................................... CONSTRUCXION SCHEDULE ............................ TIME OF COMPLETION 6-7.2 WorkingDay ............................ 6-8 COMPLETION AND ACCEPTANCE ........................ 6-9 . LIQUIDATED DAMAGES ............................... 7-5 PERMITS .......................................... 7-8 PROJECX AND SITE MANAGEMENT ...................... 7-8.1 Cleanup & Dust Control ..................... 7-8.8 Noise Control ............................ 7-10 PUBLIC CONVENIENCE AND SAFETY ..................... 7-10.4 Public Safety ............................ 7-13 LAWS TO BE OBSERVED .............................. 8 FACILITIES FOR AGENCY PERSONNEL .................... 9-3 PAYMENT ......................................... 9-3.1 General (Schedule of Values) ................. 9-3.2 Partial & Final Payment ..................... 10 WATER FOR CONSTRU~ON ........................... 2-5.3.1 Operating & Maintenance Instruction .......... , 6-1 6-7 ............................... 7-10.4.4 Safety & Protection of Workers tk Public ......... 0 10/3/90 TABLE OF CONTENTS Kont'd.) Itern 0 PART 11 . SPECIAL PROVISIONS . CONSTRUCIXON MATERIALS 200-2 UNTREATED BASE MATERIAL ......................... 201-1 PORTLAND CEMENT CONCRETE ....................... 201 -1.2.1 Portland Cement ......................... 201-1.2.3 Water ................................ 201 -1.3.3 Concrete Consistency ...................... 201-1.4.3 Transit Mixers ........................... 201-2 !3TEEL REINFORCEMENT FOR CONCRETE ................. 201 -2.6 Waterstop ............................... 202-2 CONCRETEBLO CK ................................... 202-2.1.1 Masonry Units ........................... 202-2.1.2 Mortar, Grout & Water ..................... 202-2.2 Construction ............................. 202-2.2.1 Cells .................................. 202-2.2.2 Dowels ................................. 202-2.2.3 Inspection .............................. 203-6 ASPHALTCON CRETE ................................. 203-6.6.1 Batch Plant Method ........................ 203-6.8 Miscellaneous Requirements .................. 204-1 LUMBER & PLYWOOD ................................ 206-1 STRUCTURAL STEEL, RIVETS, BOLTS, PINS, 81 ANCHOR BOLTS . . Bolts .................................. 206-1.4.3 Anchor Bolts 206-1.6 Galvanizing ............................. 206-6 CHAINLINKFENCE .................................. 206-6.2 Materials for Posts, Rail & Brace:; .............. 206-6.9 Gates .................................. 207-2 REINFORCED CONCRETE PIPE .......................... 207-9 CAST IRON & DUCI'XLE IRON PIPE ....................... 207-9.2.1 General ................................ ' 208 PIPE JOINT TYPES & MATERIALS ............................ 208-6 FLEI[IBLE COUPLINGS ................................ 209 ELEclwCAL COMPONENTS ................................ 206-1.4 e ............................. 209-3 ELECIRICAL POWER, LIGHTING, & CONTROL SYSTEMS ....... 209-3.1 Scope .................................. 209-3.2 Materials ............................... 209-3.3 Main Service Combination Meter Socket Underground Pull Section ................... 209-3.4 Fused Disconnect Switches ................... 209-3.5 Panelboards ............................. 209-3.6 Transformer e ............................. 10/3/90 TABLE OF CONTENTS Kont'd.] - Item 209-3.7 Alarm System ............................ 209-3.8 Conduit & Fittings ......................... 209-3.9 Conductors, Wire & Cable ................... 209-3.10 Junction & Pull Boxes ...................... 209-3.1 1 Outlet Boxes ............................. 209-3.12 Switches ............................... 209-3.13 Convenience Outlets ....................... 209-3.14 Device Plates ............................ 209-3.15 Terminal Cabinets ......................... 209-3.16 Telephone System ......................... 209-3.1 7 Seismic Design of Equipment ................. 209-3.18 Certification ............................. 209-3.19 Preparation & Installation ................... 209-3.20 Testing & Adjustment ...................... 209-3.21 Identification ............................ 209-3.22 Maintenance, Servicing, & Instruction Manuals & Wiring Diagrams ................. a 209-3.23 Contractor's Responsibility ................... 209-3.24 Final Inspection & Acceptance ................ 209-3.25 Shop Drawings ........................... 2094 ELECTRICAL CONTROL COMPONENTS .................... 209-4.1 Motor Control Center ...................... 209-4.2 Pump Tn-plexing Control System .............. 209-5 ENGINEGENERATORSYSTEM .......................... 209-5.1 General ................................ 209-5.2 Rating ................................. 209-5.3 Engine ................................. 209-5.4 Generator ............................... 209-5.5 Control Panel ............................ 209-5.6 Exhaust System ........................... 209-5.7 Battery Charger ........................... 209-5.8 Jacket Water Heater ....................... 209-5.9 DayTank ............................... 209-5.10 Automatic Transfer Switch ................... 209-5.1 1 Testing ................................. 209-5.12 Warranty ............................... 209-5.13 Miscellaneous Equipment .................... 209-6 UNDERGROUND FUEL STORAGE TANK .................... 209-6.1 General .................................. 209-6.2 Storage Tank ............................. 209-6.2.1 General ................................. 209-6.2.2 Corrosion Protection ........................ 209-6.2.3 Tank Fittings & Accessories ................... e e a 10/3/90 E TABLE OF CONTENTS (Cont'd.) - Item 209-6.3 Tank Hardware, Manholes & Piping ............ 209-6.3.1 General ................................ 209-6.3.2 Piping ................................. 209-6.3.3 Fuel Strainers ............................ 209-6.3.3.1 Strainer No. 1 ............................ 209-6.3.3.2 Strainer No. 2 ............................ 209-6.3.3.3 Strainer No. 3 ............................ 209-6.3.3.4 Anti-Syphon Valve ......................... 209-6.3.3.5 28" Diameter Fabricated Steel Manhole .......... 209-6.4 Installation .............................. 209-6.5 Testing ................................. 209-7 ELECTRONIC FLUID DETECTION SYSTEM .................. 209-7.1 General ................................ 209-7.2 Purpose of Installation ...................... 209-7.3 Equipment .............................. 209-7.4 Installation .............................. 210-1 PAINT ............................................. 210-1.5 Paint System ............................. 210-1.5.1 210-1.5.2 System B - Metal & Highly Corrosive Exposure & Concrete Waterproofing ................... 210-1.5.3 System C - Concrete Block Masonry Waterproofing . . 210-1.5.6 Miscellaneous Paint System 210-1 57 Non-Paint Surfaces ........................ 210-1.5.8 Color .................................. 210-1.5.8.1 Piping Colors ............................ 210-1.5.8.2 Equipment Colors ......................... 210-1 58.3 Pipe Identification Painting .................. 210-1.5.8.4 Labels for Piping .......................... 210-1 58.5 Color Schedules .......................... 210-1.5.9 Compliance with Air Pollution Control Standards ... 210-1.5.10 Workmanship ............................ 210-1.5.11 Inspection .............................. a System A . Metal, Indoor & Outdoor Exposure ..... e .................. 212-1 LANDSCAPEMATERIALS .............................. 212-1.1 Topsoil ................................. 212-1.2.3 Commercial Fertilizer ....................... 212-1.2.4 Organic Soil Amendment .................... 212-1.2.6 Herbicides & Pesticides ..................... . 212-1.4.1 General ................................ 212-1.5.3 Tree Stakes ............................. 212-1.6 Weed Control ............................ m 10/3/90 1 TABLE OF CONTENTS (Cont'd.1 e- Item f 212-2 IRRIGATION SYSTEM MATERIALS ....................... 212-2.1.3 Plastic Pipe .............................. 212-2.2.4 Remote Control Valves ...................... 215 PUMPS&DRiVES ....................................... SCOPE ........................................... 215-1 215-2 GENERAL, PROVISIONS ............................... 215-2.1 Safety Guards ............................ 215-2.2 Electric Motors ........................... 215-2.3 Startup Services .......................... 215-2.4 Lubricants .............................. 215-2.5 Pump Manufacturer ........................ 215-2.6 Certified Pump Test Curves .................. 215-3 SEWAGEPUMPS .................................... 21 5-3.1 General ................................ 215-3.2 Pump Component Construction ................ SUMP PUMP & PIPING ................................ PUMP BUILDING VENTILATION EQUIPMENT 81: h4ATERIALS ..... Roof Exhausters .......................... 215-6.2 Intake Ventilators ......................... 2154 215-6 215-6.1 0 215-6.3 Ductwork ............................... 216 COMMINUTOR OR SEWAGE GRINDER ........................ 216-1 GENERAL ......................................... 2164 MOTOR CONTROLLER . MODEL HBlOOR .................. PLUMBING ............................................ 21 7-2 MOPSINKS ........................................ TOILETPARTITION ...................................... 216-2 THE HYDRAULIC POWER UNIT ......................... 21 6-3 MOTOR CONTROLLER . MODEL HBlOO ................... 216-5 ELECXRICAL REQUIREMENTS ........................... 21 7 21 7-1 TOILET, SINK, ACCESSORIES ........................... 218 219 WATERPROOFING CONCRETE .............................. 219-1 GENERAL ......................................... 219-2 COAL TAR/FABRIC MEMBRANE SYSTEM ................... a 10/3/90 TABLE OF CONTENTS (Cont'd.1 - Item e 220 VALVES FOR SEWAGE PUMPS .............................. 220-1 GENERAL ......................................... 220-2 ASSEMBLY. SHOP TESTING. AND DELIVERY ................ 220-3 I"ALEpOXYC0ATING ............................ 2204 TESTING .......................................... 220-5 CHECKVALVES ..................................... 220-5.1 General Description ........................ 220-5.2 Check Valves. 2-1/2 Inches & Less ............. 220-5.3 Check Valves for Sewage Pumps ............... 220-6 GATEVALVES ...................................... 220-7 PLUGVALVES ...................................... 220-8 HOSEBIBB ........................................ 220-9 BACKFLOW PREVENTER ............................... 220-10 EPOXY COATING .................................... 220-1 1 TESTING .......................................... 221 PIPING SUPPORT SYSTEMS ................................ 221-1 GENERAL ......................................... PIPINGSUPPORTS ................................... SPACING 221-3 .......................................... 221-2 222 PIPING DETAILS FOR SlMALL DIAMETER PIPING ................. 223 MISCELLANEOUS PLUMBING ............................... 223-1 FLANGE BOLTS. NUTS & GASKETS ....................... 223-1.1 Bolts & Nuts ............................. 223-1.2 Gaskets ................................ 223-2 DIELECINC UNIONS ................................. 223-3 HOSE&HOSERACK ................................. 2234 SURGERELIEFVALVE ................................ 223-5 SLEEVES FOR PIPING ................................. 224 PUMP STATION ACCESS DOORS ............................ 224-1 PUMP STATION ACCESS DOORS ........................ 224-2 PUMP STATION ACCESS STAIRS ......................... e 10/3/90 I TABLE OF CONTENTS ICont'd.1 Itern 225 MISCELLANEOUS GENERATOR BUJLDING ITEMS ................ 225-1 SHFETMET AL. ...................................... 225-2 GENERATOR BUILDING DOORS & FRAMES ................. FINISHHARDWARE .................................. 225-3 2254 ROOFING ......................................... 225-5 CAULKING ......................................... 225-6 EXPANSION JOINT AROUND GENERATOR PAD .............. 225-7 EXPOSED AGGREGATE FINISH ON GENERATOR ROOF ........ 226 NON-POTABLE WATER WARNING SIGNS ...................... e PART III - SPECIAL PROVISIONS - CONSTRUCTION METHOD 300-2 UNCLASSIFIED EXUVATION ........................... 300-2.2.3 Payment for Unsuitable Material ............... 300-9 DEWATERING ...................................... 300-9.1 General ................................ 300-9.2 Dewatering Plan for Pump Station ............. 300-1 0 DEMOLITION & REMOVAL ............................. 300-10.1 General ................................ 300-10.2 300-10.3 Cleanup ................................ 300-10.4 Earthwork .............................. 302-5 ASPHALTCONCRETEPAVEMENT ........................ 302-5.1 General ................................ Primecoat ....... ; ...................... 302-5.6.1 Rolling, General .......................... 302-5.6.2 Density & Smoothness ...................... 302-5.9 Measurement & Payment .................... 302-5.10 Seal Coat ............................... 306-1 OPEN TRENCH OPERATIONS ........................... 306-1.1.7 Shoring ................................ 306-1.2.1 Bedding ................................ 306-1.3 Backfill & Densification ..................... 306-1.5.2 Permanent Resurfacing ..................... 306-14 EXISTINGUTILllTES ................................. 308-2 EARTWWORK & TOPSOIL REPLACEMENT .................. 308-2.3.1 General ................................ Existing Facilities to be Removed e .............. 302-5.2 308-2.3.2 .Fertilizing & Conditioning Procedures ........... e 10/3/90 : TABLE OF CONTENTS (Cont'd.) - Item 3084 PLAN"G ......................................... 308-4.1 General ................................ 308-4.2 Protection & Storage ....................... 308-4.5 Tree & Shrub Planting ...................... 308-4.6 Plant Staking & Guying ..................... 308-6 MAI"ANCX & PLANT ESTABLISHMENT ................. 308-7 GUARANTEE ....................................... 308-9 WEEDCONTROL .................................... 308-9.1 General ................................ 308-9.2 Execution ............................... 308-9.3 Herbicide Environmental Protech.on ............ 308-9.4 Disposal of Herbicide Residue ................. 308-9.5 Contractor Herbicide Applicator I?ersonnel Licensing & Competency Requirement ................. 308-9.6 Herbicide Applications ...................... 308-9.7 Herbicide Permits & Regulatory Compliance ....... 308-9.8 Contractor's Application Equipment ............. 310-5 PAINTXNG VAEUOUS SURFACES ......................... 310-5.6.1 General ................................ 310-5.6.10 & Curb Markings ........................ 313 ACCEPTANCE & STATION START-UP ......................... 313-1 GENERAL ......................................... 313-2 TESTING .......................................... e Painting Traffic Striping, Pavement Markings e PART IV . SUPPLEMENTARY GENERAL PROVISIONS FOR SCHEDULE 2 400.1 . 0 Scope ............................................ 400.3.0 Advance Notifiction .................................. 400.4.0 Inspection ......................................... 400.5.0 Construction Staking .................................. 400.6.0 Preservation of Property ............................... 400.8.0 Water Pollution Control ............................... 400.9.0 400.1 0.0 Utility Service Interruption ............................. 400.11 -0 Safety ............................................ 400.12.0 Verification of Dimensions & Quantities .................... 400.13 . 0 Trench Safety & Shoring of Excavation ..................... 400.14.0 Polyvinyl Chloride Pipe ................................ 400.1 5.0 Rock Bedding ....................................... GEOTECHNICALEVALUATION 400.2.0 Status Specifications ................................... 400.7.0 Drainage Precautions ................................. Existing Utilities & Improvements ......................... e ..................................... 10/3/90 E SPECIAL PROVISIONS I. SUPPLEMENTAL PROVISIONS FOR GENERAL PROVISIONS e TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of sir import are used, it shall be understood that reference is made to the plans accompan these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of s:imilar import are usel shall be understood that the direction, designation or selection of the Engineer is intenl unless stated otherwise. The word "required" and words of' similar import shal. understood to mean "as required to properly complete the work as required an( approved by the City Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar iml are used, it shall be understood such words are followed by the expression "in the opir of the Engineer," unless otherwise stated. Where the word:; "approved," "appro1 "acceptance," or words of similar import are used, it shall be understood that the appro acceptance, or similar import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expe: shall perform all operations, labor, tools and equipment, and further, including furnishing and installing of materials that are indicated, specified or required to mean 1 the Contractor, at her/his expense, shall furnish and install the work, complete in place . ready to use, including furnishing of necessary labor, materials, tools, equipment, i transportation. a 10/3/90 F 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his approved represental DELETE the twenty-first definition (Engineer) in its entirety arid ADD the following Award of Contract, Date of - Date on which the City Council or the City Manager c designated representative takes the necessary action to award the contract. Consultants are Architects and Engineers employed by the City for project design or I specialized services and who function under the direction of the Project Manager. Execution of Contract, Date of - Date on which the City Manager or his desigr representative signs the construction contract. Ennineer - The City Engineer or other representative of the City Manager designatc administer the work for the City and who may be represented on the work by the follo personnel within the scope of the particular duties entrusted tcb them: Inspector, also referred to as Resident Enaineer, Superrising District Engine6 Deputy Director, who are charged with handling de tailed administration inspection of the contract. Project Manazer is the representative charged with overall responsibility fo project. 24 CONTRACTBONDS Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The “Payment B (Material and Labor Bond) shal be for not less than 50 percent of the contract pric satisfy claims of material suppliers and of mechanics and laborers employed by contra on the project. 0 a 10/3/90 Add: The Payment Bond and the Performance Bond shall be kept in full force and effect b Contractor during the course of this project. Both bonds shall extend in full force effect and be retained by the City for a period of one (1) year from the date of fc acceptance of the project by the City. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work are the latest edition of the a:andard Specification Public Works Construction, hereinafter designated SSPWC, as issued by the Sout California Chapter of the American Public Works Association, and these General Provis The Construction Plans consist of 32 sheet(s) designated as City of Carlsbad Drawing 315-2. The standard drawings utilized for this project are the latest edition of the Dieao Area Renional Standard Drawings, hereinafter designated SDRS, as issued by the Diego County Department of Public Works, together with the City of Carl: Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed these documents. The specifications for the building shall consist of the following Standard Codes and four (4) books herein provided as bid documents: 1. 2. Uniform Plumbing Code (U.P.C.) 3. National Electrical Code (N.E.C.) 4. Uniform Mechanical Code (U.M.C.) Buildina Construction Conflicts: In the event of conflicts between the requirements of Standard Codes, Soils Report, San Diego Area Regional Drawings, or City of Carl? Standard, the document highest in precedence shall apply. The order of precedence shall be: 1. Soils Engineering Report 2. City of Carlsbad Standards 3. 4. Above referenced Standard Codes 1988 Uniform Building Code (U.B.C.) San Diego Area Regional Drawings 0 10/3/90 E 0 To Section 2.5.3, Shop Drawings, add: Contractor agrees that Shop Drawing Submittals processed by the Engineer are not Ch Orders; that the purpose of Shop Drawing Submittals by the Contractor is to demons to the Engineer that the Contractor understands the design concept, that he demonst his understanding by indicating which equipment and material he intends to furnisi install and by detailing the fabrication and installation method,s he intends to use. Contractor further agrees that if deviations, discrepancies, or conflicts between ! Drawing Submittals and the contract documents in the form. of design drawings specifications and discovered either prior to or after Shop Drawing Submittals processed by the Engineer, the design drawings and specifications shall control and be followed. In addition to the items described in the Standard Specifications, shop draw specifications, and/or catalog cuts shall be submitted for all materials as directed bi City to demonstrate compliance with the contract documents. 'The list of submittals include but not be limited to that indicated below. Compliance certificates and weigh slips shall be provided for all aggregate base, as1 concrete, Portland cement concrete, reinforcing steel, etc. Mix designs shall be submitted for asphalt concrete mixes. Shop drawings shall be submitted in six copies; two of which. shall be returned tc Contractor after review. Prior to submittal of shop drawings, samples, and descriptive literature, the Contr: shall review and examine the documents and with the submittal indicate that he has c so. The Contractor shall note all changes and deviations from the contract documents shall, on each copy which is to receive the Engineer's stamp of shop drawing rev indicate in ink such deviations and changes. Failure to perform review prior to subm shall result in return of the unchecked submittal to the Contractor for resubmittal. 0 a 10/3/90 I SHOP DRAWING REQUIREMENTS (Continued from Table in Standard Specifications) a Subsection - Item Number Subiect Su bi et: t 16 2-5.3.1 Scope & Control of Work O&M Manuals 17 6-12.1 Prosecution, Progress & Temporary Connection De:, Acceptance of Work 18 200-1 Rock Products Crushed Rock 19 201-1 Portland Cement Conc. Mix Design 20 201-2 Steel Reinforcement Reinforcing Bars for Concrete 21 201-2.6 Water Stop Water Stop 22 202-2.1.1 Masonry Materials Masonry Unit & Color Sam 23 202-2.1.2 Mortar, Grout & Water Grout Mix 24 206-1.4 Bolts Bolt, Anchor Bolts 25 207-9 Restrained Joints Restrained Joints 26 208-6 Flexible Couplings Flexible Couplings 27 209-3 Electrical Components 209-3.3 Main Service Switch Board 209-3.4 Fused Disconnect Switch 209-3.5 Panehoard 209-3.6 Transiormer 209-3.7 Alarm System a 10/3/90 1 m 209-3.8 Conduit & Fittings 209-3.9 Conductors, Wire & Cable 209-3.10 Junction & Pull Boxes 209-3.1 1 Outlei: Boxes 209-3.12 Switches 209-3.13 Outlets 209-3.14 Device Plates 209-3.15 Terminal Cabinets 209-3.16 Telephone System 209-3.17 Seismic Design 209-4.1 Motor Control Center 0 209-4.2 Pump Tn-Plexkg Control Sy 209-5 Engine Generator System Engine Generator Set Com] 209-5.6 Exhaust System 209-5.7 Battery Charger 209-5.8 Jacket Water Heater 209-5.9 Day Tank 209-5.1 0 Automatic Transfer Switch 209-5.13 Accessories Sheet Metal & Canvas Duct Battery & Battery Charger R 209-6 Underground Fuel Storage Tank Storage Tank Pea Gravel 1) 10/3/90 I 209-6.2.2 Corrosion Protection Tank Hardware Manholes & P. 209-6.5 Cathcldic Protection Test Rc 209-7 Electronic Fluid Detection Electronic Fluid Detection e System Morlitor & Sensors 28 210-1.5 Paint Systems Coating Systems & Color ( 29 212-1.6 Weed Control Herbicide Type & Application 30 21 5 Pumps & Drives Sewage Pumps, Drives, Fuml Curves, Sump Pump, Seal b System, Electric Motor 31 215 Ventilation Equipment Exhauster Intake, Ventilatc Duciwork 32 216 Codnutor or Sewage Grinder Comnlinutor Unit Completc Hydraulic Power Unit, Motor Controller 33 217 Plumbing Toilet, Sink, Mop Sink, All e Piping, All Fittings 34 218 Toilet Parti tion Partitj ons, Hardware, Coat Syst1.m & Color 35 219 Water Proofing System Fabric, Bituminous Materia Method of Application 36 220 Valves Check Valves, Sewage Pum Valves, Tests, Backflow Preventor, All Other Valvc 37 221 Pipe Support Systems Hangers, Supports 38 223-4 Hose & Hose Rack Hose I% Hose Rack 39 223-5 Surge Relief Valve Valve, Factory Pressure Set a 10/3/90 1 @ 40 223-6 Sleeves for Piping Sleeves, Sealer 41 224 Pump Station Access Hatch Covers, Stairs, Gratl Mocnthg, Hardware 42 22s Miscellaneous Generator Sheet metal, Louvers, Door Building Items Frames, Hardware, Roofi Caulking, Exposed Aggre< 43 226 Signs Non-potable Water Signs 44 300-9 Dewa terhg Dewatering Plan 45 306-1.1.7 Shoring Shoring Calculations 46 308-9 Weed Control Herbicide Application Plan Licensing To Section 2-5, add: 2.5.3.1 Operatinz and Maintenance Instructions: Each manufacturer and/or supplier of all pieces of mechanical and electrical equip] shall provide, immediately following successful start-up and testing, eight (8) copic detailed operations and maintenance manuals. All equipment will require O&M Man including but not limited to: a. b. Comminutor, drive & controls C. Electrical equipment & appurtenances The O&M Manuals shall include the following information: a. Design capabilities b. Ventilation equipment C. d. Preventative maintenance schedule e. Safety provisions & precautions f, Recommended replacement part inventory g- All pump motors, drives & controls Special problems & emergency procedures Details of equipment calibration, adjustment, assemb1,y and disassembly a 10/3/90 1 The manuals shall be submitted as Shop Drawings and shall require the approval c Engineer. To Section 2-5, add: 2-5.4 Record Drawinas: The Contractor shall provide and keep up-to-date a complete "as-built" record s transparent sepias, which shall be corrected daily and show every change from the orj drawings and specifications and the exact "as-built" locations, sizes and kinds of equip] underground piping, valves, and all other work not visible at sw-face grade. Prints fo purpose may be obtained from the City at cost. This set of drawings shall be kept o job and shall be used only as a record set and shall be delivered to the Engineer completion of the work. 2-6 WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials, performing dl operations necessary to complete the project work as shown on the pr plans and in accordance with the specifications. 2-9 SURVEYING To Section 2-9.3, Survey Service, modify as follows: Contractor shall employ a licensed land surveyor or registered civil engineer to per necessary surveying for this project. Requirements of the Contractor pertaining to this are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of survt service within appropriate items of proposal. No separate payment will be made. Survey stakes shall be set and stationed by the Contractor's surveyor for curbs a intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, heal sewers, storm drains, and structures (4 comers rnin.). Rough grade as required to sa cut of fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crow base grade of streets as required by Engineer. Contractor shall protect in place or replace all obliterated survey monuments as per Sec 8771 of the Business and Professional Code. 0 0 10/3/90 0 Contractor shall provide Engineer with 2 (two) copies of survey cut sheets pric commencing construction of surveyed item. 4-1 MATEW AND WORKMANSHIP The proposal of the Bidder shall be in strict conformity with the drawings, specificat and based upon the items indicated or specified. The Contractclr may offer a substih for any material, apparatus, equipment, or process indicated or specified by pater proprietary names or by names of manufacturer which she/he considers equal in z respect to hose indicated or specified. The offer made in writing, shall include proc the State Fire Marshal’s approval (if required), all necessary information, specifications data. If required, the Contractor, at her/his own expense, shall have the pro€ substitute, material, apparatus, equipment, or process tested as 1:o its quality and stre: its physical, chemical, or other characteristics, and its durability, finish, or efficiency testing laboratory as selected by the City. If the substitute offered is not deemed tc equal to that so indicated or specified, then the Contractor shall furnish, erect, or i~ the material, apparatus, equipment, or process indicated or specified. Such substituti proposals shall be made prior to beginning of construction, if possible, but in no cas4 than ten (10) days prior to actual installation. To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed represent; The Engineer shall have free access to any or all parts of work at any time. Contr shall furnish Engineer with such information as may be necessary to keep her/him informed regarding progress and manner of work and character of materials. Inspe of work shall not relieve Contractor from any obligation to fulfill this Contract. To Section 4-1.4, Test of Materials, modify as follows: Except as specified in these Special Provisions, the Agency will bear the cost of tc materials and/or workmanship where the results of such lests meet or exceec requirements indicated in the Standard Specifications and the Special Provisions. Thc of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials sk approved by him before the delivery is started. All materials proposed for use m< inspected or tested at any time during their preparation and use. If, after trial, it is f that sources of supply which have been approved do not furnish a uniform product. the product from any source proves unacceptable at any time, the Contractor shall ft approved material from other approved sources. After improper storage, handling o other reason shall be rejected. 0 10/3/90 a 0 All backfill and subgrade shall be compacted in accordance with the notes on the plam the SSPWC. Compaction tests may be made by the City and all costs for tests that or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the EngiI The costs of any retests made necessary by noncompliance with the specifications sk borne by the Contractor. To Section 4-1, add: 4-1.9 Nonconforming Work The contractor shall remove and replace any work not corlforming to the plar specifications upon written order by the Engineer. Any cost caused by reason 0' nonconforming work shall be borne by the Contractor. 5-1 LOCATION Utilities for the purpose of these specifications shall be considered as including, bu limited to pipe lines, conduits, transmission lines, and appurtenances of "Public Uti: (as defined in the Public Utilities Act of the State of California) or individually sole their own use or for use of their tenants, and storm drains, sanitary sewers, and I lighting. The City of Carlsbad and affected utility companies have, by a search of known rec: endeavored to locate and indicate on the Plans, all utilities which exist within the of the work. However, the accuracy of completeness of the utilities indicated on the is not guaranteed. Service connections to adjacent property may or may not be shov the plans. It shall be the responsibility of the Contractor to determine the exact loc and elevation of all utilities and their service connections. The Contractor shall his/her own investigation as to the location, type, kind of material, age and conditi existing utilities and their appurtenances and service connections which may be afff by the contract work, and in addition, he/she shall notify he City as to any I appurtenances, and service connections located which have been incorrectly shown omitted from the plans. The Contractor shall notify the owners of all utilities at leas1 forty-eight (48) ho advance of excavating around any of the structures. At the completion of the co work, the Contractor shall leave all utilities and appurtenances in a condition satisfi to the owners and the City. In the event of damage to any utility, the Contractoi notify the owners of the utility immediately. It is the responsibility of the Contrac compensate for utility damages. 0 e 10/3 /9( @ 54RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including se connection, desired by the Contractor for hisher own convenience shd be the Contrac own responsibility, and he/she shall make all arrangements regarding such work at no to the City. If delays occur due to utilities relocations which wer'e not shown on the P it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parti relocate utilities which interfere with the construction, the Contractor, upon request t City, may be permitted to temporarily omit the portion of work affected by the utility. portion thus omitted shall be constructed by the Contractor immediately followin] relocation of the utility involved unless otherwise directed by the City. 6-1 CONSTRUCTION SCHEDULE Mod@ this section as follows: A construction schedule is to be submitted by the Contractor per the following: The prime contractor is required to prepare in advance and !submit at the time c project preconstruction meeting a detailed critical path method (CPM) project schc This schedule is subject to the review and approval of the City. The schedule shall show a complete sequence of construction activities, identifying for the complete project in addition to work requiring separate stages, as well as any logically grouped activities. The schedule shall indicate the early and late start, earl late finish, 50% and 90% completion, and any other major construction milest materials and equipment manufacture and delivery, logic ties, float dates, and dur( Additionally, the prime contractor shall submit a schedule identifyrng shop dr: submittals to the City. If judged by the City to be complete, the City reserves the ril review and return shop drawings within a ten (10) working day period. The prime contractor shall revise and resubmit for approval the schedule as requir City when progress is not in compliance with the original schedule. The prime conti shall submit revised project schedules with each and every application for monthly prc payment identifying changes since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each item of wc each and every submission. e e 10/3/9E 0 The failure of the prime contractor to submit, maintain, or revise the aforementi schedule (s) shall enable City, at its sole election, to withhold up to 10% of the mol progress payment otherwise due and payable to the contractor until the schedule has submitted by the prime contractor and approved by City as to completeness conformance with the aforementioned provisions. No changes shall be made to the construction schedule without the prior written appi of the Engineer. Any progress payments made after the scheduled completion date not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal cir relocation of confli utilities shall be requirements prior to commencement of work by the Contractor. 6-7 TIME OF COMPLETION The Contractor shall begin work within ten (10) calendar days after receipt of the "N to Proceed" and shall diligently prosecute the work to completion. The Pump St portion of the project shall be completed within 180 consecutive working days afte date of the Notice to Proceed. The Force Main portion of the project shall be comp within 50 consecutive working days of the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m sunset, from Mondays through Fridays. The contractor shall obtain the approval c Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permissi the Engineer. This written permission must be obtained at lei3st 48 hours prior to work. The Contractor shall pay the inspection costs of such work. a 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Complc and any faulty work or materials discovered during the guarantee period shall be re1 or replaced by the Contractor, at his expense. 6-9 LIOUIDATED DAMAGES Modify this section as follows: a 10/3/9C If the completion date for the Force Main portion of the project is not met, the Contr; will be assessed the sum of $750 per calendar day for each calendar day beyonc completion date as liquidated damages for the delay. If the completion date for the P Station portion of the project is not met, the Contractor will be assessed the sum of : per calendar day for each calendar day beyond the completion dates as liquidated darr for the delay. Any progress payments made after the specified completion date shal constitute a waiver of this paragraph or of any damages. 0 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of- grading, and building permits necessary to perform work for this contract on City pro€ in streets, highways (except State highway right-of-way), railways or other rights-of- Add the following: Contractor shall not begin work until all permits incidental to the work are obtaine e 7-8 PRoEm AND sm MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends arid other non-working at the City's request. To Section 7-8, add: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mu in good repair when in use on the project with special attenlion to City Noise Cc Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY To Section 7-10.4, Public Safety, add: a 10/3/9c 0 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the T and shall comply with all applicable provisions of Federal, State and Municipal safety and building codes to prevent accidents or injury to persons on, about, or adjacent tc premises where the work is being performed. He/she shall erect and properly mainta all time, as required by the conditions and progress of the work:, all necessary safeg for the protection of workers and public, and shall use danger signs warning ag hazards created by such features of construction as protruding nails, hoists, well holes falling materials. 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel for use in the proposed construction project which would be subject to Section 16( Section 1603 of the Fish and Game Code, such conditions or modifications establ pursuant to Section 1601 of the Fish and Game Code shall become conditions o a contract. 8 FACIL.ITIES FOR AGENCY PERSONNEL Delete this section. 9-3 PAYMENT To Section 9-3.1, General, add the following: Within fourteen (14) days after date of Notice to Proceed, the Contractor shall subr the City six (6) copies of final accurate Schedule of Values, including but not limitf all activities listed in the Construction Schedule and allocated to the various portions ( Pump Station portion of the project. The Schedule of Values, after approval by the City, shall become the basis fo Contractor's applications for payment for the Pump Station portion of the project. request by the City, the Contractor shall verify and substantiate proposed scheduled \ provided with all quantity and pricing data, or actual Subcontractor Contract c breakdown. Payment for stored materials shall be at the sole option of the City. 10/3/9C a 0 As a minimum, the Schedule of Values shall be identified with title of project and loca name and address of Contractor, and date of submission. The Contractor shall assign an appropriate cost to each line itern listed in the SchedL Values, with figures rounded off to the nearest dollar whenever possible. A suggeste of line items for the Schedule of Values is as follows: Bond Pump Station (Cont’d.): Mobilization TOP Surveying Form:; Demolition Rebar Dewatering Concrete Site Clearing Comminutor Channel AC Paving & Crushed Rock Chain Link Fence Concrete Generator Building: Wet Well Wl:dge Earth Work Form!; Rebar. Concrete Rebar Roofing Concrete Sheet Metal Moisture Protection Masonry Pumps, Motors, & Shafts Doors & Windows Sump Pump Miscellaneous Items Comminutor Base Motor Control Center Forms Pump Contrd System Rebar 60 KW Generator Concrete Automatic T’rans fer Switch Generator Control System Forms 500 Gallon Fuel Tank Rebar Plumbing Concrete Ventilation Forms Doors Rebar Stairs Concrete Finish & Paint Floors (Interior) Electrical Forms Landscape Rebar Demobilization Concrete Pump Station: Bar Screen tk Rack a Walls (Lower Section) Walls (Upper Section) Piping for Pumps 10/3/9C e 0 A directly proportional amount of the Contractor‘s overhead arid profit shall be inch within each line item. The sum of all values listed in the’schediile shall equal the tot the value of the Pump Station portion of the project. Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in am1 of retention. Add the following: 10 WATER FOR CONSTRUCTION The Contractor shall obtain a constructiort meter for water utilized during the constru under this contract. The Contractor shall contact the appropriate water agenc: requirements. The contractor shall include the cost of water and meter rental ~i appropriate items of the proposal. No separate payment Will be made. e a 10/3/9( 11. SUPPLEMENTAL PROVISIONS FOR C0NSI;RUCI'ION MATERIALS TO STANDARD SPECIFICATIONS1 FOR PUBLIC WORKS CONSTRUCITON e 200-2 TJNTREATED BASE MATERIAL Aggregate base shall be crushed aggregate base (Section 2013-2.2), crushed slag (Section 200-2.3), or crushed miscellaneous base (Section 200-2.4). 201-1 PORTLAND CEMENT CONCRETE To Section 201-1.2.1, Portland Cement, modify as follows: First paragraph, first sentence amend to read: "All cement to be used or furnished be low alkali and shall be either Type I or Type I1 Portland Cement conforming to P C 150, or Type IP (MS) Portland Pozzolan Cement conforming to ASTM C 595, t otherwise specified." To Section 201-1.2.3, Water, modify as follows: Second paragraph replace "1,000 ppm (mg/L) of sulfates" with "1,300 (mg/L) p~ e sulfates." Third paragraph replace "800 ppm (mg/L:l of sulfates" with "1,300 (mg/L) ppm of sulf (b) Air-entrainina Admixtures Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is all( The air content of freshly mixed concrete will be determined California Test Metho 504." To Section 201-1.3.3, Concrete Consisteincy, modify as follows : Second paragraph delete: "and shall not exceed amounts shown in following table:" delete table. To Section 201 -1.4.3, Transit Mixers, modify as follows: Add after listing of information for weighmasteJs certificate: "Transit mixed concreti be certified by mix design number, provided a copy of the mix proportions are kept ( at the plant location for a period of 4 years after the use of the mix." 10/3/9( 0 201-2 STEEL REINFORCEMENT FOR CONCRETE All reinforcing steel for reinforced concrete shall be Grade 60 billet steel conforrnir ASTM A615. To Section 201-2, add: 201-2.6 Waterstop A 6-inch flat strip waterstop shall be installed as shown on the Drawings and specific the Structural Notes. Waterstops shall be extruded from an elastomeric polyvinyl chli compound containing the necessary plasticizers. No reclaimed or scrap material slx used. At no place shall the thickness be less than 3/8 of an inch. Adequate means be provided for anchoring the waterstop in concrete. In placing flat-strip waterstops i forms, means shall be provided to prevent them from being folded over by the concn it is placed. Horizontal waterstops shall be held in place wi~h continuous suppoi which the top edge of the waterstop shall be tacked. Vertical waterstops shall be ht place with light wire ties on 18-inch centers which shall be passed through the edge ( waterstop and tied to the two curtains of reinforcing steel. In placing concrete ar waterstops, concrete shall be worked under the waterstops by hand so as to avoi formation of air and rock pockets. Waterstops shall be made continuous at splice: intersections (horizontal and/or vertical) by "welding" with a polyvinyl chloride sp iron in accordance with the waterstop manufacturer's instructions. 202-2 CONCRETE BLOCK To Section 202-2.1.1, Masonry Units, add: All masonry units shall be split-faced integral colored 8x8~16 inch. Submit samplc color selection. Partial block sizes as required shall be saw-cui'. Tool joints. Solid all cells. Masonry units shall conform to ASTM C-90 Grade "PI"; fm - 1500 psi. To Section 202-2.1.2, Mortar, Grout, and Water, add: Mortar used in concrete block construction shall be Type "S"; fc = 1800 psi (see UBC 24-A). To Section 202-2, add: 202-2.2 Construction 202-2.2.1 Cells. All cells shall be grouted full; placed in running pond 1 0 10/3/9( 202-2.2.2 Dowels. All dowels shall be at least equal in size and spacing to steel and shall extend to footing toe U.N.O. 0 202-2.2.3 hspection. No special inspection is required. 203-6 AND 4004 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or Type 111 C3-AR 4000. To Section 203-6.6.1, Batch Plant Method, modify as follows: Third paragraph, delete 'land from the Engineer's field laboratory." Last paragraph, add after D 2172: "method A or B." To Section 203-6.8, Miscellaneous Requirements, modify as follows: Add the following: "Open graded asphalt concrete stored in excess of 2 hours, an( other asphalt concrete stored in excess of 18 hours, shall not tie used in the work." To Section 400-4.1, General, modify as follows: Second paragraph, amend to read: "Unless otherwise specified, AEi-4000 paving ; asphalt shall be used for Type rrr asphaltic concrete, and AR-8000 paving grade as shall be used for asphalt concrete dikes." To Section 400-4.2.4, Fine Aggregate, modify as follows: Add: 'The total amount of material passing the No. 200 sieve shall be detennint washing the material through the sieve with water. No less than 1/2 of the ma passing the No. 200 sieve by washing shall pass the No. 200 sieve by dry sieving." Add the following paragraph: "Fine aggregate shall be tested for soundness in accor with ASTM D-1073, and shall not exceed fifteen percent (15OAi) loss by weight." To Section 400-4.3, Combined Aggregates, modify as follows: First paragraph, add: "ASTM D2419 Test Method may be alternated for Test Methc Calif. 217." 0 10/3/9( CLASS B2 SIEVE INDMDUAL MOVING SIZES TEST RESULT AVERAGE 100 90-100 80-90 60-75 40-55 27-40 12-22 3-6 1" (25 mm) 100 1/2" (13 mm) 75-95 3/4" (19 mm) 87-100 3/8" (10 mm) 50-80 No. 4 30-60 No. 8 22-44 No. 30 8-26 No. 22 1-8 4.6-6.0 ~~ Asphalt Oh B3 MOWN( AVERAG INDIWDUAL TEST RESULT 100 100 90- 100 95-100 85- 100 85-95 60 -84 65-80 40 -60 45-60 24 -50 30-45 11 -29 15-25 1-9 3-7 4.6-6.0 After the last paragraph, add the following: The aggregated from each separate bin for asphalt concrete, Type 111, except for th containing the fine material shall have a Cleanness Value as noted in the added "Tat Sand Equivalent and Cleanness Values" and as determined by Test Method No. Calif. modified as follows: Tests will be performed on the material retained on the No. 8 sieve from each binc will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 seconds, a single loadi the entire sample on a 12-inch diameter, No. 4 sieve nested on top of a 12-inch dian No. 8 sieve. Where a coarse aggregate bind contains material which will pass the maximum specified and be retained on a 3/8 inch sieve, the test specimen weight and volur wash water specified for one inch x No. 4 aggregate size will be used. Samples will be obtained from the weight box area during or irnmediately after disc1 from each bin of the batching plant or immediately prior to mixing with asphalt in thc of continuous mixers. The Cleanness Value of the test sample from each of the bins will be separately coml and reported. Modify Section 400-4.4, Storing, Drying and Screening Aggregates, as follows: After fifth paragraph, add: "en the Contractor adds supplemental fine aggregate, such supplemental fine aggregate used shall be stored separately and kept thoroughl: 204-1 LUMBER AND PLYWOOD Header for bituminous pavement shall be construction grade Redwood, or tr construction grade Douglas Fir. a e 206-1. !TIXUCTURAL SIEEL. RNETS. BOLTS, PINS, AND ANCHOR BOLTS To Section 206-1.4, Bolts, add: All bolts shall be manufactured from stainless steel and shall have a minimum strength of 40 ksi. To Section 206-1.4.3, Anchor Bolts, add: All anchor bolts shall be manufactured from stainless steel and have a minimum strength of 40 ksi. a 10/3/9( To Section 206-1, add: 206-1.6 Galvanizing All galvanizing shall be done by the hot-dip process after fabrication in conformity requirements of ASTM A123, A153, A385. Where zinc coating has been physically damaged, substrate face shall be first cleanec then repaired with zinc dust - zinc or zinc oxide coating. Application shall E: recommended by the zinc - zinc oxide coating manufacturer. Coating shall consist of 1 coats to dry film thickness of 8 mds. Items not physically damaged, but which have insufficient or deteriorating zinc coal shall be removed from the project site and repaired by the hot -dip zinc coating met a 206-6 CHAIN LINK FENCE To Section 206-6.2, Materials for Posts, Rail and Braces, add: Gate posts shall be 3" pipe. To Section 206-6, add: 206-6.9 Gates The gate frames shall be made of 1.9 O.D. tubular material hot -dip galvanized insid out. Corners shall have mortized joints for proper fit (hammering of pipe not accept: Welds shall be continuous around pipe, cleaned and treated with zinc-rich paint. E to be the same as fence. Gates shall be complete with hinges and lock. a 207-2 REINFORCED CONCRETE PIPE The pipeline layout and connector pipe list required under Paragraph 3,207-2.1, is wt 207-9 CAST IRON AND DUCTILE IRON PIPE To Section 207-9.2.1, General, add: The 10-inch underground ductile iron pipe force main and 15-inch ductile iron g connection shall be thickness class 50 with rubber gasket push-on joints. All ductile iron pipe used inside the pump station shall be of thickness class 50 flanged joints of 150 psi rating. The force main shall have restrained joints as not the plans. The Contractor will submit a shop drawing showing such restraints. All ductile iron pipe and fittings shall conform to the ANSI and AWA standards @ the standard specifications. Where drawings state cast iron, ductile iron shall be furn a 10/3/9( All ductile iron piping shall be lined with a double thickness (not less than 3/16-inc! cement mortar per Section 207-9.2.4. The 15-inch diameter gravity connector shall be tar epoxy lined With Koppers 300M or equal, providing a minirriurn llining thickness ( mil MDFT. Surface preparation, primer and coating application shall conform to the. manufacturer's recommendations. All buried ductile iron pipe shall be coated (on exterior surfaces) with Koppers 300 equal, providing a minimum coating thickness of 24 mil MDFT. Surface prepars primer and coating application shall conform to the paint manufacturer's recommendat Do not apply the coal tar coating over the varnish finish typically provided with di iron pipe. The Contractor shall provide all materials and labor as required to repair and touch u exterior coal tar epoxy coating on pipe damaged during shipment, handling, or install: Repairs shall be made to the Engineer's approval. All buried ductile iron pipe shall also be polyethylene encased per Section 207-9.2A a SECTION 208 - PIPE JOINT TYPES AND MATERIALS Add the following: 208-6 FLEXlBLE COUPLINGS Flexible couplings for joining ductile iron pipe shall be as designated on the Drawing shall be Dresser Style 38, Rockwell Type 411, or equal. Coupling adapters shall be : Blair, Dresser, or equal. Joint restraints for thrust shall be applied to couplings \ shown on the drawings. Bolts for buried couplings shall be of' Type 18-8 stainless The couplings for buried service shall be epoxy coated at the factory. a SECTION 209 - ELECTRICAL COMPONENTS Add the following: 209-3 ELECTRICAL POWER LIGHTING. AND CONTROL SYSJXMS 209-3.1 Scope, Work of this section includes ekperything necessary f incidental to completing the electrical work, except as herein specifically excluded. a. Electrical system characteristics shall be 277/480 vo Its, 3-phase, 4-wire, 1 b. Codes and Regulations - Work done under this seclion shall comply wil latest edition of the California Administrative Code, State of California Tit State Building Standards, National Electric Code, and to all local codes E jurisdiction. a 10/3/9( C. The electrical Drawings are diagrammatic, approximately to scale, however, shall not be used for exact locations. Scaled dimensions from detailed drat shall be verified with actual field conditions. The Drawings do not, and are not intended to show ill equipment, such a! boxes, junction boxes, etc., required nor to indicate all mechanical or struc difficulties that may be encountered which would necessitate routing alteral offsets, or fittings. Items not specifically mentioned in these Specificatio noted on the Drawings or approved shop drawings, but which are necess2 make a complete working installation, shall be deemed to be included her Discrepancies shown between different Drawings, between Drawings and i field conditions, or between Drawings and Specifications shall be pro1 brought to the attention of the Engineer for a decision. The Contractor shall obtain all permits and inspections and he shall pay a1 therefor. At the conclusion of the work on the project, the Contractor furnish to the Owner, properly executed, all required certificates of inspection and approval before the work will be accepted as complete and payments made. Electrical service will be supplied by the San Diego Gas and Electric Com The Contractor shall make application for electrical :service in the name c Owner. All requirements of the serving utility company shall be obs including submittal of shop drawings as required thereby. All costs corm therewith, including cable and other material charges and other fees are paid by the Contractor. Telephone Service: The Contractor shall apply for telephone service fc automatic dialer and pay all installation fees. Contractor shall alloi approximately 30 days from time of application to circuit turn-on. 209-3.2 Materials. All electrical materials and equipment shall be new and be listed by UL and bear their label, where standards have been established for materials and equipment. In addition, the materials and equipment shall comply wil requirements of the following: d. a e. f. €5 0 h. American Society of Testing Materials (ASTM) Insulated Power Cable Engineering Association (IPCEA) National Electrical Manufacturers’ Association ( NEMA) American Standards Association (ASA) National Board of Fire Underwriters (NBFU) American National Standards Institute (ANSI) a 10/3/9( 209-3.3 Main Service Combination Meter Socket/Uniilerground pull Sechc General: The main service combination meter socket/'underground pull sec shall be rated for application to a 200 Amperes, 277/480 Volt, 3 Phase, 4-7 Wye, 60-Hz, solidly-grounded source as indicated on the drawings havi minim= symmetrical short circuit capacity of 30,000 Amperes. Arrangement: The combination meter socket/undergr,ound pull section slx rated for outdoor service and shall be of a standardized product line. manufacturer shall be Westinghouse, Square D, or approved equal. The asse shall comply with State, Local, and SDG&E requirements. e a. b. 209-3.4 F~ed DisCOnneCt Switches. a. General: The switches shall be heavy duty manufactured by Westinghc Square D, or approved equal. Switch Interiors: All switches shall have switch blade:; which are fully visi€ the "OFF" position when the switch door is open. All current carrying parts be plated to resist corrosion and promote cool operation. Switches shall removable arc suppressors where necessary to pe6.t easy access to line lugs. Lugs shall be front removable and UL listed for 60°C or 75"C, copper v Switch Mechanism: Switches shall be quick-make, quick-break such that, d normal operation of the switch, the operation of the contacts shall not be ca] of being restrained by the operating handle after the closing or opening a of the contacts has started. The operating handle shall be an integral part c box, not the cover. Provisions for padlocking the switch in the "OFF" PO: with at least three locks shall be provided. Switches shall have a dual ( interlock to prevent unauthorized opening of the switch door when the h is in the "ON" position, and to prevent closing of the switch mechanism wit door open. The handle position shall indicate whether the switch is "01 "OFF". Enclosures: Covers on the enclosures shall be attached with pin type hinges. e. Ratings: Switches shall be rated as indicated on thl? plans. The switch accept Class RK1 or RK5 fuses as indicated and have provisions for installation of a UL listed rejection feature to reject all fuses except Class R E. The UL listed short circuit rating of the switches shall be 100,00( symmetrical amperes. b. C. a d. Switches shall be furnished in NEMA 3R rain tight enclos 0 iot319a 209-3.5 Panelboards Panelboards shall be Square D 'Nestinghouse or appr equal. Main ratings and branch circuit breaker ratings shall be of size and numb indicated on drawings. Panelboards shall be bolt-on type construction. All current car parts of the bus assembly shall be copper. Terminals for feeder conductors to maim branch neutral shall be UL listed as suitable for the type conductor specified. The center bus assembly shall be enclosed in a steel cabinet. The size of the wiring gutter gauge steel shall be in accordance with UL Standards No. 67 and No. 50. Fronts include door and be provided with a directory for circuit identification. Panelboard 1 and fronts shall have corrosion resisting phosphate treatment and a gray baked er finish. Panelboards shall be UL listed, and shall bear the UL label. a. 0 Branch Circuit Breakers: Branch circuit breakers shall be bolt-on type, t action with quick-make, quick-break mechanism. Tri~i indication shall be cl shown by the breaker handle taking a position between "ON" and "OFF" whe breaker is tripped. All multi-pole breakers shall be! single operating k common trip variety. Branch circuit breakers feeding; convenience outlets have sensitive, instantaneous trip in order to give "flash protection" for fr stranded wire cords. Trims: The panelboard shall have a door equipped with flush-type combin lock and catch, and two milled type keys. The door shall have a plastic co directory with a typed identification card of all circuits used. 209-3.6 Transformer. The panelboard transformer shall be self-cooled type Class H insulation, and a temperature rise of 80°C in 40" ambient, and shall be local the motor control center. Kilovolt ampere ratings shall be as shown on the drav Design, construction and operational characteristics shall be in accordance with ASA, and NEMA standards. Primary windings shall be rated at 480 volts with six 2-1/2 pe full capacity taps, two above and four below nominal line vokage. Secondary win shall be rated at 120/208 volts, three-phase, four-wire with neui:ral brought out. Win shall be of the fire-resistant type, designed for natural convection cooling throug circulation. The transformer shall be furnished with a nameplate located on the front of the unit nameplate shall be anodized aluminum with the following information etched or stei on the face: phase, cycles, KVA, temperature rise, primary and secondary vo impedance, serial number, polarity, wiring diagram, weight, instruction book numbei complete voltage tap connections. b. 0 209-3.7 Alarm System. a. All alarms shall be sent to an alarm annunciator panel located in the 1 control center. a 10/3/9C b. Failure conditions are shown on the drawings and include: 1. High wet well level 8. Water detecfed in dry well 2. Low wet well level 9. Comminutor failure 3. Bubbler air supply lost 10. Critical low level fuel day tank 4. Generator failed to start 11. Generator status 5. Pump #1 fails to start 12. Underground fuel tank general al 6. 7. Alarm conditions as indicated shall activate an auro-dialer provided b] contractor. The phone number and their sequence shall be providled by the City of Carl 209-3.8 Conduit and Fittings. Conduit - Rigid conduit shall be full weight threaded type aluminum or except where specifically called out on the drawings to be steel. Steel co shall be protected by overall zinc coating to inside anti outside surfaces, aF by the hot dip, metalizing, or sherardizing process. Electric metallic tubing (EMT) shall be zinc-coated sreel with baked enan plastic finish on inside surfaces. Liquid-tight conduit shall be galvanized steel flexible conduit with a moistur oil-proof jacket. Non-metallic conduit shall be polyvinyl chloride (PVC) rigid conduit Schedu Type I1 for underground installation and concrete encased minimum 2 covering, UL listed. manufacturer. PVC coated rigid stub outs shall be provided for any ncn-metallic conduit st1 through concrete. PVC coated rigid stub outs shall be Robroy or approved 6 Fittings - Condulet type fittings shall be smooth inside and out, taper thrc with integral insulating bushing and of the shapes, sizes, and types requb facilitate installation or removal of wires and cables from the conduit and t system. These fittings shall be of metal, smooth inside and out, thoro galvanized, sherardized or cadmium plated. Condulet covers shall have the same material and fiEish as the fittings. Connectors, couplings, locknuts, bushings, and caps used with rigid conduif be steel, threaded, and thoroughly galvanized. e Pump #2 fails to start Pump #3 fails to start C. d. a. e Conduit and fittings shall be produced by the b. a 10/3/9c EMT fittings, connectors and couplings shall be steel zinc or cadmium pl rain-tight, threadless, compression or tap-on multiple point, steel locking type with insulated throat. The finish shall be zinc or cadmium pl; Connectors that anchor the conduit by set screws shall not be used. Connectors for flexible conduit shall be liquid-tight with insulating bushing provisions for a ground connection. Conduit unions shall be Erickson, Steel City, or approved equal. The u running threads will not be permitted. 209-3.9 Conductors, Wire and Cables. All conductors shall be copper. 0 THWN Stranded, Thermoplastic, 600-volt, 70°C, UL approved. shall be provided fi wiring. Type "THWN" stranded copper shall also be provided for signal service and cc conductors. Wire and cable shall be new, manufactured not more than six months prior to install: shall have size, type of insulation, voltage rating and manufac:turer's name permar marked on outer covering at regular intervals. Wire and cable shall be factory color ( by integral pigmentation with a separate color for each phase and neutral. No conductor shall be smaller than #12 AWG unless indicated otherwise. 209-3.10 Junction and Pull Boxes. For interior dry locations, boxes sh galvanized one piece, drawn steel, knockout type, with removable, machine screw se covers. For outside, damp or surface locations, boxes shall be heavy cast aluminum or cas' with removable, gasketed, non-ferrous machine screw secured covers. For all fuel tank connections (alarm floats, sensors, etc.) fittings shall be explosion rated for a Class 1 Division 1 hazardous location, and shall comply with all local, stat national codes for underground fuel tanks. All boxes shall be sized for the number of sizes of conductors anti conduits entering th and equipped with plaster rings where required. Each conductor shall be terminater Buchanan terminal connector and completely identified with an engraved identification marker. 0 209-3.11 Outlet Boxes. For fixtures, boxes shall be galvanized, one-piece C steel, knockout type equipped with 3/8-inch fixture studs and plaster rings where reqi For convenience outlets, wall switches, or other devices, outlet boxes shall be galvai one-piece drawn steel, knockout type, 4-inch by 1-1/2 inch minimum size with plaster 0 as required. 10/3/9c For locations where standard boxes are not suitable, special boltes shall be designed space or meet other requirements and submitted for approval. For exposure to we: damp locations, or surface mounting, outlet boxes shall be heavy cast iron with thrt hubs. Covers shall be watertight with gaskets and non-ferrous screws. 0 209-3.12 Switches. Single-pole switches shall be AC rated, heavy duty, ba side wired with binding screws, Hubbell #1221-I or Sierra #5021, or approved equal, 204 120/277 volts. Two-pole, three-way, and other switches shall be similar. Switches controlling or disconnecting single-phase motor loads hi excess of 1/3-horse~ shall be horsepower-rated and approved for motor control service. Switches slx complete with overload devices for proper motor nameplate rating. 209-3.13 Convenience Outlets. Convenience outlets shall consist of a d convenience receptacle mounted in an outlet box in the wall, flush with the finish st and shall be complete with plate. Receptacles for convenience outlets, unless otherwise indicated, shall be standard d 3-wire grounding type, 20 ampere, 125-volt Hubbell #5262-B. 209-3.14 Device Plates. Device plates shall be plastic, brown color, sized fc number of gangs and types of opening necessary. 209-3.15 Terminal Cabinets. Terminal cabinets shall be fabricated of hot d galvanized code gage sheet steel for surface mounting and sized as indicated. Doors be hinged and lockable. Each conductor shall terminate at a Buchanan termina identified with an engraved fiber tag. Allow at least 12 spare terminals. 0 209-3.16 Telephone System. Telephone conduit fhm the nearest Telel Company box into the station shall be 2" PVC separate from electrical conduit: terminate adjacent to Telephone Company backboard. A plywood backboard is provided inside the station, mounted adjacent to the telemetry equipment enclosure fc Telephone Company to terminate on. Backboard shall be 1/2"x 16"x 24" with an elec duplex outlet within 5' of backboard solely for the use of Telephone Companj Telemetry personnel. Conduit is to contain a nylon pull-line. 209-3.17 Seismic Design of Equipment. All prefabricated equipment furn and installed under this section shall be designed and constructed in such a manne all portions, elements, sub-assemblies and/or parts of said equipment and the equir as a whole, including their attachments, shall resist a horizontal load equal to the ope1 weights of those parts multiplied times the following factors; Type of Equipment Factor CD Rigidly supported equipment such 0.50 such as pumps and control panels 0 10/3/9c Load is to be applied at the center of gravity of the part and to be in any direc horizontally. Design stresses shall be in accordance with the specifications for desig the American Institute of Steel Construction. All equipment shall be anchored as reqt and/or as detailed on the drawings. 209-3.18 Certification. Written certification, in a form approved by the Ow shall be provided by the equipment manufacturer or his authorized representative. certification shall verify: a. That the equipment and its installation has been inspected on the job bj manufacturer and that the equipment is in first class condition throughout been installed in accordance with manufacturer's requirements recommendations, and that the installation is approved by the manufactw That the equipment is operating in a safe and satisfactory manner a~ delivering capacities and performance not less .than the capacities performance herein before specified and/or indicated on the drawings. 209-3.19 Preparation and Installation. Installation of Conduit, Fittings, and Outlet Boxes - All conduit install( concrete or masonry, in damp or hazardous locations, or subject to mecha injury shall be heavy wall, threaded, galvanized, rigid steel. Underground feeder conduit shall be, unless otherwise indicated, Schedul Polyvinyl Chloride (PVC) complete with a minimum 3-inch, (2,000 lb.) cor envelope. All branch circuit conduit below slab shall be imbedded and shall be 3/f minimum trade size for steel and 1-inch minimum trade size for PVC. Electrical metallic tubing (EMT) may be used in all dry and concealed loc: other than those previously mentioned, unless othemise restricted by appl codes or required by the drawings. Conduit shall be run so as not to interfere with other piping fixtur equipment. The ends of all conduit shall be cut square, carefully reamed out to full siz shall be shouldered in fitting. No running threads will be permitted in locations exposed to the weatl concrete or underground. Special union fittings shall be used in these loc: Threads must be completely covered with a thread compound prior to insta: of fitting. b. a. e e 10/3/9 All underground conduit shall be installed at a depth of not less than 24 in below the final finish grade. Backfilling shall be done in accordance with the Earthwork Section of t specifications. Where conductors enter a raceway from a cabinet, pull box, or junction box conductors shall be protected by a plastic bushing type fitting providb smoothly rounded, insulating surface. All surface run conduit shall be supported at intervals not more than 6 fc inches and with 12 inches from any outlets and at each side of bends and elb Conduit supports shall be galvanized, heavy stamped, two-hole conduit ck properly secured. Perforated iron for supporting conduit shall not be permi Shot-ins may be used to support up to 3-inch standard conduit at 6 feet 0 ir spacing or a load of 75 pounds provided they meet the following requirelr 1. Testing and inspection shall conform to ANSI A10.3. The operator, and fastener shall be prequalified by the project inspector. He shall ob the testing of the first ten fastener installations. A test "pullout" load c less than twice the design load, or 150 pounds, whichever is greater, be applied to the pin. Thereafter, random tests under the pi inspectofs supervision shall be made of approximately one in ten Should failure occur on any pin tested, all installations must be testec unfair pins replaced. Anchorage installation should be made in such a manner that there movement subjected to the shot-pin. All loads should be in simple te or in shear. Shot-pins shall not be installed closer than 4 inches from of concrete. e a 2. Exposed conduit runs shall be installed parallel cr perpendicular to 1 structural members, or intersection of vertical planes and ceilings. Field bends and offsets shall be avoided where possible. Crushed or defc raceways shall not be installed. Open knockouts in outlet boxes only where required for inserting conduil Locate wall outlets of the same type at same level in all rooms except 1 otherwise noted. Before interior finish has been applied, accurately pluI outlet boxes. Heights noted below are taken from the finished floor: 1. 2. Wall switches 4 ft. 6 in. to center, set vertically. Convenience receptacles, 1 ft. 6 in. to center, set horizontally. a 10/3/9( Outlet boxes on metal stubs shall be attached to metal hangers tack welde bolted to studs. Sleeves shall be installed where conduit passes through masonry or con( walls and shall be 24 gauge galvanized steel no more than 1/2-inch greatc diameter than the outside diameter of the conduit. Caulk conduit into sle with some wood and waterproof in areas below grade. The caulking must 1 fire rating approval. All boxes shall be covered with outlet box protector, Appleton SB-CK. 1 plaster and dirt from entering boxes or panels. All empty conduit shall have a heavy nylon pull wire left in place for futurc in all runs and tagged with a plastic tag at each terminating and indicatinj location of the opposite end of the conduit. All rotating electrical equipment shall be supplied with flexible, liquid- conduit with appropriate slack. Length shall not exceed 36 inches. Grounding - Provide grounding for the entire electric installation, including not limited to, conduit, neutral or identified conductor!; of interior wiring sy: transformer ground, power and lighting panelboard, non-current carrying I parts of fixed equipment, telephone distribution equipment, and communica equipment. Furnish and install all service grounding wires, conduit and clamps. Pro\ grounding conductor for all underground non-metallic conduits. The size ( grounding conductors shall be not less than that set forth in the latest editi the California Administrative Code, Title 24 State of California, and Nal Electric Code. Fixtures and Equipment - All fixtures and equipment shall be mountc indicated on the drawings or as directed by the Owner. Installation of Conductors - All electrical wire, including signal circuits, sh installed in conduit. All circuits and feeder wire!; for all systems sh continuous from switch to terminal or farthest outlet. No joint shall be except in pull, junction, or outlet boxes, or in panel or switchboard gutte Thoroughly clean all conduit and wire-ways and see 1 hat all parts are dry 1 pulling any wires. Use no lubricant except Mineralix or powdered soap Install UL approved, fixture wire from all lighting fixture lamp socket fixture outlet or junction box. Joints in Conductors - Joints in conductors smaller than No. 6 AWG sh made with solderless, tapeless, type pressure cable connectors a b. e C. d. e. e 10/3/91 f. Power Supply and Connection of All Mechanical Equipment - Provide PC supplies and control wiring to all mechanical equipment, included but not lin to equipment furnished and installed by Owner or Contractor and heating an1 conditioning equipment. The installation shall produce a complete and oper system as shown on the respective drawings. Unless otherwise noted, the Contractor shall furnish and install all conc boxes, pull wires, etc., for low voltage wiring. Low voltage wiring is that w is less than 120 volts. It is the ContractoJs responsibility to verify with the drawings of other trade: extent of his responsibility for mechanical equipment. The bid must inclu sum sufficient to cover the cost of this work. Power supplies shall be terminated in a suitable outlet or junction box adjs to the respective item of equipment. 209-3.20 Testing and Adjustment. Upon completion of all electrical worE Contractor shall test all circuits, outlets, switches, lights, motoi-s, breakers and any ( electrical items to insure perfect operation. Equipment, fixtures, and parts in need of correction and disccwered during such te shall be immediately repaired or replaced with all new equipment and that part c system then retested. All such replacement or repair shall be done at no additiona: to the Owner. a 209-3.21 Identification. Identification Nameplates - Identification nameplates shall be Lamacoid l/a thick and of approved size, with bevelled edges and engraved letters 1/4 high minimum on colored background or with white background and co letters. Colors and background shall be selected by the Owner. Nameplates be provided for all circuits in the service distribution, and power distrib panelboards, motor control center, lighting distribution switches, motor cc push button stations, selector switches, transformer, terminal cabine telephone cabinet. Inscriptions on equipment shall be identical to those ind in panels and/or motor control center, and other similar devices. Each namc shall be provided with drilled holes and mounting screws. Identification of Air Handling and Other Mechanical Equipment - Equipm be so identified shall include, but shall not be limited 1.0 magnetic starters, I level, pressure and temperature controllers, switches, damper motors, equi] motors, and boxes or cans housing other control items. Mechanical equi] nameplates shall have letters a minimum of 3/8-inch high. a a. b. a 1013191 209-3.22 Maintenance, Servicing & Instruction Manuah & Wiring Diag Prior to final acceptance of the job, the Contractor shall furnish to the Owner eight cc of operating and maintenance and servicing instructions, as well as eight complete sc wiring diagrams for the following items of equipment: a 1. 2. Motor Control Center 3. Variable Frequency Drive Main Utility & Distribution Switchboard All wiring diagrams shall specifically cover the system supplied. Typical drawings wi be accepted. 209-3.23 Contractois Responsibility. It shall be the electrical subcontra responsibility to obtain a complete set of drawings and specifications. He shall chec drawings of the other trades and shall carefully read the entire specifications and deter his responsibilities. Failure to do so shall not release the Contractor from doing the in complete accordance with the drawings and specifications. 209-3.24 Final Inspection and Acceptance. After all requirements o specifications and/or the drawings have been completed, representatives of the Owne inspect the work. The Contractor shall provide competent personnel to demonstrat operation of any item or system, to the full satisfaction of the Owner. The Contractor shall include in his contract bid the cost to provide a compc independent company who will test and provide written certification of complete EI fault failure oDerationa1 tests and verification. The Contractor shall be responsible for making all necessary ccrrections and for retc as well as certification that all deficiencies have been rectified, 0 209-3.25 Shop Drawings. In addition to requirements called for in sections, the following must be strictly adhered to: a. Submit a reproducible type transparency copy of a coinplete list of materia: equipment proposed for the job. Include job description, architect, and en1 identification, all data with capacities, sizes, dimensions, catalog nun manufacturer's brochures, etc. After initial submittal has been returned, all necessary changes where required and resubmit eight printed copies. Shop drawings and material lists shall be bound in sets (heavy constru three-ring binders) and be complete in every respect. Provide index, numbers, and identify each item with an identifymg symbol. Provide ta each section. b. a 10/3/9( Add the following: 2094 ELECTRICAL CONTROL COMPONENTS 2094.1 Motor Control Center. General - The motor control center shall consist of standardized, dead f indoor type vertical sections, 20 inches deep, drip-proof, and the control grouped to provide a completely enclosed motor coritrol center in accorc with the applicable standards of National Electrical Manufacturer's AssociE Each starter-breaker combination or feeder breaker shall be housed i individual compartment and shall be of the plug-in type, readily removable the front. Each unit shall contain suitable guides removable from the 1 Each unit shall contain suitable guides for accurate alignment, both horizoi and vertically. The main horizontal bus and vertical buses shall be of coppe shall have a minimum rating of 600 and 300 amperes respectively. The r control center shall be sufficiently braced to withstand the stresses producl short circuit currents corresponding to 42,000 RMS symmetrical amperes wiring shall be in accordance with NEMA Standards for Class 11, Ty construction. All terminals for incoming and outgoing power cables shi provided with clamp type solderless connectors. Sections shall have full E piano hinged, wireways, and engraved lamacoid nameplate designations foI motor starter or circuit breaker. The nameplate for the motor control center be 2-1/2 inches by 6 inches with voltage and pha:;es indicated. The I control center shall be properly leveled and securely anchored to the pad. Motor Starters - Motor starters shall conform to the NEMA Standards. Th of the starter shall be as noted but not less than that required for the part load. In no case shall a smaller size than No. 1 be used. All starters sh equipped with contractors that are vertically actuated, gravity assist drop-ou shall be as manufactured by Allen Bradley or approved equal. The starters be equipped with externally mounted reset buttons for resetting the th overloads. The thermal overloads, one for each phase, shall be rat accordance with the requirements of the National Electrical Code, and sh of the ambient compensating type. The actual narreplate values and st; characteristics for each motor shall be used for rating of the overloads. Fi motor starting/running characteristics to justify selection. Each starter uni~ also be equipped with individual control power transformer with one seco lead grounded. The control power shall be rated for 120 volts. Each starter unit shall also be furnished with door-mounted, non-rese elapsed running time meter. The meter shall be approved bj Owner/En@neer. the six-digit meter shall indicate the total running ti "hours" and "tenths of hours". e a. b. 0 a 10/3/9( C. Motor Circuit Protectors - Motor circuit protectors shall be of the 1F disconnect type, fuse types and sizes as indicated on the drawings. The open handle shall clearly indicate the position of the switch. Means shall be prov to lock each handle in the "Off' position. Keyed handles not accepted. Minh frame size shall be 42,000 amperes, symmetrical inteirupting capacity. Push button Stations and Control Devices - All push button stations, switc pilot lights and other control devices shall be heavv-duty, oil-tight me, rated VAC. The color of the Motor Control Center (MCC) and panelboards shall be j Nameplates shall be provided for MCC, each starter compartment, the COI section, panelboard, etc. The nameplates shall be engraved Lamacoid pla approved size with background and letter colors as selected by the Owner. 2094.2 Pump Tn-plexhg Control System. The control system shall consi incoming service equipment, control equipment and control logic to run three each 2 centrifugal pump motors through an alternating tri-plexing system using lead-la control and alternating the lead pump every 24 hours. A :;ingle 20 hp AC var frequency drive shall be used to maintain a constant sump level in the system. Onlj pumps shall be in service at any time. The third pump is a standby pump, providing standby. a. a d. e. Pump Control Logic - A programmable logic controller shall be used to per pump sequencing, monitor system status and engage alarms. At a minimun pump control logic shall provide the following: 1. a Tri-plexing - rising level of sewage in the wel' well shall start the pump. Normal operation will cause the lead pump to operate withi range indicated on the drawings. In the event the flow minimizes, the pump will pump down to its stop level and stop. In the event the maximizes, the lead pump will go to full speed and the lag pump m the level keeps rising, start and operate within the level indicated. I event the lag pump doesn't start, or the lead pump ceases functionhi standby pump (lag lag) will start operating within the operating indicated on the drawings. Alternating - The lead pump shall alternate with the lag 1 - lag 2 every 24 hours. - 2. b. Variable Frequency Drive (VFD) - shall be 20 hp rated, PWM type, diode I front end with fixed voltage input to DC bus, darlington transistor 01 electronic thermal overload protection for motor, and drive protective fun against phase - to -p hase shorts, phase- to-ground shorts and bus over-voltage unit shall fit in a 30" wide, 72" high, by 20" deep enclosure and allow ade space for ventilation and power wiring. a 10/3/9( C. Proportional Controller (PID) - shall include digital display of wet well leve point, rate, reset, and output percentage. All variables shall be adjustabl touchpad from display face and may be changed without shutting system d Liquid level control shall be compatible with PID. Isolation Transformer - shall be as sized on the drawings, be dry type, and an electrostatic shield. Programmable Logic Controller (PLC) - shall have battery memory bacl program shall be stored in a front removable EPROM package. Pump cc program logic shall be by control system manufacturer. Pump Control System Manufacturer - The pump control system shall be desi and furnished by a drive systems manufacturer to ensue equipment compati and a single point of pump system control responsibility. The drive SJ manufacturer shall design, fabricate, and factory test rhe control system pr delivery to installing contractor, and furnish the following equipment: 1. Motor control center 2. Variable frequency drive 3. Programmable logic controller 4. 5. Isolation transformer The drive system manufacturer will furnish start-up services and on site war and non-warranty service. 0 d. e. f. Proportional controller with liquid level controls 0 Add the following: 209-5 ENGINE GENERATOR SYSTEM 209-5.1 Ger~~d. a. It is the intent of these specifications to secure for the purchaser a generat of the latest commercial design, together with all accessories necessary complete installation as shown on the plans and drawings and specified h The equipment supplied and the installation shall meet the requirements ( National Electrical Code, NFPA 110, and all applicable local codes regulations. All equipment shall be new, of current production of a nationa which manufactures the engine generator set as a matched unit, an( manufacturer together with its authorized representative, shall havc responsibility for the performance of the generator set and its accessories. shall be designed for indoor installation. Supplier shall maintain a parts and service facility within San Diego Count offer 24-hour emergency service. b. a 10/3/9( 209-5.2 Rating. Mir~hnum rating shall be 60 KW, 0.8 PF, 75 KVA, for continuous sta operation during any utility power failure. Rating shall be verified by pubh specification sheets of its nationally recognized manufacturer. Motor sta capability shall permit the following load steps with a voltage dip (measurt light beam oscillograph) not exceeding 13 percent. a. SteD - Load 1 2 KW Miscellaneous Lighting 1 1 1 2 5 HP Code H Motor 1-1/2 HP Fan and Compressor 20 HP Variable Speed SCR Controlled Motor 20 HP Variable Speed SCR Controlled Motor Generator set provided shall meet the minimum she and provide the r starting capability specified above. Size of generator shall be adequate to prq wave form distortion due to SCR loading. Note that rating shown abovt "minimum". System voltage is 277/480,3-phase, +wire, 60 hertz. Generator shall be 1; type for future voltage changes. Generator set design specified here is based upon Kohler Co. Generator Set fi 60 ROZJ as supplied by Bay City Electric Works, San Diego, Calif1 Equipment of equal quality and performance will be considered by the engi 209-5.3 Ehghe. The engine shall be a 4-cycle direct connected to the generator by a semi-fll coupling, and both shall be mounted on a common sub-base. The engine have sufficient power to produce the specified rating when operation at genc synchronous speed with all accessories required for normal operation incl exhaust, fuel, cooling and battery charging systems. Maximum engine speec be 1800 RPM. The engine shall be equipped with a fuel system suitable for operation diesel fuel. Fuel system shall include fuel filter, transfer pump, flexible fuel and primary fuel/water separator. b. C. 0 a. b. e 10/3/9( C. The engine cooling system shall be designed to provide adequate cooling rated load in ambient temperatures up to 122 degrees Fahrenheit. The sy shall include a unit mounted radiator, blower fan, water pump, and thermc Provide a low water level shutdown device. The engine governor shall maintain frequency Within a +/-0.33 percent 1 under steady state conditions and five (5) percent from no-load to full load. engine shall have a pressure lubrication system and replaceable element oil f Starting shall be by means of a solenoid operated positive engagement driven electric starter for operation on 12 volt D.C. Note the cycle-c requirement specified within the generator control panel. Lead acid battery set shall be provided and moulted inside the gene enclosure with earthquake restraints. Battery shall be 12 volts and sizc provide at least 630 cold cranking amperes. Provide necessary battery cat Engine protective devices shall include: 1. Overcrank - lockout 2. Low oil pressure - preliminary alarm 3. Low oil pressure - shutdown 4. High water temperature - preliminary alarm 5. High water temperature - shutdown 6. Low water temperature - alarm 7. Overspeed - shutdown 8. Low fuel level - alarm Provide vibration isolators installed between the engine generator and assembly. 209-5.4 Generator. The generator shall be 4-pole, revolving field, with rotating brushless or exciter. It shall have a solid state voltage regulator capable of maint: voltage within +/-2 percent at constant load from 0-100 percent of r Voltage regulator shall be of the volts-per-hertz type and NFPA-110 requirc for 100% load pickup shall be met. It shall have class F insulation system as defined by National Elel Manufacturers Association, and meet the requirements for temperatur specified in NEMA Standard Mgl 22.40. On application of any load up t percent of the rated load, the instantaneous voltage dip shall not exce percent and shall recover to +/-2 percent rated voltage within one second generator shall be capable of sustaining at least 250% of rated current for a 20 seconds under a 3-phase symmetrical short by inherent design or 1 addition of an optional current boost system. a d. e. f. g. a h. a. 0 10/3/9( b. A resettable line current sensing circuit breaker, with inverse time versus cu response shall be furnished and shall not automatically reset prevei restoration of voltage if maintenance is being perfoimed. This breaker protect the generator from within the 10 seconds specified above to i selective tripping of down-stream fuses or circuit breakers under a condition. Circuit breaker shall be sized at 100 AF/lOO AT. Circuit breaker be installed in the generator terminal box and be easily operable wher operator is at the control panel. 209-5.5 Control Panel. The generator set shall be equipped with a mounteli control panel whic conjunction with an automatic transfer switch, shall provide a compl automatic standby system. The controls shall provide remote 2-wire stop control and a unit mounted 3-position test switch labeled test-off automat In the test position, the engine shall start and run regardless of the positi the remote starting contacts. In the automatic position, the engine shall sta contacts in the remote control circuit close and stop when those contacts ( In the "off' position, the engine shall not start evert though the remote contacts close. A flashing light shall indicate switch in "off' position. controls shall include provision for selection of either: 1. 2. 45 seconds continuous cranking. If the engine has not started within that time, the control shall lock off an resume cranking until manually reset. Individual alann indication lights sh provided to show the unit shutdown due to low oil pressure, high temper; overspeed, or overcrank. Individual lights shall be provided to show prelim alarms for low oil pressure, high water temperature, long water temperaturf low fuel level. A five minute unloading running time cool down delay sh included either in the engine starting controls or the automatic transfer s\ An engine and generator instrument panel shall be installed on the unit vibration isolators, and include the following: 1. Instrument e a. 15 second crank and rest periods with an overall 75 second cycle. e b. AC voltmeter, 3.5 inch, 2% accuracy AC ammeter, 3.5 inch, 2% accuracy VM/AM phase selector switch Frequency meter, 3.5 inch, 0.5% accuracy, dial type DC voltmeter, 2 inch, 2% accuracy Engine water temperature, 2 inch, 2% accuracy Engine oil pressure, 2 inch, 2% accuracy Running time meter 0 10/3/9C 2. Indicator Lamps Overcrank (red) High water temperature (red) Low oil pressure (red) Overspeed (red) Anticipatory low oil pressure (yellow) Anticipatory high water temperature (yellow) Low water temperature (yellow) Emergency stop (red) "Not in auto" (flashing red) Low fuel (red) System ready (green) Battery charger fault (red) Low battery volts (red) Auxiliary lamp (red), spare - for use by others 0 3. Controls Lamp test switch Voltage adjusting rheostat "Run-off/reset-auto(' switch Panel lamps (2) Alarm horn, with silence switch. Note: Silencing this horn after one i.e., low fuel, shall not prevent it from sounding again should a difl condition occur. 4. 0 C. Complete control panel shall be "rodent proofed" to prevent damaj components by small rodents. 209-5.6 Fxhaust System. A critical degree silencer shall be provided. Supplier furnish back prc calculations for the installation as shown on the drawings verifymg that e limitation is not exceeded. Silencer shall be arranged for horizontal mot with bottom (side) inlet and end outlet. Provide a stainless steel bellow! flexible exhaust connector at the engine exhaust out let. Provide installation supports and piping as shown on the drawings. Provide long radius type elbow to discharge exhaust vertically. Provide suitable rain cap. a. 0 10/3/9( 209-5.7 Battery Charger. An automatic float/equalize type battery charger shall be provided, installed wired on the generator set. Connections to the battery shall be solid wired ( on type clamps not acceptable). Input voltage shall be 120 volts AC. Chi shall be UL listed. Output capacity shall be 10 amps at 12 volts DC. Features shall include the following: 1. a a. b. Low battery voltage alarm contacts, set to closle if battery voltage c below 11 volts. Neon light to indicate the selector switch is in the "equalize" range. 2. 3. DC voltmeter. 4. DC ammeter. 5. 6. 7. AC circuit breaker on input line. DC circuit breaker on output. Battery charger failure alarm contacts, set to close if AC power is IC charger. C. Battery charger enclosure shall be Nema I constIuction and arrangec convection cooling. 209-5.8 Jacket Water Heater. A jacket water heater, t hemostatically contri shall be installed on the engine. Heater shall be 1500 watts, 120 V, AC input, or 1 if required by engine manufacturer. a 209-5.9 Day Tank. A 10-gallon fuel transfedday tank shall be provide( installed between the underground tank and the engine generator. A fuel tank packaged transfer pump and controls shall include the following features: 1. Fuel level gauge. 2. Pump control. 3. 4. 5. 6. Test push button. 7. 8. 9. 10. Secondary containment basin. High level warning (led warning light). Low level warning (led warning light). Low level remote contacts, N.O./N.C. 1/3 HP, 115 VAC, 1-phase, 60 Hz, 2 gpm high lift gear pump. Steel tank construction with epoxy coating insilie & rust-proofed ou Inspection port, 4-1/2 inch square. a 10/3/9C 209-5.10 Automatic Transfer Switch. a. Generator set shall be furnished with an automatic trarlsfer switch for indoor mounting installation. Transfer switch shall be manufactured by manufacturer of the generator set, and a common warranty shall cove equipment. See engine generator warranty and maintenance contract. Switch shall be rested for continuous duty at 277/480 volt, 3-phase, 4-wir hertz, and be sized at 225 amps, Kohler Model K-1616541-0104. Switch contain 3 pole with switched neutral, and shall be mounted in a Nema I ventilated enclosure suitable for indoor installation. The automatic transfer switch shall be mechanically held and electrically ope by a single-solenoid mechanism energized from the source to which the IC to be transferred. The switch shall be rated for continuous duty ar inherently double throw. The switch shall be mechanically interlocked to e only one of two possible positions - normal or emergency. All main contact shall be the silver alloy wiped action type. They sh: protected by arcing contacts. They shall be of the blclw-on configuration a segmented or brush construction. The operating transfer time in either dire shall not exceed one sixth (1/6) of a second. All replaceable contacts, coil, springs and control elements shall be conven removable from the front of the transfer switch without major disasseml disconnection of power conductors. Sensing and control relays sha continuous duty industrial control grade type with a minimum contact rat1 ten amperes. Automatic transfer switches utilizing components of molded-case circuit brei contractors, or parts thereof which have not been intended for continuou: or repetitive load transfer switching are not acceptaide. The automatic transfer switch shall conform to the requirements of NEM 2-447 and Underwriters’ Laboratories UL-1008. Withstand current ratings and closing rating at 480 VAC and X/R ratio of ( less symmetrical amperes when used with molded case circuit breakers sh minimum of 22000 WCR. Interrupting rating shall be minimum of 1560. Automatic transfer switch shall include the following accessories: 1. 0 b. C. e d. e. Time delay normal to emergency, adjustable - 0.6 to 60 seconds. (Set at 2 seconds) 0 10/3/9( 2. 3. 0 (Set at 30 minutes) 4. Time delay on engine starting, fixed at 3 seconds. Time delay emergency to normal, adjustable 1 to 30 minutes. Frequency voltage relay for emergency source, monitoring 1 -phase, adjustable. Test push-button, mounted on enclosure door, key operated. Disconnect plug to prevent automatic operation. Main shaft adary contact closed on normal. Green pilot light, installed on enclosure door, indicated switch in emerj position. Red pilot light, installed on enclosure door, indicated switch in emerl position. Relay auxiliary contact for emergency source, 2 N/O and 2 N/C-rela, is energized as soon as emergency power is available. Plant exerciser, 14-day period adjustable in 30 minute increments. position switch included to permit "loaded" or "unloaded" running 5. 6. 7. 8. 9. 10. 11. 0 switch only). 209-5.11 Testing. a. Design prototype test: Components of the emergency system, such a engine/generator set, transfer switch, and accessories shall not be subjecl prototype test since the tests are potentially damaging. Rather, similar d prototypes and reliability pre-production models, which will not be sold, sh used for these tests. Upon request, the following certified test records sh made available: 1. Maximum power (KW). 2. 3. Maximum starting (KVA) at 30% instantaneous voltage dip. Alternator temperature rise by embedded therniocouple and by resis method per NEMA MG1-22.40 and 16.40. Governor speed regulation under steady-state and transient conditio Voltage regulation and generator transient response. 4. 5. a 10/3/9( 6. 7. Fuel consumption at no load, 1/4, 1/2, 3/4, and full load. Harmonic analysis, voltage waveform deviation, and telephone infl~ a factor. 8. 9. Alternator cooling air flow. 10. Three-phase line-to-line short circuit test. Torsional analysis testing to verify that the generator set is free of ha torsional stresses. 11. Endurance testing. Final production tests: Each generator set shall be tested under varying with guards and exhaust system in place. Tests shall include: 1. Single-step load pickup 2. Transient and steady-state governing 3. Safety shutdown 4. Voltage regulation 5. Rated power 6. Maximum power Upon request, arrangements to witness this test will be made or a certifiec record will be sent prior to shipment. Site tests: An installation check, start-up and building load shall be perfc by the manufacturer's local representative. The engineer, regular operator: the maintenance staff shall be notified of the time and date of the site tests test shall include: 1. b. e C. The initial startup of the engine-generator set shall be performed factory trained representative of the engine generator set manufacture shall furnish and install the recommended engine lubricants and fi cooling system with a 50% solution of ethylene glycol antifree accordance with the engine manufacturer's recommendations. He sh present during the load test specified above, arid at the conclusion ( test shall supply the owner's representative with one (1) complete operation, maintenance, and parts manuals for all equipment. Under this section of the specification, he shall instruct the o\ personnel in the proper operating and maintenance procedures f components of the standby power system. 0 10 /3 /9( 2. Accessories that normally function while the set is standing by sha checked prior to cranking the engine. This shall include: engine he: battery charger, etc. Start-up under test mode to check for exhaust leaks, path of exhaust g cooling air flow, movement during starting and stopping, vibration d running, normal and emergency line-to-line voltage and phase rotatii Automatic start-up by means of simulated power outage to test re automatic starting, transfer of load, and automatic shutdown. Prior to this test, all transfer switch timers shall be adjusted for p systems coordination. Engine temperature, oil pressure and battery ch level along with generator voltage, amperes, and frequency sha monitored throughout the test. Load test system, utilizing all available building load, for a period hours. 3. a 4. 5. 209-5.12 Warranty. a. The equipment supplied under this section shall be covered by a warranty a$ defects in material and workmanship for a period of 5 years or 3000 hoi operation. Warranty shall provide for free replacement or repair of parts fc 5 year (1500 hour) period, and free labor for the first two years. A war statement including these features shall be provided as part of the ov manuals. Warranty shall be administered by the same company that supplic equipment. 209-5.13 Miscellaneous Equipment. The sheet metal and canvas duct an racks for the battery and battery charger shall be provided by the Generator Manufac Add the following: 0 209-6 UNDERGROUND FUEL STORAGE TANK 209-6.1 General. The Contractor shall furnish all materials, labor equipment necessary for a complete installation as shown on the drawings or spe herein. 209-6.2 Storage Tank. 209-6.2.1 General. Storage tank shall have a capacity of not less thar standard U.S. gallons. Tank shall be UL listed and labeled for underground stor2 flammable liquids. Tank shall be built of mild steel plate, all welded construction, (i.e., 360 degree) double-wall construction, self supporting, with no external ribs. fittings shall be of true double-wall construction, attached to1 both the inner and a 10/3/9( tanks, and pressure tested for leak tightness. Monitor fittings shall penetrate the ( tank only. The tank shall be with both primary and containment tanks being desi2 constructed and tested in accordance with Underwriters Laboratory Standard UL-58-1. tank shall also conform to the applicable requirements of NFPA 30/31. The annulus be UL-listed to be sealed (non-vented). The tanks shall be UL,-listed for all motor including, but not limited to, unleaded gasoline, leaded gasolirte, gasohol in any alc blend percentage, 100% methanol, 100% ethanol, jet fuel, and diesel fuel. e 209-6.2.2 Corrosion Protection. The tank shall be a c;athodically-protected tank manufactured in conformance with Steel Tank Institute "STI-P," Standard manufactured by Ace Tank and Equipment (800/282-0028), Perkins Welding V (916/383-5413), or approved equal. Cathodic protection shall be provided by one or zinc anodes welded to both ends of the tank. These anodes shall be properly sizc provide a minimum of 30 years of protection for this specific installation giver corrosion characteristics of the soils at this site, as well as any other design factors would effect this tank's longevity. The Contractor shall obtain soil samples and other as required by the tank manufacturer (and submit this information to the manufacturer) so that a theoretical analysis can be performed by the tank manufac to correctly size these anodes. A summary of this design evaluation regardins magnitude of potential corrosivity at this site, and the thieoretical analysis oj effectiveness and performance of the cathodic protection system shall be submitted t Engineer for review. It is the intent of these contract documents that these exterior zinc anodes shall satis of the following performance criteria: 1. Provide a potential of at least a negative 0.85 volts measured betwee structure and a copper-copper sulfate electrode in contact with the s Provide a negative potential shift of at least 300mV measured betwee structure and a copper-copper sulfate electrode in contact with soil. Provide a negative polarization potential shift of at least 100mV bet the structure and copper-copper sulfate electrode in contact with the Test leads from the external anodes shall be installed to, and connected at, the cat protection test station indicated on the drawings at the fuel tank site. These leads be installed inside PVC-coated steel conduit (Robroy or approved equal) to protect from damage during backfilling around the fuel tank. Also, the bottom of the primary (i.e., inside) tank shall be cathodically protected wit or more zinc anodes that are welded to the tank bottom. The size of this anode sh as recommended by the tank manufacturer for the intended application and s( conditions, but shall not in any case be less than five pounds in total weight. e 2. 3. e 10/3/9C The exterior of the secondary tank shall be coated with three coats of coal tar e provided minimum 24 mils MDFT; Koppers 300M or approved equal. Tank shall be warranted against internal and external corrosion for 30 years when stc motor fuels, including the No. 2 diesel that is intended to be stored in this fat Workmanship and labor shall be warranted against defects for 5 years. e 209-6.2.3 Tank Fittings & Accessones. The tank slhall be provided wit1 following openings: 1. 2. 3. Four 4" diameter NPT fittings Two 1-1/2" diameter NPT fittings Two 1-1/2" diameter monitoring wells (one in each end of the tank i annular space). The tank manufacturer may provide larger NPT fittings than described above if such 1 sizes are standard with their tank design. However, all costs <associated with the L larger fittings than shown or specified, shall be borne in their entirety by the Contr: Tank manufacturer shall provide a repair kit of materials as required to restore areas ( external coating system that are damaged due to transportation, handling, and instalk Provide a 12-inch by 12-inch by 1/4-inch aluminum or steel plate (whichet recommended by the tank manufacturer) laminated on the tank directly below the tal pipe opening. Provide all pipe connections with dielectric fittings. e 209-6.3 Tank Hardware, Manholes & Piping. 209-6.3.1 General. Tank hardware, manholes and piping to be supplied wil tank for field installation shall be as indicated on the drawings. Product type: manufacturers shall be as indicated on the drawings, or approved equal. Installation conform with the manufacturer's recommendations. Provide all fittings and accessor required for a complete installation per manufactureJs recommendations. 209-6.3.2 Piping. All fuel piping, vent piping, and risers, shall be Schedule 40 black iron p conformance with ASTM Al20, unless otherwise specified or indicated. Secondary containment for the buried 1" diameter fuel oil supply (F.O.S.: and the buried 1-1/2" diameter day tank ovefflow drain line shall be 2" dia non-metallic pipe, fittings and accessories as manufactured by: a. b. a 10/3/9( 1. 2. 3. or Engineer-approved equal The secondary containment piping system shall be UI,-listed. 209-6.3.3 Fuel Strainers. Fuel strainers shall be provided at three locatio A.O. Smith-Inland Inc. ("Red Thread 11") heron, Fiberglass Pipe Division (Dualoy 3000/'L) 0 the fuel supply system: 1. Strainer No. 1: at the underground tank fill linle 2. Strainer No. 2: at the suction side of the day tank transfer pump (on the 1" FOS he) Strainer No. 3: immediately upstream of the anti-syphon valve (on the 1/2-inch FOS line) 3. 209-6.3.3.1 Strainer No. 1. Provide a removable strainer for the fill lb indicated on the drawings. Strainer shall be fabricated of 40-mesh tape 304 stainless with 0.015 inch openings, and a carbon steel support frame. Strainer shall be mini 12-inches long. Strainer diameter shall be 1/8-inch less than the inside diameter c tank bottom protector that is also installed in the fill drop tube. Strainer shall have to fit over the top of the 4-inch diameter riser pipe for support, that is suitable fc indicated installation. Strainer shall be as manufactured by Strainers Inc. (71 3/466-9 or equal. 209-6.3.3.2 Strainer No. 2. Provide a strainer on the suction side of thi tank transfer pump as indicated on the drawings. Strainer shall be 1-inch NPT iron OPW Model 187 bottom opening strainer with OPW Model l98-B 40-mesh brass screen, or approved equal. 0 209-6.3.3.3 Strainer No. 3. Provide a strainer immediately upstream of the syphon valve. Strainer shall be a 1/2 inch simplex oil strainer Model No. : manufactured by Preferred Utilities Manufacturing Corporation, or approved equal. 209-6.3.3.4 Anti-Syphon Valve. Provide an anti-syplhon valve between th tank and the engine-generator set, as indicated on the drawings. Valve shall be a 1/: anti-syphon valve as manufactured by Preferred Utilities Manufacturing Corporatic approved equal. 209-6.3.3.5 28" Diameter Fabricated Steel Manhole. The 28-inch dia fabricated steel manhole that will be installed as a secondary containment piping shall be fabricated from 0.25-inch wall thickness carbon steel pipe. The bottom p' of the manhole skirt shall be cut at a slant as indicated, and a plate of 0.25-inch tk e 10/3/9( carbon steel (30" diameter or 30" square) shall be welded to the slant to provide a w tight bottom. The manhole cover shall be fabricated from 3/16-inch carbon steel I Fabrication details and dimensions shall conform to the drawings. Unspecified deta: dimensions shall be as appropriate for the intended function and installation, and sh: subject to the Engineer's review and approval. The Contractor shall coat all interior carbon steel surfaces of the manhole, stilling pipe, and stilling well support brackets and manhole cover with 8 to 10 mil MDFT diesel fuel resistant coating. Coating shall be Plasite 7111 (cream color), or appr equal. The exterior buried surfaces of the manhole shall be coated with 16 mils MDFT or co< epoxy. Use Koppers 300M, or approved equal. The exterior of the manhole cover shall be coated with the same paint system use exposed piping per these specifications. All penetrations through the manhole skirt or bottom shall be made water-tight, and comply with all applicable electrical codes. The manhole cover shall provide a vapor-tight seal when securely screwed down rubber gasketed seat. The completed manhole unit shall comply with the requireme1 the City of Carlsbad Fire Department. e 209-6.4 Installation. The tank and all fittings, piping, and accessori specified in this section shall be installed in conformance with the manufact recommendations, NFPA 30, State law, local codes (including those of the San I County Hazardous Materials Management Unit and the City of Carlsbad Fire Departn and these contract documents. e 209-6.5 Testing. Subsequent to installation, the Contractor shall test the (both primary and secondary shells) for leaks per the manufacturefs recommendatj Prior to constructing the top concrete slab, the Contractor shall test the performam integrity of the cathodic protection system. The performance criteria previously spe herein, regarding negative potential, negative potential shift, and negative polaris potential shift, shall be satisfied when measured at rhee foot intervals along the lengt: centerline of the tank, beginning at a point 3-feet from one end of the tank and endj feet from the other end of the tank. See Section 208-5.5 for equipment and procedural requirements for this testing. The Contractor shall also test and verify the proper performance of the tank leak de monitor and each of the sensors. a 10/3/9( If any of the tested equipment or systems fails to meet the required performance Contractor shall make all repairs as required, and repeat the failed test until spec performance is obtained. All labor and materials required for tlis remedial work sh provided by the Contractor at no additional cost to the Owner. Add the following: e 209-7 ELECTRONIC FLUID DETECTION SYSTEM 209-7.1 General. The Contractor shall furnish all materials, labor and equip necessary for a complete installation as shown on the drawings and specified hereiI 209-7.2 Purpose of Installation.. An electronic fluid detection system sh provided to: 1. Monitor and alarm the presence of a liquid in the annular space ber the primary wall of the underground fuel tank and the tank's secoI containment wall. Monitor and alarm the presence of liquid in the fuel piping sump tl located above the underground fuel tank. Monitor and alarm when the fuel level in the underground fuel tank to the maximum fill capacity as shown on the drawings. 2. 3. 209-7.3 Equipment. The leak detector monitor shall be a four point annunc system of general purpose design equipped with certified, intrinsically safe barric interface with field contacts that are located within a hazardous area. The field COI when transferring from normally open or normally closed to its off-normal state, w visually indicated via light emitting diode and an audible buzzer. The system constantly monitor the following items: tank annular space, pipe sump and tank level. This system shall consist of 0 1. NEMA 1 enclosure complete with a door-mount display wi1 2. 3. 4. annunciator horn, system test button and silence button. Intrinsically safe field sensor interface module. Intrinsically safe power supply (system shall operate at 115V AC). Three (3) probe alarm module with led status indicators and single double throw relay contacts rated 2 AMPS @ 110 VAC for auxiliary cc alarm, etc. Battery backup for ten second delay for power loss and startup c standby generator. 5. a i0/3/90 Provide separate. annunciation for each alarm mode. Tank high level alarm shall acr an audio and a visual alarm as indicated on the drawings. Provide a remote silencer s rated NEMA 3R for high level alarm. Provide auxiliary contacts to send an alarm signal to the programmable controller ( alarm modes. Provide a laminated plastic label for each alarm mode; label shall be black with . letters . System shall be a Ronan X76S-3RLW or approved equal. Sensors shall be of Type 304 stainless steel/polysulfone construction. Level switch be single-pole single-throw, normally closed, rated 10 VA, 110 to 240 VAC. Leads be 22 GA. Sensor shall be Ronan Model LS-3 or approved equal. a 209-7.4 Installation. A liquid detection probe shall be installed in each ( three locations as indicated on the drawings. The monitor/alarm panel shall be ins inside the standby power building as shown. 210-1 PAINT To Section 210-1.5, Paint System, add: 210-1.5.1 System A - Metal, Indoor & Outdoor Exposure a. Type - Coating shall be one of the following systems, or an approved equ Alternate 1 (TNEMEC): Two coats of Series 66 (high-build epoxoline) @ 4 mil MDFT per coat. exterior exposures, add one coat of Series 73 (high-build acrylic polyure enamel) @ 2 mil MDFT. Alternate 2 (AMERON): Two coats of ArnerLock 400 (high-solids epoxy coating) @ 4 mil MDFT per For exterior exposures add one coat of Amercoat 450 €33 (aliphatic polyuret @ 2 mil MDFT. Surface Preparation - Prepare all surface and provide primers per the manufacturells recommendations. Application - System A shall be applied to all exposed metal work 1 specifically excluded hereinafter. A partial listing of items to receive this c( are: a b. C. a 10/3/9( 1. 2. 3. 4. Steel beams and connections 5. Metals to receive this coating are: specifically identified below to not be field painted. 1. 2. 3. Exposed piping, fittings and valve bodies Exterior surfaces of pumps and motors Metal doors, frames, louvers and sheet metal Bracing, brackets, support studs, kickplates e carbon steel, except for those i The shop-applied primer is compatible with System A as specified he Or, the shop-applied primer is compatible with System A as specified he And, the shop-applied primer or top coat complies with the regulatio the San Diego County Air Pollution Control L)istrict, so that the system can be repaired or repainted subsequent to its installation ai project without complete removal of the original unfailed paint. d. Metallic Surfaces Not to be Painted with System A: 1. Stainless steel 2. 3. Gratings 4. Fencing 5. Galvanized, stairways, handrails & associated fittings or accessories. Copper tubing, red brass piping, and PVC piping except where such p occurs in rooms where the walls are painted or -where pipe color codj required. Electrical fixtures (factory coatings are acceptable) e 6. 7. Nameplates 8. Grease fittings 210-1.5.2 System B: Metal & Hiahly Corrosive ExDosure & Cloncrete Watemroofin a. Type - Coating shall be one of the following systems,, or an approved equi Alternate 1 (TNEMEC): System 46H-413 Alternate 2 (KOPPERS): Bitumastic No. 300-M The minimum system shall be two coats totaling 16 mils MDFT. Apply coats if more than 16 mils MDFT is specified for a particular application. Surface Preparation - Prepare all surfaces and provide primer per the manufacturer's recommendations. b. 0 10/3/9c C. Application - System B shall be applied to the following surfaces: 1. All carbon steel, cast iron, or aluminum that is buried or is subje sewage immersion or sewage atmosphere. Aluminum that is in contact with a dissimilar metal or is embedded j attached to, concrete. The exterior surface of buried valves, buried ductile iron pipe, and buried carbon steel items. e 2. 3. 210-1 S.3 System C: Concrete Block Masonry Waterproofing a. Type - Two coats of a clear, non-staining penetrating sealer. The product be Chemstop Heavy Duty Masonry Waterproofing, Rainguard HD Waterproc Thompson HD Water Seal, or equal. Method and rate of application shall accordance with manufacturer's instructions. b. Surface Preparation - Prepare all surfaces per the paint manufact recommendations. Application - System C shall be applied to the exterior masonry surfaces ( generator building. 210-1 5.6 Miscellaneous Paint Systems Safety Yellow Coating - Guard posts shall be painted with Rustoleurn No. 7448 5 Yellow, or approved equal. 210-1.5.7 Non-Paint Surfaces The following surfaces shall not be painted and shall be suitably protected durin painting of adjacent areas: C. 0 1. 2. Concrete slabs, walls and ceilings. PVC piping except where PVC is in rooms where surfaces are paint where color coding is required. 3. Interior surfaces of masonry. 210-1.5.8 Color Colors shall be as specified herein. The Owner reserves the right to order changes colors specified herein or otherwise indicated on the drawings. 'The Contractor shall s a chart of the manufacturer's available colors to the Owner for selection in advai a painting operations. 10/3/9( 210-1.5.8.1 Pipinn - Colors Piping systems shall be meant to include piping, valves, and fittings, as well as all han supports, clamps, and fasteners by which the complete system :is secured in place. 210-1.5.8.2 Equipment Colors Equipment shall be meant to include the machinery or vessel itself plus the struc supports and fasteners and attached electrical conduits. All rionsubmerged portioi equipment shall be painted the same color as the process piping it serves, excel itemized below. 0 Eauipment -- Collor Dangerous parts of equipment and machinery OSHA Orange Physical hazards in normal operating area OSHA Yellow 210-1 5.8.3 Pipe Identification Painting All nonsubmerged metal piping shall be color coded. Fittings, valves, and pipe sup shall be painted with the same background color as the pipe. Piping color coding shall be in compliance with the requirements of ANSI A13.1 and Z 210-1.5.8.4 Labels for Piping Identification labels shall bear the full piping system name as specified in Color Sch A - Piping, below. Separate flow directional arrows shall be installed with each Labels shall include black lettering on orange self-adhesive vinyl or vinyl cloth. The and adhesive shall be long lasting, resistant to moisture, oils, solvents, and weatherinj shall conform to OSHA requirements. Labels shall be located at all connectio equipment, valves, or branching fittings, at wall boundaries, and at intervals alon piping not greater than 18 feet on center, with at least one label applied to each ex] run of pipe. Labels and directional arrows shall be as manufactured by W.H. 1 Company, Milwaukee, WI; Seton Nameplate Corporation, New Haven, CT; or equa a a 10/3/9( 210-1.5.8.5 Color Schedules Color schedules shall be as indicated below unless otherwise directed by the Owner COLOR SCHEDULE A - PIPING Identification Pipe System Color Label 1. Fuel 03 Supply Federal Safety Orange Fuel Oil Sup] 2. Fuel Oil Return Federal Safety Orange Fuel Oil RetL 3. Day Tank Overflow Federal Safety Orange Day Tank Ove 4. Plant Service Water Medium Blue Water 5. Raw Sewage Dark Gray Sewage 6. Equipment Drains Dark Gray COLOR SCHEDULE B - EOUIPMENT Item Color Raw sewage pumps, including frame & coupling guard 1. 2. Day tank (including overflow basin exterior) Federal Safei 3. Engine generator exhaust system, including silencer, Aluminum C Dark Gray Orange noninsulated piping e 4. Steel supports for engine generator exhaust silencer Light Gray 5. Blower and ducting Beige 6. All other equipment As directed 1 the Owner COLOR SCHEDULE C - ARCHITECTURa Color 2 Beige Item Coats 1. Metal doors and frames 2. Metal louvers 2 Match block integral colc 210-1 5.9 Compliance with Air Pollution Control Standards All paint products whether field or shop applied shall comply with San Diego Coun Pollution Control District (61 9/565-3937) regulations. Specific attention is direc’ Rules 67.3 and 67.9. Revised Rule 67.9 criteria regarding maximum volatile 01 carbon (VOC) content is effective. 0 10/3/9( 21 0-1.5.10 Workmanship All coating systems shall be applied in strict conformance with the paint manufacti recommendations. 21 0-1 -5.1 1 Inspection During and after final application of protective coatings, all metad surfaces shall be chc mechanically with an Elecorneter, Mikrotest or other approved dry film thickness gaul insure that the specific dry film thickness has been attained. a 212-1 LANDSCAPE MATERIALS To Section 212-1.1, Topsoil, add: Topsoil shall be Class "A" (imported). Agricultural grade gypsum shall be a (CAS04. HZO) calcium sulfate product - 94.3%. shall pass a 50 mesh screen. Chemical reaction will remove sodium attached tc particles. Gypsum also loosens heavy clay soils through electrochemical action. Cc of dust during application is mandatory. (Shall be similar or equal to: U.S. Gypsum, Dolmar, or BandiIli). Iron sulfate - iron shall be expressed as metallic - derived from sulfate - deep green (F1 - H20). A minimum analysis of 20.0% and 98.3% retained ort a 10 mesh screen. (Shall be similar or equal to: Wilson & Geo. Meyer, Wil-Gro, or Bandini). To Section 212-1.2.3, Commercial Fertilizer, add: Pre-plant fertilizer shall be granular commercial fertilizer 1-1 0-10 or approved equ; Post-plant fertilizer shall be 14-7-3 or approved equal with CAY FE, ZN, and MN and the majority of nitrogen in non ammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets (20-10-5), in 21 gram sizes. To Section 212-1.2.4, Organic Soil Amendment, add: Organic soil amendment shall be derived from wood with the following properties: It be a wood residual product derived from the bark of pine, white fir/and red fir, shavings or redwood shaving. Amendment upon analysis shall contain at least nitrogen (on a dry weight basis) with an ash content not to exceed 10%. A corn grade product shall be used. m e 10/3/9c Contractor shall supply Engineer or his appointed representative with a sample of proposed amendment accompanied by laboratory analytical analysis from an apprc laboratory illustrating degree of compliance. Contractor shall supply tests for a( organic materials only. The Engineer will provide agricultural testing on amended sc place. Soil conditioner shall contain a special blend of organic fractions to supply several deg of breakdown rate which lasts up to 10 years in the soil, a portion of inorganic amen& that resists further breakdown PH of 5.5 to 6.5, salinity (EC8 x 103 at 25" C) of organic matter (dry weight basis) more than 90%, non-ionic wetting agent and nitrogen (organic or ammoniac) content of 0.5%. Soil conditioner shall be Wil-Gro Life, Loamex, Forest Humus or an approved equal. To Section 212-1.2, Soil Fertilizing and Conditioning Materials, add: 212-1 2.6 Herbicides and Pesticides Shall be used in their appropriate applications with strict adherence to manufacti specifications and instructions. Post emergent herbicide for all areas shall be Roundup, Diquat, Montar, or approved e Pre-emergent herbicide for shrubs and ground cover areas (planted from flats), sh: Treflan, Surflan, Eptan, or approved equal. To Section 212-1.4.1, General, add: Contractor shall notify Engineer 48 hours before each plant delivery so the Enghee inspect them. Nomenclature: The scientific and common names of plants herein specified conform t approved names given in "a checklist of woody ornamental plants in California, Oregoi Washington" published by the University of California, Division of Agriculture Scie Publication 4091 (1979). (See list of plant materials on drawings). Labeling: Each group of plant materials delivered on site shall be labeled clearly species and variety. All patented plants (Cultivars) required by the plant list shall be labeled clearly species and variety. Quality and size. Plants shall be in accordance with the California State Departmi Agriculture regulations for nursery inspection, rules and gradiing. @ a 4B 10/3/9( The Engineer, or his appointed representative, is the sole judge ,as to acceptability of plant. Vigorous, healthy, well proportioned plants are the intent of this specifica Plants which are even moderately "overgrown" or are showing :signs of decline or lac vigor are subject to rejection. The size of the plants will correspond with that norr expected for species and variety of commercially available nursery stock, or as specific the special conditions or drawings. Plants larger in size than specified may be used the approval of the Engineer, but the use of larger plants will make no change in con price. If the use of larger plants is approved, the ball of earth arid spread of roots for plant shall be increased proportionately. Rejection and substitution: All plants not conforming to the requirements herein spec shall be considered defective and such plants, whether in place or not, shall be markr rejected and immediately removed from the site and replaced with new plants b! Contractor at his expense. Right to changes: The Engineer reserves the right to change the species, variety, ar sizes of plant material to be furnished, provided that the cost of such plant changes dl exceed the cost of plants in the original bid, and with the provisions that the Contr shall be notified in writing, at least sixty (60) days before the planting operatior commenced. To Section 212-1.5.3 Tree Stakes, add: Tree stakes shall be two (2) inch diameter lodgepole pine of lengths required, pointt end. (See details on landscape plans). Tree ties shall be commercially manufactured ties made from black tire casings, cu1 minimum ten (10) inch length and held in place by 12 gauge galvanized wire; or plastic hose with a minimum length of twenty (20) inches. Split plastic hose ties equal to "Cinch-Tie" by V.I.T. To Section 212-1, add: 21 2-1.6 Weed Control Herbicide shall be a pre-emergence type registered with the Environmental Protc Agency and the State of California for pre-paving applications. Plastic sheeting shall be heavy gauge 6 mil. @ a 212-2 IRRIGATION SYSITM MATERIALS 212-2.1.3, Plastic Pipe for Use with Solvent Weld Socket or Tlnreaded Fittings Delete sentence 1 and substitute the following: 0 10/3/9c Class 200 PVC shall be used for installation on the discharge side of control valve Schedule 40 pipe shall be used for continuously pressurized pipe on the supply si control valves. 212-2.2.4, Remote Control Valves: Delete sentence 1 and substitute the following: The valves shall be glass-filled nylon body and bonnet with accurately machined valv surfaces, equipped with flow control adjustment and capability for manual operatic Add the following: a SECTION 215 - PUMPS AND DRIVES 215-1 SCOPE The Contractor shall furnish all labor, equipment, 'and materials and shall perf01 operations in connection with the installation, adjusting and testing of the pump drives, as indicated on the Drawings and as covered hereinafter by these specificatj The principal types of pumps being provided shall include, but not be limited t following: Sewage pumps/Sump pumps e 21 5-2 GENERAL PROVISIONS 215-2.1 Safety Guards. All exposed moving parts shsll be provided with 1 guards in accordance with the requirements of the State Industrial Safety Code ar Federal Occupational Safety and Health Act. All such guards shall be galvanized fabrication and shall be easily removed to permit inspection, removal and repair ( moving parts. 215-2.2 Electric Motors. Electric motors shall be 20 hp and c manufacturex's premium efficiency product line with the following characteristics: a. Full load rpm: 1775 b. Efficiencies: Nominal efficiency 93.6% Minimum guaranteed efficiency 9'2.7% Efficiencies as tested in accordance with IEEE standard 112, test method B, accuracy improvement by segregated loss determination including stray lo; improvement as specified in NEMA standard Mgl-l;!.53a. Vertical solid shaft, high thrust, WP1 enclosure. C. a d. Warranty: 1 year 10/3/91 215-2.3 Startup Services. The manufacturer of the sewage pumps shall prc the services of a trained, qualified representative for at least 8 hours for the purpo: inspecting and start-up of the installation. All equipment shall lie checked for lubric: alignment, rotation, vibration, and the representative shall notify the Contractor an( Owner of anything in the installation which might render the manufacturer's guarantee and void. In addition, the manufacturer's representative shall also provide classr instruction to the operating personnel as to the proper method of operation recommended lubrication and maintenance procedures for a maximum of 4 hours. W specifically stated, more time or less time than indicated here shall be provided. a 215-2.4 Lubricants. The Contractor shall furnish all mechanical equip] properly lubricated. In addition, the Contractor shall furnish one year's suppl lubrication oils, grease and other lubricants. All lubricants shall be as specified b! equipment manufacturer. The Contractor shall limit the various types of materia consolidating, with the equipment manufacturefs approval, the required lubricants int least number of different lubricants. The Contractor shall standardize all grease fit throughout the entire facility and provide a grease gun for these fittings. 215-2.5 Pump Manufacturer. All pumps listed under each type shall be c same manufacturer. Any exceptions shall be only as approved by the Owner. 215-2.6 Certified Pump Test Curves. The Contractor shall submit to the 0 for approval prior to shipment, certified pump test curves covering the operating ran each pump. The Owner need not witness the tests. 215-3 SEWAGE PUMPS 0 215-3.1 General. The Contractor shall furnish and install three 6x4~10 s stage, dry pit non-clog vertical pumping units with flexible drive shafting. Each unit include pump, high ring base, flexible shafting and vertical solid shaft motor. The pump shall be designed to perform satisfactorily with a reasonable service life . operated either continuously of intermittently in typical wastewater services. The pump shall be capable of providing the following hydraulic conditions: CaDacity Total Dynamic Head - Efl'iciencv (gpm) (feet) (O/O) 1100 50 69 1000 55 72 800 70 75 650 77 75 400 90 66 215-3.2 Pump Component Construction. Each pump shall be construct 0 follows: 10/3/9C a. Casing - Casing shall be close-grained cast iron of sufficient strength, weigh metal thickness to insure long life, accurate alignment, and reliable opera Volute shall have smooth fluid passages large enough at all points to pas: size solid which can pass through the impeller and provide smooth unobstn flow. A large clean-out opening with removable cover,, having its interior su matching the volute contour, shall be located on tlhe casing at the im~ centerline, to allow access to interior of the impeller. Casing shall be perpendicular to the shaft, with removable suction cover and stuffing box c( Machined fits for these parts shall be accurately aligned and identical sa casing may be installed for either clockwise or counterclockwise direction be removed without disturbing either suction or discharge piping. Casing Connection - Suction and discharge connections shall be ASA 125-p flat face flanges. All flange bolt holes shall be slotted for ease of assembk disassembly. Each suction and discharge flange shall. be drilled and tappc gauge connections. A 1/4" IPS tap shall be supplied in the suction cover, i 3/4" (F7-M & F7-D), 1.0" (F7-B & F7-C) IPS tap in the discharge nozzle. Tk in the discharge nozzle shall serve as a vent when gauge is not used. 1. a b. Discharge Position - Pump discharge nozzle shad1 be capable of rotati any one of eight discharge positions for each direction of rotation. this application, discharge shall be located in the same direction i suction nozzle. C. Suction Cover Wear Plate - A replaceable 12%-13% chrome steel suction wear plate, providing 1/4" minimum wear, shall be installed with its wear SI parallel to the end of the impeller. Impeller - Impeller shall be of the single-suction enclosed type with 2 T, made of close-grained cast iron. Impeller shall be particularly designed smooth water passages to prevent clogging by stringy or fibrous material: shall be capable of passing solids having a maximum sphere size of 3 in. Im shall be statically, dynamically and hydraulically balanced. Impeller shall have a tapered bore and shall be keyed and secured to the sh an 18-8 Stainless Steel nut locked in place and shall be readily remc without the use of special tools. 1. Impeller Clearance Adjustment - Pump shall have provision adjustment of axial clearance. This adjustment shall be made throuj use of shims placed between the frame and outboard bearing hous Impeller Wear Ring - A replaceable 12%-13?/0 chrome steel "L" s wear ring shall be provided. Ring shall be mounted on impeller to pi a renewable surface opposite the suction cover wear plate. e d. 2. e 10/3/9( e. Stuffing Box Cover and Stuffing Box 1. Stuffing Box Cover - Stuffing box cover shall be made of close-grainec iron with integral stuffing box (packing only). Mechanical Seals - Mechanical seals of the double type in a cast cartridge shall be installed as the stuffing box. The mechanical seal be a double John Crane, Type 21 or equal. The cartridge which surrc the mechanical seal shall be fitted into the back cover. The mecha seal shall be equipped with a Norgen filter kit mounted and piped. Shaft - Pump shaft shall be high strength carbon steel, SAE #lo45 mini1 accurately machined and of sufficient size to transmit full driver output. It be protected from the pumped liquid by a shaft sleeve in the stuffing box A seal shall be provided, by sealastic compound (RTV) between the shaf shaft sleeve to prevent leakage of pumped liquid out and/or air into the p Shaft Sleeve - Renewable shaft sleeve, which extends through the stuffin1 and under the gland, shall be provided. Shaft sleeves shall be of corrc resistant material, approximately 500 Brinnell hardness. a 2. f. g* h. Bearing Frame and Bearings 1. Bearing Frame - Pump bearing frame shall be one-piece rigid cast construction. Frame shall be provided with a cast iron bearing ho at the outboard end, and a cast iron end cover at the inboard end. ends of the frame shall be provided with 1.ip type grease seals labyrinth type deflectors to prevent the entrance of contaminants. F shall be provided with a 3/4" IPS tapped hole, located as low as PO to drain the leakage from the packing gland. Bearing frame sh designed so that complete rotating element (can be removed fror casing without disconnecting piping. Bearings - Bearings shall be designed for 20,000 hours minimum 1 50% of B.E.P. Radial inboard bearing shall be ball or roller type su for all loads encountered in the service conditions. Axial thrust out bearings shall be one deep groove single row/ball and one angular cc double row ball type suitable for thrust loads in radial and directions. Bearing Lubrication - Bearings shall be grease lubricated with prov for the addition and relief of grease. 0 2. 3. e 10/3/9( 1. Pump Pedestals and Elbows 1. Pedestal Base - Pump shall be supported by a cast iron or fabricated (manufacturefs standard) pedestal base with openings large enoui permit access to the suction elbow and clean-out handhole. Base sh designed to support the assembly weight of the pump and shafting Base shall safely withstand all stresses imposed thereon by vibr; shock and all possible direct and eccentric loads. Base shall have adel horizontal dimensions, foundation contact area, anchorage facilitie shall be of sufficient height so that the suction elbow will not touc floor or foundation upon which the pump is mounted. Suction Elbow - Each pump shall be provided with a clean-out typc iron reducing suction elbow which is bolted directly to the pump SI. flange. The clean-out hand hole shall be provided with a removable of the largest possible size. The inner surfaces of each handhole shall generally conform to the curvature and radius of the suction e A 1/4" tapped hole for gauge connection shall be provided in the t near the suction flange. A 2" tapped hole shall also be provided j side of the elbow for use in applying water pressure to unclog the in case of blockage. e 2. j. Intermediate Shafting - Intermediate line shafting of the flexible type sh provided between the motor and pump. Line shafting shall be of thc recommended by the shafting manufacturer to provide continuous 24-how at any speed within the range specified. The number of shafting sections also be based on shafting manufacturer's recommendations. The con intermediate shafting assembly shall be of sufficient diameter and qual transmit the full driver horsepower. Shafting shall be connected to the purr motor through self-aligning couplings of the vertical type. Couplings sh universal joint spacer type to permit removal of the pump rotating elc without dismantling other sections of shafting, any intermediate bearing without removing driver, or suction and discharge piping. One slip spli allow for endwise movement, and the necessary steady bearings shall a provided for each shaft. The shafts shall have at least an 80,000 hour pro life. Motor Base - The driving motor shall be provided with a ring base of adf height to permit access to the coupling, between the motor and interm shafting, from the motor floor. The motor mounting surface shall be de! for standard NEMA "P" flange motor. Rotation - The pumps shall be arranged to rotate counterclockwise when IC at pump from the drive end. e k. 1. e 10/3/9 m. Miscellaneous 1. Date Plates - All data plates shall be of stainless steel suitably attach the pump. Data plates shall contain the manufacturer's name, puml and type, serial number, speed, impeller diameter, capacity and rating, and other pertinent data. A special data plate shall be attached to the pump frame which contain identification of frame and bearing numbers. Hardware - All machine bolts, nuts and capscrews shall be of the hex type. Hardware (or parts) requiring special tools or wrenches sha be used. e 2. n. Testing 1. Factory Testing - Each pump shall be fully tested on water a manufacturer's plant before shipment. Tests shall consist of checkin unit at its rated speed, head, capacity, efficiency and brake horsepc and at such other conditions of head and capacity to properly establis performance curve. Certified test report copies shall be provided for unwitnessed tests. The Standards of the Hydraulic Institute shall g( the procedures and calculations for these tests. 2. Field Tests - All field tests shall be conducted at the contractors exF Vibration Limitations - The limits of vibrations as set forth in the Standai the Hydraulic Institute shall govern. 0. 0 2154 SUMP PUMP & PIPING The Contractor shall furnish and install as shown on the Plans a submersible pumping This pumping unit is to include pump, level control and accessories to make a comp automatic system and to comply with the plans and the following detailed specifica a. General - The unit shall be capable of pumping 60 gallons per minute at to 25 feet, with solids handling capabilities of 5/8 inch, 1-1/4 inch discharg 1/3 horsepower motor. Unit to consist of one individual heavy duty subme screenless, non-clogging type pump. Pump to be all bronze construction impeller securely locked to stainless steel motor shaft. Pump casing to be b with integral support legs to give correct pump suction clearance. Motor - Submersible motor to be constructed with open winding and to 01 in clean dry dielectric oil for cooling, winding and lubricating bearings and sleeve bearings. b. e 10/3/9( C. Material - Pump and motor housings to be of high quality bronze. Impel. be of high grade bronze of the non-clog type suitable for handling dra water. All fasteners to be of 18-8 stainless steel. Pump shall be furnished 20 feet of sealed power cable. Automatic Control - Pump shall have oil isolated diaphragm type level cont control sump level. Sump water never comes in contact with pressure diaph switch, inside of control, as it is protected by exclusive oil isolation sy Switch set for pump on at 8" water level. Sump Basin - Sump basin shall be constructed as shown on the Plans. Piping - All piping shall be furnished and installed by Contractor. Piping sh 1-1/4 inch galvanized steel pipe and will be connected to a single outlet o pump and will discharge into the wet well. Piping shall be equipped v check valve that can be easily disassembled to remove stopages or to re parts without disturbing the piping connections. Piping will be equipped 1 union which allows convenient disassembly of piping or removal of sump 1 e d. e. f. 215-6 PUMP BUILDING VENTILATION EOUIPMENT AND MATERIALS 215-6.1 Roof Exhausters. Centrifugal Fan Unit - V-belt or direct driven, with spun aluminum hoi resilient mounted motor; 1/2 inch (13 mm) mesh, 16 gage (2 mm) alun birdscreen; square base to suit roof curb with continuous curb gaskets; se with stainless steel bolts and screw; fans manufactured by Greenbeck, Mod or approved equal. Roof Curb - 8 inch, (200 mm) high with continuously welded seams, hinge( adapter, and factory installed door nailer strip. Disconnect Switch - Factory wired, non-fusible, in housing for thermal ovf protected motor. Corrosion Treatment - All interior parts of exhausters shall be coated v corrosion material to resist acidic action of exhausted air. Backdraft Damper - Gravity activated, aluminum multiple blade construction edged with nylon bearings. Sheaves - Cast iron or steel, dynamically balanced, bored to fit shafts and E variable and adjustable pitch motor sheave selected so required rpm is ob1 with sheaves set at mid-position; fan shaft with self-aligning pre-lubricate bearings. See drawings for size, model and capacities. a. e b. C. d. e. f. e 10/3/9t 215-6.2 Intake Ventilators. Roof mounted gravity air intake ventilators corrosion resistant coated spun aluminum housing with birdscreen and backdraft dm A one-piece, weatherproof roof curb shall be provided. Ventilators shall be manufacl by Greenbeck, Model GR5 or approved equal. See drawings for model number, size and capacities. a 215-6.3 Ductwork General - Non-combustible or conforming to requirements for Class I air materials, or UL 181. Glass Fiber Reinforced Plastic Ducts - SMACNA Standards. Rigid PVC Exhaust Ducts (Round) - SMACNA Standards. Fasteners - Rivets, bolts, or sheet metal screws. Sealant - Non-hardening, water resistant, fire resistive, compatible with m materials; liquid used alone or with tape, or heavy mastic. Hanger Rod - Steel, galvanized; threaded both ends, threaded one en continuously threaded. Fabricate and support in accordance with SMACNA Low Pressure Construction Standards and ASHRAE handbooks, except as indicated. Pr duct material, gages, reinforcing, and sealing for operating pressures indic Size round ducts installed in place of rectangular ducts in accordance ASHRAE table of equivalent rectangular and round ducts. No variation of configuration or sizes permitted except by written permission. Increase duct sizes gradually, not exceeding 15 degrees divergence whe possible. Divergence upstream of equipment shall not exceed 30 del convergence downstream shall not exceed 45 degrees. Connect flexible ducts to metal ducts with adhesive plus sheet metal screr a. b. C. d. e. f. e g- h. 1. j. Add the following: SECTION 216 - COMMINUTOR OR SEWAGE GRINDER The Contractor shall furnish and install a complete cornminutor or sewage grinder s: as shown on the Plans. This system shall comply with the Plans and the following de specifications. a 10/3/9c 216-1 GENERAL The sewage grinder shall be a hydraulic driven unit consisting of three (3) r components; the grinding mechanism, the hydraulic power unit, and a motor contrc The sewage grinder shall be of the two shaft design, with a minimum output torq 11,000 in/lbs. One shaft shall turn at 2/3 the speed of the other shaft. Shafts sk constructed from 4140 steel hexagon stock. The two shafts shall counter rotate a1 equipped with spacers and intermeshing cutters. Cutters shall be cast from 4130 surface ground for uniformity and through hardened to 43-48 Rockwell "c". Cutters shall be of the 5 tooth design with two leading cutting edges on each tooth to cut in each direction without removing the cutters from the grinder. The grinder shall be so designed that when one cutting edge on the tooth becomes T the entire grinder can be rotated 180 degrees in line, or in channel; and by reversin two hydraulic lines to the torque motor, the opposite cutting edge on the center toot be utilized. Cutters shall be placed on the shafts in a 1:1 ratio to the spacers and sh in a helical formation. The inside diameter of the spacer shall be hexagon shaped. The sewage grinder shall be constructed of corrosion resistant material and mu compatible so as to resist corrosion due to cavitation or galvanic action. Housing c sludge grinder shall be cast of 303 stainless steel. Side rails shall be of the open end design and bolt laterally to the end housings. In channel type grinder installations, the grinder shall not require bolting directly t channel. In channel grinders shall be supplied with channel mounting frames so des to hold the grinder in position without bolts. Anchor bolts for the channel frame shall not be supplied by the grinder manufacturer. The sewage grinder shall be capable of operating continuously, processing wet or d air or completely submerged in water or sewage. Seals shall be comprised of a replac wear sleeve cartridge fixedly mounted to the housing bore which carries internally the race of an anti-friction bearing and a tungsten carbide static seal race. The wear 5 cartridge defines with a labyrinth pre-seal bushing hexagonally fixed to the shaft, the elements of a labyrinth pre-seal and additionally, resiliently couples through a seal w a tungsten carbide rotating seal race whose end face is both fluid pressure and resil biased against the end face of the annular static seal race. Seals shall require no ex water source. The high speed shaft of the grinder shall be directly coupled to a hydraulic torque 1 by means of a 2 piece interlocking coupling and a gasketed spool piece. The torque 1 shall utilize the hydraulic pressure developed by the power unit to provide the rota torque required by the cutters. 9 e a 10/31/9( 216-2 THE HYDRAULIC POWER UNIT The hydraulic power unit shall consist of the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. An oil level switch 11. 12. A filler breather A 14"x14"~14" epoxy coated, 10-gallon capaciq reservoir A positive displacement pump driven by a high efficiency TEFC, C vertically mounted 5 H.P. motor A combination oil level and oil temperature gauge A 10 micron, return line filter A 40 micron suction filter A 120 volt 4 way solenoid valve A pressure switch preset at 23850 P.S.I. A relief valve preset at 3000 P.S.I. An oil temperature limit switch set at 160 degrees F A 2-1/2", 0-3000 P.S.I. oil filled gauge a Floor space requirements shall be 14 inches wide x 17 inches long (anchor bolt f14 included) x 28 inches high. The hydraulic power unit shall be mounted in the location as shown on the Plans. The Contractor shall provide and install all necessary hydraulic piping as shown o Plans. The entire hydraulic system shall be designed for 3000 P.S.I. minimum pressure. P load conditions operating pressure should be in the 200 to 400 P.S.I. range. Cor operating pressure above 2000 P.S.I. will not be acceptable. Consult factory for alten recommendations. As solids are encountered, pressure is automatically increased demand basis to provide the required torque necessary to continue rotation of the cu Should the demand require pressure in excess of 2850 P.S.I. a pressure switch is actj and a 4-way valve is shifted, instantly reversing the rotation of the cutters for abot to 1 revolution or about 1/2 second. At the end of this time the valve is again shifte the cutters will return to the forward direction. If the obstruction has been cleared the unit will continue to operate in the fo direction. If the obstruction has not cleared the reversing sequence will repeat unl torque requirement is reduced or until it has had to repeat the reversing cycle 9 within a 30 second time span. If 9 reversals have occurred within 30 seconds the elec controller will shut down the hydraulic unit and activate an alarm. Hydraulic connections between the torque motor and the power pack shall consist ( (2) 1/2 inch flexible hoses rated for 3500 P.S.I. each 20' long at the torque motor rigid piping shall be 1/2" Schedule 80 seamless steel pipe ASTM A53, Grade B or A106 Grade A, pressure rating of 4100 psi, burst strength of 21,000 psi. a a 10/3/9( On completion of installation the hydraulic power unit shall be filled with a high qi fluid with a viscosity of approximately 150 to 250 SSU at 100 degrees F with chemical stability and anti foaming properties. The grades of hydraulic fluid shall accordance with the recommendations of the manufacturer. a 216-3 MOTOR CONTROLLER - MODEL HBlOO The motor controller shall utilize a solid state logic design. Line transient protecti 1000 volts. A transformer will supply all low and intermediate control voltage transformer leg shall be fuse protected. The controller shall provide thermal I overload protection, single-phase protection, low oil level and high oil temperature ( circuitry. Standard controller enclosure: 4X Fiberglass The controller shall provide the following functions: a. b. Operate in a normal "On" "Off' mode. Sense an overload signal from the pressure switch, momentarily energizir directional valve reversing the torque motor for approximately 1/2 second, then de-energize the valve allowing it to return to the forward position. If eight (8) overloads occur, the same schedule shall apply as for one ove: If a 9th overload occurs within a 30 second time span the controller will re direction and shut down the power unit, energizing a light and alarm relay 120 V.A.C. 10 amp resistive load. C. d. a 2164 MOTOR CONTROLLER - MODEL HBlOOR The HBlOOR controller is additionally equipped with a "Local", "Off ', "Remote" switc the off position the hydraulic power pack will not run. In the local position the controls are used. In the remote position the unit starts when two (2) terminals are ( and stops when they are opened. 216-5 ELECTRICAL REQUIREMENTS Three-phase, 50-60HZ, 208/230/460/575 volt + 10% (specify one voltage only). Consult factory for single-phase service. a 10/3/9( Add the following: 0 SECTION 217 - PLUMBING The Contractor shall furnish and install a complete plumbing system in accordance applicable codes and standards. The system shall include all drains, vent pipes with flashings, cold water piping, cleanouts, valves, backflow preventer, and hose bibs. All pipes shall be properly graded, according to the applicable plumbing codes, and sec supported with pipe brackets. Pipe materials, valves and installations of piping shall specified. All waterline piping shall be PVC, Schedule 80 with threaded fittings. All smaller drain lines shall be PVC Schedule 40 with solvent welded fittings that meet P D-2665. Plumbing work shall be tested in accordance with the plumbing code. 217-1 TOPLET. SINKS, ACCESSORIES The toilet shall be floor-mounted with elongated siphon-jet bowl, low silhouette flush with cover, white finish. The seat shall be solid, plastic, open front, white finish. angle supply valve shall be chrome plated with wheel handle. The lavatory sink shall be enameled cast iron, with back, size 19x1 7 inch, with wall ca white finish, with chrome plated supply for cold water only, chrome plated trap. The following accessories shall be provided with satin stainless steel finish: 1. Toilet paper dispenser 2. Toilet seat cover dispenser 3. Soap dispenser for powder 4. Towel dispenser a 217-2 MOP SINKS The mop sinks shall be of one piece molded-stone or approved equal and sk 24"~36"xlO". Each shall be installed as shown on the Plans with stainless combination dome strainer and lint basket. The drain body shall provide for a thrc connection to a 3" PVC drain and trap. Add the following: SECTION 218 - TOILET PARTITION The toilet partition shall be floor supported, minimum one-inch thick, steel-honej construction. The finish shall be galvanized bonderized with nominal zinc coating 01 side, and baked-on rust resistant primer coat and finish enamel coat. Color to be se by the City of Carlsbad at no extra cost. Hardware and fittings shall be rustproof with high polished chromium plating. The door shall swing in and be equipped with latch, bumper and coat hook. a 10/3/9( Add the following: a SECTION 219 - WATERPROOFING CONCRETE 219-1 GENERAL The contractor shall furnish all labor, materials, and equipment necessary fo waterproofing of underground concrete where shown on Plans and as specified her The Contractor shall use a coal tar/fabric membrane system. 219-2 COAL TAR/F ABRIC MEMBRANE flSTEM a. Scope - All membrane waterproofing for concrete slabs, vertical and horizc where noted on drawings shall be five glassfab ply membrane waterproofin coal tar moppings and 1/2 inch protection board. b. General Requirements - 1. Preparation of surfaces - Surfaces to be waterproofed shall be reaso smooth and free from holes or projections which might cause puncti the membrane. The surface shall be dry and thoroughly clean remove dust and loose materials immediately before application c waterproofing. Do not apply waterproofing where effects of freezi moisture will adversely affect the waterproofing application. 2. Applicator - All membrane waterproofing shall be applied t: e experienced roofing and waterproofing contractor. C. Application Precautions - 1. 2. Pitch shall not be heated above 370°F Roll or press firmly all plies of membrane into the hot pitch and without wrinkles, buckets or kinks. On vertical walls apply pitch with cotton roller mops or by other su application techniques. Lay membranes on vertical surfaces or deep waterproofing surfai courses not exceeding ten feet in length where immediate and c backfilling is not possible. After each course of waterproofing sysl completed and before the top mopping is applied, nail each course upper edge before the next course is applied. Nail each succeeding ( endlapping not less than 10 inches. 3. 4. a 10/3/9( 5. Reinforce wall angles, corners or any place the waterproofing meml course may be subject to unusual stresses with not less than 2 addit plies of GLASSFAB reinforcement and mopping of pitch. Carefully examine laps which have been exposed for any length of such as at the junction of a vertical wall and a slab, for defects insufficient lap areas and repair as necessary before proceeding further application. Apply all membrane waterproofing systems in a workman-like manne use wood nailers treated with a water-borne preservative for all ve wall waterproofing. Protect the membrane from damage by other trades after installatic maintain the integrity of the waterproofing throughout the structur Ventilation should be provided in enclosed spaces during applicatio a 6. 7. 8. 9. d. Materials - 1. 2. 3. Coal Tar Waterproofing Pitch - ASTM D-450 Type B. Membrane - GLASFAB ASTM D-1668. Concrete Priming Oil - ASTM D-43-41. e e. Application - 1. Horizontal Concrete Slab - a) Beginning at the low point of the slab, mop the surface wit Waterproofing Pitch and immediately apply the reinfc membrane over the entire area. Be sure that each ply is solidly mopped and bonded. Lap the reinforcing plies a minimum of 29 inches. Mop the entire top surface with Waterproofing Pitch. completed waterproofing forms a firmly bonded system an reinforcement shall not be exposed at any place. As soon as any portion of the waterproofing has been comp cover it with the protection course specified. b) c) d) e) a 10/3/9c 2. Vertical Wall - a) Over the entire surface to be waterproofed, apply a uniform 1 coat of Concrete Priming Oil, approximately 1 gallon for eack square feet. Mop wall completely with Waterproofing Pitch. Starting at the most practical place, install the desired numt plies lapping them as follows: a b) c) Four Ply System; lap 21-1/2 inches Three Ply System; lap 24-2/3 inches Two Ply System; lap 19 inches When more than 4 plies are used in a membrane, recommended that they be installed in at least operations, i.e., 2 plies over three, 3 plies over three, maintaining the shingle fashion method in each operat Nail membrane with concrete nails 8 inches on centers throug tin discs at the end lap and horizontally across the membrar wood nailers are installed, nail membrane to nailer with 1-1/2 roofing nails through flat tin discs 8 inches on centers. e) Mop the entire surface with Waterproofing Pitch. The con waterproofing forms a firmly bonded system and the reinforce shall not be exposed at any place. As soon as any portion of the waterproofing has been comp cover it with the protection course and backfill. d) a f) Add the following: SECTION 220 - VALVES FOR SEWAGE PUMPS 220-1 GENERAL The Contractor shall fumish all material, labor, and equipment necessary for the con installation of all valves and gates as called for on the Drawings or as specified hereij valves shall be of new manufacture and of recent design. Refurbished valves will r acceptable. a 10/3/9C 220-2 ASSEMBLY, SHOP TESTING. AND DELIVERY Each valve and operator assembly shall be completely mounted in the factory and ( for alignment, smooth movement, and general suitability of the mounting. Operato1 suitable for factory mounting shall be completely prepared for field mounting. All linkages, mounting flanges, and connection brackets shall be prepared at the fa and made ready for shipment to the site. All necessary accessory components, incli bearings, gaskets, washers, nuts and bolts, and lubricants shall be prepared at the fa and made ready for shipment along with the corresponding valve. No field fabric shall be necessary to mount the operator to the valve. Shop tests shall be conducted in accordance with Section OPERATORS, of AWWA and AWWA C504. The Contractor shall notify the Owner 7 days in advance of all tests and shall explicitly indicate which valves are to be tested at a given time. Contractor shall submit to the Owner certified reports of the leakage tests and pro design tests performed on each valve supplied. Preparation of shipment and delivery shall conform to Section PREPARATION SHIPMENT, AWWA C500 AND AWA C504. Ship all valve components for a given in the same shipment. All valve components for the given valve shall be labeled o crate. Label shall be on a metal tag. e 220-3 INTERNAL EPOXY COATING An epoxy coating shall be applied to internal ferrous valve surfaces of all cast ir carbon steel body valves unless otherwise specified or indicated. The material used be powder epoxy and shall be Three-M Company "Scotchcoat" No. 134 or No. 3( equal. Where, in the Engineer's opinion, it would be impossible to use the powder 1 method without causing damage to the item, the use of a liquid epoxy will be pem Liquid epoxy shall be Three-M Company No. 302, SOC-CO Plastic Coating Co. Keysit( or equal. The surface shall be blast-cleaned in accordance with SSPC-SP-5 (White Metal Cleaning). The grit size used shall be as recommended by the epoxy manufac Application of the epoxy coating shall be in accordance with the manufact instructions, provided that, if liquid epoxy is permitted, it shall be applied in not les: three spray coats to give the required total thickness. The minimum dry coating thic shall be 8 mils, except that the thickness of coating in the grooves for valves or fi designed to receive a rubber gasket shall be approximately 5 mils. If small local field repairs are necessary, they shall be made using a liquid recommended by the manufacturer of the epoxy with which the item was initially CI The repair epoxy material shall be applied in accordance with the manufacr instructions. e a 10/3/9( 2204 TESTING All valves for pressure lines shall be given hydrostatic shop pressure tests at twicc working pressure specified. The valves shall be tested, first by applying the hydro: pressure with the valve open and then with the valve closed. The valves shall be tigh secure under the test pressure. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints show no visible leakage under test. Repair joints that show signs of leakage prior to acceptance. If there are any special parts of control systems or operators that rnig damaged by the pipeline test, they shall be properly protected. The Contractor will be responsible for any damage caused by the testing. a 220-5 CHECK VALVES 220-5.1 General Description. All workmanship and materials in check \ shall be of the highest quality. All check valves, unless otherwise specified, shall be ( single disc type, designed to allow a full diameter passage and to operate with a mini pressure loss. All check valves shall be provided with screwed or bolted covers for access to the discs. 220-5.2 Check Valves, 2-1/2 Inches and Less. Check valves 2-1/2 inche smaller shall be of bronze construction. The bronze shall conform to the requiremei ASTM Specification 861 or B62. Valves 2-1/2 inches and smaller shall have t: American Standard Pipe Threads. Long, wide-faced hexagon ends shall be provided i ends to reinforce the openings and to provide a good wrench grip. The valves shall the horizontal swing type, suitable for regrinding without removing the body from tht Unless otherwise specified the valves shall have a working pressure of 150 psi WOC 220-5.3 Check Valves for Sewage Pumps. Check valves shall be flanged, : type, iron body with bronze trim. Flanges shall be ANSI 250-pound and valves shall a working pressure rating no less than 300 psig. Valve shall be suitable for VE installation per the manufacturer's recommendations. A lever and weight shall be provided for each end of the hinge shaft. Lever sizin amount of weight shall be sufficient to provide non-slam closing under the ope] conditions as determined during startup and functional testing. Valves shall have a field replaceable seat of aluminum bronze, disc seat of Buna-N n and stainless steel fasteners for retaining the seats. The hinge shaft shall be of strength stainless steel, and the disc and disc arm shall be ductile iron with a double hinge to prevent disc tipping. The body of the valves shall be provided with a flush and drain hole no less than y size and located in the bottom. a a 10/3/9( Internal corrosive ferrous surfaces of valves shall be epoxy coated as specified in Subse 220-9. Contractor shall adjust level and weight, as appropriate to accommodate the indic vertical installation. Check valves shall be Clow F-5382, or approved equal. 220-6 GATEVALVES Gate valves shall conform to the latest specifications of the American Water V Association (AWWA), Designation CSOO. All gate valves shall be AWA gate valves and shall be minimum 150 pounds wo pressure as manufactured by Clow Corporation, Mueller Company, or equal. The valves shall have iron body, O-ring pressure seals, high-strength iron double mounted with bronze and a manganese-bronze stem. Steel bolts and nuts sha cadmium-late, and gland bolts shall have bronze nuts. Valves 2-1/2 inches and smaller shall have tapped American Standard Pipe Thread: handwheel. Valves 3 inches and larger for above ground, in-door installation, shall be of the rising OS&Y type with handwheels. Valves for above-ground, out-door installation shall non-rising stem (NRS) type with handwheels. All above-ground gate valves sb furnished with flanges conforming to the American Standard for Class 125 Cast Iror Flanges and Flanged Fittings B16.1. The valves shall be furnished in the sizes indicated on the Drawings, with ends comp with the type of pipe to which connected, insofar as possible, to avoid the use of ada Valves with welding ends will not be permitted for use in welded steel lines. Con ferrous surfaces of valves 4 inches or larger, shall be epoxy coated as specifi Subsection 216-1.2. e a 220-7 PLUG VALVES Plug valves shall conform to ANSI/B16.1 125 pound and shall be rated at 175 psi wc pressure and designed for use in water and sewage. Plug valves shall have port ope of 100% of the adjacent pipe area. The valve body shall be cast iron. The plug sh covered with Buna-N rubber. Seats shall be stainless steel. Valves shall have lever or gear actuators as shown on the plans. Gear actuators sh enclosed in a housing and be suitable for running in a lubricant with seals provided shafts to prevent entry of dirt and water into the actuator. The actuator shaft ar quadrant shall be supported on permanently lubricated bearings. Actuators shall c 10/3/9( a indicate valve position and an adjustable stop shall be provided to set closing torque lever actuated valves shall be equipped with a 2" nut and operating wrench wi Schedule 40 steel pipe handle 24" long. 220-8 HOSE BIBB 0 Hose bibbs shall be globe type with wheel handle. Each hose bibb shall be 1 inch dia and furnished with cap and chain. 220-9 BACKFLOW PREVENTER The backflow preventers shall be designed to positively prevent contamination of 7 lines due to flow reversal. This shall be accomplished by utilizing the reduced pre principal. The reduced pressure backflow preventer shall conform to AWWA CSO( shall consist of two separate spring loaded 'Y" type check valves and one differential valve having two diaphragms separated by a spacer. This device shall automatically r( the pressure in the zone between the check valves. Should the differential betwee upstream and the downstream of the unit drop to 3 psi, the differential relief valve open and maintain the proper differential. Both check valves and the differential valve shall be constructed in such a manner that they may be serviced without rem the device from the line. Backflow preventers 2-inches and smaller shall have b bodies and bronze trim conforming to ASTM B51 or B52. Backflow preventers : inches and larger shall have cast iron bodies conforming to ASTM A126, Class A bronze trim. Backflow preventers 2-1/2 inches and smaller shall have tapped Am€ Standard Pipe Threads. Vdves'3 inches and larger shall have flanged ends confod the American Cast Iron Flange Standard, Class 125, B16.1. The backflow preventers be furnished with two gate valves. The backflow preventers shall be installed so tk flooding can occur around the discharge from the differential relief valve assembly. 0 220-10 EPOXY COATING When specified,' an epoxy coating shall be applied. The material used shall be p( epoxy and shall be Three-M Company "Scotchcoat" No. 234 or NO. 302, or equal. VI in the Engineeis opinion, it would be impossible to use the powder epoxy method wj causing damage to the item, the use of a liquid epoxy will be permitted. Liquid epox) be Three-M Company No. 302, SOC-CO Plastic Coating Co. Keysite 740, or equal. The surface shall be blast-cleaned in accordance with SSPC-SP-5 (White Metal Cleaning). The grit size used shall be as recommended by epoxy manufac Application of the epoxy coating shall be in accordance with the manufact instructions, provided that, if liquid epoxy is permitted, it shall be applied in not les! three spray coats to give the required total thickness. The minimum dry coating thic shall be 8 mils, except that the thickness of coating in the grooves for valves or fi designed to receive a rubber gasket shall be approximately 5 mils. If small local field repairs are necessary, they shall be made using a liquid recommended by the manufacturer of the epoxy with which the item was initially CI a 10/3/9( The repair epoxy material shall be applied in accordance with the manufacti instructions. 220-11 TESTING e All valves for pressure lines shall be given hydrostatic shop pressure tests at twic working pressure specified. The valves shall be tested, first by applying the hydro pressure with the valve open and then with the valve closed. The valves shall be tigh secure under the test pressure. Valves shall be tested in place by the Contractor, as far as practicable, and any defe valves or connections shall be corrected to the satisfaction of the Engineer. Add the following: SECTION 221 - PIPING SUPPORT SYSTEMS 221-1 GENERAL Piping shall be supported, in general, as described hereinafter and as shown by the support details on the Drawings. Manufacturer's catalog figure numbers are typical ( types and quality of standard pipe supports and hangers to be employed. Special su and hanger details are shown to cover typical locations where standard catalog sui are inapplicable. No attempt has been made to show all required pipe supports in all locations, either c Drawings or in the details. The absence of pipe supports and details on any drawings not relieve the Contractor of the responsibility for providing them throughout the I All submerged piping supports, guides, and fasteners or those installed below channc wet well cover slabs shall be Type 316 stainless steel. Concrete anchors and anchor shall be as specified or otherwise required. Where piping connects to equipment, it shall be supported by a pipe support and r the equipment. Pipe support system components shall withstand the dead loads imposed by the wei the pipes filled with water, plus any insulation. Commercial pipe supports and ha shall have a minimum safety factor of 5. e 221-2 PIPE SUPPORTS Pipe supports shall be painted as specified in Section 210-1.5. Piping shall be supported by one of the following methods, or as indicated b drawings: a 10/3/9( a. Pedestal supports for single pipe: pedestal pipe support shall be adjustable with stanchion and anchoring flange. Pipe hangers for single pipes: pipe hangers shall be adjustable swivel-ring, ring, or clevis type hangers. Pipe hangers for copper piping shall be coated with a plastic or ne01 protective cover. No metal portion of a hanger shall contact the copper directly. Framed support for multiple pipes: framed support shall be standard su channel framing with standard pipe or tubing clamps. Pipe clamp for concrete surface: pipe or tubing shall be fastened directly concrete surface by a clamp. b. @ C. d. e. 221-3 SPACING Pipe Size Maximum HanRer Spacing Minimum Rod Size To 1-1/2 inches 8 feet 3/8 inch To 2 inches 10 feet 3/8 inch To 3 inches 12 feet 1/2 inch To 5 inches 12 feet 5/8 inch 6 inches 12 feet 3/4 inch e 8 inches and over 14 feet 7/8 inch When supporting ductile iron pipe, locate hanger rods at all nonrigid joints and at change of direction. Hanger rod sizing for copper pipe shall be same as for steel pipe. Hanger spacing shi 2 feet less per size than for steel pipe, with 1 inch and smaller supported every 5 fc Hanger rod sizing for plastic pipe shall be same as for steel pipe. Spacing of hangers be as recommended by the manufacturer for the flow temperature in the pipe. Vertical sway bracing shall be provided where shown, or on 10-foot maximum cent All piping shall be supported in a manner which will prevent undue strain on any \ fitting, or piece of equipment. In addition, pipe supports shall be provided at chang direction or elevation, adjacent to flexible couplings, and where otherwise shown. supports and hangers shall not be installed in equipment access areas or bridge crane a 10/3/90 Add the following: a SECTION 222 - PIPING DETAILS FOR SMALL DIAMETER PIPING No attempt has been made to show all required shut-off valves, control valves, un elbows, or pipe fittings in all directions, either on the Drawings or in the details as be required to provide a complete system for small piping that conforms to industry- standards of construction. Unions and shut-off valves shall be installed as appropria facilitate disassembly of the piping systems for operation and maintenance. The ab: of such piping accessories and details on any drawings shall not relieve the Contract the responsibility for providing them throughout the plant. The Contractor shall prc all materials and labor as necessary to construct complete functioning systems, and do so at no additional cost to the Owner. Add the following: SECTION 223 - MISCELLANEOUS PLUMBING 223-1 FLANGE BOLTS, NUTS AND GASKETS All piping with flanged fittings shall use bolts, nuts and gaskets as described below: 223-1.1 Bolts and Nuts. All bolts and nuts shall be Carbon Steel, ASTM A Grade A hex head. 223-1.2 Gaskets. All gaskets shall be cloth-inserted rubber 1/16-inch 1 conforming to applicable parts of ANSI B16.21 and AWWA C207. Gasket material be free from corrosive alkali or acid ingredients and suitable for use in sewage or PC water lines. Gaskets shall be one piece, full-face, with holes to pass bolts. e 223-2 DIELECTRIC UNIONS Provide dielectric unions between ferrous and non-ferrous piping and between pipi dissimilar metal. Materials shall be galvanically compatible with the piping to T attached and pressure ratings shall be suitable for system working pressures. Unions be screwed or solder-joint type. 223-3 HOSE AND HOSE RACK Provide minimum 25-foot of 1 inch diameter water distribution hose, including mal female couplings, attached, for installation on each hose rack as shown on drawings hose racks shall be constructed of heavy gage stainless steel. a 10/3/9( 2234 SURGE RELIEF VALVE The Contractor will provide and install a Hydraulic Surge Relief Valve designed to pi wastewater force main piping against excessive pressures. The valve shall be specif for use in wastewater applications and will be installed at the location shown on the I The valve shall minimize surges caused by starting and stopping of pumps, malfunction or power failure. The Contractor shall submit to the Owner for approval to shipping data for surge valve. The surge valve shall be set at the factory for a protc pressure of 125 psi. Surge relief valve shall be APCO Series 6500 or approved equ e 223-5 SLEEVES FOR PIPING All piping that passes through concrete walls or floors/ceilings shall be sealed inside SI that are cast into concrete. Add the following: SECTION 224 - PUMP STATION ACCESS DOORS 224-1 PUMP STATION ACCESS DOORS The Contractor will provide and install two single leaf channel frame aluminum dooi access to the motor and pump room and to the comminutor room. Each door leaf sh 1/4" aluminum diamond pattern plate to withstand a live load of 300 pounds per s foot. Channel frame shall be 1/4" aluminum with an anchor flange around the perirr Doors shall be equipped with heavy forged brass hinges, stainless steel pins, I operators for easy operation, an automatic hold-open arm with release handle an< diameter hand rail connected to the inside surface of the door and matching the mounted hand rail. The spring operators shall be installed on the door so that they c interfere with the access stairs into both rooms. A snap lock with removable hand1 two aluminum loops to facilitate the use of a padlock shall be provided. A 1-1/2" dra coupling shall be located in the front right hand corner of the frame and will be pi1 daylight as shown on the Plans. Hardware shall be stainless steel and factory finish be mill finish with bituminous coating applied to exterior of the frame. Installation be in accordance with manufacturer's instructions. Manufacturer shall guarantee a: defects in material or workmanship for a period of five years. 224-2 PUMP STATION ACCESS STAIRS The Contractor shall provide and install the access stairs and landing as shown c plans. All stair channel steel, steps, landing grating, railings and connection angles be hot dipped galvanized after fabrication. All stair steps and landing grating sh provided with a grit impregnated no slip surface. e a 10/3/9( Add the following: SECTION 225 MISCELLANEOUS GENERATOR BUILDING ITEMS a 225-1 SHEET METAL a. Materials for Louvers, Gutter, Downspout & Flashings - 1. 2. 3. 4. 5. 6. All louvers, gutter, and downspout shall be aluminum 0.019". All flashings shall be copper 16 02. All fastenings shall be aluminum. Solder shall be 50% lead, 50°/o tin. Screens shall be galvanized 1/8" hardware cloth. Sheet metal in contact with roofing shall be primed with bituminous prior to installation. Install in full bed of mastic. b. Execution - 1. Work of this section shall be governed by Sheet Metal an( Conditioning Contractors National Association, Architectural Sheet Manual, latest issue. Shop Drawings and Samples - Required. Form sheet metal accurately to dimensions and shapes indicated. Pr for expansion and contraction in work and make water and weather Miter work shall be soldered. Acid fluxed work shall be thoro washed after soldering. Hem all free edges. Finish appearance to bc and accurate. Sheet metal work related to roofing shall be furnished and installed 1 this section. The work shall be coordinated with work done undt Roofing Section of the Specifications. Form to sizes and details indic Metal in contact with underlayment of roofing shall be painted ont of bituminous paint before placing and shall be installed on a full I mastic. Painting - All painting, including prime coat, shall be done undc Painting Section of these Specifications. a 2. 3. 4. 5. a 10/3/9C 225-2 GENERATOR BUILDING DOORS & FRAMES e a. Materials Doors - 1. Doors shall be heavy duty 18 gauge 1-3/4" thick flush panel galva before factory prime coating, welded joints, astragali 1/8" galva plate. b. Materials Frames - 1. Door frames shall be welded - Type 22 gauge. Galvanized before fi prime coating. C. Execution - 1. 2. All welds shall be ground and smooth. Provide door panel reinforcement with 22 gauge galvanized steel stiff spaced six inches (6") apart and welded five inches (5") O.C. tc sheets. Prepare doors to receive hardware as specified in Finish Hardware St 3. 225-3. 4. Install frames plumb and square and build-in with block work. Fill 6 with mortar as block work progresses. Provide a minimum of three anchors each side welded to frames and set into block work. Submit shop drawings of doors and frames, showing details, connec and anchorage. Doors and frames shall be made by one nationally recognized com Factory prime doors and frames with phosphate treatment and si: coat of rust - inhibiting primer compatible with paint finish as specif Section 210-1.5.1 Paint Systems. Deliver doors with braced frames wrapped for protection. e 5. 6. 7. 8. 225-3 FINISH HARDWN a. Materials - 1. 2. Lock Set: to be selected by the City of Carlsbad at no extra cost. Dead Bolt: to be selected by the City of Carlsbad at no extra cost. a 10/3/9( 3. 4. 5. Threshold (single door): "Duraflex" aluminum. 6. Weatherstripping: metal, stripped neoprene. 7. Floor Bolt (double doors): one leaf. 8. Hold-Opens: drop kick type. Cylinders: to be selected by the City of Carlsbad at no extra cost. Butts: 4 x 4 ball-bearing with non-removable pins, 1-1/2 pr. per 1t e b. Finishes - 1. Exposed hardware, unless noted otherwise shall be stainless steel satin finish. Cylinders, threshold, hold-opens and floor bolt shall be factory fini: 2. C. Manufacture - 1. d. Execution - 1. Hardware shall be selected by the City of Carlsbad at no additional Provide templates to hollow door manufacturer for coordinatic hardware cut-outs. Order hardware as soon as schedule is approved. On project completion, deliver all keys to owner. e 2. 3. 2254 ROOFING a. Before starting, the work surfaces shall be smooth, clean and dry. Pr moisture meter tests to determine if concrete surfaces are acceptably d receive roofing. Verify tests with roofing manufacturer's factory represen before proceeding. Drainage fittings, connections, metal flashing and collars and sleeves for passing through the roof and metal overflows shall be properly set, or sh on the job if they are to be built into the roofing assembly. b. e 10/3/9C C. Statements of Materials and Methods - Prior to the installation of all ro( Contractor shall provide the Owner with a detailed statement of the rc procedures which will be used. Approval of materials and data submitted be obtained before start of work. Submit five copies of brochure catalog cuts, or such written data stating am of material to be applied for phase or work per square (100 square feet showing corresponding specification number. Data will include the follc information: Proposed method of applying layers of felt to the deck. Roofing applicator be approved by manufacturer furnishing materials and manufacturer's let approval shall be submitted. e b. Materials and Execution - Built Up Roof: Class A 20-year bondable type built-up fiberglass felt rc installed in accordance with the roofing manufacturer's current recorn( specifications for the type of deck shown or specified and with modific; described herein. Roofing material shall be equal or exceed the specificatio the following materials and methods, but in all cases shall be recommend the manufacturer for the decks to be covered. Packaged material shall be Class "A" label. Installation shall be only in accordance with the listed asse Materials used shall be by a single manufacturer. The standard of design and quality shall be as follows: Johns-Manville Specification No. 4GIS 4-ply smooth surface. Other accel manufacturer's when conforming to the standard shall be Bird & Son; Pi Flintkote Co.; or equal. All roofing and flashing to be incorporated shall be installed in strict comp with or exceed requirements of manufacturer's current published Built-up Manual. Store materials so they will not absorb moisture. Apply asphalt at temper; between 375°F and 450°F; do not heat above 450°F. Kettles used for the hc of bitumen must have accurate and clearly visible thermometers. Tests and Inspections - All roofing operations shall be subject to inspecti Testing Laboratory or Agency whose specialty is Roofing Inspection, as M the inspections which will be carried out by Owner and Project Insp Inspections shall be arranged for by the Owner's representative. e C. e 10/3/9( A pre-roofing conference shall be held at the jobsite prior to the start o roofing work. Attending this conference shall be representatives of Ge Contractor, Roofing Contractor, Owner, Roofing Manufacturer, Sheet 1 Contractor, and representative of Roof Testing Laboratory or Agency. Roof Cuts: Roofing may be inspected to see that it has been install compliance with the specifications or manufacturefs recommendatior requiring Contractor to cut section 4-inches wide by 36-inches long at angles to way roofing is laid. For each layer of base sheets and each applic of asphalt that is found to be omitted, additional layer of base sheets a asphalt shall be required over entire roof surface. Contractor shall replac sections and shall apply over said cut sections a similar amount of roofing roof proper, extending each layer of roofing 6-inches beyond underlying f Water Test: When work is completed, Contractor shall apply water, as dirt to insure a thorough water test of roof. Flashings shall be tested by s applying a full stream of water along all part of flashings. Should any appear, they shall be repaired and that section water tested again. Guarantee - Before work is accepted, the roofer shall deliver to the Ow written two-year guarantee stating; a) that the roof flashing and COI flashings will be maintained watertight; b) that any defective materials a: workmanship which may become evident within the two-year guarantee F will be replaced with the proper new materials or otherwise made good; c the roofing will lay smooth and even; d) that any and/or all repairs whicl be necessary on account of any of the above causes will be made withot cost to the Owner. Guarantee shall be counter-signed by the General Contr d. a 225-5 CAULKING a. Materials - 1. Caulking shall be ASTM C 920 elastomeric type single compound s or equivalent. Prirner, backstops, and bond breakers shall be as recommended E sealant manufacturer. 2. b. Preparation - 1. Surfaces shall be clean and dry, free of foreign material that would i adhesion. Clean out joints and install backing as required. accordance with manufacturer's recommendations. exposed finish surfaces. 2. Prime surf2 Keep primc a 10/3/9( C. Application - 1. Install sealant with smooth joints. Avoid under-or-overfill. Remove E material from adjacent surfaces. Caulk all exposed joints in the building and as noted on the Pla~ provide a watertight structure. e 2. d. Submittals - 1. Provide samples of caulking material in original containers and color for selection of color. 2. Provide manufacturer's data. 225-6 EXPANSION JOINT AROUND GENERATOR PAD The expansion joint around the generator pad shall be 1/2" felt with ASTM elastomeric type single compound silicon or equivalent caulking. 225-7 EXPOSED AGGREGATE FINISH ON GENERATOR ROOF The Contractor shall use an approved concrete set retarder and follow the manufac? instructions to produce an exposed aggregate finish on the surfaces of the eves ( Generator Roof as shown on the plans. SECTION 226 - NON-POTABLE WATER WARNING SIGNS a All signs shall be Granoply or Partoflex or approved equal. They shall be 1/16" engraved red over white with bold helvetica, all caps, lettering a minimum of 8"x- size. Mounted in the locations shown on the plans with a minimum of 4 screws. a 10/3/9( JII. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSIBUCTION a FOR CONSTRUCTION METHODS 300-2 UNCLASSIFIED EXCAVATION Add the following section: 300-2.2.3 Payment for Unsuitable Material Removal and disposal of unsuitable material shall be considered as included in the 1 paid for the various contract items of work and no separate payment will be made the Add the following: 300-9 DEWATERING 300-9.1 General. This section provides specifications for dewatering systerr appurtenances to be used during construction. The Contractor shall provide and ma; at all times during construction, ample means and devices with which to promptly re and properly dispose of all water from any source entering the excavations or other of the work. The Contractor shall control surface water to prevent entry into excava All dewatering materials, labor and equipment shall be considered as included in the sum bid prices paid for pump station and trench dewatering. e 300-9.2 Dewatering Plan for Pump Station. Dewatering shall be accompl by methods which will ensure a dry excavation and preservation of the final line grades of the bottoms of excavations. Said methods may include well points, sump pi suitable rock or gravel placed below the required bedding for drainage and pur purposes, temporary pipelines, and other acceptable means. The Contractor shall de and dispose of the water so as not to cause injury to public or private property, or to a nuisance or menace to the public. The dewatering system shall be installed and ope so that the groundwater level outside the excavation is not reduced to the extent 7 would cause damage or endanger adjacent structures. Dewatering systems shi designed and operated so as to prevent removal of the natural soils. Before dewatering is commenced, the Contractor shall obtain the agreement c Engineer for the method, installation and details of the dewatering system he propo use. To that end, the Contractor shall submit to the Engineer plans setting forth the c of its proposed dewatering systems. The dewatering system plans shall be in suff detail to indicate sizes of pumps, piping, appurtenances, the ultimate disposal poi water and to pennit the Engineer to judge the overall completeness and effectiven the proposed system. 0 10/3/9( The Contractor shall select the particular method of dewatering to be employed. The Contractor shall describe in the dewatering plan the provisions for compliance permits. The Contractor shall describe in the dewatering plan the equipment and oper procedures to be used while remaining in compliance with the noise and working 1. requirements of these specifications. The static water level shall be drawn down a minimum of one foot below the bottc the excavation in order to maintain the undisturbed state of the foundation soils ai facilitate the placement of fill or backfill compacted to the required density. Dewatering systems shall not be shut down between shifts, on holidays, on weekenc during work stoppages. The dewatering plan shall be submitted as a shop drawing and shall re acknowledgement of the Engineer. Add the following: a 300-10 DEMOLITION AND REMOVAL 300-10.1 General. The Contractor shall provide the necessary equipmen labor to demolish and remove all construction indicated on the plans. The items indi consist of an existing containment basin constructed of wire mesh reinforced concrete an abandoned trickling filter of reinforced concrete filled with 3" diameter rock, an existing Home Plant Pump Station. The Contractor shall not begin demolition authorization is received from the City of Carlsbad. The demolition of the existing I Plant Pump Station shall not begin until the new pump station has been tested, app; by the City, and fully operational. e . 300-10.2 Erdsting Facilities to be Removed. The Contractor shall rem0 structures as indicated on the plans. The Containment Basin concrete is to be en removed. The trickling filter shall be entirely removed and disposed of at the Otay La or, at the Contractor's discretion, a San Diego County approved demolition/constn recycling facility. 300-10.3 Cleanup. The Contractor shall transport and dispose of all mate] a manner that will comply with federal, state, and local hauling and disposal regula 300-10.4 Earthwork. The Containment Basin depression shall be fillec compacted. Material contained in the berms shall be used as fill and the area arour basin shall be graded in a way that will provide positive drainage of storm water. The trickling filter depression shall be filled with soil and graded in a way that will PI positive drainage of storm water. a 10/3/9c a 302-5 ASPHALT CONCRETE PAVEMENT A prime coat is not required for this contract. A seal coat is required and shall con the Section 302-5.10 of these supplemental provisions. To Section 302-5.1, General, modify as follows: Paragraph 1 , replace "Section 203-6" with "Section 400-4." Last paragraph, add: "All testing of underground installations at any given point sh completed before the surfacing is placed at that point." To Section 302-5.2, Prime Coat, modify as follows: After "grade Sc-250" add "or MC 70." To Section 302-5.6.1, Rolling General, modify as follows: Second paragraph, Part (2), add: '"Vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engii After last paragraph, add: "Unless directed by otherwise the Engineer, the j breakdown rolling shall be followed by a pneumatic-tired roller as described ir Section." To Section 302-5.6.2, Density and Smoothness, modify as follows: First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm). To Section 302-5.9, Measurement and Payment, add: Cost of labor and materials for the seal coat shall be included in the unit price b asp halt concrete. Add the following: 302-5.10, Seal Coat All asphalt concrete surfaces shall be seal-coated unless otherwise specified. The sea shall consist of a coat of asphaltic emulsion and a cover coat of sand. The asp emulsion shall be mixing type conforming to Section 203-3, "Emulsion Asphalt." Sanc be clean and dry. a 0 10/3/9( Immediately before applying asphaltic emulsion, the surface to be seal-coated sh thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be aF when the street is overly wet or when the atmospheric temperature is below 50 de Fahrenheit . The asphaltic emulsion shall be applied by use of a power spraying device that unifc applies the emulsion to the surfacing at a rate of 0.1 to 0.15 gallon per square yard. distributor spray bar shall be equipped with asphaltic emulsion-type spray jets. C gutters, and other adjoining improvements shall be carefully protected from the emu and any such improvements spattered or touched with emulsion shall be carefully cle Immediately after the application of asphaltic emulsion, a cover coat of sand slx spread at the rate of 6 to 12 pounds per square yard. After the sand has been spreac piles, ridges, or uneven distribution shall be broomed to maintain an even layer ovc surface. Five days after the seal coat has been applied, the surface shall again be bro and any excess sand shall be picked up and removed from the job. The Engineer authorize the sand to be broomed, picked up and removed from the job after 2 or days. e 306-1 OPEN TRENCH OPERATIONS 18" RCP shall have a minimum cover of one (1) foot below finished grade. Bedding be aggregate base per these specifications. Compaction shall be a minimum of 90% density and backfill shall be mechan compacted. To Section 306-1, add: 306-1.1.7 Shoring Shoring is considered to be adequate sheeting, shoring, bracing, or equivalent metho the protection of life and limb which shall conform to applicable safety orders. When as a bid item, payment for shoring shall include full compensation for furnishing, inst; maintaining and removing all sheeting, shoring, and bracing, for any cond encountered that require shoring, and no additional payment will be allowed there Full compensation for all work connected with shoring shall be included in the unit bid for the structure. Shoring calculations shall be provided and they shall be prepaI a structural engineer registered in the State of California. To Section 306-1.2.1, Bedding, add: a a 10/3/91 Bedding for all pipe shall comply with these Standard Specifications and Regional StaI Drawings as noted below: a. b. C. Additional bedding required below subgrade to replace soft or unstable material a ordered by the Engineer shall be paid for as a separate bid item and shall be one-incl: or larger crushed rock per Section 200-1.2 of Standard Specifications. To Section 306-1.3, Backfill and Densification, add: Upon completion of the required bedding, the trench backfill shall be placed mechanically compacted. Trench backfill shall be placed in a number of lifts (not to e: the requirements of 306-1.3.2) necessary to obtain ninety percent (90%) re compaction. Only lightweight tamping equipment shall be used within three feet (3') of pi] appurtenances. To Section 306-1 52, Permanent Resurfacing, add: All surface improvements damaged, displaced or removed as a result of the Contra operation shall be reconstructed by the Contractor. The Contractor shall repair existing asphalt pavement that has been gouged, marr scarred during construction. The repair shall consist of asphalt patching and/or sea sand according to Section 302-5.9 as determined at the sole discretion of the Engir: Unless otherwise provided for in the Bid Proposal, payment for repairs or replacemc all surface improvements damaged, displaced, or removed as a result of the Contra operation, shall be included in the bid price, and no separate payment will be therefor. Add the following: Bedding for ductile iron force main shall comply with W-21. Bedding for ductile iron gravity sewer shall comply with S-4. Bedding for 2" water service shall comply with 1-25. (I) e 306-14 EXISTING UTILITIES Existing utilities have been located as accurately as can be determined from 1 companies and office records and are shown on the construction plans. However, as s in Section 5-1, the Contractor shall contact the several utility companies and agencic mark out, before excavating or trenching and shall coordinate his work with them. a 10/3/9c Where a possible at-grade conflict with the existing underground utilities appear, u prior pothole information is shown on the plans, the Contractor shall determine location prior to trenching. Grade and/or alignment changes shall be made or approved by the Project Manager or Field Engineer. Unless a specific pothole require is shown on the Plans and potholing is listed in the Bid Proposal, the cost shall be incl in the unit price bid for the main or drain being installed. Where existing underground utilities are undercut, particular care shall be exercis selecting, placing, and compacting the backfill material under and around such utili assure fkn support. For at least twelve inches (12") all around the undercut utilit] backfill material shall have a sand equivalent of 50 and be compacted ninety percent (' relative density. Where, in the opinion of the Engineer, the native soil is unsuitable for supportin undercut utility, suitable backfill material shall be used and payment therefor sb included in the unit price bid for the main or drain being installed. Where a one-inch (1") or smaller water service is damaged during trenching operatj minimum four-foot (4') section of such service shall be removed and replaced with tw forty-five degree (45") ells and new copper tubing bent to a twelve-inch (12") minj radius. The Contractor is advised to be careful to avoid damage to water services, sewer lat water and sewer mains during his trenching operation. In the event damage is requiring new service connections, water main repairs, etc., the Contractor shall p: work required to be done by City forces. The Contractor shall alter, relocate or reconstruct portions of existing utility st connections, such as water, sewer, gas, electric, telephone, etc., which may or ma have been shown on the Plans, or not accurately shown on the Plans, but which are j to interfere with the work. All costs for such work shall be included in the bid for thc necessitating such work; except for the following: a. b. . e The service connection is not shown on the plans or marked in the field. The service connection will collide with the plan elevation of the new m: drain. Upon discovery of either of the above conditions, the Contractor shall immediately 1 the Engineer. At the option of the Engineer, if authorized, payment will be mal utilizing any of the items listed in the bid proposal and/or as provided in Subsecti 2.2.3 or 3-3. Abandoned water services not shown on the Plans, but found to interfere with the prc of work, shall be paid for as a separate bid item. All abandoned services shall be sh at the main. Payment includes full compensation for damage and/or delay caused E a unknown abandoned water service. 10/3/9( 308-2 EARTHWORK & TOPSOIL REPLACEMENT 0 To Section 308-2.3.1, General, add: Weed eradication for entire project site. After irrigation installation but before pla: installation, the Contractor shall irrigate the entire project site three to four times seven to ten days to germinate existing weed seeds. Allow weed seeds to grow until reach a maximum height of two to three inches. She/he shall then apply the emergent herbicide per manufacturer's specifications and instructions. Weed eradication for shrub areas and groundcover areas (planted from flats). Thr four days after these plants have been installed, the Contractor shall apply the emergent herbicide per manufacturer's specifications and instructions. All areas to receive landscaping shall be excavated to 52'-6" beow finished grade. 1 areas shall be backfilled with +2'-6" of type "A" topsoil. Raised planters shall be backfilled with type "A" topsoil to within 2" of the top of pl; To Section 308-2.3.2, Fertilizing and Conditioning Procedures, delete and substitutt After the areas have been deep ripped, the following rates of soil conditioning amendment materials shall be evenly spread over all planting areas and shall be thoro1 scarified to an average depth of six (6) inches by rototilling a minimum of two altern passes. Amendment must be intimately blended with soil. 0 Soil Conditioner Iron Sulphate Gypsum 5 cu. yd. per 1,000 SF 20 lbs. per 1,000 SF 250 lbs. per 1,000 SF The entire project shall then be irrigated with a deep watering schedule to leach out A total of six (6) inches of water shall be applied at the rate of one (1) incl application. The soils shall then be tested again by the agricultural chemist for Pf salts. If soil is found to be in the appropriate range, then nutritional correction map place. If the soil is not acceptable to the chemist, it shall be further leached through irrigation until it is acceptable. Nutritional correction. After soil has been chemically corrected, Contractor shall a and rototill 40 lbs. of 1-10-10 fertilizer per 100 SF into the top 8' of soil. The Contractor shall apply post-plant 14-7-3 fertilizer at the rate of 20 lbs per 1,OO 60 days after planting and every 60 days through the end of the maintenance perk 3084 PLANTING To Section 308-4.1, General, add: a io/3/9a The Contractor shall submit a seeding mulching plan and seed mixture to the Engine( approval. The seeded plants will provide ground cover and erosion control for the where the containment basin, trickling filter, and existing pump station have been remc The Contractor will be responsible for the seeded area until the plants have emergec until the pump station has been tested and accepted by the City of Carlsbad. Wha seed is selected shall be one that is native to the area and is capable of surviving M minimal amount of water. The Contractor shall follow Section 308-4 Planting for wha method is selected. Actual planting shall be performed during those periods when weather and soil con& are suitable and in accordance with locally accepted horticultural practice and afte irrigation system is complete as approved by the Engineer. No planting shall be do any area until it has been satisfactorily prepared in accordance with these specificai Soil moisture level prior to planting shall be no less than 75% of field capacity. determination of adequate soil moisture for planting shall be the sole judgment c Engineer and his decision shall be final. The Contractor shall obtain approval of pla pits before planting operations shall begin. If the soil moisture level is found insufficient for planting, all planting pits shall be filled with water and allowed to before starting planting operations. No more plants shall be distributed in the pla area on any day than can be planted and watered on that day. All plants shall be planted and watered as herein specified immediately after removal ( containers. Containers shall not be cut prior to pit preparation and the plants sh planted immediately thereafter. To Section 308-4.2, Protection and Storage, add: The ContractoJs on-site plant storage area shall be approved by the Engineer prior t delivery of any plant materials. Any plant determined by the Engineer to be ~i broken, or otherwise damaged shall be rejected at any time during the project whet1 the ground or not. All plants shall be handled by its trunk or stem shall be rejectec rejected plants shall be removed from the site immediately. To Section 308-4.5, Tree and Shrub Planting, add: Planting backfill shall be a thoroughly blended mixture of existing site soil an( amendments at the following mixture: a Soil Conditioner 1/4 CY Site Soil 3/4 CY Iron Sulphate Gypsum Planting Tablets as noted 1 lb./per CY of mix 10 lbs./per CY of mix a 10/3/9c Fertilizer planting tablets (21 gram size) shall be placed with each plant at the follo rates: One (1) Tablet Two (2) Tablets Four (4) Tablets One (1) Tablet Per 1 Gallon Container Per 5 Gallon Container Per 15 Gallon Container Per Each Two (2) Inches of Box Size Container e All plants which settle deeper than specified shall be raised to correct level or replac directed by the Engineer. Pruning shall be limited to the minimum necessary to remove injured twigs and bran and to compensate for loss of roots during transplantation, but never to exceed one- (1/1Oth) the branching structure. Pruning shall be done only with the approval of, and in the presence of, the Engine To Section 308-4.6, Plant Staking and Guying, add: All boxed trees shall be staked to the satisfaction of the Engineer. Trees planted ir grates shall be single-staked (See details). Refer to Section 212-1.5.3 for approved staking materials and guying materials. 308-6 MAINTENANCE & PLANT ESTABLISHMENT e For all areas the maintenance period shall be 30 days, but may be extended b Engineer if the required maintenance work is neglected by the Contractor or thc remedial landscape work remaining. Contractor shall also water, weed, and maintaj landscaping during a preceeding 30-day establishment period for a total of 60 days. Contractor shall provide complete landscape maintenance of all planting areas. The shall include, but not be limited to, watering, litter control, weed control, stake r cultivating, repair of irrigation systems, and control of diseases and pests. All planted areas shall be treated with an approved granular pre-emergent her1 according to manufacturer's specifications at the beginning of the maintenance perio if the product specifies, additional scheduled treatments on a regular schedule, as rec through the maintenance period. At the direction of the Engineer, the Contractor shall control weeds, disease, anc infestations in the planting areas. The Engineer shall approve all methods and mat for such control. Upon approval, the Contractor shall implement the control me: exercising extreme caution in using pesticides and taking all steps to ensure the saf the public. Only licensed personnel will be permitted to perform toxic spraying wc 0 10/3/9C The 30-day maintenance period shall begin the day after all punch list items have completed and the Engineer certifies final acceptance of the projects. All plant mat shall have been planted and established for a minimum of thirty (30) days prior to the of the 30-day maintenance period. No separate payment will be made for landscaping and remedial work during construction and/or the thirty (30) day establishment peric the 30-day maintenance period. During the establishment period, the Contractor shall furnish sufficient men and equip] on a daily or weekly basis to perform and work required by this section. Any day 1 the Contractor fails to adequately carry out specified maintenance work, as detern necessary by the Engineer, the day will not be credited as one of the plant establish days. All planting areas which are damaged by construction shall be repaired bj Contractor within 30 days following completion of construction in such areas, u otherwise approved. Repair shall consist of bringing the damaged area back to final g: Replanting the area with the same vegetation as originally specified, and maintainin area to achieve acceptable plant establishment. 308-7 GUARANTEE All 15-gallon and larger trees installed under the contract shall be guaranteed to livr grow for one (1) year from the day of final acceptance of contract work. All other plant material, including ground covers, shall be guaranteed to live and groi a period of sixty (60) days from the day of final acceptance of the contract work. Any material found to be dead, missing or in poor condition during the mainter period, shall be replaced immediately. The Engineer shall be the sole judge as tc condition of the material. Material found to be dead or in poor condition Withi guarantee period shall be replaced by the Contractor at his expense within fifteen days. Replacements shall be made to the same specifications required for the on plantings. Contractor shall call for a final inspection two (2) weeks before the end of the 3( maintenance period. Failure to pass inspection Will result in an extension 0. maintenance period for such period as the Engineer deems necessary. a 308-9 WEED CONTROL 308-9.1 General. The Contractor shall keep the area to be enclosed insid new fence weed free for the duration of the contract. The type of herbicide to be shall be based on the following criteria: a. Climate b. Weed species targeted C. Duration between applications d. Possible adverse impacts on adjacent natural resources a 10/3/90 Weeds not controlled by herbicide use shall be controlled by other methods. 1 methods require price approval of the Engineer. The Contractor is responsiblc inspection of the contract area and adhering to federal, state, and local laws regulations. e 308-9.2 Execution. Herbicide shall be applied to the entire area one day b the application of bituminous material and crushed rock to sterilize the surface. HerE spraying shall be performed only on still days and will be stopped when unfavo weather conditions, such as wind, would increase the risk of drift to personnel or desi vegetation. Any adjacent property or desirable vegetation damage by the Contractor ( representative will be repaired or replaced by him at no expense to the City of Carl Apply herbicide to the dry surface at the maximum rate permitted by the EPA Regis Herbicide Label. 308-9.3 Herbiade Environmental Protection. The Contractor shall exc extreme care to prevent damage or contamination by herbicide to soil, vegetation, u fish and desirable animals on areas other than the specific location to be treated. Contractor shall be held responsible and liable for all such damages, contaminatior effects resulting from this misapplication of herbicides. 308-9.4 Disposal of Herbiade Residue. Herbicide rinse water or e herbicides from the Contractor's operations shall be collected by the Contractor i appropriate receptacle and disposed of off the job site at an approved disposal locatio shall be applied to the same target area to which the original mix was applied, and i same manner of application. 308-9.5 Contractor Herbiade Applicator Personnel Licensing & Comper Requirement. All job site herbicide application shall be accomplished by or unde personal and direct supervision of an individual currently licensed by the State of Califi as a Certified Applicator in Category (C) (Right-of-way), or other category acceptat the San Diego County Agricultural Commissioner for the specific work. All jot: herbicide applications shall be made by personnel capable of identifying the pest SF to be controlled, knowledgeable of control techniques, and able to apply herbicide a ingredients at prescribed dosages and rates of application, as required by the lab achieve the required control under the job site conditions, without danger to people, or other non-target animals or plants. e 308-9.6 Herbicide Applications. The Contractor shall perform all hert applications in strict accordance with the following requirements. 308-9.7 Herbiade Permits and Regulatory Compliance. The Contractor obtain any State and local permits required for the procurement and use of any hert: used under this contract at no additional expense to the City in the same manner as th the work being performed for hire on private property. All herbicides shall be proc possessed, handled and applied in strict accordance with the manufacturer's label labeling as registered with the Environmental Protection Agency and the State of Calif a 10/3/90 pursuant to the Federal Insecticide Fungicide and Rodenticide Act. Each product shi so registered for use under the particular environmental conditions under which 0 applied. 308-9.8 Contractofs Appfication Equipment. All power driven hert application equipment shall be in operable condition, equipped with proper nozzles, agitation, shut off valves, etc., in order to assure uniform coverage at the proper ri application. The Contractor shall make such equipment available for inspection by thc Diego County Agricultural Commissioner if requested by the Engineer. 310-5 PAINTING VARIOUS SURFACES To Section 310-5.6.1, General, add: Contractor shall paint all parking stall striping, pavement marking and curb markin indicated on the plans in accordance with CALTRANS standards and specifications. To Section 310-5.6.10, Painting Traffic Striping, Pavement Markings and Curb Marl modify as follows: Payment for all pavement marking shall be a lump sum as proposed in the bid docurr Add the following: a SECTION 313 - ACCEPTANCE AND STATION START-UP 313-1 GENERAL Prior to commencing acceptance tests, the Contractor shall have completed testing, flu and cleaning the pump station, and shall have completed operational tests calle elsewhere in the specifications. It will be necessary for the Contractor to complete the acceptance tests only after the main construction has been completed. The Contractor shall conduct acceptance te! that all structures, piping systems, equipment electrical controls, instrumentation sy and the generator system can be tested completely prior to plant start-up. The Contr shall coordinate the testing so that it does not interfere with any other contract in the or with his installing subcontractors, suppliers or manufacturers representative. The instrumentation and control systems shall be rechecked at this time to ver;fy p operation, and final adjustment shall be made as required. Station operating persc shall be instructed by the manufacturers representative in the functions and operati each system and shall be shown the various adjustable and set point features which require readjustment, resetting, or checking and recalibration by them from time to Upon successful completion of acceptance testing as determined by the Engineer Contractor will be instructed to commence with plant start-up. a 10/3/90 313-2 TEmG In addition to the tests specified elsewhere in these Special Provisions for specific elen of piping, equipment structures, electrical, instrumentation, and other work, the Contr shall test the system under actual hydraulic conditions to demonstrate the funct capabilities of all components and the compliance with the specification requiremen The manufacturer of the pumps, drives, cornminutor and electric controls will SE representative to the pump station site to instruct the operating personnel and to cc that the equipment is installed properly. The representative shall assist in testing and adjustments. The requirements are: e Manufacturer of Time Required Comminutor 1 Day PWP 1 Day Drive 1 Day Electric Controls 2 Days e e 10/3/90 N. SUPPLEMENTAL GENERAL PROVISIONS a FOR SCHEDULE 2 400.1.0 SCOPE The following supplementary general provisions apply to Sheets 1 - 11 of the drawin, This work includes the installation of the force main and all associated work inch testing, traffic control and pavement repair. 400.2.0 STATUS SPECIFICATIONS Work done on Sheets 1 - 11, Schedule 2, should be done in accordance with the 1 edition of the Standard Specifications for Public Works Construction, written promulgated by the Southern California District Associated General Contractor California Joint Property Committee. 400.3.0 ADVANCE NOTIFICATION It shall be the Contractois responsibility to determine and notify those agencies requ advance notification for inspection or other purposes before beginning construction ir area of concern to said agency. A minimum of 48 hours advance notice shall be giw the various agencies. 400.4.0 INSPECTION The City shall at all times have access to the work during construction and sha: furnished with every reasonable means to ascertain knowledge regarding the prog workmanship, and character of materials and equipment used and employed in the v Whenever the Contractor vanes the period during which work is carried on each da: shall give due notice to the City so that inspection may be provided. Any work done ir absence of the City's Representative will be subject to rejection. All installations which are to be backfilled or otherwise covered shall be inspected b! City prior to bacMilling or covering and the Contractor shall give due notice in advanl backfilling or covering to the City so that inspection may be provided. e 10/3/90 a The inspection of the work shall not relieve the Contractor of any of his obligatio fulfill the contract as prescribed. Defective work shall be made good and unsui materials and equipment may be rejected notwithstanding the fact that such defective and unsuitable materials and equipment have been previously inspected by the City 01 payment therefore has been included in an estimate for payment. 400.5.0 CONSTRUCITON STAKING The Contractor will furnish sufficient construction staking to prosecute the work. The to reset stakes lost or destroyed during construction operations shall be borne b; Contractor. 400.6.0 PRESERVATION OF PROPERTY The Contractor shall exercise due care to avoid injury to existing improvements or facil utility facilities, adjacent property and trees and shrubbery that are not to be remok All trees and shrubbery that are not to be removed in addition to pole lines, fences, s survey markers and monuments, buildings and structures, conduits, pipelines undl above ground, sewer and water lines, highway or street facilities, and any ( improvements or facilities within or adjacent to the work shall be protected from inju damage, and the Contractor shall provide and install suitable safeguards to protect objects from injury or damage. If such objects are injured or damaged by reason o ContractoJs operation, they shall be replaced or restored at the Contractor's expense condition as good as when the Contractor entered upon the work or as good as reqi by the plans and specifications if any such objects are a part of the work being perfor The fact that any such pipe or other underground facility is not shown on the plans not relieve the Contractor of his responsibility under this article. In addition to any requirements imposed by law, the Contractor shall shore up, b underpin, and protect as may be necessary, all foundations and other parts of all exi structures adjacent to and adjoining the site of the work which are in any way affect6 the excavations or other operations connected with the performance of the v Whenever any notice is required to be given by the Owner or the Contractor to adjacent or adjoining landowner or other party before commencement of any work, notice shall be given by the Contractor. 0 0 10/3/90 a 400.7.0 DRAINAGE PRECAUTIONS Upon completion of each workday, the Contractor shall take all necessary prevent measures to avoid the impounding of storm runoff or nuisance water withir construction area, or upon private property. 400.8.0 WATER POLLUTION CONTROL The Contractor shall exercise every reasonable precaution to protect channels, storm d~ and bodies of water from pollution and shall conduct and schedule his operations so minimize or avoid muddying and silting of said channels, drains, and waters. 400.9.0 F.XISIWG UTILITIES AND IMPROVEMENTS A. e Copies of the construction plans have been sent to the various utilities for the1 in determining any necessary relocation of facilities. Additionally, a reques been made to check said plans for errors, omissions or discrepancies. It shall b Contractor's responsibility to contact the various utilities to determine the e: and time required for any and all relocations and for reconstruction of u facilities. A time extension will be granted to the Contractor where u relocations and/or reconstructions interfere with Contractor's work. There wil be in any case, any additional compensation to ContractoJs by the City for delays to the project caused by the activities of any utility. The fact that existing utilities and improvements, either above or below the gr surface, are not shown on the drawings shall not relieve the Contractor of lia for complete and careful protection of said improvements from damage as spec herein. All repairs to damaged utilities and improvements shall be inspected and appr by an authorized representative of the improvement owner before being concc by backfill or other work. B. a C. 400.10.0 UTILITY SERVICE INTERRUPTION In all cases of alteration or relocation of service connections, the Contractor shall notif residences being affected a minimum of four hours prior to said alteration or relocatior the service connection shall be returned to service in an amount of the time not to ex four hours. Interruption of service to commercial establishments shall only be done di hours which the commercial establishment is closed. 10/3/90 a 400.11.0 SAFETY In accordance with generally accepted construction practices, the Contractor shall be I and completely responsible for conditions of the jobsite, including safety of all person property during performance of the work, and the Contractor shall fidly comply wi OSHA, state and federal laws, rules, regulations and orders relating to safety of the F and workmen. It is the Contractois responsibility to acquaint himself with and abide by these regula during all phases of construction. The Owner will not be responsible for ensurin, Contractois compliance with said regulations. The Contractor shall hold harmles: indemnify the Owner and its agents for any damages caused by failure to abide by regulations. The Contractor shall include any and all costs associated with compliance with said s requirements in the appropriate bid items of work to be performed. 400.12.0 Before proceeding with any work, and at all times during the course of the work Contractor shall carefully check and verify all dimensions and quantities and immediately inform the City of any discrepancy between the drawings and specifica and actual conditions. No work shall be done in any area of such discrepancy approval for same has been given in writing by the City or his authorized represent: The Force Main Contractor shall coordinate with the Pump Station Contractor 01 location and elevation of the force main connection at the pump station. 400.13.0 In accordance with Section 6500 of the. Labor Code, the Contractor is required to o a permit for the excavation of a trench which is five feet or more in depth and into v a person is required to descend, Erom Division of Industrial Safety. The Contractor shall furnish all labor, equipment, and materials required to de construct and remove all sheeting, shoring and bracing or other equivalent methc support for the walls of open excavations required for the construction of this proje Excavation for any trench or structure 5 feet or more in depth shall not begin unti Engineer has reviewed the Contractois detailed plan for worker protection fron hazards of caving ground. e VERIEXATION OF DIMENSIONS AND QUANTITIES TRENCH SAFETY AND SHORING OF EXCAVATION 10/3/90 0 Such plan shall be submitted at least 5 days before the Contractor intends to 1 excavation and shall show the details of the design of shoring, bracing, sloping or provisions to be made for worker protection during such excavation. No such plan allow the use of shoring, sloping or a protective system less effective than that requir the Construction Safety Orders of the Division of Industrial Safety; and if such plan 1 from the shoring system standards established by the Construction Safety Orders, the shall be prepared and signed by an Engineer who is registered as a Civil or Struc Engineer in the State of California. Prior to the beginning of excavations requiring shoring, the Contractor shall design; writing, by name, to the Engineer, the person whose responsibility it is to supervis project safety measures and the installation and removal of sheeting, shoring and brz In addition to shoring the excavations in accordance with the minimum requiremer the Industrial Safety Orders, it shall be the Contractois responsibility to provide an; all additional shoring required to support the sides of the excavation against the effei loads which may exceed those derived by using the criteria set forth in the Industrial S Orders. The contractor shall be solely responsible for any damages which may result his failure to provide adequate shoring to support the excavation under any or all c conditions of grading which may exist, or which may arise during the construction c project. 400.14.0 POLyvINn CHLORIDE PIPE A. Scope This specification covers the requirements for the PVC pressure pipe force main fro1 sewage lift station. All pipe under this section shall conform to AWA C900. B. Materials 1. 0 0 The pipe shall be made as PVC confonnant to ASTM Dl784 comp 12454A OR 12454B. Gaskets shall meet the requirements of ASTM F477. The gaskets sh suitable for use with sewage. Lubricant used for assembly of the gasket in joint shall have no detrim effect on the gasket or pipe. 2. 3. 10/3/90 a C. Manufacturer Standard pipe length shall be 20 feet and the pipe shall be rated at Class 150 DR18 D. Inspection and Testing The pipe will be tested to a pressure of 100 psi in accordance with Section 306-1.4 the standard specifications for water pressure testing. 400.15.0 ROCK BEDDING Rock bedding shall be a well graded, angular, crushed rock. All the rocks shall pass inch sieve size but no more than 15 percent shall pass the Number 4 sieve. The rock be dropped from no more than 2 feet above the top of pipe and the City shall approvl method for rock placement. a 0 10/3/90 0 GEOTECHNICAL EVALUATION THIS REPORT rs FOR REFERENCE ONLY AND IS NOT A PART OF THE CONTRACT DOCUMENTS e The following report was prepared by Nhyo & Moore, Geotechnical Consultants, October 26, 1987, for design purposes only and has been included in this Specification to reveal to the Contractor all the information that was available for the design. a 10/3/90 a a ADDENDUM TO PRELXMINARY GEOTECHNICAL EVALUATION PY-MP STATION, CITY OF C.JJILSBAD SORT?3 OF TEE INTERSECTION OF STATE STREET AND CARLSBXD BOULEVARD CAFXSElAD, CALIFORNA PREPARED FOR: MR. BKL KOETIONAK ALMGREN 2% KOPTIONAK 9968 HIBERT STREET, SUITE 102 SAV DIEGO, CALIFORNIA 92131 e OCTOBER 26, 1987 PROJECT NO. 100239-02 -. e mPN' .Umgren & Koptionak October l Project No. 10 a Tabie of Contents - Pa Site Description ...................................................................................................................... Proposed Site Development ................................................................................................ ?I Field Expioration and Laboratory Testing .........................................................................~ Subsurface Conditions ........................................................................................................... : Conclusions and Recommendations ................................................................................... i I!lustra:ions Figure LA - Site Location Map Figwe 2.4 - Site P!an Figre 3A - Lateral and Uplift Pressure Diagrams Amendices Appendix A - References Appendix B - Boring Log e a i WYU=+f - -_ ~ - -- --- - -_ __ , 2 ,- -1. ---- A _-- -7: 2L_ ~:y/#go&qqnare - - --LaL-'* -- 73.. x.? - - - Zearecn-rcai Ccrsucams a October 26, 1987 Project No. 100239-02 Amgren & Koptionak 9963 Hibert Street, Suite 102 San Diego, California 92131 Attention: LMr. Bill Koptionak Subject: Addendum to "Preliminary Geotechnical Evaluation, Pump Station, City of Carisbad, North of the Intersection of State Street and Carlsbad Boulevard, Carlsbad, California." Gentlemen: T5is addendum to our previously submitted report (Appendix A, Reference l), p the results of additional subsurface investigation performed at the revised location facility. The purpose of this study was to evaluate the site materials relative to the cocclusions and recommendations presented in the referenced report, and to mod$ or present new recommendations for the design and construction of the planned faci Site Descriution The subject property consists of a roughly triangular shaped lot just north of the section of Carlsbad Boulevard and State Street in Carlsbad, California (Figure 1A site is relatively level at an approximate elevation of 31 feet (MSL) and has no sigr vegetation. A 100 foot diameter trickling filter tank structure exists approximately north of the northern boundary of the site, at approximately the same elevation. To the south, the site descends at a slope ratio of approxidmateIy 5:1 (horizontal to v( to a railroad right-of-way at approximate elevation 22 feet (MSL). To the east, a SIC cends toward Carlsbad Boulevard at a slope ratio of approximately 5:l (horizontal tc cd), to approximate elevation 37 feet (MSL). 0 -. a 5011 Engineering Geology Groundwater '0225 3arnes Caryon Zoad 0 Sulre 4- ii Sdn 3ieoo C4 92121 6191 457-0400 Amgren Sr Koptionak October Project No. 1( 0 Prouosed Site DevefoDrnent The proposed site development will include construction of a partially undergrounc pump station. Based on preliminary plans and sections (Appendix A, Refe., .once L the dry and wet well will be Zpproxirnatdy 23 feet deep. A diese1 generator roorr iocated southeast of the wells founded at, or close to, the existing ground surface. derstand that only minor graciing will be required, thus the site will remain at mateiy the existing grade. Field Exp!oration and Laboratory Testing Subsurface conditions at this new location were evaluated by driIling one test bo ;X) to a depth of approximately 35.5 feet below existing grade. X geologist ;vas during :he drilling operation io log materials encountered and to obtain representa samples. A boring log is presented in Appendix B, and the boring location is shoiw ure 2A. Sampling in the boring consisted of reIativeIy undisturbed ring sampIes c using a sampler driven into the soil with a 130 pound hammer, dropping 30 inch4 number of biows iequired for 12 inches of penetration is shown on the boring log. Laboratory tests were performed on representative soil samples obtained from ploratory boring to evaluate in-place moisture and density characteristics, and all were visually classified. The test results are presented on the boring log (Appendix Subsurface Conditions I e Based on our subsurface investigation and review of the map by .Weber, 1982, the 1 formation present at the site is the Eocene Santiago Formation. About 11 feet c deposits, followed by approximately 5 feet of man-made fill overlie the Santiago tion. Groundwater was emountered at a depth of about 30 feet in the boring. descriptions of the materials encountered are presented on the boring log (Appe Generaiized descriptions of the materials encountered are as follows: a 2 We!Y*&fl Mmgren & Koptionak October 2 Project Xo. 10f e oFiJ The fill materid generally consisted of brown firm silty sandy clay, ad cIayey silt, with some ~ravei. o 923ch Deposits These deposits consisted of generaily gray-green, ?ense, silry fine sand wiLh zones of brown-orange oxide stains, and occasional coarse sand pockets. 0 Santiago Formation Tne Santiago Formation as observed, consisted of rveakIy cemenied In- terbedded very dense sandy siltstone and siity sandstone, with minor moucts of clay and occasional coarse sand or fine gravel. CONCLUSIONS &YD RECOMMENDATIONS e ConcIusions The results of this additional investigation indicate that the subsurface conditions a ilar to those reportcd in our earlier report (Appendix A, Reference 1). Consider geotechnical aspects of design and construction, the cor?ditions at this proposed I( appear generally more favorable, than those of the prior site. Because the revised I( is at a higher elevation than the previous site, the depth to groundwater is greater. evaluating the soil moisture data from this subsurface investigatian in relation to tl from the original site, and the general topography, adaptation of a design groun level of 20 feet (MSL) is, in our opinion, appropriate. The depth of undocumentel male fiii appears Iess than 5 feet, and the fill is underlain by the beach deposits, wh competent bearing materials. The formational material is very dense, with varying c of cementation, and is predominantly granular. a 3 w%Fm Mmgren & Koptionak October. Project No. 10 a Excavation can, in our opinion, be accomplished with normal mechanical exc equipment. However, depending on the size and power of the equipment, loosenin formatiom1 material may occasionally be required, aiid can, in our qinion, be plisiied by utilizing a mechanical '"ouil point" or rock breaker. ~n generd, we conclude that the recommendations presented in our earlier report project (Appendix A, Reference 1) are valid, other than as modified below: Recommendations T Tiiese recommendations are bascd on current site conditions and our understandin proposed construction. If the site is modified by graciing or the Iocation of the prop1 dity is changed, our office shouid be coritacted to review these changes and provic rional recommendations 3s appropriate. It should diso be noted that the recomer presented herein are in addition to, or rncdify the recommendations presented in ( iier report for this project (Appendix A, Reference I-), and should therefore be read conjunaion with the earlier report. a Earthwork 0 Fill Materials The onsite formatiocai materiaIs and beach deposits are general11 suitable for use as compacted fill, provided they are free of debris The existing fill materials, due to their apparent significant clay con tent, are considered reusable only 3s backfill and in the uppermost 2 foot zone, to provide a semi-impermeable barrier for surface watei migration into the deeper backfill. * 4 WYii&rn' Almgren & Koprionak October Project No. I( a Fcundations Unless a perimeter subdrain is ixtalied at a lower eIevation, and directel offsite, a groundwater elevation of +20 feet (MSL) should be considered fo design. 0 Wet and Dry Well Foundation &kt and Wa!Is We recommend that the foundation mat and walls be designed for thl uplift and lateral pressures shown on Figure 3A, “Lateral and Uplif Pressure Diagrams.” 0 Generator Foundation Tie roads of the generator structure may be transferred to the under lying dense beach deposits, rather than to the forrnatiocal materials as recommended in our previous report. This can be accomplished b: removing the undocumented fill to the top of the beach deposits, re placing it with structural fill and using conventional footings and siab on-grade (Option A in earlier report), or by deepening :he footings tc bear 1 foot Lminimurn into the beach deposits and using a structura slab (Option C in the earlier report). Supporting the buiiding frarnt on hlled piers (Option B of the earlier report) is not considered eco. nomically viable due to the relative shallowness of the fill. Detailec recommendations on Options A and C are presented in the earliei report. a . Drainage Should significant economies result from lowering the design groundwater level, a perimeter subdrain at a lower elevation can be instalied. Modifiec design pressure diagrams can be prepared to reflect the modified subdraig e 5 &@iyi?7=~1 Almgren & Koptionak October ; Project No. 10 e eievation. General recornmendations for design of underground drainage are presented in the earlier report. Construction Considerations 0 Shoricg Due to the close proximity of the adjacent trickiing filter strucmre, i. is recommended that the portion of we11 excavation below 15 feet (Le. in the formation) riot be laid back, but be shored. The proximity o other settlement sznsitive underground strxtures may o:hmvisc guide selection of shoring or laying back of excavation slopes. Laic back siopes should in a11 cases be at slope ratios no steeper than 1:l (horizontal to verticd). 0 Special Precautions e The dose proximity of the power line guywire anchors to the west a1 the site should be considered prior to pianning the excavation. Construction 0 bserva tion The recommendations provided in this report are based on conditions disclosed by c sclrface investigation. The interpolated subsurface condiiions should be checked fie!d during construction. We recommend that final project drawings be reviewed office prior to construction. We recommend that all footing excavations be obsemed by a representative of 01 and that testing and observation of fill placement be performed by a representative fir= to evaluate compliance with recommendations provided ir, this and the earlier I a 6 m!F" Almgren & Koptionak October , Project No. 10 a The fie!ci investigation, laboratory testing and geotechnical analysis presented in thi have Seen conducted in accordance with current engineering practice. Our obse are based on one test boring located on the site and our recommendations reflect 1 ditiors encountered therein. Variations may exist, and conditions not observed scribed in this report may be encountered during construction. If conditions differe those described in this report are encountered, this office should be notified and ad recommendations, if applicable, should be requested. We qpreciate this opportunity to be of service, and if you shouId have any quest garding this matter please contact this office. Very trtlly yours, LWNYO 3 MOORE -&4c$/-- :$3 / u Jan A. DahIgren Associate e JAD/SWJ/REM/eg Distribution: (2) Addres a 7 MkPm @ .. SITE LOCATIOb CITY OF CARLS8AD PUMP STATION FACIL1’1 -~~ihyii~~wne- CARlS8AD, CALlFORNl I DATE PROJECT NO. 100239-02 iom7 0 LEGEND -. 4 NOR' B-lA Approximate location of exploratory boring 0 20 m BASE MAP IS AN UNTITLED, UNDATED SKETCH. FURNISHED BY ALMGREN & KOPTIONAK. ALL DIMENSIONS ARE APPROXIMATE. Approximate Sc SITE PLAN CITY OF CARLSBAC PUMP STATION FACILl -y/iyoamoot.e, CARLSBAD, CALIFORk FI DATE 10/87 PROJECT NO. 100239-02 v Finish grade A Elevation +20 MSL 0 - - t X I 'r ' Y v Bottom of Mat Elevation b K 1 7, X < < - \ * L Y 0 4AAnAAhA T A 62.4~ X PSF 0 ASSUMED CONDmONS 1. At rest conditions KO equals 0.5 2. YSO~J (moist) equals 120 PCF NOT TO SCA LATERAL AND UPLIFT PRESSURE CITY OF CARLS8AD PUMP STATION FACILlT7 -~hyii~~mre, CARLSBAD, CALlFORNll Flt DATE 1 100239-02 1 10/87 PROJECT NO./ I a APPENDIX A e ~@kiyio~~aore a Almgren & Koptionak October : Project No. 10 a APPENDIX A References Sinyo & Moore, 1987, "Preliminary Geotechnical Evaluation, Pump Statior City of Carisbad, North of Intersection of State Street and Carisbac Boulevard, Carlsbad, California," dated April 30. 1. 2. Untitled, undated site topography and sketches of facility location, furnishec by AImgren & Koptionak. 3. Ahgren Sr Koptionak, Inc, untitled, undated, schematic drawing of facili? plan and sections. e 0 i t c- a APPENDIX B e &kiiyiuaV\oore a a MAJUM UIVIaIUN3 I 3 1 MUUt-3 lYPICAL NAMtY GW W*R Waded ~aveh 01 ~aveC~.nd &- m GRAVELS GP Poorly gradad gravala or gravel-sand mlrtur c* .i : 52 : (Mora than 112 of GM Silty gravela. gravaCsand-*Ilt mlxtureo -0 coarro fractbn > 00 :E no. 4 rlrv. rite) GC ~~ayey grave~r, gravel-rand-clay rnlxturrr sw uz <- SANOS sp - P gc! $2 E A : (More thin 1/2 of SM - coarro krctbn < no. 4 ikve ske) Well gradad ianda or gravelly iand8. little o Poorfy graded irndr or gravally irndr. Ilttlc 311ty iandt, iand-sitt mtxturea layey randa, sand-clay mlxturrs A 0 * --i - e SRTS d CLAYS - - 0 m0 mo . =:':: LL < 50 Inorganic iilta and very flnr rand., rock flou ML CL OL !In. rand8 or clayey illta rlth ihht plartklt -- Inorganla clays of lor 10 medlum plaatlclty. irndy clay@, iltty clryr. lean clayr Orga-tc a11ta and organ4 ray ckyr of [or p~ GROUND EFEVATION SHE SAMPLED BY LOGGED BY ndisturbed drive sample round xater table Standard penetration test a SANDSTONE and coarse-grained, sandy SILTSTONE; h - CONTINUED - 20 BORING LO( Carlsbad Pump Static Calif I -/)@iiiryoamanre, City of Carlsbad DATE , PROJECT NO. 100239-02 10/87 DATE DRILLED LL/ L7/ 0 I BORING NU. - GROUND ELEVATION 31'- ('lSL) SHEEl 6" Diameter Eollow Ster DROP - am + 143 1bs. SAMPLED BY ax3 LOGGED BY - SANTIAGO FO.P!ATION: Interbedzed, qreen-gray, damp to noist, silyj, CI SANDSTONE and coarse-grained, sandy SILTSTOKE; wc a1 Depth = 35.5 feet. . Apparent ground water ? approximately 30.0 Backfilled 10/19/87. NOTES : 1. Added water to hole at approximately 15 2. Changed from hollow stem auger to solid at approximately 17 -0 feet. a 0 Hose Bibb' . Back of island curb Red Brass Coupling Red Brass Nipple, 8' long Red Bras 900 Elbow 470-C-2000 Concrete 1/2 cubic foot min. NOTES 1. Hose bibb shall be loose key operated, all brass or bronze construction, angle pattern with removable bonnet and stem assembly, replaceable seat washers and stem packing gland% 2. Unless otherwise specified, the hose connection thread shall be 3/4' male hose thread (pacific crmst), and the riser opening thread shall be 3/4' female I.P.S. Oitchargcl opening shall be 900 to riser opening. LEGEND ON Revision I Bv i RECOYYEWOEO BY THE SAW OIEGO SAN DIEGO REGIONAL STANDARD DRAWING Sat Back REGIONAL S?ANOAROS COYYITrTEE HOSE BIBB &Q?& &. 177s Cdmdvuinr U C E 19807 Om ORAWlNG [GARDEN VALVE] NUMBER 1-6 I i Imported topsoil or amended rock free nati' a Native soil backfill free of large (3" dia or greater) rocks and debris. Sand or approved equal rnateri Polyvinyl Chloride Pipe or Copper Pipe a NOTES 1. Backfill material shall be compacted to a relative compaction of 90% or more. 2. All P.V.C. pipe shall lay free in the trench with no induced strain and with sufficient allowance for expansion and contraction as recommended by the manufacturer. 3. Teflon tape, #,, wide, shall be used on all threaded connections. 4. The letter W shall be stamped or chiseled on the improvement (curb-sidewalk) 5. All plastic pressure pipe under pavement shall be installed in a P.V.C. sleeve. 6. Minimum clearance between pipes shall be 2 inches. directly above the pressure pipeline. 0 0 517-C-2500 Concrete __t Thrust block - 1 cubic foot (Typ.) a 1. All risen, unions, elbows and nipples shall be red brass. 2. Close nipples shall not be used. 3. Backflow preventer assembly shall be tested upon installation by a certified backflow device tester. Contractor shall provide the Engineer with written test results completed by certified backflow tester prior to the backflow preventer assembly's acceptance by the Engineer. .a 1 ~~ DRAWING NUMBER CHAIN LINK GATE J a e Crown for drainage Depth = 2'-6' for fence heigh of 5' or under. Oepth * 3'4" for fenca heigh of over 5'. Diameter of footing = 4 ti outside diameter of post. NOTES 1. All footings shall be 520-C-2500 concrete. 2 The following items shall be furnished and installed shown on the plans and/or called for in the tpeciai a. Barbed Wire b. Extension Arm c Top Horizontal Rail 3. Chain link hncn shall conform to Section 206-6 of Standard Specifications for Public Works ConstNCtic unless specifically noted on this drawing. 4. sea Standard Drawing M-23 for additional details. EXTENSlON ARM AND BARBED WIRE LEGENO 0 - Revision I BV RECOYYEMOEO BY THE SAM OlEGO QLul&..L/ &./975 Z-fq Nates Co**rdw"lnr R I? E 14107 oar- ORAWING SAN DIEGO REGIONAL STANDARD DRAWING vNote 3 REGIOMAL SlAMOAROS COYNITTEE CHAIN LINK FENCE NUMBER M-6 I 0 - a 9 'i" Steel Plate we1 and burrs removed 4" Diameter Steel Pipe %" Expansion Joint Sack of in walk 5" Oiameter Steel Pipe Sleeve Concret as walk - 18" Diameter 4" Pipe Make bowl shaped recess in concrete to acco three links of chain 5" Diameter Steel Pipe Sleeve HASP DETAIL ( Showng Welds) NOTES 1. Chain to be X" proof coil chain galvanized steel. Weld four links to post and three links to pipe sleeve. 2. All metal to be hot-dip galvanized after fabrication. LEGENC Revision E RECOMYENOEO aY THE SAN OlEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANOAROS COYYlmEE &+-Y*fl! cooramator C E 2931 ala ' - DEMOUNTABLE POST ORAWING NUMBER M-16 a 0 @ b - d E', m-5 .- x: g o'ag i e ,E g 3 0 .- ips a= - - v) - N -a ca "2 sc s - e a: 5- ch 3 ,g i B N ca >5 H -g 2 .- =U 3 $3s d 25: p Z-I g .: e x .- = .. mz'a, . .- c e g* grs mu a v) - t .E .E w 5 -..E' c. &SlZ 0 2 G rjc+ m c .- f 0 - = .a .- oc mc 9 zzj - e ps; :gig E; .E '3 .E = ; f 2.2 E 60 '0 0 a- Em4 m w '3 m2 .- Revision By 'A,B, & c e RECOMMENOEO 8Y TME SAM OlEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANOAROS COMMITTEE PIPE BEDDING AND TRENCH BACKFILL r a%/gk& &, 197s DRAWING FOR SEWERS tllr~,+otot R r E 13807 OW NUMBER s-4 I e a @ Rounded Concrete 4" steel pipe filled with 470 - C - 2000 concrete and painted in accordance with Agency requirements. A 0 E, -q.'- t v/m// ' .. e '6: ; :.* ,-\-/' A . ..* 4.:. . .e. . i * .e.. .' .. ... , .. ..m .- *' :.'. - *#e, .. i:*+c :*: I 6 I; ,I .e. f...*, ' : . .' . .I ;+#* . .. . a' . .. .. . .. T'. : 8. . .v: io :.:..; b . .. ..l. .: v;. .: P .:, . 'e- :r ... . v;?:" ..*- :.* .. : : **. .. **.: ., f. *. .- .. a:'. ..a. .. . . .. .e.. . .#a 470 - C . 2000 concrete i:. .. .. ....:. * 0. .. *, . : .. .. 'V 1- ... .e. ..::.. . '. .. .I b. e:.'.'. : [= 12" dia d 11 L Revision 8Y RECOYYENOEO 8V TME YN OIEGO UdW uii./ns SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STMIOARS COYYllTEE br- n.c.E. 19.~7 Oa 0 RAW1 NG PROTECTION POST NUMBER W-16 I May 11, 1993 Pacific Mechanical Corporation 2501 Annalisa Drive Concord, CA 94524 Re: Bond Release - Project No. 3299 - Home Plant Pump Station The Notice of Completion for the above-referenced project has recorded. Therefore, instructions from our Engineering Department we are releasing 75% of the Perform2 Bond. Please consider this letter as your notification that $645,117.00 of Relk Insurance Company Performance Bond No. B1923063 is hereby released. A copy of the recorded Notice of Completion is enclosed for your records. ' Enc. c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 Recording requestay : ) CITY OF CARLSBAD When recorded mail to: City Clerk 1200 Carlsbad Village Drive ) - Carlsbad, CA 92008 1 Space above for Recorder’s Use - NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. ) c\y 13 3 4 -4 City of Carlsbad ) The undersigned is owner of the interest or estate stated below in the property described. The full name of the undersigned is City of Carlsbad, a municipal corporatio The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was con September 4, 1992. The name of the contractor, if any, for such work of improvement is Pacific I The property on which said work of improvement was completed is in 1 Carlsbad, County of San Diego, State of California, and is described as follov No. 3299, Home Plant Pump Station and Force Main at Carlsbad Boulevard a Drive. The street address of said property is 2359 Carlsbad Boulevard , Corporation. 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive I 7 , car accepted California, 92008; the City Council of said City on & o J . described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correc Executed on m. / r , 19@at Carlsbad, California. CITY OF CARLSBAD . akiXL2 biL&&L- ALETHA L. RAUTENKRANZ City Clerk